Loading...
HomeMy WebLinkAboutPD18-114 - Original - L.N. Curtis and Sons - Police Department Uniform Supplies & Equipment Purchasing - 03/23/2018 0 T ,KEN Records Management Document CONTRACT COVER SHEET This is to be completed by ttie ,on tract Manager prior to submission to the City Clerk's O�ffice. All portions are to be completed. If you have qUestions, please contact the city Clerk's Office at 253-85 -5725. El Blue/Motion Sheet Attached Pink Sheet Attached Vendor Name: LN Curtis and Sons Vendor Number (JDE): Contract Number (City Clerk): Category: Contract Aq.E .e..m-e n t ­­ ...............— Sub-Category (if applicable): Choos�.-� EF) iLel'T,,� Project Name: Uniform Supplies Contract Execution Date: 3/21/18 Termination Date: 12/31/18* Contract Manager: Sara Wood Department: Police Contract Amount: Not to exceed_$100,000 ............ Approval Authority: El Director r-I Mayor M City Council Other Details: *Five options to extend aareement throuah 12 w. I/D.-__....................a....._._._... ............. -____--- ............. ...................... KENT GOODS & SERVICES AGREEMENT between the City of Kent and L.N. Curtis and Sons THIS AGREEMENT is made by and between the City of Kent, a Washington municipal corporation (hereinafter the "City"), and L.N. Curtis and Sons organized under the laws of the State of California, located and doing business at 6507 S. 208th Street, Kent, WA 98032, (253) 566-2686 (hereinafter the "Vendor"). AGREEMENT I. DESCRIPTION OF WORK. Vendor shall provide the following goods and materials and/or perform the following services for the City: Uniforms, uniform accessories, uniform tailoring, and uniform alterations for Kent Police Department employees and volunteers ("uniformed employees"), on an as-needed basis, through over-the-counter, direct, or online sale and shipment, and in accordance with the price list attached and incorporated as Exhibit A. During the term of this Agreement, all uniforms and uniform accessories provided shall be of the same type, quality, size/measurement, cut, and possess all other specifications that existed at the time the parties executed this Agreement. No alteration or substitution of any item provided under this Agreement is permitted without the express written authorization of the City. Standard tailoring for uniform items, including placement of department-issued patches, hemming (pants), zipper application (shirts), and creases for academy shirts, shall be provided by Vendor at no additional cost for all new items purchased under this Agreement. Other hemming or tapering services will be provided at a cost of $7.00 per item, per service. In providing all alteration services, Vendor shall customize the fit of a purchased uniform to the uniformed employee to insure a proper and precise fit. Exceptional tailoring or repair work may be provided by Vendor at an additional cost, which cost must be mutually agreed upon by the parties, on a case-by-case basis, and prior to the Vendor incurring such costs. Uniformed employees will visit Vendor during regular business hours for uniform fittings. Completed uniform items shall be delivered weekly to the Kent Police Department by Vendor at no additional cost. Vendor acknowledges and understands that it is not the City's exclusive provider of these goods, materials, or services and that the City maintains its unqualified right to obtain these goods, materials, and services through other sources. II. TIME OF COMPLETION. Upon the effective date of this Agreement, Vendor shall complete the work and provide all goods, materials, and services through December 31, 2018. However, upon the parties' mutual agreement, this Agreement may be extended for up to five (5) additional one (1) year GOODS&SERVICES AGREEMENT- 1 (Over$20,000, including WSST) terms. Exercising an option to extend this Agreement for one of these additional one (1) year terms must be completed by executing an amendment to this Agreement. In no event, however, shall the total term of this Agreement be extended beyond December 31, 2023. III. COMPENSATION. The City shall pay the Vendor in accordance with the price list attached and incorporated as Exhibit A, plus any applicable Washington State Sales Tax, for the goods, materials, and services contemplated In this Agreement. Based on the Kent Police Department's past needs, the City anticipates Its annual uniform costs will not exceed $100,000. This "not to exceed" amount is provided as an estimate only and is no way a guarantee of the payment the Vendor can expect to receive annually under this Agreement. This estimate is based on the number and type of uniform garments that the City reasonably expects to purchase from the Vendor annually. However, because the City's uniform needs depend on the number of employees it has on staff, this amount may fluctuate up and down. However, by its execution of this Agreement, the Vendor agrees that the price list attached as Exhibit A shall remain locked at the rates provided for therein, unless the City provides its express written authorization for any price increase. The Vendor may not unilaterally increase the price for any item covered under this Agreement or any subsequent amendment to this Agreement. The City shall pay the Vendor the following amounts according to the following schedule: Vendor will be paid on a monthly basis for services rendered and goods received during the prior month in accordance with the price quotes attached and incorporated as Exhibit A. Invoices will be paid within thirty (30) days after the City's receipt and acceptance of the goods or completion and acceptance of the services. Payment periods will be computed from either the date of delivery of all goods ordered, the date of completion of all services, or the date of the City's receipt of a correct invoice, whichever of these dates is later. No payment shall be due prior to the City's receipt and acceptance of the items identified in the invoice thereof. If the City objects to all or any portion of an invoice, it shall notify Vendor and reserves the option to only pay that portion of the invoice not in dispute. In that event, the parties will immediately make every effort to settle the disputed portion. A. Dgfgctive or Unauthorized Work, The City reserves its right to withhold payment from Vendor for any defective or unauthorized goods, materials or services. If Vendor is unable, for any reason, to complete any part of this Agreement, the City may obtain the goods, materials or services from other sources, and Vendor shall be liable to the City for any additional costs incurred by the City. "Additional costs" shall mean all reasonable costs, including legal costs and attorney fees, incurred by the City beyond the maximum Agreement price specified above. The City further reserves its right to deduct these additional costs Incurred to complete this Agreement with other sources, from any and all amounts due or to become due the Vendor. B. Final Payment: Waiver of Claims. VENDOR'S ACCEPTANCE OF FINAL PAYMENT SHALL CONSTITUTE A WAIVER OF CLAIMS, EXCEPT THOSE PREVIOUSLY AND PROPERLY MADE AND IDENTIFIED BY VENDOR AS UNSETTLED AT THE TIME REQUEST FOR FINAL PAYMENT IS MADE. IV. INDEPENDENT CONTRACTOR. The parties intend that an Independent Contractor- Employer Relationship will be created by this Agreement. By their execution of this Agreement, and in accordance with Ch. 51.08 RCW, the parties make the following representations: A. The Vendor has the ability to control and direct the performance and details of its work, the City being interested only in the results obtained under this Agreement. GOODS&SERVICES AGREEMENT- 2 (Over$20,000, including WSST) B. The Vendor maintains and pays for its own place of business from which Vendor's services under this Agreement will be performed. C. The Vendor has an established and independent business that is eligible for a business deduction for federal income tax purposes that existed before the City retained Vendor's services, or the Vendor is engaged in an independently established trade, occupation, profession, or business of the same nature as that involved under this Agreement. D. The Vendor is responsible for filing as they become due all necessary tax documents with appropriate federal and state agencies, including the Internal Revenue Service and the state Department of Revenue. E. The Vendor has registered its business and established an account with the state Department of Revenue and other state agencies as may be required by Vendor's business, and has obtained a Unified Business Identifier (UBI) number from the State of Washington. F. The Vendor maintains a set of books dedicated to the expenses and earnings of its business. V. TERMINATION. Either party may terminate this Agreement, with or without cause, upon providing the other party thirty (30) days written notice at its address set forth on the signature block of this Agreement. VI. CHANGES. The City may issue a written amendment for any change in the goods, materials or services to be provided during the performance of this Agreement. If the Vendor determines, for any reason, that an amendment is necessary, Vendor must submit a written amendment request to the person listed in the notice provision section of this Agreement, section XIV(D), within fourteen (14) calendar days of the date Vendor knew or should have known of the facts and events giving rise to the requested change. If the City determines that the change increases or decreases the Vendor's costs or time for performance, the City will make an equitable adjustment. The City will attempt, in good faith, to reach agreement with the Vendor on all equitable adjustments. However, if the parties are unable to agree, the City will determine the equitable adjustment as it deems appropriate. The Vendor shall proceed with the amended work upon receiving either a written amendment from the City or an oral order from the City before actually receiving the written amendment. If the Vendor falls to require an amendment within the time allowed, the Vendor waives its right to make any claim or submit subsequent amendment requests for that portion of the contract work. If the Vendor disagrees with the equitable adjustment, the Vendor must complete the amended work; however, the Vendor may elect to protest the adjustment as provided in subsections A through E of Section VII, Claims, below. The Vendor accepts all requirements of an amendment by; (1) endorsing it, (2) writing a separate acceptance, or (3) not protesting in the way this section provides. An amendment that is accepted by Vendor as provided in this section shall constitute full payment and final settlement of all claims for contract time and for direct, indirect and consequential costs, including costs of delays related to any work, either covered or affected by the change. VII. CLAIMS. If the Vendor disagrees with anything required by an amendment, another written order, or an oral order from the City, including any direction, instruction, interpretation, or determination by the City, the Vendor may file a claim as provided in this section. The Vendor shall give written notice to the City of all claims within fourteen (14) calendar days of the occurrence of the events giving rise to the claims, or within fourteen (14) calendar days of the date the Vendor knew or should have known of the facts or events giving rise to the claim, whichever occurs first . Any claim for damages, additional payment for any reason, or extension of time, whether under this Agreement or otherwise, shall be conclusively deemed to have been waived by the Vendor unless a timely written claim is made in strict accordance with the applicable provisions of this Agreement. GOODS &SERVICES AGREEMENT- 3 (Over$20,000, including WSST) At a minimum, a Vendor's written claim shall include the information set forth in subsections A, items 1 through 5 below. FAILURE TO PROVIDE A COMPLETE, WRITTEN NOTIFICATION OF CLAIM WITHIN THE TIME ALLOWED SHALL BE AN ABSOLUTE WAIVER OF ANY CLAIMS ARISING IN ANY WAY FROM THE FACTS OR EVENTS SURROUNDING THAT CLAIM OR CAUSED BY THAT DELAY. A. Notice of Claim. Provide a signed written notice of claim that provides the following information: 1. The date of the Vendor's claim; 2. The nature and circumstances that caused the claim; 3. The provisions in this Agreement that support the claim; 4. The estimated dollar cost, if any, of the claimed work and how that estimate was determined; and 5. An analysis of the progress schedule showing the schedule change or disruption if the Vendor is asserting a schedule change or disruption. B. flecords. The Vendor shall keep complete records of extra costs and time incurred as a result of the asserted events giving rise to the claim. The City shall have access to any of the Vendor's records needed for evaluating the protest. The City will evaluate all claims, provided the procedures in this section are followed. If the City determines that a claim is valid, the City will adjust payment for work or time by an equitable adjustment. No adjustment will be made for an invalid protest. C. Vendor's Duty to Complete Protested Work. In spite of any claim, the Vendor shall proceed promptly to provide the goods, materials and services required by the City under this Agreement. D. Failure to Protest Constitutes Waiver. By not protesting as this section provides, the Vendor also waives any additional entitlement and accepts from the City any written or oral order (including directions, instructions, interpretations, and determination). E. Failure to Follow Procedures Constitutes Waiver. By failing to follow the procedures of this section, the Vendor completely waives any claims for protested work and accepts from the City any written or oral order (including directions, instructions, interpretations, and determination). VIII. LIMITATION OF ACTIONS. VENDOR MUST, IN ANY EVENT, FILE ANY LAWSUIT ARISING FROM OR CONNECTED WITH THIS AGREEMENT WITHIN 120 CALENDAR DAYS FROM THE DATE THE CONTRACT WORK IS COMPLETE OR VENDOR'S ABILITY TO FILE THAT SUIT SHALL BE FOREVER BARRED. THIS SECTION FURTHER LIMITS ANY APPLICABLE STATUTORY LIMITATIONS PERIOD. IX. WARRANTY. Vendor warrants that it will faithfully and satisfactorily perform all work provided under this Agreement in accordance with the provisions of this Agreement. In addition to any other warranty provided for at law or herein, this Agreement is additionally subject to all warranty provisions established under the Uniform Commercial Code, Title 62A, Revised Code of Washington. Vendor warrants goods are merchantable, are fit for the particular purpose for which they were obtained, and will perform in accordance with their specifications and Vendor's representations to City. The Vendor shall promptly correct all defects in workmanship and materials: (1) when Vendor knows or should have known of the defect, or (2) upon Vendor's receipt of notification from the City of the existence or discovery of the defect. In the event any part of the goods are repaired, only original replacement parts shall be used—rebuilt or used parts will not be acceptable. When defects are corrected, the warranty for that portion of the work shall extend for an additional year beyond the original warranty period applicable to the overall work. The Vendor shall begin to correct any defects within seven (7) calendar days of its receipt of notice from the City of the defect. If the Vendor does not accomplish the corrections within a GOODS &SERVICES AGREEMENT-4 (Over$20,000, including WSST) reasonable time as determined by the City, the City may complete the corrections and the Vendor shall pay all costs incurred by the City in order to accomplish the correction. X. DISCRIMINATION. In the hiring of employees for the performance of work under this Agreement or any sub-contract, the Vendor, its sub-contractors, or any person acting on behalf of the Vendor or sub-contractor shall not, by reason of race, religion, color, sex, age, sexual orientation, national origin, or the presence of any sensory, mental, or physical disability, discriminate against any person who is qualified and available to per-form the work to which the employment relates. Vendor shall execute the attached City of Kent Equal Employment Opportunity Policy Declaration, Comply with City Administrative Policy 1.2, and upon completion of the contract work, file the attached Compliance Statement. XI. INDEMNIFICATION. Vendor shall defend, indemnify and hold the City, its officers, officials, employees, agents and volunteers harmless from any and all claims, Injuries, damages, losses or suits, including all legal costs and attorney fees, arising out of or in connection with the Vendor's performance of this Agreement, except for that portion of the injuries and damages caused by the City's negligence. The City's inspection or acceptance of any of Vendor's work when completed shall not be grounds to avoid any of these covenants of indemnification. IT IS FURTHER SPECIFICALLY AND EXPRESSLY UNDERSTOOD THAT THE INDEMNIFICATION PROVIDED HEREIN CONSTITUTES THE VENDOR'S WAIVER OF IMMUNITY UNDER INDUSTRIAL INSURANCE, TITLE 51 RCW, SOLELY FOR THE PURPOSES OF THIS INDEMNIFICATION. THE PARTIES FURTHER ACKNOWLEDGE THAT THEY HAVE MUTUALLY NEGOTIATED THIS WAIVER. In the event Vendor refuses tender of defense in any suit or any claim, if that tender was made pursuant to this indemnification clause, and if that refusal is subsequently determined by a court having jurisdiction (or other agreed tribunal) to have been a wrongful refusal on the Vendor's part, then Vendor shall pay all the City's costs for defense, including all reasonable expert witness fees and reasonable attorneys' fees, plus the City's legal costs and fees incurred because there was a wrongful refusal on the Vendor's part. The provisions of this section shall survive the expiration or termination of this Agreement. XII. INSURANCE. The Vendor shall procure and maintain for the duration of the Agreement, insurance of the types and in the amounts described in Exhibit B attached and incorporated by this reference. XIII. WORK PERFORMED AT VENDOR'S RISK. Vendor shall take all necessary precautions and shall be responsible for the safety of its employees, agents, and subcontractors in the performance of the contract work and shall utilize all protection necessary for that purpose. All work shall be done at Vendor's own risk, and Vendor shall be responsible for any loss of or damage to materials, tools, or other articles used or held for use in connection with the work. XIV. MISCELLANEOUS PROVISIONS. A. Recyclable Materials. Pursuant to Chapter 3.80 of the Kent City Code, the City requires its contractors and consultants to use recycled and recyclable products whenever practicable. A price preference may be available for any designated recycled product. B. Non-Waiver of Breach. The failure of the City to insist upon strict performance of any of the covenants and agreements contained in this Agreement, or to exercise any option conferred by this Agreement in one or more instances shall not be construed to be a waiver or relinquishment of those covenants, agreements or options, and the same shall be and remain in full force and effect. GOODS &SERVICES AGREEMENT- 5 (Over$20,000, including WSST) C. Resolution of Disputes and Governing Law. This Agreement shall be governed by and construed in accordance with the laws of the State of Washington. If the parties are unable to settle any dispute, difference or claim arising from the parties' performance of this Agreement, the exclusive means of resolving that dispute, difference or claim, shall only be by filing suit exclusively under the venue, rules and jurisdiction of the King County Superior Court, King County, Washington, unless the parties agree in writing to an alternative dispute resolution process. In any claim or lawsuit for damages arising from the parties' performance of this Agreement, each party shall pay all its legal costs and attorney's fees incurred in defending or bringing such claim or lawsuit, including all appeals, in addition to any other recovery or award provided by law; provided, however, nothing in this paragraph shall be construed to limit the City's right to indemnification under Section XI of this Agreement. D. Written Notice. All communications regarding this Agreement shall be sent to the parties at the addresses listed on the signature page of the Agreement, unless notified to the contrary. Any written notice hereunder shall become effective three (3) business days after the date of mailing by registered or certified mail, and shall be deemed sufficiently given if sent to the addressee at the address stated in this Agreement or such other address as may be hereafter specified in writing. E. Assignment. Any assignment of this Agreement by either party without the written consent of the non-assigning party shall be void. If the non-assigning party gives its consent to any assignment, the terms of this Agreement shall continue in full force and effect and no further assignment shall be made without additional written consent. F. Modification. No waiver, alteration, or modification of any of the provisions of this Agreement shall be binding unless in writing and signed by a duly authorized representative of the City and Vendor. G. Entire Agreement. The written provisions and terms of this Agreement, together with any Exhibits attached hereto, shall supersede all prior verbal statements of any officer or other representative of the City, and such statements shall not be effective or be construed as entering into or forming a part of or altering in any manner this Agreement. All of the above documents are hereby made a part of this Agreement. However, should any language in any of the Exhibits to this Agreement conflict with any language contained in this Agreement, the terms of this Agreement shall prevail. H. Compliance wilh Laws. The Vendor agrees to comply with all federal, state, and municipal laws, rules, and regulations that are now effective or in the future become applicable to Vendor's business, equipment, and personnel engaged in operations covered by this Agreement or accruing out of the performance of those operations. I. Public Records Act. The Vendor acknowledges that the City is a public agency subject to the Public Records Act codified in Chapter 42.56 of the Revised Code of Washington and documents, notes, emails, and other records prepared or gathered by the Vendor in its performance of this Agreement may be subject to public review and disclosure, even if those records are not produced to or possessed by the City of Kent. As such, the Vendor agrees to cooperate fully with the City in satisfying the City's duties and obligations under the Public Records Act. J. City Business Licgnsg Required. Prior to commencing the tasks described in Section I, Contractor agrees to provide proof of a current city of Kent business license pursuant to Chapter 5.01 of the Kent City Code. K. Counterparts and Sianatures by Fax or Email. This Agreement may be executed in any number of counterparts, each of which shall constitute an original, and all of which will together constitute this one Agreement. Further, upon executing this Agreement, either party may deliver the signature page to the other by fax or email and that signature shall have the same force and effect as if the Agreement bearing the original signature was received in person. IN WITNESS, the parties below execute this Agreement, which shall become effective on the last date entered below. All acts consistent with the authority of this Agreement and prior GOODS &SERVICES AGREEMENT- 6 (Over$20,000, including WSST) to its effective date are ratified and affirmed, and the terms of the Agreement shall be deemed to have applied. VENDOR: CITY OF KENT: By:-._ .� By: (s" na are (signature) Print Name: fiG, �wrr' �'.�''. Print Name: MjLgt�@� !�611 L'90� Its 5,fw Its Maynr --- (tine) CRATE: �' e � DATE: NOTICES TO BE SENT TO: NOTICES TO BE SENT TO: VENDOR: CITY OF KENT: Bob Idle, Sales Manager Sara Wood, research & Development Analyst I_N Curtis and Sons City of Kent Police Department 6507 S. 208th Street 220 Fourth Avenue South Kent, WA 98032 Kent, WA 98032 (253) 856-5856 (telephone) (253) 566-2686 (telephone) (253) 856--6800 (facsimile) (253) 236-2972 (facsimile) "1 APPPED AS TO FORM: K nr Department t de.:v:gem lka'g3'-:;it-�cemr."n4 d n e'me rc„n.ie i N.ww4l E.titi. GOODS & SERVICES AGREEMENT - 7 (Over$20,000, including WSST)' DECLARATION CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY POLICY The City of Kent is committed to conform to Federal and State laws regarding equal opportunity. As such all contractors, subcontractors and suppliers who perform work with relation to this Agreement shall comply with the regulations of the City's equal employment opportunity policies. The following questions specifically identify the requirements the City deems necessary for any contractor, subcontractor or supplier on this specific Agreement to adhere to. An affirmative response is required on all of the following questions for this Agreement to be valid and binding. If any contractor, subcontractor or supplier willfully misrepresents themselves with regard to the directives outlines, it will be considered a breach of contract and it will be at the City's sole determination regarding suspension or termination for all or part of the Agreement; The questions are as follows: 1. I have read the attached City of Kent administrative policy number 1.2. 2. During the time of this Agreement I will not discriminate in employment on the basis of sex, race, color, national origin, age, or the presence of all sensory, mental or physical disability. 3. During the time of this Agreement the prime contractor will provide a written statement to all new employees and subcontractors indicating commitment as an equal opportunity employer. 4. During the time of the Agreement I, the prime contractor, will actively consider hiring and promotion of women and minorities. 5. Before acceptance of this Agreement, an adherence statement will be signed by me, the Prime Contractor, that the Prime Contractor complied with the requirements as set forth above. By signing below, I agree to fulfill the five requirements referenced above. By: For: �y � ISosl )AA &A-11 - zwlcle�.�E Title: &11,04W Spar /P/' ntQa - k�f „ wsie i Date: �GZ/g EEO COMPLIANCE DOCUMENTS - 1 of 3 CITY OF KENT ADMINISTRATIVE POLICY NUMBER: 1.2 EFFECTIVE DATE: January 1, 1998 SUBJECT: MINORITY AND WOMEN SUPERSEDES: April 1, 1996 CONTRACTORS APPROVED BY Jim White, Mayor POLICY: Equal employment opportunity requirements for the City of Kent will conform to federal and state laws. All contractors, subcontractors, consultants and suppliers of the City must guarantee equal employment opportunity within their organization and, if holding Agreements with the City amounting to $10,000 or more within any given year, must take the following affirmative steps: 1. Provide a written statement to all new employees and subcontractors indicating commitment as an equal opportunity employer. 2. Actively consider for promotion and advancement available minorities and women. Any contractor, subcontractor, consultant or supplier who willfully disregards the City's nondiscrimination and equal opportunity requirements shall be considered in breach of contract and subject to suspension or termination for all or part of the Agreement. Contract Compliance Officers will be appointed by the Directors of Planning, Parks, and Public Works Departments to assume the following duties for their respective departments. 1. Ensuring that contractors, subcontractors, consultants, and suppliers subject to these regulations are familiar with the regulations and the City's equal employment opportunity policy. 2. Monitoring to assure adherence to federal, state and local laws, policies and guidelines. EEO COMPLIANCE DOCUMENTS - 2 of 3 CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY COMPLIANCE STATEMENT This form shall be filled out AFTER COMPLETION of this project by the Contractor awarded the Agreement. I, the undersigned, a duly represented agent of Company, hereby acknowledge and declare that the before-mentioned company was the prime contractor for the Agreement known as that was entered into on the (date), between the firm I represent and the City of Kent. I declare that I complied fully with all of the requirements and obligations as outlined in the City of Kent Administrative Policy 1.2 and the Declaration City of Kent Equal Employment Opportunity Policy that was part of the before-mentioned Agreement. By: For: Title: Date: EEO COMPLIANCE DOCUMENTS - 3 of 3 CUiR715 Exhibit A CURTIS 13LLIE LINE Kent Police Department SLUE LINE www.CurtisBlueLine.com Patrol E Curtis Blue Line Locations Law Enforcement Sales Professional 6507 S.208th Street, Kent,WA 98032 (253)566-2686 Bob Idle,Sales Manager 9364 West Franklin Road, Boise,ID 83709 (208)377-5418 bidle(&curtisblueline.com 11570 SW Tiedman Ave.,Tigard,OR (503) 656-0353 (206)799-0957 3060 West California Ave.,Salt Lake City,UT (801) 778-8834 Mike Gurertin,Kent Store Manager 5035 S.33rd Street,Phoenix,AZ 85040 (602)529-3800 mouertin@curtisblueline.com (206)596-7906(office) (253)236-2972(fax) QTY ltem:N ember product:Name,and,DisCrlptlon Price Uniforms{Custom Shirt Allegations Extra} 8567(04) BLAUER CLASS B PANT-Wool blend 6 pocket Class Act Pant, Hemmed-NVY $ 84.95 844604 BLAUER CLASS B SS SHIRT-Short Sleeve Blauer Shirt, Patched&Sew Zipper w/Buttons $ 70.95 &name tape(3/4 x 3)-NVY 8436 BLAUER CLASS B LS SHIRT-Long Sleeve Blauer Shirt, Patched&Sew Zipper w/Buttons $ 83.90 &name tape(3/4 x 3)-NVY 32260(86)FLYCRSS CLASS A PANT-LAPD Navy Legend 55/45 Polywool Pant,Hemmed-NVY $ 111.95 48W39(86)FLYCRSS CLASS A SHIRT-LAPD Navy Long Sleeve Deluxe Tactical Poly/Rayon/Lycra with $ 64.95 patches&Sew Zipper w/Buttons-NVY 8472(04)BLAUER AMORSKIN S/S-Short Sleeve Wool Blend Streetshirt, badge,patched and name $ 55.95 tape(3/4 x 3)included-NVY 8471 BLAUER AMORSKIN L/S-Long Sleeve Wool Blend Streetshirt,badge,patched and name $ 62.95 tape(3/4 x 3)included-NVY 7149018L 511 TAC LAR Charcoal Perf Polo Shirt,SS $ 37.95 4501561R SAM BRM TIE-3x18 Reg Dk Nvy Poly Clip On Tie w/Button Holes $ 4.41 59552019 511 TAC BELT(TDU 1.75 in)-BLK $ 14.25 ALTERATION CHARGE-Hemming Shirts $7.00 ALTERATION CHARGE-Tapering Shirts $ 7.00 KENT PD-8 POINT LAPD NAVY 8 POINT CLASS A HAT-SPECIFY GOLD OR SLIVER EXPANSION BAND $ 52.95 HAT &"P"BUTTONS 475CC-BK NEESE 8 POINT CAP COVER-BLACK $ 7.50 Uniforms,Academy 3 74280-724-M-R 511 ACADEMY PANT-DK NVY Poly/Cotton Ripstop Taclite TDU Pant $ 41.95 TACTICAL 2 ST62 RED KAP ACADEMY 5/5 SHIRT-Red Kap ST62 S/S-DK NVY includes permacreases and $ 28.95 patched Z 1257471100LR ACADEMY L/S SHIRT-UA Heatgear Armour Compression Shirt, L/S,White $ 23.95 UNDER ARM Prices subject to change, refer to current Quote Thank you for the opportunity to serve you CUR7I5 Exhibit A CUR715 BLUE LINE Kent Police Department BLUE LINE 3 PC54-W-SIZE WHITE COTTCINnTsihilRWISMfPAUi{MURM3%ST NAME HEAPRESSED $ 16.95 FRONT/BACK W/2" BLACK LETTERS 2 PC78-N-SIZE NAVY FLEECE CLASSIC CREWNECK SWEATSHIRT-WITH RECRUIT'S LAST NAME $ 21.95 HEAPRESSED FRONT/BACK W/2"WHITE LETTERS 2 ST310-TN-SIZE NAVY JERSEY KNIT SHORT WITH POCKETS $ 11.99 1 PC78P-N-SIZE NAVY FLEECE CLASSIC SWEATPANT WITH POCKETS $ 15.72 Uniforms-;SOU Unit 8822Z11 BLAUER SOU PANT-Stretch Nylon Bike Pant(Size<46) $ 89.99 8822Z11 BLAUER SOU PANT-Stretch Nylon Bike Pant(Size>48) $ 98.99 FECH VTX4000 SOU POLO-BLA Vertx SS Polo Shirt-BLK(SM thru XL), badge, patched, RF POLICE(411)and name tape(3/4 x 3) $62.85 FECH VTX4000 SOU POLO-BLA Vertx SS Polo Shirt-BLK(2XL), badge, patched, RF POLICE (4x11) and name tape (3/4 x 3) $67.55 FECH VTX4000 SOU POLO-BLA Vertx SS Polo Shirt-BLK(3XL),badge, patched, RF POLICE (4x11) and name tape(3/4 x 3) $72 24 FECH VTX4000 SOU POLO-BLA Vertx SS Polo Shirt-BLK(4XL),badge, patched, RF POLICE (4xii)and name tape(3/4 x 3) $76.94 Uniforms Clas's Ab tional 20W95(86) FLYCRSS CLASS A SHIRT WOOL-LAPD Navy LA Select 100%Wool Long Sleeve Shirt, $ 84.95 Patched&Sew Zipper w/Buttons 32289(86)FLYCRSS CLASS A PANT WOOL-LAPD Navy LA Select 100%Wool 6 Pocket Pant, $ 92.95 Hemmed Duty Gear 4710 PEERLESS 700C CHAIN LINK HANDCUFF-NICKEL $ 24.62 4801 PEERLESS 801C HINGED HANDCUFF-NICKEL $ 34.54 1017395 BIANCHI BLACK ACUMOLD NYLON ADJUSTABLE RADIO HOLDER $ 28.25 1017736 BIANCHI BLACK ACUMOLD NYLON MK4 OC HOLDER $ 12.75 1016579 BIANCHI BLACK ACUMOLD NYLON DOUBLE CUFF CASE W/HIDEN SNAP $ 23.25 1015848 BIANCHI BLACK ACUMOLD NYLON FLASHLIGHT RING $ 7.08 1017911 BIANCHI BLACK ACUMOLD NYLON FLAT GLOVER-POUCH (VELCRO CLOSURE) $ 14.54 1018075 BIANCHI BLACK ACUMOLD NYLON BATON HOLDER $ 14.54 1016578 BIANCHI BLACK ACUMOLD NYLON KEY HOLDER $ 15.95 1015918 BIANCHI BLACK NYLON GEAR KEEPER(PK OF 4) $ 10.52 52611 ASP 26" BLACK EXPANDALBE BATON-FRICTION LOCK, FOAM GRIP $ 83.50 ZT21 ZAK TOOL ALLOY STEEL HANDCUFF KEY-POCKET $ 6.73 Prices subject to change, refer to current Quote Thank you for the opportunity to serve you Ci,..1RTIS Exhibit A CURTIS BLUE LHIE Kent Police Department BLUE LIME 1017916 BIANCHI BLACK ACUM@0fNtIRi1dSIC4 i#?i tCUFF CASE $ 17.79 1018050 BIANCHI BLACK ACUMOLD NYLON SINGLE CUFF CASE W/HIDDEN SNAP $ 16.95 1016212 BIANCHI BLACK ACUMOLD NYLON PAT PAGER/GLOVE4 POUCH W/HIDDEN SNAP $ 19.13 1016105 BIANCHI BLACK NYLON DUTY BELT-SIZE 34"-40" $ 36.95 1016365 BIANCHI BLACK NYLON BELT LINER-VELCRO-SIZE 40"-46" $ 20.50 350122 S&W SMITH&WESSON M&P 100 LEVER LOCK-NICKEL $ 31.13 350096 S&W SMITH&WESSON 300 SLOT LOCK HINGED HANDCUFFS-NICKEL $ 32.28 1006579 SAFARI 4X8 GENERAL TRAFFIC SHAPES FOR RECONSTRUCTING ACCIDENTS(2 PIECE) $ 15.50 1005700 SAFARI CRIME SCENE TEMPLATE $ 15.75 SSA45SLV SOMAR FORM HOLDER-Silver 8 1/2"X 12 $ 26.50 RTSSLV SOMAR CITE HOLDER-6x10 5/8"silver finish $26.50 NP1 CWN Name Plate-Rhodium w/Blue: 1st initial.Last Name $ 9.95 71227 STRONG Clip on Badge Holder-Shield Shape including chain $ 6.25 VCWA17 POCKET PRESS Washington Traffic Law Pocket Reference Book $ 8.54 CCWA17 POCKET PRESS Washington Criminal Law Pocket Reference Book $ 8.54 4472G HEROS PRIDE 3 Stars,2 Posts&Clutch Backs,Pair $ 8.95 Footwear 28010 DANNER PLNNER BOOT(ANY BOOT UP TO$250) $134.95 Outerwear 48001(724)5.11 TAC 3-IN-1 PARKA-DRK NAVY-W/SHOULDER PATCHES, BADGES, (4X11&2X4)RF $205.95 343P-LXL-R BLAUER LRG/XLRG HI-VIS TRAFFIC VEST-POLICE LOGO FRONT/BACK-ZIP $ 49.95 5.11 DETECTIVE JACKET-Black Sabre 2.0 Hidden Agenda Jacket, badge and RF 48112-019-size POLICE(E820 Front&E845 Back) $204.95 Body Armor SBA-XT03-3A VEST PANELS-Xtreme IIIA 2.0 cut panels only(Specify size at time of order) $638.00 SBA-MI-SAFARI INTERNAL CARRIER COVER-M1 concealable carrier, navy blue $ 77.70 1001665 THREAT PLATE-7"x 9"Impac HT Special Handgun Threat Plate $ 85.00 1001628 THREAT PLATE-5"x 8" Impac HT Special Handgun Threat Plate $ 75.00 EXTERNAL CARRIER BOTHELL-Bothell II Navy Blue external armor carrier with DN6501 velcro name tape(1x5 BLK/SIL Letters)&velcro RF POLICE(front&back) $203.95 EXTERNAL NO LOAD SHIRT-U-1 Uniform Shirt style external armor carrier(2.0 SBA-U1-FRONT cut only)Front Open with name tape(3/4 x 3)-DK NVY $169.95 EXTERNAL NO LOAD ARMORSKIN-Navy Blue Armorskin External Vest Carrier 8470 BLAUER with name tape(3/4 x 3)-DK NVY $ 84.95 ABA-XT03-3A INTERNAL VEST III-Xtreme XT03 Legacy Cut IIIA Xtreme Carrier&STP-DK NVY $695.00 ABA-XT03-II INTERNAL VEST Il-Xtreme XT03 Legacy Cut 11 Xtreme Carrier&STP-DK NVY $595.00 Prices subject to change,refer to current Quote Thank you for the opportunity to serve you CURTIS Exhibit A CURTIS SLUE LINE Kent Police Department BLUE LINE Defensive Equiment 520030-C JSabre Red 1.33%MC 4.4 oz Cone MK-4 OC Spray $ 13.95 Shipping Subtotal Sales Tax Employee Signature Total Phone E-Mail Approval JDate Reference Quote Nurnbers.60973,60958,54983 SPECIFY ANY ADDITIONAL INFORMATION BELOW; Prices subject to change, refer to current Quote Thank you for the opportunity to serve you Ph:206-622-2875 Northwest Division Fax 253 236-22997 CURTIS Kent WA 98032 slt000rt(dCurtisBluel-ine.com BLUE LINE www.CURTISBLUELINE.com DUNS#:00-922-4163 Quotation No.61082 Quotation QUOTATION N.O. ISSUED DATE EXPIRATION DATE CUSTOMER: SHIP TO: Kent Police Department Kent Police Department 61082 05/17l2017 12131l2017 220 4Th Ave South Debra Douglas Kent WA 98032 400 West Gowe Street Suite 122 SALESPERSON CUSTOMER SERVICE REP Kent WA 98032 Bob Idle Kristina Adams bidledDcurtisblueline.com kadams _curtisblueline.com 206-799-0957 253-566-2686 REQUISITION NO.. REQUESTING PARTY CUSTOMER NO. TERMS OFFER CLASS Debbie Douglas C4802 Net 30 LE F.O.B. ' SHIP VIA REQ.DELIVERY DATE SP Best Way NOTES&DISCLAIMERS THANK YOU FOR THIS OPPORTUNITY TO QUOTE.WE ARE PLEASED TO OFFER REQUESTED ITEMS AS FOLLOWS.IF YOU HAVE ANY QUESTIONS, NEED ADDITIONAL INFORMATION, OR WOULD LIKE TO PLACE AN ORDER, PLEASE CONTACT YOUR SALESPERSON OR CUSTOMER SERVICE REP AS NOTED ABOVE. LN QTY UNIT PART NUMBER DESCRIPTION UNIT PRICE TOTAL PRICE 1 1 EA B879 BLACKINTON STANDARD BADGE PER BELOW $98.95 $98.95 Flat badge. Rho-Glo badge Roman Blue HE lettering with clip back(F116).shell shape,title breast,flat per below: Line one to read: POLICE OFFICER Line two to read:KENT Center:A7459 Great seal of Washington State -Dark blue rim -Light blue background -Plain George Line three to read:POLICE Page 1 of 9 Ph:206-622-2875 Northwest Division Fa 8026637 r UIs Kent WA.9 032 supDGrt9DCurfisBlueLine.00m BLUE LINE wwwCURTISBLUELINE.com DUNS*00-922-4163 Quotation No.61082 LN OTY UNIT PART NUMBER DESCRIPTION UNIT PRICE TOTAL.PRICE 2 1 B2954 HAT BADGE,AS BELOW: $98.95 $98.95 BLACKINTON Hat badge_ Rho-Glo badge Roman Blue HE lettering with screw back(F105).Solid, Panel w/ eagle,Oval-3 per below: Line one to read:POLICE OFFICER Line two to read:KENT Center:A7459 Great seal of Washington State -Dark blue rim -Light blue background -Plain George Line three to read:POLICE 3 1 EA B879 BLACKINTON STANDARD BADGE PER BELOW $98.95 $98.95 Shirt Badge. Rho-Glo badge Roman Blue HE lettering with safety pin back(F36).Shell, title breast, Oval-1 per below: Line one to read:POLICE OFFICER Line two to read:KENT Center:A7459 Great seal of Washington State -Dark blue rim -Light blue background -Plain George Line three to read:POLICE 4 1 EA B879 BLACKINTON STANDARD BADGE PER BELOW $98.95 $98.95 Flat badge. Rho-Glo badge Roman Blue HE lettering with clip back(F116).Sheli,title breast, Oval-1 per below: Line one to read:DETECTIVE Line two to read:KENT Center:A7459 Great seal of Washington State -Dark blue rim Light blue background -Plain George Line three to read:POLICE Page 2 of 9 Ph:206-622-2875 Northwest Division 507 S.208th St. Fax:2532 6 2997 CURTIS 6 Kent,WA.98032 support Curtis@Iuel-ine.com BLUE LINE www,CURTISBLUELINE.com DUNS#:00-922-4163 Quotation No.61082 LN QTY UNIT PART NUMBER DESCRIPTION UNIT PRICE TOTAL PRICE 5 1 B2954 HAT BADGE,AS BELOW $98.95 $98.95 BLACKINTON Hat badge. Rho-Glo badge Roman Blue HE lettering with screw back(F105).Solid, Panel wf Eagle, Oval-3 per below: Line one to read:DETECTIVE Line two to read:KENT Center:A7459 Great seal of Washington State -Dark blue rim -Light blue background -Plain George Line three to read:POLICE 6 1 EA B879 BLACKINTON STANDARD BADGE PER BELOW $98.95 $98.95 Shirt Badge. Rho-Glo badge Roman Blue HE lettering with safety pin back(F36).Shell,Title Breast, Oval-1 per below: Line one to read: DETECTIVE Line two to read:KENT Center:A7459 Great seal of Washington State Dark blue rim Light blue background -Plain George Line three to read:POLICE 7 1 EA B879 BLACKINTON STANDARD BADGE PER BELOW $98.95 $98.95 Rho-Glo badge Roman Blue HE lettering with wallet clip(F116).Shell,Title breast, Flat per below: Line one to read: DETECTIVE Line two to read:KENT Center:A7459 Great seal of Washington State -Dark blue rim -Light blue background Plain George Line three to read: RETIRED Page 3 of 9 Ph:206-622-2875 Northwest Division Fax:253-2 6 2997 CURTIS Kent WA.9 032 support CurtisBluel-ine.com EiLUE LINE www.CURTISBLUELINE.com DUNS*00-922-4163 Quotation No.61082 LN QTY UNIT PART NUMBER DESCRIPTION UNIT PRICE TOTAL PRICE 8 1 EA B879 BLACKINTON STANDARD BADGE PER BELOW $98.95 $98.95 Two tone badge,silver badge(rho-glo),gold panels(hi-glo), Roman Blue HE lettering with clip back(F116).Shell,Title Breast, Flat per below: Line one to read: SERGEANT Line two to read:KENT Center:A7459 Great seal of Washington State -Dark blue rim -Light blue background -Plain George Line three to read:POLICE Bottom line:design punch#15(chevron) 9 1 B2954 HAT BADGE,AS BELOW: $98.95 $98.95 BLACKINTON Two tone badge, silver badge(rho-glo),gold panels(hi-glo), Roman Blue HE lettering with screw back(17105).Solid,Panel wl Eagle, Oval-3 per below: Line one to read:SERGEANT Line two to read:KENT Center:A7459 Great seal of Washington State -Dark blue rim -Light blue background -Plain George Line three to read:POLICE Bottom line:design punch#15(chevron) 10 1 EA B879 BLACKINTON STANDARD BADGE PER BELOW $98.95 $98.95 Two tone badge,silver badge(rho-glo),gold panels(hi-glo), Roman Blue HE lettering with Safety Pin back(F36).Shell,Title Breast, OVal-1 per below: Line one to read: SERGEANT Line two to read:KENT Center:A7459 Great seal of Washington State -Dark blue rim -Light blue background -Plain George Line three to read:POLICE Bottom line:design punch#15(chevron) Page 4 of 9 Ph:206-622-2875 Northwest Division 507 S.208th St. Fax 253-236 2997 CURTIS Kent,WA.98032 su000rt@CurtisSlueLine.com www.CURTISBLUELINE.com DUNS#:00-922.4163 BLUE LINE Quotation No.61082 LN QTY UNIT PART NUMBER DESCRIPTION UNIT PRICE TOTAL PRICE 11 1 EA B879 BLACKINTON STANDARD BADGE PER BELOW $98.95 $98.95 HI-GLO Gold badge, Roman Blue HE lettering with clip back(F116).Shell,Title Breast, Flat per below: Line one to read:COMMANDER Line two to read:KENT Center:A7459 Great seal of Washington State -Dark blue rim -Light blue background -Plain George Line three to read:POLICE Bottom line:design punch#8(star) 12 1 B2954 HAT BADGE,AS BELOW: $98.95 $98.95 BLACKINTON HI-GLO Gold badge, Roman Blue HE lettering with screw back(17105).Solid, Panel w/Eagle,Oval-3 per below: Line one to read:COMMANDER Line two to read:KENT Center:A7459 Great seal of Washington State -Dark blue rim -Light blue background -Plain George Line three to read:POLICE Bottom line:design punch#8(star) 13 1 EA B879 BLACKINTON STANDARD BADGE PER BELOW $98.95 $98.95 HI-GLO Gold badge,Roman Blue HE lettering with safety pin back(F36).Shell, Title Breast,Oval-1 per below: Line one to read:COMMANDER Line two to read:KENT Center:A7459 Great seal of Washington State -Dark blue rim -Light blue background - Plain George Line three to read:POLICE Bottom line:design punch#8(star) Page 5 of 9 Ph:206-622-2875 7 S.208th St Fa 804-2 6-299 CURTIS Northwest Ke t WA.98032 Fax:253-236-2997 1c�%port urtiaBluel ine.cem BLUE LINE www.CURTISBLUELINE.com [SUNS#:00-922-4163 Quotation No.61082 LN CITY UNIT PART NUMBER DESCRIPTION UNIT PRICE 'TOTAL PRICE 14 1 EA B879 BLACKINTON STANDARD BADGE PER BELOW $98.95 $98.95 Hi-GLO Gold badge,Roman Blue HE lettering with wallet clip(F116).Shell,Title breast,Flat per below: Line one to read:COMMANDER Line two to read:KENT Center:A7459 Great seal of Washington State -Dark blue rim -Light blue background -Plain George Line three to read:POLICE Bottom line:RETIRED 15 1 EA B879 BLACKINTON STANDARD BADGE PER BELOW $98.95 $98.95 Hi-GLO Gold badge,Roman Blue HE lettering with clip back(F116).Shell,Title Breast,Flat per below: Line one to read:ASSISTANT CHIEF Line two to read:KENT Center:A7459 Great seal of Washington State -Dark blue rim -Light blue background -Plain George Line three to read:POLICE Bottom line:two of design punch#8(two stars) 16 1 B2954 HAT BADGE,AS BELOW: $98.95 $98.95 BLACKINTON Hi-GLO Gold badge, Roman Blue HE lettering with screw back(F105).Solid,Panel w/Eagle,Oval-3 perr below: Line one to read:ASSISTANT CHIEF Line two to read:KENT Center:A7459 Great seal of Washington State -Dark blue rim -Light blue background -Plain George Line three to read:POLICE Bottom line:two of design punch#8(two stars) Page 6 of 9 Ph:206-622-2875 Northwest Division 507 S.208th St. Fax: 53-236 2997 CURTIS 6Kent WA.98032 supporttaCurtisl3lueLtne com BLUE LINE www.CURTISBLUELINE.com DUNS#:00-922-4163 Quotation No.61082 LN OTY UNIT PART NUMBER DESCRIPTION UNIT PRICE TOTAL PRICE 17 1 EA B879 BLACKINTON STANDARD BADGE PER BELOW $98.95 $98.95 Hi-GLO Gold badge,Roman Blue HE lettering with safety pin back(F36).Shell, Title Breast, Oval-1 per below: Line one to read:ASSISTANT CHIEF Line two to read:KENT Center:A7459 Great seal of Washington State -Dark blue rim -Light blue background -Plain George Line three to read:POLICE Bottom line:two of design punch#8(two stars) 18 1 EA B879 BLACKINTON STANDARD BADGE PER BELOW $98.95 $98.95 Hi-GLO Gold badge,Roman Blue HE lettering with wallet clip(F116).Shell,Title Breast, Flat per below: Line one to read:ASSISTANT CHIEF Line two to read:KENT Center:A7459 Great seal of Washington State -Dark blue rim -Light blue background -Plain George Line three to read:POLICE Bottom line to read:RETIRED 19 1 EA B879 BLACKINTON STANDARD BADGE PER BELOW $98.95 $98.95 Hi-GLO Gold badge,Roman Blue HE lettering with clip back(F116).Shell,Title Breast, Flat per below: Line one to read:CHIEF Line two to read:KENT Center:A7459 Great seal of Washington State -Dark blue rim -Light blue background -Plain George Line three to read: POLICE Bottom line:three of design punch#8(three stars) Page 7 of 9 Ph:206-622-2875 Northwest Division 507 S.208th St. Fax 253 222 6 2997 CURTIS fi Kent,WA.9 032 su000rtCOCurtisBluel-ine.com SLUE LINE www.CURTISBLUELINE.com DUNS#:00-922-4163 Quotation No.61082 LN QTY UNIT PART NUMBER DESCRIPTION UNIT PRICE TOTAL PRICE 20 1 B2954 HAT BADGE,AS BELOW: $98.95 $98.95 BLACKINTON Hi-GLO Gold badge,Roman Blue HE lettering with screw back(F105).Solid, Panels w/Eagle,Oval-3 per below: Line one to read:CHIEF Line two to read:KENT Center:A7459 Great seal of Washington State -Dark blue rim -Light blue background -Plain George Line three to read: POLICE Bottom line:three of design punch#8(three stars) 21 1 EA B879 BLACKINTON STANDARD BADGE PER BELOW $98.95 $98.95 Hi-GLO Gold badge,Roman Blue HE lettering with safety pin back(F36).Shell, Title Breast, Oval-1 per below: Line one to read:CHIEF Line two to read:KENT Center:A7459 Great seal of Washington State -Dark blue rim -Light blue background -Plain George Line three to read: POLICE Bottom line:three of design punch#8(three stars) 22 1 EA B879 BLACKINTON STANDARD BADGE PER BELOW $98.95 $98.95 Hi-GLO Gold badge,Roman Blue HE lettering with wallet clip(F116).Shell,Title Breast, Flat per below: Line one to read:CHIEF Line two to read:KENT Center:A7459 Great seal of Washington State -Dark blue rim -Light blue background -Plain George Line three to read:POLICE Bottom line:RETIRED Page 8 of 9 Ph:206-622-2875 Northwest Division 507 S.208th St. Fax:2 3-2 662997 CURTIS 6Kent,WA.98032 su000rtACurtisBtueLine.com BLUE LINE www.rURTISBLUELINE.com DUNS#:00-922-4163 Quotation No.61082 LN CITY UNIT PART NUMBER DESCRIPTION UNIT PRICE TOTAL PRICE 23 1 EA B879 BLACKINTON STANDARD BADGE PER BELOW $98.95 $98.95 Rho-Glo badge Roman Blue HE lettering with clip back(F116).Shell,Title Breast, Flat per below: Line one to read:POLICE OFFICER Line two to read: KENT Center:A7459 Great seal of Washington State -Dark blue rim -Light blue background -Plain George Line three to read:POLICE Bottom line:RETIRED 24 1 EA B879 BLACKINTON STANDARD BADGE PER BELOW $98.95 $98.95 Two tone badge,silver badge(rho-glo),gold panels(hi-glo),Roman Blue HE lettering with clip back(F116).Shell,Title Breast, Flat per below: Line one to read:SERGEANT Line two to read: KENT Center:A7459 Great seal of Washington State -Dark blue rim -Light blue background -Plain George Line three to read:POLICE Bottom line:RETIRED SMALL BUSINESS CAGE CODE:5E720 DUNS NUMBER:009224163 SIC CODE:5099 FEDERAL TAX ID:94-1214350 THIS PRICING REMAINS FIRM UNTIL 12/31/2017.CONTACT US FOR UPDATED PRICING AFTER THIS DATE. Subtotal $2,374.80 Tax Total $237.48 Transportation* $0.00 *(to be added when order ships) Total $2,612.28 Page 9 of 9 EXHIBIT B INSURANCE REQUIREMENTS FOR SERVICE CONTRACTS Insurance The Contractor shall procure and maintain for the duration of the Agreement, insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Contractor, their agents, representatives, employees or subcontractors. A. Minimum Scope of Insurance Contractor shall obtain insurance of the types described below: 1. Automobile Liability insurance covering all owned, non-owned, hired and leased vehicles. Coverage shall be written on Insurance Services Office (ISO) form CA 00 01 or a substitute form providing equivalent liability coverage. If necessary, the policy shall be endorsed to provide contractual liability coverage. 2. Commercial General Liability, insurance shall be written on ISO occurrence form CG 00 01 and shall cover liability arising from premises, operations, independent contractors, products-completed operations, personal injury and advertising injury, and liability assumed under an insured contract. The Commercial General Liability insurance shall be endorsed to provide the Aggregate Per Project Endorsement ISO form CG 25 03 11 85. The City shall be named as an insured under the Contractor's Commercial General Liability insurance policy with respect to the work performed for the City using ISO additional insured endorsement CG 20 10 11 85 or a substitute endorsement providing equivalent coverage. 3. Workers' Compensation coverage as required by.the Industrial Insurance laws of the State of Washington. B. Minimum Amounts of Insurance Contractor shall maintain the following insurance limits: 1. Automobile Liability insurance with a minimum combined single limit for bodily injury and property damage of $1,000,000 per accident. 2. Commercial General Liability insurance shall be written with limits no less than $1,000,000 each occurrence, $2,000,000 general aggregate and a $2,000,000 products-completed operations aggregate limit. EXHIBIT B (Continued ) C. Other Insurance Provisions The insurance policies are to contain, or be endorsed to contain, the following provisions for Automobile Liability and Commercial General Liability insurance: 1. The Contractor's insurance coverage shall be primary insurance as respect the City. Any Insurance, self-insurance, or insurance pool coverage maintained by the City shall be excess of the Contractor's insurance and shall not contribute with it. 2. The Contractor's insurance shall be endorsed to state that coverage shall not be cancelled by either party, except after thirty (30) days prior written notice by certified mail, return receipt requested, has been given to the City. 3. The City of Kent shall be named as an additional insured on all policies (except Professional Liability) as respects work performed by or on behalf of the contractor and a copy of the endorsement naming the City as additional insured shall be attached to the Certificate of Insurance. The City reserves the right to receive a certified copy of all required insurance policies. The Contractor's Commercial General Liability insurance shall also contain a clause stating that coverage shall apply separately to each insured against whom claim is made or suit is brought, except with respects to the limits of the insurer's liability. D. Acceptability of Insurers Insurance is to be placed with insurers with a current A.M. Best rating of not less than ANII. E. Verification of Coverage Contractor shall furnish the City with original certificates and a copy of the amendatory endorsements, including but not necessarily limited to the additional insured endorsement, evidencing the insurance requirements of the Contractor before commencement of the work. F. Subcontractors Contractor shall include all subcontractors as insureds under its policies or shall furnish separate certificates and endorsements for each subcontractor. All coverages for subcontractors shall be subject to all of the same insurance requirements as stated herein for the Contractor. AC�® DATE(MMIODIYYYY) CERTIFICATE OF LIABILITY INSURANCE 0210212018 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the polfcy(ies)must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT MARSH RISK&INSURANCE SERVICES NAME: T _PHOE 345 CALIFORNIA STREET,SUITE 1300 _AICNKo Ems: aC,No): CALIFORNIA LICENSE NO.0437153 E-MAIL SAN FRANCISCO,CA 94104 ADDRESS: Attn:sanfrancisce.certs@marsh.com;Fax:212-948-0398 INSURERS AFFORDING COVERAGE _ NAIC 0 100377-STND-GAWU-17-18 INSURER A:Federal Insurance Company 120281 INSURED INSURER B:Great Northern Insurance Com an 20303 L.N.Curtis&Sons,Inc. -- - - - Attn:John Viboch,CFO INSURER C: 1800 Peralta Street INSURER D: Oakland,CA 94607-1603 -- INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: SEA-00353OB43-01 REVISION NUMBER: 3 THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INTSRR TYPE OF INSURANCE INSD SWVD UER POLICY NUMBER i MMDDYIYYYY1 (MMOMOIYYYYI LIMITS A X COMMERCIAL GENERAL LIABILITY 36023726 10410112017 04/0112018 EACHOCCURRENCE S 1,000,000 CLAIMS-MADE �OCCUR 1, PREMIi,�ES((Ea occurrence) rr 1,000.000 PREMISES Ea occurrence S X $0 DEDUCTIBLE(SIR) MED EXP(Any one person) S 10,000 PERSONAL&ADV INJURY J S 1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE S 2,000,000 X POLICY JERCOT- LOC PRODUCTS-COMPIOPAGG 1 S 2,000,000 OTHER: PER PROJECT AGG s 5,000,000 B AUTOMOBILE LIABILITY 73583643 04101/2017 04/01/2018 1 COMBINED SINGLE LIMIT S 1,000,000 _(Ea accident X ANY AUTO BODILY INJURY(Per person) S OWNED SCHEDULED AUTOS ONLY AUTOS BODILY INJURY(Para s X I HIRED X NON-OWNED PROPERTY DAMAGE S AUTOS ONLY AUTOS ONLY Per accident COMPICOLL DEDS: S 1,000 UMBRELLA LIAR OCCUR � EACH OCCURRENCE S EXCESS LIABEl CLAIMS-MADE AGGREGATE S DIED RETENTION S Is A WORKERS COMPENSATION 71737666 /0112017 04/0112018 X ; PER 1OTH- AND EMPLOYERS'LIABILITY YIN _ _;STATUTE '. ER 1,QO0,000 ANYPROPRIETORIPARTNERIEXECUTIVE E.L.EACH ACCIDENT S OFFICER/MEMBEREXCLUDED? NIA (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE S 1,000,000 If Yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ 1,000.000 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES(ACORD 101,Additional Remarks Schedule,maybe attached It more space is required) City of Kent is included as additional insured(except workers'compensation)where required by written contract. This insurance is primary and non-contributory over any existing insurance and limited to liability arising out of the operations of the named insured and where required by written contract. CERTIFICATE HOLDER CANCELLATION City of Kent SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE Police Department THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN 220 Fourth Avenue South ACCORDANCE WITH THE POLICY PROVISIONS. Kent,WA 98032 AUTHORIZED REPRESENTATIVE of Marsh Risk&Insurance Services Kirsten Thomson ©1988-2016 ACORD CORPORATION. All rights reserved. ACORD 25(2016103) The ACORD name and logo are registered marks of ACORD COMMERCIAL AUTOMOBILE THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. COMMERCIAL AUTOMOBILE BROAD FORM ENDORSEMENT This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM borrow in your business or your personal This endorsement modifies the Business Auto Coverage Form. affairs. 1. EXTENDED CANCELLATION CONDITION C. Lessors as Insureds Paragraph A.2.b.—CANCELLATION -of the Paragraph A,1.—WHO 1S AN INSURED—of COMMON POLICY CONDITIONS form IL 0017 is SECTION I1—LIABILITY COVERAGE is deleted and replaced with the following: amended to add the following: b. 60 days before the effective date of cancellation if e. The lessor of a covered`auto"while the we cancel for any other reason. "auto"is teased to you under a written 2. BROAD FORM INSURED agreement if: A. Subsidiaries and Newly Acquired or Formed (1) The agreement requires you to Organizations As Insureds provide direct primary insurance for The Named Insured shown in the Declarations is the lessor,and amended to include: (2) The"auto"is leased without a driver. 1. Any legally incorporated subsidiary in which Such leased"auto"will be considered a you own more than 50% of the voting stock on covered "auto"you own and not a covered the effective date of the Coverage Form. "auto"you hire. However,the Named Insured does not include However,the lessor is an"insured'only any subsidiary that is an'insured"under any for`bodily injury"or"property damage" other automobile policy or would be an resulting from the acts or omissions by: "insured"under such a policy but for its 1. You; termination or the exhaustion of its Limit of 2. Any of your"employees' or agents: Insurance. or 2. Any organization that Is acquired or formed by 3. Any person,except the lessor or you and over which you maintain majority any"employee" or agent of the ownership. However, the Named Insured lessor,operating an"auto"with the does not include any newly formed or acquired permission of any of 1. and/or 2. organization: above. (a)That is an"insured" under any other D. Persons And Organizations As Insureds automobile policy; Under A Written Insured Contract (b)That has exhausted its Limit of Insurance Paragraph A.1 —WHO IS AN INSURED—of under any other policy;or SECTION II—LIABILITY COVERAGE is (c) 180 days or more after its acquisition or amended to add the following: formation by you, unless you have given f. Any person or organization with respect to us written notice of the acquisition or the operation, maintenance or use of a formation. covered "auto",provided that you and Coverage does not apply to"bodily injury"or such person or organization have agreed "property damage"that results from an"accident" under an express provision in a written that occurred before you formed or acquired the "insured contract",written agreement or a organization. written permit issued to you by a B.Employees as Insureds governmental or public authority to add Paragraph A.1. —WHO IS AN INSURED—of such person or organization to this policy SECTION II—LIABILITY COVERAGE is amended to as an"Insured". add the following: However, such person or organization is d. Any"employee" of yours while using a an"insured'only: covered"auto"you don't own, hire or Form: 16-02-0292 (Rev. 11-16) Page 1 of 3 "Includes copyrighted material of Insurance Services Office, Inc.with its permission" (1) with respect to the operation, d. Rental Expense maintenance or use of a covered We will pay the following expenses that you or "auto";and any of your"employees"are legally obligated (2) for"bodily injury" or"property damage" to pay because of a written contract or caused by an "accident"which takes agreement entered into for use of a rental place after: vehicle in the conduct of your business: (a) You executed the"insured MAXIMUM WE WILL PAY FOR ANY ONE contract"or written agreement; or CONTRACT OR AGREEMENT: (b) The permit has been issued to 1. $2,500 for loss of income incurred by the you. rental agency during the period of time that 3. FELLOW EMPLOYEE COVERAGE vehicle is out of use because of actual EXCLUSION B.5.-FELLOW EMPLOYEE—of damage to, or"loss"of, that vehicle, including SECTION It—LIABILITY COVERAGE does not apply. income lost due to absence of that vehicle for 4. PHYSICAL DAMAGE—ADDITIONAL TEMPORARY replacement; TRANSPORTATION EXPENSE COVERAGE use as a re P Paragraph AA.a.—TRANSPORTATION EXPENSES 2. $2,500 for decrease in trade-in value of the —of SECTION III—PHYSICAL DAMAGE rental vehicle because of actual damage to COVERAGE is amended to provide a limit of$50 per that vehicle arising out of a covered"loss";and day for temporary transportation expense,subject to a 3. $2,500 for administrative expenses incurred maximum limit of$1,000. by the rental agency,as stated in the contract 5. AUTO LOAN/LEASE GAP COVERAGE or agreement. Paragraph A. 4.—COVERAGE EXTENSIONS-of 4. $7,500 maximum total amount for paragraphs SECTION III—PHYSICAL DAMAGE COVERAGE is 1., 2. and 3. combined. amended to add the following: T. EXTRA EXPENSE—BROADENED COVERAGE c. Unpaid Loan or Lease Amounts Paragraph A.4. —COVERAGE EXTENSIONS—of In the event of a total"loss"to a covered"auto",we will SECTION III—PHYSICAL DAMAGE COVERAGE pay any unpaid amount due on the loan or lease for a is amended to add the following: covered"auto"minus: e. Recovery Expense 1. The amount paid under the Physical Damage We will pay for the expense of returning a Coverage Section of the policy;and stolen covered"auto"to you. 2. Any: S. AIRBAG COVERAGE a. Overdue loanilease payments at the time of Paragraph B.3.a. -EXCLUSIONS—of SECTION the"loss'; III—PHYSICAL DAMAGE COVERAGE does not b. Financial penalties imposed under a lease for apply to the accidental or unintended discharge of excessive use, abnormal wear and tear or an airbag.Coverage is excess over any other high mileage; collectible insurance or warranty specifically c. Security deposits not returned by the lessor: designed to provide this coverage. d. Costs for extended warranties, Credit Life 9. AUDIO,VISUAL AND DATA ELECTRONIC Insurance,Health, Accident or Disability EQUIPMENT-BROADENED COVERAGE Insurance purchased with the loan or lease; Paragraph C.1.b. —LIMIT OF INSURANCE-of and SECTION III-PHYSICAL DAMAGE is deleted e. Carry-over balances from previous loans or and replaced with the following: leases. b. $2,000 is the most we will pay for"loss"in any We will pay for any unpaid amount due on the loan or one"accident"to all electronic equipment that lease if caused by: reproduces, receives or transmits audio,visual 1. Other than Collision Coverage only if the or data signals which,at the time of"loss", is: Declarations indicate that Comprehensive (1) Permanently installed in or upon the Coverage is provided for any covered"auto"; covered"auto"in a housing, opening or 2. Specified Causes of Loss Coverage only if the other location that is not normally used by Declarations indicate that Specified Causes of the"auto"manufacturer for the installation Loss Coverage is provided for any covered"auto"; of such equipment; or (2) Removable from a permanently installed 3. Collision Coverage only if the Declarations indicate housing unit as described in Paragraph that Collision Coverage is provided for any Part of that 2.a.above or is an inte ral covered "auto. 9 6. RENTAL AGENCY EXPENSE equipment; or Paragraph A.4.—COVERAGE EXTENSIONS—of (3) An integral part of such equipment. SECTION III—PHYSICAL DAMAGE COVERAGE is amended to add the following: 10. GLASS REPAIR—WAIVER OF DEDUCTIBLE Form. 16-02-0292 (Rev. 11-16) Page 2 of 3 "Includes copyrighted material of Insurance Services Office, Inc.with its permission" Under Paragraph D. -DEDUCTIBLE—of their rights of recovery against such person or SECTION III—PHYSICAL DAMAGE COVERAGE organization under a contract or agreement the following is added: that is entered into before such"loss". No deductible applies to glass damage if the glass To the extent that the"insured's"rights to is repaired rather than replaced. recover damages for all or part of any 11.TWO OR MORE DEDUCTIBLES payment made under this insurance has not Paragraph D,-DEDUCTIBLE—of SECTION Ill— been waived,those rights are transferred to PHYSICAL DAMAGE COVERAGE is amended to us.That person or organization must do add the following: everything necessary to secure our rights and If this Coverage Form and any other Coverage must do nothing after"accident"or"loss"to Form or policy issued to you by us that is not an impair them.At our request, the insured will automobile policy or Coverage Form applies to the bring suit or transfer those rights to us and same"accident", the following applies: help us enforce them. 1. If the deductible under this Business Auto Coverage Form is the smaller(or smallest) 14. UNINTENTIONAL FAILURE TO DISCLOSE deductible, it will be waived; or HAZARDS 2. If the deductible under this Business Auto Paragraph B.2. —CONCEALMENT, Coverage Form is not the smaller(or smallest) MISREPRESENTATION or FRAUD of SECTION deductible, it will be reduced by the amount of IV—BUSINESS AUTO CONDITIONS-is deleted the smaller(or smallest)deductible. and replaced with the following: If you unintentionally fail to disclose any hazards 12.AMENDED DUTIES IN THE EVENT OF existing at the inception date of your policy,we will ACCIDENT,CLAIM, SUIT OR LOSS not void coverage under this Coverage Form Paragraph A.2.a. -DUTIES IN THE EVENT OF because of such failure. AN ACCIDENT,CLAIM,SUIT OR LOSS of SECTION IV-BUSINESS AUTO CONDITIONS is 15. AUTOS RENTED BY EMPLOYEES deleted and replaced with the following: Paragraph B.S.-OTHER INSURANCE of a. In the event of"accident", claim, "suit"or SECTION IV—BUSINESS AUTO CONDITIONS - "loss",you must promptly notify us when the is amended to add the following: .accident'is known to: e. Any"auto"hired or rented by your"employee" (1) You or your authorized representative, if on your behalf and at your direction will be you are an individual; considered an"auto'you hire.If an (2) A partner,or any authorized "employee's"personal insurance also applies representative, if you are a partnership; on an excess basis to a covered"auto"hired (3) A member, if you are a limited liability or rented by your"employee"an your behalf company; or and at your direction,this insurance will be (4) An executive officer, insurance manager, primary to the"employee's"personal or authorized representative, if you are an insurance. organization other than a partnership or 16. HIRED AUTO—COVERAGE TERRITORY limited liability company. Paragraph B,71.(5).-POLICY PERIOD, Knowledge of an"accident",claim,"suit"or COVERAGE TERRITORY of SECTION IV— "loss"by other persons does not Imply that the BUSINESS AUTO CONDITIONS is deleted and persons listed above have such knowledge. replaced with the following: Notice to us should include: (5)A covered"auto"of the private passenger (1) How,when and where the"accident"or type is leased,hired, rented or borrowed "loss"occurred; without a driver for a period of 45 days or (2) The"insured's name and address; and (3) To the extent possible,the names and less:and 17 addresses of any injured persons or . RESULTANT MENTAL ANGUISH COVERAGE witnesses. Paragraph C. of-SECTION V—DEFINITIONS is 13. WAIVER OF SUBROGATION deleted and replaced by the following: Paragraph A.5.-TRANSFER OF RIGHTS OF "Bodily injury' means bodily injury, sickness or RECOVERY AGAINST OTHERS TO US of disease sustained by any person, including SECTION IV—BUSINESS AUTO CONDITIONS is mental anguish or death as a result of the"bodily deleted and replaced with the following: injury"sustained by that person. 5. We will waive the right of recovery we would otherwise have against another person or organization for"loss"to which this insurance applies, provided the"insured" has waived Form: 16-02-0292 (Rev. 11-16) Page 3 of 3 "Includes copyrighted material of Insurance Services Office, Inc, with its permission" POLICY NUMBER: (17)7358-36-03 COMMERCIAL AUTO 16-02-0316 Ed.1014 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. PRIMARY AND NON-CONTRIBUTORY LIABILITY INSURANCE This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by the endorsement. This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. Named Insured: L.N.CURTIS&SONS Endorsement Effective Date: 10120/2017 SCHEDULE Names)Of Person(s)Or Organization(s): PERSONS OR ORGANIZATIONS THAT YOU ARE OBLIGATED, PURSUANT TO A CONTRACT OR AGREEMENT BETWEEN YOU AND SUCH PERSON OR ORGANIZATION, TO PROVIDE PRIMARY AND NON-CONTRIBUTORY INSURANCE. Information required to complete this Schedule, if not shown above,will be shown in the Declarations. The following is added to Item 5.—'Other Insurance"of Item B.—'General Conditions"under Section IV—"Business Auto Conditions": e. Regardless of the provisions of Paragraph 5.a. through d. above, for any liability arising out of the ownership, maintenance, use, rental, lease, loan, hire or borrowing by an "insured" of a covered "auto" for which an "insured' is contractually obligated to provide primary insurance coverage to a client, this Coverage Form will be primary and non-contributory with respect to the Persons or Organizations in the schedule, regardless of the availability or existence of other collectible insurance under any other Coverage Form or policy that applies on a primary basis. 16-02-0316 Ed.1014 Page 2 of 2 C H U S B" Liability Insurance Endorsement Policy Period APRIL 1,2017 TO APRIL 1,2018 Effectfva Date APRIL 1,2017 Policy Number 3602,37-26 SFO Insured L.N.CUR11S&SONS Name of Company FEDERAL INSURANCE COMPANY Da to Issued APRIL 17,2017 This Endorsement applies to the following forms; GENERAL LIABILITY Under Who Is An Insured,the following provision is added Who 1s An Insured Addifonal Insured- Persons or organizations shown in the Schedule are insuredt but they are msareds only if you are Scheduled Person obligated pursuant to a contract or agreement to provide them with such insurance as is afforded by Or Organization this policy. However,the person or organization is an insured only: • if and then only to the extent the person or organization is described in the Schedule; • to the extent such contract or agreement requires the person or organization to be afforded status as an insured; • for activities that did not occur,in whole or in part,before the execution of the contract or agreement;and • with respect to damages,loss,cost or expense for injury or damage to which this insurance applies. No person or organization is an ingred under this provision: • that is more specifically identified under any other provision of the Who Is An Insured section(regardless of any limitation applicable thereto). • with respect to any assumption of liability(of another person or organization)by them in a contract or agreement.This limitation does not apply to the liability for damages,loss,cost or expense for injury or damage,to which this insurance applies,that the person or organization would have in the absence of such contractor agreement. Liability Insurance Addticra d Insured-Scheduled Person Or Orpn rslfae aartlnued Form 60,02-2367(Rsv 5-07) Endarssmant mega t CHUBS' Liability Endorsement (continued) Under Conditions,the following provision is added to the condition titled Other Insurance, Conditions Other Insurance— If you are obligated,pursuant to a contract or agreement,to provide the person or organization Primary, Noncontributory shown in the Schedule with primary insurance such as is afforded by this policy.then in such case Insurance—Scheduled this insurance is pay and we will not seek contribution from insurance available to such person Person Or Organization or organization. Schedule Persons or organizations that you are obligated,pursuant to a contract or agreement.to provide with such insurance as is afforded by this policy. All other terms and conditions remain unchanged Authorized Representative Liabfftty Insurance Adddonal fnsurod-Scheduled Person OrOrganfzation fast page Form 80-02-2367(Rev.5-07) Endorsement page 2 NEQUES OR MAYOR'S SS6NATURE .. KENT rvco:o.e� �a:e uArena�:.m i IN OWN I �mo�.eea era r �- R � Sf p nyae msa�e«no i CITY OF KENT POLICE DEPARTMENT 220 4"'Avenue South Kent,WA 98032 KEN T Fax: 253-856-6802 PHONE: 253-856-5900 Memo To: Suzette Cooke, Mayor From: Sara Wood, Research and Development Analyst CC: Ken Thomas, Police Chief Date: June 13, 2017 Re: Request for Advertised Bid Waiver Pursuant to KCC 3.70.080 for Police Uniforms The City's Police Department is requesting a waiver for the advertised bid requirement set forth in KCC 3.70.080 for the purchase of uniforms for Kent Police Department personnel from L.N. Curtis and Sons. The police department anticipates that its annual uniform needs should not exceed $100,000. An exact contract amount is difficult to determine because uniform needs depend upon staff rotation, and uniforms are replaced on an interval and rotating basis, or when damaged beyond reasonable repair. Many of these events cannot be anticipated. As you are aware, the advertised bid requirement for purchases over $65,000 may be waived by the Mayor upon finding that the bidding requirements of KCC 3.70.030 are not practicable or in the City's best interest under the circumstances. Should such a finding be made by the Mayor, the materials, supplies, equipment, or services to be purchased may be acquired by the City through direct negotiation with an identified vendor or contractor. After conducting research and analysis of several uniform vendors, the Kent Police Department is requesting approval for a waiver with a new uniform vendor, L.N. Curtis and Sons which is a law enforcement uniform business located within Kent city limits. In addition to the local sales tax generated by purchasing uniforms from this local vendor, the proximity and location is highly desirable. Being located in Kent provides ease and access for officers to visit the uniform store for the purchase of uniform items, to be fitted, and pick up the items when ready. In addition, L.N. Curtis and Sons is offering extremely competitive pricing. The City has contracted with Blumenthal's for police department's uniform needs since at least 1999. The prices set by L.N. Curtis and Sons are very competitive with Blumenthals pricing and costs. We anticipate most items being less expensive than Blumenthals. Although this memo seeks the Mayor's waiver of any advertised bid requirement of KCC 3.70.030, staff will take any contract that results from its direct negotiations with L.N. Curtis and Sons to the Public Safety Committee and the full City Council for approval before it is presented for signature. Memo Page: 2 Re: Request for Advertised Bid Waiver Pursuant to KCC 3.70.080 for Police Uniforms Please indicate your approval of this Bid Waiver request by signing below. i CITY OF KENT i i Suz oke, Mayor � Date: CO, /6 0 7 i i POLICE DEPARTMENT Ken Thomas, Police Chief Phone: 253-856-5800 Fax: 253-856-6802 220 Fourth Avenue South Kent, WA 98032 DATE: March 2, 2018 TO: Public Safety Committee FROM: Sara Wood, Research and Development Analyst SUBJECT: L.N. Curtis and Sons Goods and Services Agreement — Recommend MOTION: Recommend Council authorize the Mayor to sign a Goods and Services Agreement with L.N. Curtis and Sons to purchase police uniforms on an as- needed basis, in an amount not expected to exceed $100,000 annually, and with options to renew to a maximum contract length through December 31, 2023, subject to final terms and conditions acceptable to the Police Chief and City Attorney. SUMMARY: In 2017, the Kent Police Department began using L.N. Curtis and Sons, located in the City of Kent, as a vendor for uniforms, uniform accessories, uniform tailoring, and uniform alterations for department employees and volunteers. After researching other uniform vendors, L.N. Curtis was found to offer competitive pricing and determined to be very efficient at providing uniform needs for the department. Since this vendor is also located in Kent, it is convenient for officers to visit for purchasing and fitting. In June 2017, former Mayor Cooke authorized staff to negotiate directly with L.N. Curtis and Sons, without the need to conduct a competitive process because of the competitive pricing offered and the location of the company. A copy of that waiver is attached. Uniform expenses, based on past needs, are not currently expected to exceed $100,000 annually. If approved, this Agreement allows for a number of annual renewal options, up to a maximum contract length through December 31, 2023. EXHIBITS: Goods and Services Agreement with L.N. Curtis and Sons Signed waiver agreement BUDGET IMPACT: None STRATEGIC PLAN GOAL(S): ❑ Innovative Government - Empowering responsible citizen engagement, providing outstanding customer service, leveraging technologies,and fostering new opportunities and industries that benefit our community. ❑ Authentic Connectivity and Communication - Uniting people to people, to places, and to their government through superior infrastructure,enriched community interactions,and responsive, trusting relationships. ❑Thriving Neighborhoods and Urban Centers-Creating vibrant urban centers, welcoming neighborhoods,and green spaces for healthy growth and cultural celebration. ® Sustainable Funding - Maximizing long-term financial success through responsible fiscal oversight, economic growth, and community partnerships. ❑ Inclusive Community - Embracing the power of our diversity by encouraging community participation and creating a strong sense of belonging. These DO NOT require a Strategic Plan Goal: • Approval of Minutes • Executive Session Discussion Items • Excused Absences LEGISLATIVE ITEM STRATEGIC PLAN GOAL Accept as Complete ✓ Thriving Neighborhoods and Urban Centers Appointments and Reappointments ✓ Inclusive Community Bid Awards ✓ Authentic Connectivity and Communication ✓ Thriving Neighborhoods and Urban Centers Bill of Sale ✓ Thriving Neighborhoods and Urban Centers Capital Plan ✓ Thriving Neighborhoods and Urban Centers ✓ Sustainable Funding Cell Tower Lease Agreements ✓ Authentic Connectivity and Communication Contracts ✓ Authentic Connectivity and Communication May need to revise according to type of service ✓ Thriving Neighborhoods and Urban Center ✓ Innovative Government- May apply Cooperative Purchasing Agreement ✓ Authentic Connectivity and Communication Comprehensive Plan Amendments ✓ Thriving Neighborhoods and Urban Centers Grants ✓ Authentic Connectivity and Communication May need to revise according to type of grant ✓ Thriving Neighborhoods and Urban Centers Ordinance - Six Year Transportation Improvement ✓ Authentic Connectivity and Communication Program ✓ Thriving Neighborhoods and Urban Centers Ordinance - Budget Adjustment ✓ Sustainable Funding Ordinance -Tobacco Free Parks ✓ Thriving Neighborhoods and Urban Center Ordinance - Complete Streets ✓ Inclusive Community Ordinance - Interfund Loans ✓ Sustainable Funding Ordinance - Condemnation ✓ Authentic Connectivity and Communication ✓ Thriving Neighborhoods and Urban Centers Ordinance - Comprehensive Plan Amendment ✓ Authentic Connectivity and Communication ✓ Thriving Neighborhoods and Urban Center ✓ Sustainable Funding Ordinances -Amending Code ✓ Thriving Neighborhoods and Urban Center ✓ Inclusive Community Resolution - Neighborhood Councils ✓ Authentic Connectivity and Communication Resolution - Moratorium on Safe Injection Sites ✓ Thriving Neighborhoods and Urban Centers Resolution - Fees ✓ Sustainable Funding Resolution - Surplus ✓ Thriving Neighborhoods and Urban Centers ✓ Sustainable Funding Water System Plan ✓ Authentic Connectivity and Communication ✓ Thriving Neighborhoods and Urban Centers Fee in Lieu ✓ Sustainable Funding Set Public Hearing - Budget ✓ Sustainable Funding Set Public Hearing - Capital Improvement Plan ✓ Sustainable Funding ✓ Authentic Connectivity and Communication ✓ Thriving Neighborhoods and Urban Centers Tax Levy ✓ Sustainable Funding