Loading...
HomeMy WebLinkAboutCAG2024-294 - Original - Corrections Technology Group - Four (4) Detention Replacement Doors - 06/11/2024 FOR CITY OF KENT OFFICIAL USE ONLY Sup/Mgr: Agreement Routing Form DirAsst: • For Approvals,Signatures and Records Management Dir/Dep: KENT This form combines&replaces the Request for Mayor's Signature and Contract Cover (optional) W A S H I N G T O N Sheet forms. (Print on pink or cherry colored paper) Originator: Department: Michael D Armstrong Police Date Sent: Date Required: c 06/05/2024 06/30/2024 Q Authorized to Sign: Date of Council Approval: Q Q Mayor or Designee Budget Account Numbe Grant? Yes NoF71 10002500.63180.3510 Budget? Yes E]No Type: N/A Vendor Name: Category l All CORRECTIONS TECHNOLOGY GROUP Contract Vendor Number: Sub-Category: Original 0 Project Name: Four (4) detention replacement doors i Project Details: A.) Supply and install four(4) detention doors-see attached information, B.) Reuse existing door hardware, 0- C.)Supply and install four(4) pieces of security glass-see attached information, D.) Supply and install four r_ (4) SSCO#1017 food pass/cuff port snap locks and four(4) new paracentric keys, E.) Prime paint finish, F.) a+ y Includes-Torx security screws, and G.)Includes-State of Washington prevailing wage rates. C GJ Agreement $39 912.00 Basis for Selection of Contractor: Direct Negotiation r —_ *Memo to Mayor must be attached 3- Start Date: 06,30/2024 Termination Date: 12/31/2024 Q Local Business? Yes F,/—]No*If meets requirements per KCC 3.70.100,please complete'Vendor Purchose-Locol Exceptions"form on Cityspace. Business License Verification: ❑✓ Yes In-Process❑Exempt(KCC 5.01.045) ❑Authorized Signer Verified Notice required prior to disclosure? Contract Number: Yes ✓❑No CAG2024-294 Comments: 1 OK to sign. -VR, 6/7/2024 IM c c 4 0 s 3 0 cc a, a, cc Date Received:City Attorney: 6/6/24 Date Routed:Mayor's Office 6/10/24 City Clerk's Office 6/11/24 adccW22373_1_20 Visit Documents.KentWA.gov to obtain copies of all agreements rev.20221201 • KENT WA$"I"GTON PUBLIC WORKS AGREEMENT between City of Kent and Corrections Technology Group LLC THIS AGREEMENT is made by and between the City of Kent, a Washington municipal corporation (hereinafter the "City"), and Corrections Technology Group LLC organized under the laws of the State of Washington, located and doing business at 5615 E Trent Ave., Suite 3, SPOKANE, WA 99212; 509-436- 9060; Jim Blair (hereinafter the "Contractor"). AGREEMENT The parties agree as follows: I. DESCRIPTION OF WORK. The Contractor shall perform the following services for the City in accordance with the following described plans and/or specifications: Please see the attached "Scope of Work" attached as "Exhibit A" The Contractor further represents that the services furnished under this Agreement will be performed in accordance with generally accepted professional practices within the Puget Sound region in effect at the time such services are performed. II. TIME OF COMPLETION. The parties agree that work will begin on the tasks described in Section I above within 14 calendar days after the City issues its Notice to Proceed. Upon the effective date of this Agreement, all physical work shall thereafter be completed by Tuesday December 31, 2024. The term of this Agreement shall continue until all work has been completed, final acceptance has occurred, and all Contractor obligations have been fulfilled. III. COMPENSATION. The City shall pay the Contractor a total amount not to exceed $39,912.00, including any applicable Washington State Sales Tax, for the work and services contemplated in this Agreement. The City shall pay the Contractor eighty-five percent (85%) of the Contract amount upon completion and acceptance of the work by the City, or at such earlier time as the City may determine is appropriate. The City will pay the remaining Contract amount upon fulfillment of the conditions listed below and throughout this Agreement. Card Payment Program. The Contractor may elect to participate in automated credit card payments provided for by the City and its financial institution. This Program is provided as an alternative to payment by check and is available for the convenience of the Contractor. If the Contractor voluntarily participates in this Program, the Contractor will be solely responsible for any fees imposed by financial institutions or credit card companies. The Contractor shall not charge those fees back to the City. PUBLIC WORKS AGREEMENT - 1 /nvar -t2m<,and Nn Parfnrmanrio Rnnr11 A. No Payment and Performance Bond. Because this contract, including applicable sales tax, is less than $150,000, and pursuant to Chapter 39.08 RCW, the Contractor, in lieu of providing the City a payment and performance bond, has elected to have the City retain the final ten percent (10%) of the Contract amount for a period of thirty (30) days after the date of final acceptance, or until receipt of all necessary releases from the State Department of Revenue, the State Department of Labor & Industries, and the State Employment Security Department, and until settlement of any liens filed under Chapter 60.28 RCW, whichever is later. B. Retainage. The City shall also hold back a retainage in the amount of five percent (5%) of any and all payments made to the Contractor for a period of sixty (60) days after the date of final acceptance, or until receipt of all necessary releases from the State Department of Revenue, the State Department of Labor & Industries, and the State Employment Security Department, and until settlement of any liens filed under Chapter 60.28 RCW, whichever is later. The amount retained shall be placed in a fund by the City pursuant to RCW 60.28.011(4)(a), unless otherwise instructed by the Contractor within fourteen (14) calendar days of the Contractor's signature ,on the Agreement. C. Defective or Unauthorized Work. The City reserves its right to withhold payment from the Contractor for any defective or unauthorized work. Defective or unauthorized work includes, without limitation: work and materials that do not conform to the requirements of this Agreement; and extra work and materials furnished without the City's written approval. If the Contractor is unable, for any reason, to satisfactorily complete any portion of the work, the City may complete the work by contract or otherwise, and the Contractor 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 Contract price specified above. The City further reserves its right to deduct the cost to complete the Contract work, including any Additional Costs, from any and all amounts due or to become due the Contractor. D. Final Payment: Waiver of Claims. THE CONTRACTOR'S ACCEPTANCE OF FINAL PAYMENT (EXCLUDING WITHHELD RETAINAGE) SHALL CONSTITUTE A WAIVER OF CONTRACTOR'S CLAIMS, EXCEPT THOSE PREVIOUSLY AND PROPERLY MADE AND IDENTIFIED BY CONTRACTOR AS UNSETTLED AT THE TIME FINAL PAYMENT IS MADE AND ACCEPTED. 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 Contractor 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. B. The Contractor maintains and pays for its own place of business from which the Contractor's services under this Agreement will be performed. C. The Contractor has an established and independent business that is eligible for a business deduction for federal income tax purposes that existed before the City retained the Contractor's services and is a service other than that furnished by the City, or the Contractor is engaged in an independently established trade, occupation, profession, or business of the same nature as that involved under this Agreement. D. The Contractor 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. PUBLIC WORKS AGREEMENT - 2 (nvar a2nw and Aln Parfnrmanra Rnnrl) E. The Contractor has registered its business and established an account with the state Department of Revenue and other state agencies as may be required by the Contractor's business, and has obtained a Unified Business Identifier (UBI) number from the State of Washington. F. The Contractor has a valid contractor registration pursuant to Ch. 18.27 RCW or an electrical contractor license pursuant to Ch. 19.28 RCW. G. The Contractor maintains a set of books dedicated to the expenses and earnings of its business. V. TERMINATION. The City may terminate this Agreement for good cause. "Good cause" shall include, without limitation, any one or more of the following events: A. The Contractor's refusal or failure to supply a sufficient number of properly skilled workers or proper materials for completion of the Contract work. B. The Contractor's failure to complete the work within the time specified in this Agreement. C. The Contractor's failure to make full and prompt payment to subcontractors or for material or labor. D. The Contractor's persistent disregard of federal, state or local laws, rules or regulations. E. The Contractor's filing for bankruptcy or becoming adjudged bankrupt. F. The Contractor's breach of any portion of this Agreement. If the City terminates this Agreement for good cause, the Contractor shall not receive any further money due under this Agreement until the Contract work is completed. After termination, the City may take possession of all records and data within the Contractor's possession pertaining to this project which may be used by the City without restriction. VI. PREVAILING WAGES. The Contractor shall file a "Statement of Intent to Pay Prevailing Wages," with the State of Washington Department of Labor & Industries prior to commencing the Contract work. The Contractor shall pay prevailing wages in effect on the date the bid is accepted or executed by the Contractor, and comply with Chapter 39.12 of the Revised Code of Washington, as well as any other applicable prevailing wage rate provisions. The latest prevailing wage rate revision issued by the Department of Labor and Industries is attached. VII. CHANGES. The City may issue a written change order for any change in the Contract work during the performance of this Agreement. If the Contractor determines, for any reason, that a change order is necessary, the Contractor must submit a written change order request to the person listed in the notice provision section of this Agreement, Section XVI(D), within fourteen (14) calendar days of the date the Contractor 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 Contractor'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 Contractor on all equitable adjustments. However, if the parties are unable to agree, the City will determine the equitable adjustment as it deems appropriate. The Contractor shall proceed with the change order work upon receiving either a written change order from the City or an oral order from the City before actually receiving the written change order. If the Contractor fails to require a change order within the time specified in this paragraph, the Contractor waives its right to make any claim or submit subsequent change order requests for that portion of the contract work. If the Contractor disagrees with the equitable PUBLIC WORKS AGREEMENT - 3 in,, , e env -4 ni 13- -f --,--- 0 ,41 adjustment, the Contractor must complete the change order work; however, the Contractor may elect to protest the adjustment as provided in subsections A through E of Section IX, Claims, below. The Contractor accepts all requirements of a change order by: (1) endorsing it, (2) writing a separate acceptance, or (3) not protesting in the way this section provides. A change order that is accepted by the Contractor 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. VIII. FORCE MAJEURE. Neither party shall be liable to the other for breach due to delay or failure in performance resulting from acts of God, acts of war or of the public enemy, riots, pandemic, fire, flood, or other natural disaster or acts of government ("force majeure event"). Performance that is prevented or delayed due to a force majeure event shall not result in liability to the delayed party. Both parties represent to the other that at the time of signing this Agreement, they are able to perform as required and their performance will not be prevented, hindered, or delayed by the current COVID-19 pandemic, any existing state or national declarations of emergency, or any current social distancing restrictions or personal protective equipment requirements that may be required under federal, state, or local law in response to the current pandemic. If any future performance is prevented or delayed by a force majeure event, the party whose performance is prevented or delayed shall promptly notify the other party of the existence and nature of the force majeure event causing the prevention or delay in performance. Any excuse from liability shall be effective only to the extent and duration of the force majeure event causing the prevention or delay in performance and, provided, that the party prevented or delayed has not caused such event to occur and continues to use diligent, good faith efforts to avoid the effects of such event and to perform the obligation. Notwithstanding other provisions of this section, the Contractor shall not be entitled to, and the City shall not be liable for, the payment of any part of the contract price during a force majeure event, or any costs, losses, expenses, damages, or delay costs incurred by the Contractor due to a force majeure event. Performance that is more costly due to a force majeure event is not included within the scope of this Force Majeure provision. If a force majeure event occurs, the City may direct the Contractor to restart any work or performance that may have ceased, to change the work, or to take other action to secure the work or the project site during the force majeure event. The cost to restart, change, or secure the work or project site arising from a direction by the City under this clause will be dealt with as a change order, except to the extent that the loss or damage has been caused or exacerbated by the failure of the Contractor to fulfill its obligations under this Agreement. Except as expressly contemplated by this section, all other costs will be borne by the Contractor. IX. CLAIMS. If the Contractor disagrees with anything required by a change order, another written order, or an oral order from the City, including any direction, instruction, interpretation, or determination by the City, the Contractor may file a claim as provided in this section. The Contractor shall give written notice to the City of all claims within fourteen (14) calehdar days of the occurrence of the events giving rise to the claims, or within fourteen (14) calendar days of the date the Contractor 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 Contractor unless a timely written claim is made in strict accordance with the applicable provisions of this Agreement. At a minimum, a Contractor'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. PUBLIC WORKS AGREEMENT - 4 A. Notice of Claim. Provide a signed written notice of claim that provides the following information: 1. The date of the Contractor'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 Contractor is asserting a schedule change or disruption. B. Records. The Contractor 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 Contractor'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. Contractor's Duty to Complete Protested Work. In spite of any claim, the Contractor 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 Contractor 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 Contractor completely waives any claims for protested work and accepts from the City any written or oral order (including directions, instructions, interpretations, and determination). X. LIMITATION OF ACTIONS. CONTRACTOR 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 CONTRACTOR'S ABILITY TO FILE THAT CLAIM OR SUIT SHALL BE FOREVER BARRED. THIS SECTION FURTHER LIMITS ANY APPLICABLE STATUTORY LIMITATIONS PERIOD. XI. WARRANTY. The Contractor warrants that it will faithfully and satisfactorily perform all work provided under this Agreement in accordance with the provisions of this Agreement. The Contractor shall promptly correct all defects in workmanship and materials: (1) when the Contractor knows or should have known of the defect, or (2) upon the Contractor's receipt of notification from the City of the existence or discovery of the defect. In the event any parts are repaired or replaced, 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 Contractor shall begin to correct any defects within seven (7) calendar days of its receipt of notice from the City of the defect. If the Contractor does not accomplish the corrections within a reasonable time as determined by the City, the City may complete the corrections and the Contractor shall pay all costs incurred by the City in order to accomplish the correction. XII. DISCRIMINATION. In the hiring of employees for the performance of work under this Agreement or any sub-contract, the Contractor, its sub-contractors, or any person acting on behalf of the Contractor 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 perform the work to which the employment relates. The Contractor shall execute the attached City of Kent Non-Discrimination Policy Declaration, and comply with City Administrative Policy 1.2. PUBLIC WORKS AGREEMENT - 5 fin-_ rh711// -,-I A/.. n.....c,. ....., 0...,,. XIII. INDEMNIFICATION. The Contractor 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 Contractor'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 the Contractor's work when completed shall not be grounds to avoid any of these covenants of indemnification. Should a court of competent jurisdiction determine that this Agreement is subject to RCW 4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the Contractor and the City, its officers, officials, employees, agents and volunteers, the Contractor's duty to defend, indemnify, and hold the City harmless, and the Contractor's liability accruing from that obligation shall be only to the extent of the Contractor's negligence. IT IS FURTHER SPECIFICALLY AND EXPRESSLY UNDERSTOOD THAT THE INDEMNIFICATION PROVIDED HEREIN CONSTITUTES THE CONTRACTOR'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 the Contractor 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 Contractor's part, then the Contractor 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 Contractor's part. The provisions of this section shall survive the expiration or termination of this Agreement. XIV. INSURANCE. The Contractor 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. XV. WORK PERFORMED AT CONTRACTOR'S RISK. The Contractor 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 the Contractor's own risk, and the Contractor 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. XVI. 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. 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 PUBLIC WORKS AGREEMENT - 6 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 XIII 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 the Contractor. 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 with Laws. The Contractor agrees to comply with all federal, state, and municipal laws, rules, and regulations that are now effective or in the future become applicable to the Contractor'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 Contractor 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 Contractor 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 Contractor agrees to cooperate fully with the City in satisfying the City's duties and obligations under the Public Records Act. J. City Business License Required. Prior to commencing the tasks described in Section I, the 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 Signatures 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 PUBLIC WORKS AGREEMENT - 7 to its effective date are ratified and affirmed, and the terms of the Agreement shall be deemed to have applied. CONT CTOR: CITY OF KENT: By: By' Print me: Jim Blair Print Name: Dana Ralph Its Project Manager Its Mayor DATE: 06/11/2024 DATE: 5/13/24 NOTICES TO BE SENT TO: NOTICES TO BE SENT TO: CONTRACTOR: CITY OF KENT: Jim Blair Michael D. Armstrong Corrections Technology Group LLC City of Kent 5615 East Trent Ave Ste 3 220 Fourth Avenue South Spokane, WA 99212 Kent, WA 98032 509-436-9060 (telephone) (253) 856-5969 (telephone) jim@corrtechgroup.cpm (email) marmstrong@kentwa.gov (email) APPROVED AS TO FORM: Kent Law Department ATTEST: ea;ie 6U& Kent City Clerk [In this field,you may enter the electronic filepath where the contract has been saved] PUBLIC WORKS AGREEMENT - 8 frliiar ct?nv mni-1 Ain Darfnrmannc Rnnrl) DECLARATION CITY OF KENT NON-DISCRIMINATION POLICY The City of Kent (City) is committed to conform to Federal and State laws regarding equal opportunity. As such all contractors, subcontractors, consultants, vendors, and suppliers who perform work with relation to this Agreement shall comply with the regulations of the City's equal employment opportunity policies. The City of Kent and its contractors are subject to and will comply with the following: • Title VI of the Civil Rights Act of 1964 (42 U.S.C. § 2000d et seq., 78 stat. 252), (prohibits discrimination on the basis of race, color, national origin); • 49 C.F.R. Part 21 (entitled Non-discrimination In Federally-Assisted Programs Of The Department Of Transportation-Effectuation Of Title VI Of The Civil Rights Act Of 1964); • 28 C.F.R. section 50.3 (U.S. Department of Justice Guidelines for Enforcement of Title VI of the Civil Rights Act of 1964). • Ch. 49.60 RCW (Washington Law Against Discrimination) The preceding statutory and regulatory cites hereinafter are referred to as 'the Acts and Regulations". The following statements specifically identify the requirements the City deems necessary for any contractor, subcontractor, or supplier on this specific Agreement to adhere to. An affirmation of all of the following is required for this Agreement to be valid and binding. If any contractor, subcontractor, or supplier willfully misrepresents themselves with regard to the directives outlined below, 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 statements 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 I, 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. During the performance of this contract, the contractor, for itself, its assignees, and successors in interest (hereinafter referred to as the "contractor") agrees as follows: PUBLIC WORKS AGREEMENT - 9 (Over$20K and No Performance Bond) A. Compliance with Regulations: The contractor, subcontractor, consultant, vendor, and supplier (hereinafter "Contractor") will comply with all Acts and the Regulations relative to non-discrimination, including those applicable to Federally- assisted programs of the U.S. Department of Transportation, State-assisted programs through the Washington State Department of Transportation, and generally under Washington's Law Against Discrimination, Ch. 49.60 RCW, as they may be amended from time to time, which are herein incorporated by reference and made a part of this contract. B. Non-discrimination: The contractor, with regard to the work performed by it during the contract, will not discriminate on the grounds of race, color, or national origin in the selection and retention of subcontractors, including procurements of materials and leases of equipment. The contractor will not participate directly or indirectly in the discrimination prohibited by the Acts and the Regulations, including employment practices when the contract covers any activity, project, or program set forth in Appendix B of 49 CFR Part 21. C. Solicitations for Subcontracts, Including Procurements of Materials and Equipment: In all solicitations, either by competitive bidding, or negotiation made by the contractor for work to be performed under a subcontract, including procurements of materials, or leases of equipment, each potential subcontractor or supplier will be notified by the contractor of the contractor's obligations under this contract and the Acts and the Regulations relative to non-discrimination on the grounds of race, color, or national origin. D. Information and Reports: The contractor will provide all information and reports required by the Acts and Regulations and directives issued pursuant thereto and will permit access to its books, records, accounts, other sources of information, and its facilities as may be determined applicable to contractor's contract by the City or the Washington State Department of Transportation to be pertinent to ascertain compliance with such Acts and Regulations and instructions. Where any information required of a contractor is in the exclusive possession of another who fails or refuses to furnish the information, the contractor will so certify to the City or the Washington State Department of Transportation, as appropriate, and will set forth what efforts it has made to obtain the information. E. Sanctions for Noncompliance: In the event of a contractor's noncompliance with the non-discrimination provisions of this contract, the City will impose such contract sanctions as it or the Washington State Department of Transportation may determine to be appropriate, including, but not limited to: a. withholding payments to the contractor under the contract until the contractor complies; and/or b. cancelling, terminating, or suspending a contract, in whole or in part. F. Incorporation of Provisions: The contractor will include the provisions of paragraphs (A) through (F) above in every subcontract, including procurements of materials and leases of equipment, unless exempt by the Acts and Regulations and directives issued pursuant thereto. The contractor will take action with respect to any subcontract or procurement as the City or the Washington State Department of Transportation may direct as a means of enforcing such provisions including PUBLIC WORKS AGREEMENT - 10 (Over$20K and No Performance Bond) sanctions for noncompliance. Provided, that if the contractor becomes involved in, or is threatened with litigation by a subcontractor, or supplier because of such direction, the contractor may request the City to enter into any litigation to protect the interests of the City. In addition, the contractor may request the United States to enter into the litigation to protect the interests of the United States. 6. During the performance of this contract, the contractor, for itself, its assignees, and successors in interest agrees to comply with the following non-discrimination statutes and authorities; including but not limited to: Pertinent Non-Discrimination Authorities: i. Title VI of the Civil Rights Act of 1964 (42 U.S.C. § 2000d et seq., 78 stat. 252), (prohibits discrimination on the basis of race, color, national origin); and 49 CFR Part 21. ii. The Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970, (42 U.S.C. § 4601), (prohibits unfair treatment of persons displaced or whose property has been acquired because of Federal or Federal-aid programs and projects); iii. Federal-Aid Highway Act of 1973, (23 U.S.C. § 324 et seq.), (prohibits discrimination on the basis of sex); iv. Section 504 of the Rehabilitation Act of 1973, (29 U.S.C. § 794 et seq.), as amended, (prohibits discrimination on the basis of disability); and 49 CFR Part 27; V. The Age Discrimination Act of 1975, as amended, (42 U.S.C. § 6101 et seq.), (prohibits discrimination on the basis of age); vi. Airport and Airway Improvement Act of 1982, (49 USC § 471, Section 47123), as amended, (prohibits discrimination based on race, creed, color, national origin, or sex); vii. The Civil Rights Restoration Act of 1987, (PL 100-209), (Broadened the scope, coverage and applicability of Title VI of the Civil Rights Act of 1964, The Age Discrimination Act of 1975 and Section 504 of the Rehabilitation Act of 1973, by expanding the definition of the terms "programs or activities" to include all of the programs or activities of the Federal-aid recipients, sub-recipients and contractors, whether such programs or activities are Federally funded or not); viii. Titles II and III of the Americans with Disabilities Act, which prohibit discrimination on the basis of disability in the operation of public entities, public and private transportation systems, places of public accommodation, and certain testing entities (42 U.S.C. §§ 12131-12189) as implemented by Department of Transportation regulations at 49 C.F.R. parts 37 and 38; ix. The Federal Aviation Administration's Non-discrimination statute (49 U.S.C. § 47123) (prohibits discrimination on the basis of race, color, national origin, and sex); X. Executive Order 12898, Federal Actions to Address Environmental Justice in Minority Populations and Low-Income Populations, which ensures Non-discrimination against minority populations by discouraging programs, policies, and activities with disproportionately high and adverse human health or environmental effects on minority and low-income populations; PUBLIC WORKS AGREEMENT - 11 (Over$20K and No Performance Bond) xi. Executive Order 13166, Improving Access to Services for Persons with Limited English Proficiency, and resulting agency guidance, national origin discrimination includes discrimination because of Limited English proficiency (LEP). To ensure compliance with Title VI, you must take reasonable steps to ensure that LEP persons have meaningful access to your programs (70 Fed. Reg. at 74087 to 74100); xii. Title IX of the Education Amendments of 1972, as amended, which prohibits you from discriminating because of sex in education programs or activities (20 U.S.C. 1681 et seq). xiii. Washington Law Against Discrimination (Ch. 49.60 RCW) 7. The submission of the final invoice for this contract will constitute a reaffirmation that the preceding statements were complied with during the course of the contract's performance. By signing below, I agree to fulfill the five requirements referenced above. By: Jim Blair For: Corrections hnology Group Title: Project Manager Date: 5/13/24 PUBLIC WORKS AGREEMENT - 12 (Over$20K and No Performance Bond) CITY OF KENT ADMINISTRATIVE POLICY NUMBER: 1.2 EFFECTIVE DATE: October 20, 2022 SUBJECT: INCLUSIVE CONTRACTING SUPERSEDES: January 1, 1998 APPROVED BY Dana Ralph, Mayor POLICY: Equal employment opportunity and non-discrimination in contracting 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. Further, all contractors, subcontractors, consultants, suppliers, grantees, or subgrantees of the City, regardless of the value of the Agreement, are required to sign the City's Non-Discrimination Policy Declaration, prior to commencing performance. 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 coordinate with the City's Title VI coordinator, and perform 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. PUBLIC WORKS AGREEMENT - 13 (Over$20K and No Performance Bond) BIDDER RESPONSIBILITY CRITERIA Certification of Compliance with Wage Payment Statutes This certification is required by state law (RCW 39.04.350(2)) to be submitted to the City before the contract can be awarded. The bidder hereby certifies that, within the three-year period immediately preceding the bid solicitation date, the bidder is not a "willful" violator, as defined in RCW 49.48.082, of any provision of chapters 49.46, 49.48, or 49.52 RCW, as determined by a final and binding citation and notice of assessment issued by the Department of Labor and Industries or through a civil judgment entered by a court of limited or general jurisdiction. I certify under penalty of perjury under the laws of the State of Washington that the foregoing is true and correct. Corrections Technology Group LLC By: Sig u e of Auth rized Official* Printed ame: Jim Blair Title: Project Manager Date: 5/13/24 City and State: Spokane, WA *If a corporation, proposal must be executed in the corporate name by the president or vice- president (or any other corporate officer accompanied by evidence of authority to sign). If a co- partnership, proposal must be executed by a partner. PUBLIC WORKS AGREEMENT - 14 (Over$20K and No Performance Bond) EXHIBIT A Tri-Star Detention A SUBSIDIARY OF CORRECTIONS TECHNOLOGY GROUP May 9, 2024 Michael Armstrong City of Kent Corrections 1230 South Central Ave. Kent, WA. 98032 Re: City of Kent Corrections—FOUR(4) cell door replacement Four (4) detention replacement doors: a. Supply and install four(4) detention doors b. Reuse existing door hardware c. Supply and install four(4)pieces of security glass d. Supply and install four(4) SSCO #1017 food pass/cuff port snap locks e. Prime paint finish f. Includes - Torx security screws g. Includes—State of Washington prevailing wage rates General Exclusions and Comments GENERAL EXCLUSIONS: • ALL other specification sections and/or divisions not noted above • New door hardware • UL rating labels at DHM door&window openings • Finish paint • Security screws (Torx security screws furnished for products supplied by Tri-Star Detention) • Temporary power,toilets, task lighting, water and heating. • LEED requirements • Any labor agreements or apprentice requirements • Insurances in excess of statutory limits • All Bonds and bond premiums • All Taxes, Fees and City/County Permits, (Federal, State,Local, Excise & Sales) Corrections Technology Group LLC—5615 E Trent Ave.,Suite 3,SPOKANE,WA 99212,509-436-9060 TRI-STAR DETENTION—16433 S.WINDY CITY RD.,MULINO,OR. 97042 GENERAL COMMENTS: • Upon receipt of written Notice to Proceed allow 4 to 6 weeks for submittals - shop drawings, schedules,product information& samples. • Allow 8 to 12 weeks for fabrication (not including shipping/freight durations) of DHM hollow metal frames and doors upon receipt of approvals, including standard/detention hardware and glass/glazing approvals • WA License#CORRECTG808RT • Pricing valid for 30 days The above noted will be furnished for the amount of= $ 39,912.00 Dan Graeber Project Manager/Estimator Cell 503-780-1759 EQUAL 12 718" EQUAL OUTDUT Z. ml ml5 N�U - -.-- -- •-- --- ---- FINISHED FLOOR >> ARCHITECT DOOR TYPE; 300D- 1 _ �----- --•; DOOR EDGE DETAIL: 76 DOOR END DETAIL: 77 ITEM 1:CUTOUT: 12.875"X 20.875" CLEAR OPENING: 1 V X 18" GLAZING POCKET: 13116" GLAZING DETAIL: 22R ITEM 2:FP: FP634-001 FP MOUNTING SIDE:HINGE CL WIDTH: CENTERED IN DOOR Cl HEIGHT: 37.188"A.F.F TRUSSPILT CENTERLINE LOCK, TEMPLATE DETAILS FOOD PASS,8 DOOR 10 GA REINFORCEMENT BEHIND LOCK STOCK PART DFR.02 10 j FOLGER ADAM 17,17M OR 17 r-O WI TURN PIECE LOCK ___ 11A"-20%1 VZI F.H. FURNISHED BY OTHERS Q Q A- SECURITY SCREWS BY c5i (STANDARD 176HONMf FOLGER ADAM�l'� u t;�a?Lp1 F a RELIEVE ALL EXPOSED SHARP EDGES G U CONT.FILLET WELD WELD '� AND GRIND Z m m 10 OA.CHANNEL SHAPED PIECE SMOOTH 27 _ � n n r l hm PUNCH 112%1-118"BOLT SLOT V 7 .L„ 10 GA.CHANNEL •0 E� B C 1NFIAANNFL CLEAR p„ I OPENING--, p B O K L10 DAUGE Z u�1 j P000 IA to pgUGE O �- e k i�e0 W Oj w�COVER� BACKUP 2 U .=rcy Cl PLATE ° Z .O UI U �UW p DRILL S TAP FOR 0 310•16(S}PLACES , - -------- --II m� o l a _ _ z HINGE 1 f"I€' � -;is z� I N' 1 I SEE DETAIL C-C I -� 6. 0 NOR_7HWEST NVJ6]i FPB HINGES Q 0 d I SHEET 2 OF 2 N G FURNISHED BY OTHERS 7w ----_ _- nw 1 iS"FDDD PASS OPENING WO 1T'COVER WIDTH VARIES— �O LL —1� AAACUTOVN— 1 115"%4-B7"X 10GA. FOOD PASS INSTALLATION FOR FOLGER ADAM 17 SERIIES IT�TB BACKIW PLATE LOCK WITH NORTHWEST NW631FPB HINGES. (LOCK AND HINGES FURNISHED BY HARDWARE SUPPLIER) 16"— — - ---- --- � ,. -- B-B I -T_-- i i I � 1 I I - n1l, .a Troy'^ of TL i f i ll I I I it I i — I I � I I ! I I I I I i al�. � %r Trussb 'llt Security Hollow Metal 1 ............. Detention Commerical Hollow Metal Hollow Metal Doors & Frames Doors & Frames � � -="- Aff WAF P'■ r AV Leading Innovator of Security Products for Over 80 Years I y w� Pq Trussbilt Security Hollow Detention Security Doors and Frames Trussbilt's detention hollow metal to maximize their expertise and 1^ products are used in prisons,jails, creativity when designing secure juvenile facilities and detention and safe facilities. centers worldwide.With over 4000 Trussbilt works closely with national successfully completed projects over the last 50 years,Trussbilt has the and regional architectural and highest installed base in the country. security consultants, collaborating We have pioneered rigorous stan- on the design of safe, secure, dards for detention applications, innovative and cost effective hollow helping to develop testing and metal products. Our Engineering performance standards used today and Research&Development staff across the country.We are ISO members work with design-build In total, our long experience, 9001:2000 certified and have been teams, bringing Trussbilt's extensive ISO certified since 1998. experience and substantial detention State-Of-the-art manufacturing products portfolio to the design effort. Trussbilt's proprietary software Trussbilt enjoys solid, long term environment, flexible systems, system,TEAMS (Trussbilt relationships with detention equip- Engineering Automation System), ment contractors.We are strong strong industry relationships, gives us a substantial advantage supporters of the DEC community over our competitors.TEAMS and work hard to maintain these and commitment to customer makes Trussbilt the industry leader relationships. in on-time delivery and gives us service mean Trussbilt will the ability to manufacture what Trussbilt's substantial retrofit you need,when you need it. experience means we can help deliver high quality detention This advanced software system, modernize existing detention combined with state-of-the-art facilities. Our retrofit food passes, products on time, y ever time. equipment, a talented workforce, vision kits and lock pockets can and a customer oriented business be installed in security doors; philosophy, makes us the most frame retrofits include electrified flexible hollow metal company in lock pockets, intercoms, and door the industry. position switches.Trussbilt has helped upgrade hundreds of Our flexibility allows designers, outdated detention facilities nation- security consultants and architects wide to current detention standards. ammommum MEMO an ,a mass ISO E .Iwo ... ......... �.. ... ..\.a 4 d L - • • r\.r Detention Security Doors Trussbilt doors are fabricated results in the strongest door on using Trusscore, a unique internal the market, one that will not i reinforcement system invented by delaminate over time. T Trussbilt in 1926.The Trusscore -` design gives us the ability to Trussbilt doors are custom manufacture the strongest door in built to architectural specifications and can accommodate the marketplace at a weight 20% requirements for: lighter than competing brands. Because of this innovative, light- larger size • bullet resistance weight construction, our doors vision and hardware The Trusscore design • will not overly fatigue expensive configurations hardware and locking mechanisms, security level gives us the ability reducing lost time and costs fire rating, including temperature rise associated with repairs and • cuff and shackle ports, to manufacture the maintenance. with plate,flush and sliding options • electrical or mechanical strongest door in the Trusscore is a truncated,triangular, intercoms roll-formed steel section extending Trussbilt's Safe-T-Feed continuously from one door face to device marketplace at a weight • lead lining the other. It spans the full length and additional vision reinforcement o 20/o lighter than width of the door.Trusscore is spot using wire mesh or bar grille welded every 3"vertically and every speakers 2 3/4"horizontally. louvers competing brands. • shutters All options are available for Special welding machines fuse the both sliding and swing doors. door face sheets to the Trusscore, Continuous steel forming a single welded structure. Trussbilt also offers the truss design This design gives the door strength following value-added options -- analogous to the structural strength to minimize field costs: of an I-beam.A typical Trusscore factory hardware installation door has over 800 weld points, factory glass/glazing installation Internally spot welded to both nearly 50%more than competing face sheets 3"on center • factory hanger and brands.This unified structure guide installation � I r Detention Security Frames Trussbilt door frames, borrowed rough buck frames light frames, exterior window split frames frames and curtain wall frames are • round bars, mild steel or TR fabricated using the most up-to-date steel equipment and software in the receiver columns industry.Trussbilt's experience, When inmate supervision is a flexibility and superior quality lead concern, size does matter, and to on-time submittal drawings and Trussbilt can fabricate borrowed deliveries,virtually guaranteeing a light and curtain walls to the Flexibility and successful hollow metal installation. designer's maximum size. Entire walls can be designed as glazed superior quality Trussbilt frames are custom built to window frames to maximize visual architectural specifications and can supervision in day rooms, recreation lead to on-time accommodate any requirement for: yards and visitation areas.These • size and shape frames, as well as those in control submittal drawings (includes arches, trapezoidal and tilt-out rooms, can be additionally variations) reinforced with heat treated bar and deliveries • vision and hardware or security wire mesh. configurations to assure • security level Our standard primer is specially • fire rating formulated to withstand the rigors successful of the typical construction site. • bullet resistance We also focus on preventing grout installations. • electrical or mechanical leaks by first covering hardware intercoms preps and screw holes with • glazing, infill, panel or standard grout protection,then wire mesh applications caulking them for double protection. • speak-through frame jambs for visitation areas • lead lining • key/paper pass • transaction drawers • thermobreak frames Detention Code and Hollow Specif ication Metal Complance Finishes Testing Trussbilt uses a high solid, low V.O.C. Trussbilt pioneered many of the standard two-part urethane primer specially test methods used today.We belong to formulated for us by Four Seasons, both HMMA and ASTM and comply with a Diamond Vogel company. Our five the following standards: stage cleaning system for frames • HMMA 863 uses a high pressure wash and Guide Specifications for Detention phosphatizing station complete with Security Hollow Metal Doors and an RO seal/rinse final stage. Doors Frames are pressure sanded over the entire ASTM F 2322 Standard Test Methods for Physical surface to ensure 100%primer Assault on Vertical Fixed Barriers for adhesion. Detention and Correctional Facilities • ASTM F 1450 Trussbilt recommends that all Standard Test Methods for Hollow Metal exterior doors and frames be Swinging Door Assemblies for Detention and Correctional Facilities(Passes fabricated using A60 galvannealed Security Level 1) steel. Galvannealed steel has been Door Assembly Impact Load Test successfully used by the auto • Door Static Load Test industry for many years. For highly • Door Rack Test corrosive conditions our stainless • Door Edge Crush Test steel series 409 is recommended, • ASTM F 1592 and series 304 is available. Standard Test Methods for Detention Hollow Metal Vision Systems (Passes Security Level 1)—Single Light and Multi Light Assembly Impact Test • Fire rating with UL and ITS, Intertech Testing Services • Bullet Resistance Test UL-752 Trussbilt Security • • Metal nteg rated Security Systems -- - Trussbilt security products include doors,frames, cell walls(TrussWall), g " and ceiling systems (TrussDek, BarrierDek and SecureDek). We can help design complete, - integrated secure space for minimum, medium or maximum security facilities.This integration across product lines gives .. ' architects, builders and owners the assurance of a single source security system backed by Trussbilt's experience, '■ unsurpassed quality, and commitment to customer satisfaction. lit ly L . .. K1 U � C-A f ow �1 � y r r 1 1 �I - • • r\.r Commerical Security Hollow Metal - Using the same technologies as Burglary and Vandalism those used in our industry-leading Trussbilt products provide maximum detention hollow metal products, security for residential and Trussbilt manufactures high quality commercial Safe Rooms.Their light hollow metal,wall and ceiling weight means they can easily be products for the commercial arena. installed in high rise facilities, and These products meet security TrussWall's innovative design makes We use the same technologies requirements posed by a variety it especially appropriate for retrofits. of threats. Similarly, businesses may need that provide security burglar and vandal-resistant products Homeland Security/Terrorism for their storefronts, rear entries, in a detention setting Trussbilt's security walls, doors and computer rooms, or areas holding frames are bullet and blast/pressure highly proprietary equipment and to meet security requirements resistant, protecting facilities from information.And, in non-detention forced entry and destructive actions. areas in correctional facilities, such posed by homeland security/ Military installations, petrochemical as administrative offices,vocational manufacturing plants, refineries, terrorism, severe weather, and educational areas, laundry rooms, courthouses, power plants,water and food stores,Trussbilt commercial works, laboratories, airports and burglary and vandalism. hollow metal can provide an extra schools can all benefit from the level of security. extra security provided by our commercial security hollow metal. All Trussbilt commercial security products are available with the Severe Weather following options: Trussbilt products have proven their fire ratings ability to stand up to flying debris thermal break properties associated with tornadoes and lead-lining hurricanes.They can be used in pre-finished surfaces single family/residential construction bullet resistance as well as in shelters for multiple families and commercial facilities. - Leading Innovator of Security Products for Over 80 Years Trussbilt has designed and manufactured high quality security products since 1926. , 7,-7-- Trussbilt's products are used in over 2,000 UW. r� prisons throughout the world. - f ���A _ l •TrussWall Security Walls . •Security Ceilings fll/■, _VAN , •Detention Doors and Frames r f AIN Ir11 •Safe-T-Feed Food Pass System x AWAIF IA, •Detention Furnishings We have developed and pioneeredf - a performance tests that demonstrate the superiority of hollow metal fabrication for security.Trussbilt's racking load test, static load test, impact test and edge crush load test have become industry r standards. 3� Our expertise and experience position us as the detention industry's market leader. ■ ling insom ISO 9001:2000 Certified Nrlfl■ img99■ The product detail and specification information IMF mom provided herein reflects past experience and is for r� reference purposes.Trussbilt reserves the right to ■9f9n9i0 modify designs and specification requirements. Details will be provided to meet project specification requirements or upon request for specific applications. Ni 'V Trussbilt www.trussbilt.com GENERAL OFFICES MANUFACTURING FACILITIES 550 Oak Grove Parkway Main Plant North Plant/Ceiling Products Vadnais Heights, MN 55127-8509 555 Lincoln Avenue NW 801 Lincoln Avenue NW TEL: 651.633.6100 Huron, SD 57350 Huron, SD 57350 FAX: 651.633.7100 TEL: 605.352.5283 TEL: 605.352.7096 FAX: 605.352.7141 FAX: 605.352.7153 DOOR MOUNTED FOR SMALL SWINGING DOORS 1017AMedium security. SNAPLATCH 101 7A-1 : KEYED ONE SIDE APPLICATION: For food passes, observation shutters and other small swinging doors where ! snaplatching is desired. FUNCTION: Key activated unlatching. Snaplatches upon closing. 1 r 1 Revised 3/09 FOR MORE INFORMATION,PLEASE CALL 210.533-1231 D5 DOOR MOUNTED FOR SMALL SWINGING DOORS 1017A SNAPLATCH Medium security. STANDARD FEATURES: • Automatic snaplatch • Six heavy-duty tumblers • Mounting fasteners o� OPTIONAL FEATURES: EXTENDED BOLT - Used for hollow metal door mounting. Specify 1 inch". THUMBTURN - Retracts latchbolt without key. LOCK: LHSB RHRB Specify "1017AT". HOW TO ORDER: Specify: 1 . quantity TECHNICAL DATA: 2. Key code instructions • STANDARD FINISH: • LOCK SIZE: Galvanized 4.4" L x 3.15" H x 1.35"TK • COVER: Steel • LOCK WEIGHT. 3 lbs. • CASE: Steel • LATCHBOLT SIZE: • LATCHBOLT: Steel 1-1/2" H x 3/4" TK • PARACENTRIC • LATCHBOLT: CYLINDER: 5/8" extended Silicon bronze/ 1/2"travel copper alloy • TUMBLERS: Spring tempered brass. Tumblers actuated by phosphor bronze springs, six tumblers per lock ri D6 Revised 3/09 FOR MORE INFORMATION,PLEASE CALL 210.533-1231 Specification Sheets GWing PRODUCT NAME: 9/16" Clear Secur-Tem+ Poly° PRODUCT CODE: 2117 PERFORMANCE TESTING: Forced Entry: H.P.White Level I-TP-0500.03 ASTM 1915 Grade 4(10)minute containment Ballistic: .38 Special handgun, 3 shots in an 8"Circle, 158 grain lead,20 feet. Spall with no penetration. CONSTRUCTION: 1/8"Heat Strengthened .050" Urethane 1/4"Polycarbonate .050" Urethane 1/8"Heat Strengthened THICKNESS: 9/16"Nominal(.5625) THICKNESS TOLERANCE: .5344"/.6188" WEIGHT: 4.83 Lbs./Square Foot MAXIMUM SIZE: 60" x 96" OPTIONS: Tinted glass,transparent mirror, reflective glass,wire glass, Low E glass, insulated units.(The use of some options may alter product thickness) TECHNICAL DATA: U-Value- .81 Shading Co-efficient- .86 Light Transmission- .79 APPLICABLE STANDARDS: ANSI Z97.1 ASTM C 1349 CPSC 16 CFR 1201 (Category I and II) ASTM C 1422 ASTM C 1036 ASTM C 1048 SINGLE RESPONSIBILITY: Global Security Glazing products are covered by our Single Responsibility°Program that ensures one firm has handled and is accountable for all phases of manufacturing. INSTALLATION: All glass should be installed in accordance with the guidelines set forth in the current edition of the Glass Association of North America (GANA) Glazing and Sealant Manuals. Glazing systems should incorporate a weep system to allow moisture and water to escape the glazing channel. Recommended Clearance: Face: 1/8"per side Edge: 1/4" Bite: 1" D002A 4/08 616 Selfield Road-Selma,Alabama 36703 Tel: 800-633-2513-Fax: 334-875-2704—www.security-glazing.com Exhibit _B_ Insurance Requirements Insurance 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: Commercial General Liability insurance shall be written on Insurance Services Office (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. If a general aggregate limit applies, either the general aggregate limit shall apply separately to this project/location or the general aggregate limit shall be twice the required occurrence limit. The Contractor may use Umbrella or Excess Policies to provide the liability limits as required in this Agreement. This form of insurance will be acceptable if all the Primary and Umbrella or Excess Policies shall provide all the insurance coverages herein required. The Umbrella or Excess policies shall be provided on a true "following form" or broader coverage basis, with coverage at least as broad as provided on the underlying Commercial General Liability insurance. Automobile Liability insurance providing bodily injury and property damage liability coverage for all automobiles/vehicles used in the performance of this Agreement. This coverage must be on a primary and non-contributory basis only. Coverage shall be written on 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. Workers' Compensation coverage for the employees of Contractor and subcontractors as required by the Industrial Insurance laws of the State of Washington. B. Minimum Amounts of Insurance Contractor shall maintain the following insurance limits: Commercial General Liability insurance shall be written with limits no less than $2,000,000 per occurrence, $2,000,000 general aggregate, and $2,000,000 products-completed operations aggregate limit. Primary Non-Contributory Additional Insured coverage for the City of Kent, et. al. Stop Gap Liability - $1,000,000/$1,000,000/$1,000,000 Waiver of Subrogation Automobile Liability insurance with a minimum combined single limit for bodily injury and property damage of $1,000,000 per occurrence. If the Contractor maintains broader coverage and/or higher limits than the minimums shown above, the City requires and shall be entitled to the broader coverage and/or the higher limits maintained by the Contractor. Any available insurance proceeds in excess of the specified minimum limits of insurance and coverage shall be available to the City. The above policy limits may be obtained with excess liability (umbrella) insurance. C. Other Insurance Provisions The insurance policies are to contain, or be endorsed to contain, the following provisions: 1. The Contractor's insurance coverage shall be primary insurance with respect to the City. Any insurance, self-insurance, or insurance pool coverage maintained by the City shall be in excess of the Contractor's insurance policies and shall not contribute to the Contractor's insurance policies. 2. Contractor's insurer must deliver, or mail written notice of cancellation to the named insured at least forty-five (45) days before the effective date of the cancellation. The Contractor's insurance policy shall include an endorsement that provides the City with written notice of cancellation forty-five (45) days before the effective date of the cancellation. If Contractor's insurer fails to provide the City with a copy of the notice of cancellation endorsement, the Contractor must notify the City of any cancellation, nonrenewal or termination within two (2) business days of their receipt of such notice. 3. The City of Kent shall be named as an additional insured on all policies (except Professional Liability) with respect to work performed by or on behalf of the Contractor and a copy of the endorsement naming the City as an 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 claims are made or suit is brought, except with respect 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 A:VII. 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. The City waives no rights, and the Contractor is not excused from performance if Contractor fails to provide the City with a copy of the endorsement naming the City as a Primary Non-Contributory Additional Insured. F. Subcontractors Contractor shall include all subcontractors as insureds under its policies or shall furnish separate certificates and endorsements for each subcontractor. All coverage for subcontractors shall be subject to all the same insurance requirements as stated herein for the Contractor. CORRTEC-01 BBORDEN ACORO CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DD/YYYY) 8/28/2023 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 policy(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 Brian Borden NAME: Alliant Insurance Services,Inc. PHONE FAX 818 W Riverside Ave Ste 800 (A/C,No,Ext): (A/C,No): Spokane,WA 99201 ADDRESS:Brian.Borden a(J�411iant.com INSURERS AFFORDING COVERAGE NAIC# INSURER A:Landmark American Insurance Company 33138 INSURED INSURER B:Travelers Casualty Insurance Company of Americ 19046 Corrections Technology Group,LLC INSURER C: 5615 E Trent Ave,Suite 3 INSURER D: Spokane Valley,WA 99212 INSURER E INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: 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. INSR TYPE OF INSURANCE ADDL SUBR POLICY NUMBER POLICY EFF POLICY EXP LIMITS LTR INSD WVD MM DD YYYY MM DD Y A X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 CLAIMS-MADE X OCCUR LHA114044 7/11/2023 7/11/2024 DAMAGE TO RENTED 100,000 X PREMISES Ea occurrence $ MED EXP(Any oneperson) $ PERSONAL&ADV INJURY $ 1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2,000,000 POLICY❑X PRO- POLICY ❑ LOC PRODUCTS-COMP/OP AGG $ 2,000,000 OTHER: PER PROJECT AGG $ 5,000,000 B AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT 1,000,000 Ea accident $ X ANY AUTO BA2N329939 7/11/2023 7/11/2024 BODILY INJURY Perperson) $ OWNED SCHEDULED AUTOS ONLY AUTOS BODILY INJURY Per accident $ HIRED NON-OWNED PROPERTY DAMAGE AUTOS ONLY AUTOS ONLY Per accident $ A X UMBRELLA LIAB X OCCUR EACH OCCURRENCE $ 5,000,000 EXCESS LIAB CLAIMS-MADE LHA103500 7/11/2023 7/11/2024 AGGREGATE $ 5,000,000 DED RETENTION$ $ A WORKERS COMPENSATION PER OTH- AND EMPLOYERS'LIABILITY STATUTE ER Y/N LHA114044 7/11/2023 7/11/2024 1,000,000 ANY PROPRIETOR/PARTNER/EXECUTIVE ❑ E.L.EACH ACCIDENT $ OFFICER/MEMBER EXCLUDED? N/A (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $ 1,000,000 If yes,describe under 1,000,000 DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached if more space is required) City of Kent,their agents,representatives,employees or subcontractors are Additional Insured with respect to the General Liability per form attached. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE City of Kent THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN y ACCORDANCE WITH THE POLICY PROVISIONS. Attn: Michael D Armstrong 220 Fourth Avenue South Kent,WA 98032 AUTHORIZED REPRESENTATIVE ACORD 25(2016/03) ©1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD POLICY NUMBER: LAH114044 COMMERCIAL GENERAL LIABILITY CG20101219 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s) Location(s) Of Covered Operations ANY PERSON(S) OR ORGANIZATION(S) REQUIRED BY WRITTEN CONTRACT OR AGREEMENT AND AS PER PARAGRAPHS A., B., AND C. BELOW Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section II - Who Is An Insured is amended to 2. If coverage provided to the additional insured include as an additional insured the person(s) or is required by a contract or agreement, the organization(s) shown in the Schedule, but only insurance afforded to such additional insured with respect to liability for "bodily injury", "property will not be broader than that which you are damage" or "personal and advertising injury" required by the contract or agreement to caused, in whole or in part, by: provide for such additional insured. 1. Your acts or omissions; or B. With respect to the insurance afforded to these 2. The acts or omissions of those acting on your additional insureds, the following additional behalf; exclusions apply: in the performance of your ongoing operations for This insurance does not apply to "bodily injury" or the additional insured(s) at the location(s) "property damage" occurr ing after: designated above. 1. All work, including materials, parts or However: equipment furnished in connection with such work, on the project (other than service, 1. The insurance afforded to such additional maintenance or repairs) to be performed by or insured only applies to the extent permitted by on behalf of the additional insured(s) at the law; and location of the covered operations has been completed; or CG 20 10 12 19 © Insurance Services Office, Inc., 2018 Page 1 of 2 2. That portion of "your work" out of which the 2. Available under the applicable limits of injury or damage arises has been put to its insurance; intended use by any person or organization whichever is less. other than another contractor or subcontractor engaged in performing operations for a This endorsement shall not increase the principal as a part of the same project. applicable limits of insurance. C. With respect to the insurance afforded to these additional insureds, the following is added to Section III- Limits Of Insurance: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement; or CG 20 10 12 19 © Insurance Services Office, Inc., 2018 Page 2 of 2 State of Washington Department of Labor & Industries Prevailing Wage Section - Telephone 360-902-5335 PO Box 44540, Olympia, WA 98504-4540 Washington State Prevailing Wage The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benefits. On public works projects, worker's wage and benefit rates must add to not less than this total. A brief description of overtime calculation requirements are provided on the Benefit Code Key. Journey Level Prevailing Wage Rates for the Effective Date: 6/5/2024 County Trade Job Classification Wage Holiday Overtime Note *Risk Class King Carpenters Acoustical Worker $74.96 15J 4C View King Carpenters Bridge, Dock And Wharf $74.96 15J 4C View Carpenters King Carpenters Floor Layer Et Floor Finisher $74.96 15J 4C View King Carpenters Journey Level $74.96 15J 4C View King Carpenters Scaffold Erector $74.96 15J 4C View