Loading...
HomeMy WebLinkAboutR-2013-106 Police Vehicles Up-Fit Agreement with Day Wireless SystemsA RESOLUTION RESOLUTION NO. R-2013-106 authorizing the City manager to execute an agreement between Day Wireless Systems and City of Yakima for the Up -Fit of sixty three (63) new Police vehicles. WHEREAS, the City of Yakima (City) has purchased sixty three (63) new Police vehicles for its fleet that will need Up -Fit and installation of Yakima Police Department specialized equipment; and WHEREAS, the City does not have the staffing to perform the Up -Fitting of sixty three (63) vehicles within four (4) months; and WHEREAS, Day Wireless Systems has a contract in good standing with Yakima County (County) for Bid C11306, Mobile Radio Install and Service, that may be utilized by the City for the installation and Up -Fit of the City's new Police vehicles; and WHEREAS, by using the County contract with Day Wireless Systems the City does not have to go out to bid thus saving the City time and money; and WHEREAS, if the City is satisfied with the performance of Day Wireless Systems there is an option to extend the contract for multiple years; now, therefore BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF YAKIMA: The City Manager of the City of Yakima is hereby authorized and directed to execute all applicable contracts to hire Day Wireless Systems for installation and Up -Fit of the City's Police vehicles with the City's specialized equipment at $2,642.50 per vehicle and an estimated total at $166,477.50 (the actual total amount will be determined by the number of vehicles to be Up -Fitted and on the parts and equipment provided by the Yakima Police Department). ADOPTED BY THE CITY COUNCIL this 20th day of August, 2013 Micah Cawley, ayor AGREEMENT THIS AGREEMENT is entered into between CITY OF YAKIMA, Washington, herein referred to as the "City" whose address is 129 N. 2nd St. Yakima, Washington, 98901 and Day Wireless Systems whose address is 730 N. 16th Avenue, Suite 1, Yakima, Washington 98902 hereinafter referred to as the "Contractor". WITNESSETH: In consideration of the terms and conditions contained herein and the attached Bid documents C11306, which are made part of this contract by this reference, the parties agree as follows: 1. The City of Yakima intends to utilize Yakima County contract C11306 (Attachment C), which allows for the expansion to provide additional services normally offered by the Contractor, and for Intergovernmental Purchasing per Washington State Interlocal Cooperative Act RCW 39.34. 2. The Contractor shall do all work and furnish all materials necessary for performing the work in accordance with and as described in the attached Bid documents and Contractor's Proposal dated February 25, 2013 (Attachment B). 2.1 The Contractor agrees to have the up -fit of three (3) vehicles completed per week with installation of all parts, dependent upon availability, based on a 5 -day business work week excluding national holidays with exception of the first vehicle up -fit of each type. 3. The City agrees to pay for the work as set forth in the Bid documents at the time and in the manner and upon the conditions provided. 3.1 In addition, the City agrees to pay for the labor to install additional items as outlined in Attachment A. 3.2 If the Contractor does not complete three (3) vehicles per week as outlined in 2.1 then the City will not pay the additional charge listed on Attachment A, line 3. 4. This Agreement contains all terms and conditions agreed upon by the parties. No change or addition to this Agreement shall be valid or binding upon either party unless such change or addition is in writing and executed by both parties. All terms of the attached Bid documents, Contractor's Proposal (Attachment B), and the City of Yakima Additional Scope of Service (Attachment A), are incorporated herein by this reference. 5. The parties agree that the Contractor is an independent contractor and not an agent or employee of the City. Agents, employees, servants, or representatives of the Contractor shall not be deemed to be employees, servants, or representatives of the City for any purpose. Employees of the Contractor are not entitled to any benefits the City provides for City employees. 6. The contractor agrees that is shall not discriminate against any person on the grounds of race, creed, color, religion, national origin, sex, sexual orientation, age, marital status, political affiliation or belief, or the presence of any sensory, mental or.physical handicap Page 1 of 2 in violation of the Washington State Law Against Discrimination (RCW chapter 49.60) or the Americans with Disabilities Act (42 USC 12101 et seq.). In the event the Contractor violates this provision, the City may terminate this Agreement immediately and bar the Contractor from performing services for the City in the future. 7. The Contractor shall not assign or subcontract any portion of the contracted activities without obtaining prior written approval from the City. 8. The Contractor shall indemnify and hold harmless the City, its officers, agents and employees, from all liability, loss of damage, including costs of defense they may suffer as a result of claims, demands, actions, damages, costs or judgments which result from the activities to be performed by the Contractor, its agents, employees, or subcontractors pursuant to this Agreement. 9. The Contractor shall provide to the City proof of insurance. City of Yakima shall be named as an additional insured with Additional Insured Endorsement on said insurance policies. 10. This Agreement shall be governed by the laws of the State of Washington. Any action, suit, or judicial proceeding for the enforcement of this Agreement shall be brought in the Superior Court for the State of Washington in Yakima County, Washington. 11. The period of this agreement shall be from the date of execution through April 2, 2018. Prices shall remain firm, as proposed, for the first year of the contract unless an exception is stated in the proposal. The City may, at its option, extend the contract on an annual basis, subject to a successful price agreement. Any changes to U.S. Postal regulations or other laws or regulations affecting tax statement production and mailing that are enacted or in force in subsequent contract years, shall be negotiated a the time of renewal. 12. Either party may terminate this contract for convenience upon (60) sixty days written notice sent by certified mail to the addresses listed above, per the terms and conditions of the Bid documents. IN WITNESS WHEREOF the parties have executed this Agreement the day and year first above written. CITY OF , AKIMA Bv: Tony O' R:t urke, ity anager ATTEST: Dal G J rcJe S (Name of Contra tor) • Sonya ar Tee, City Cle BY: TM Pa)",0-0 Its: AlIw^A CVC e CITY CONTRAC F NO4-.14/ 3`/'7 Y' RESOLUTION NO. / 3'/OCp eR Page 2 of 2 The City Yakima Police Department Bid 11332 Piggyback off County Bid C11306 Scope of Services to Be Performed Attachment A Installation of equipment to City of Yakima's own vehicles per Yakima Police Department specifications at Contractor's local facility. Equipment to be installed shall include: • Two -Way Radio • VHF Radio Antenna • Siren • Siren Speaker • Siren/Lighting Controller • Light Bar • Opticom equipment and other lighting equipment, including push bar lights and any other lights or wigwag controllers, etc. that are already installed on vehicle but are not wired. • Coban recording system and accessories, including cameras, microphones and an AM/FM radio kill relay. • Mobile Data Computer, stand and accessories including GPS equipped modem and antennas. • Gun Lock and wiring to siren/lighting controller. • Foot Pedal Transmission Interlock. • Drink Cup Holder. • Partitions ➢ Sedans, to separate the rear seat from the driver. ➢ SUVs, one to separate the rear seat from the driver and one to separate the rear seat from the back with equipment cabinet. • Equipment Cabinet (SUV Only). Shall be mounted to the back side of the rear partition that separates the rear seat from the back. The above equipment that is remote mounted in the rear of the vehicle will be mounted to a plywood board. In the SUVs, the plywood board will be installed in the equipment cabinet but can be removed for ease of servicing. In the sedans, the plywood board is attached to the factory installed tray located in the trunk of the sedan. The Equipment mounted on the plywood board in both the SUV and sedan should be mounted with extra length of wiring to allow the mounted equipment to reach the rear of the vehicle. The City will supply: • The above equipment except the VHF radio antenna and plywood. • Custom made brackets for Coban, radio/siren control head and the push bar lights on sedans • Installation notes and diagrams to assist the Contractor. Bid 11332 Police Vehicle Up -Fit Piggyback off County Bid C11306 Page 1 of 2 The Contractor will supply the following parts. These parts shall all be as identical as possible to those used in other Yakima Police Department vehicles. Any exceptions must be approved with the City's project manager before installation. • VHF two-way radio antenna. • CAT 5e extension cable for computer to modem link. • A timed power relay. • All other necessary wiring, connectors, relays, fuses/fuse holders, wire loom, tie wraps, terminal trips and other small parts. • Plywood board The Contractor shall provide a local, secure, indoor location that is adequately sized for all vehicle equipment installation, receiving and unpacking equipment and inventory, and storage of equipment and inventory. City will also contract with Day Wireless for extra storage of City's equipment and inventory at $600 per month. All storage of City's equipment shall be secure and separate from all other Contractors regular business including their inventory and storage of their inventory. City authorized personnel will have access to all Inventory and Storage area during regular business hours and in a timely manner. A City representative will inspect all equipment and materials delivered to the Contractor's site and give approval prior to installation by the Contractor. Storage of all vehicles not under construction will be provided by the City at a separate location. The City will in a timely manner perform all vehicle transportation to and from the Contractor's site and all necessary, promised materials that are not directly shipped to the Contractor. After the first build of each vehicle type (sedan and SUV) a City representative will inspect and test vehicle up -fit. After City's approval, the Contractor will complete three (3) vehicles per week providing availability of City owned equipment. A week will consist of five (5) working days excluding national holidays. In the event that three (3) vehicles per week are not complete and ready for use, the City will not pay the $400 outlined in Attachment A, line #3 for additional labor for the output of three (3) vehicles per week. The City will allow, if needed, the vendor to inspect the setup of a current City Police vehicle. City's Project Manager will also be available to answer questions during vehicle assembly. City Project Manager Dave Brush, Electronics Supervisor 509-575-6110 As in the original Bid C11306, any additional parts or special builds will be discussed with the customer and billed separately on invoice. Unit price can be rounded to the nearest whole dollar. Bid 11332 Police Vehicle Up -Fit Page 2 of 2 Piggyback off County Bid C11306 • ATTACHMENT A July 25, 2013 City of Yakima Police Vehicle Up -Fit Parts and Labor Per Vehicle Line Qty. Description Unit Price Total Price Total Labor Cost Per Vehicle 1 1 Labor for typical Build $900.00 $900.00 2 1 Labor for MDC Sytem (Coban) $600.00 $600.00 3 1 Add'I labor for output of 3 vhicles per Week $400.00 $400.00 Labor Per Vehicle - Sub Total: $1,900.00 Parts List Per Police Vehicle 4 3 Tyco relay $16.60 $49.50 5 1 VHF antenna (Two-way) $15.00 $15.00 6 1 Coax kit (Two-way) $15.00 $15.00 7 1 Terminal strip 12pos $11.00 $11.00 8 2 ATC fuses 3amp $1.50 $3.00 9 4 pin contact $3.00 $12.00 10 - 1 Fuse block 10pos. ATC $19.50 $19.50 11 1 Fuse block 4pos. Maxi ATC $40.50 $40.50 12 7 ATC fuses 10amp $1.50 $10.50 13 1 Maxi ATC 20amp $4.50 $4.50 14 2 Maxi ATC 30amp $4.50 $9.00 15 1 Maxi ATC 50amp $4.50 $4.50 16 1 1/4" Loom Included $0.00 17 1 3/8" Loom Included $0.00 18 1 1" Loom Included $0.00 19 1 25' RJ45 cat5e cable $16.50 $16.50 20 1 Timer $77.00 $77.00 21 2 Single power point $15.00 $30.00 22 1 3/4" plywood board w/Mount. Hdwr. $25.00 $25.00 23 1 Mounting tray fold down If not supplied List - 5% 24 1 Mount for Dash If not supplied List - 5% 25 1 Mount for Coban If not supplied List - 5% 26 1 Mount for gunlock If not supplied List - 5% 27 2 Mount for Raider Lights If not supplied List - 5% 28 1 Air Link Modem If not supplied List - 5% 29 1 Air link antenna If not supplied List - 5% 30 1 P -clips Included $0.00 31 1 Wire Ties Included $0.00 32 12 17 wire, mult color 20' pigtail $300.00 $300.00 33 1 Misc. wires, Connectors, programming $100.00 $100.00 Parts Per Vehicle - Sub Total: $742.50 Items not supplied by City of Yakima will be at 5% off list The contract remains the same, these are specific items requested per the YPD builds. Yakima County Bid Documents & Specifications for Bid No, C11306 1),61) prel 6.5 str, hyvok •F:.vf 0110: VI Aid -PO Bid Documents Notice to Bidders Bid Fora "Sample Work Order Non -Collusion Declaration Sign ti Sheet ,Specifications General Speeif cation Special Conditions Technical Specifications General Provi:lions Comet Documents Sample Contract Sample CertiticAte of IOsurande Additional Insured -Endorsement T'S. & -r1:0 kr r v L? 1e.r mg$1—tie fikie(LO.X41,:anCtI StArir tt'ed water. ira' f_ s may 00. doom -Pc! unresponsive. City of YakiniafYakirna County Purchasing Division 129 North Second Street Yakima, Washington 98901 00) 51S-6053 February 2162013 CI 1306 Mu"=c"k 6i r3iv Ia iMI isird k.raidti t`s 4' kiwi l assn Sri silTi. 9 vI'3ir BOARD OF YAKIMA COUNTY COMMISSIONERS NOTICE TO BIDDERS NOTICE IS HEREBY GIVEN by the undersigned that sealed Requests for Bids will be accepted on Thursday,, March 7., 2013 @ 11;00 a.m., in the Yakima County Commissioners, Office, 128 North Second Street, Room 232, Yakima., Wa.shin9tC n for. Mobile Radio Install and Service Yakima. County Sheriff's Office Proposals shall be; ( 1) Sealed. (2) Plainly marked; Bid No C11306 (3) Addressed: Yakima County Courthouse Board of Yakima County Commissioners Attn: T iera Girard, 'Clerk. of the Board 128 North Second Street, Room 232 Yakima, Washington 98901 (4) Bids must be in the CffCP. of the Yakima County Commissioners on or before the bid time of 11 O0 am. on ThuPSday_ March 7, 2013 and will be opened shortly thereafter across the street it City Hail in the Engineering Conference Room, since City/'County functions ns are now merged. Specifications may be seen at the office of the Purchasing Manager, City of Yakima, 129 North Second Street, Yakima WA andior the office of Clerk of the Board of Yakima County Commissioners. Yakima County Courthouse, 128 North Second Street, Room 232, Yakima, WA Specifications may be obtained online at wvow.trakimawa.00vIservicosiourchasirig Click on Bid Openings. The Board reserves Me rrgtdt to reject any and all bids, arparts thereof. DONE this 21st day of February 2013. (Seal) Fiera Gird. Clerk of the Board ti Publish: Yakima Herakr-Repub:tic: February 21, 2013 .'@ f • � s MtJt Ir K.1dia 1::_2::15 tih,rrifP;'•1'lljMt INVITATION TO BID - NOT AN ORDER BID NCI. CllaG6 CITY OF YAKIMAIYAKIMA COUNTY PURCHASING DivaSION DATE 02i21/13.,_ 129 N. 2ND STREET YAKIMA, WASHINGTON S.8901 PHONE 675-6,093 ___ VENDOR PLEASE BIC) ON THIS FORM, RETURN MARKED NO BIEr IF YOU CANNOT i;1.10, AND REASON IN ORDER TO REmAIN ON VENDOR UST.. .ADDRESS 7.30 BIDS WILL BE RECEIVED \i/c1 k1- 5810.0/ UNTIL 11;001 Ailaoch 7. P013 ,-21-18'- 03/ 'LI OPENING 11 :OD fvla.rctr 7. 2013 TO BIDDER: PLEASE BID -YOUR LOWEST PRICE, BEST DELIVERY DATE AND PAYMENT DISCOUNT TERMS FOR THE FOLLOWING. ME COuNTY RESERVES THE RJGHT TO REJECT ANY OR ALL BIDS AND TO ACCEPT ANY OR ALL ITENIS AT THE PRICE BID. 71-lE COUNTY INTENDS TO AvirARO THIS CONTRACT WITHIN 60 CALENDAR DAYS. hem Oiy. Unit No. Description Unit .Price Total The Yakima County Sheriff's Office is requesting bids for Mobile Radio Install and ServiCe. Vendor will perform, inotaltation of radio, siren, modem: and lightlng equipment per customer specifications using :customer ,owned parts. As specified in Technical Specifications, pg 12. 1. 1 Each Lor to Build Typical Police Vehicte 2. 2 Each Coax Kit 3. 1 Each VHF Antenna , /6- 4.I Each FME to TNC ), , .tr-- la - '1 5. Each FME to Mini -UI :,.... •:6477) ' ...... 4- . , . 6. 1 Each 6 PasSitiOn Fuse Block ... ,,,,.. 5-,L,,1 5-- 7. 3. Each Relay's 18. Each Data Antenna - 9. Each Torininal Strip :,,„-46,taraiOgfbizernoa. 1 Each ,GPS.Almenna CL LI?olidOilfLudiir limhdrund Siu fr Yaki=i0=.r....*Rho.rifislci $ Fornt CI 13(k6 eointi.r4u) Item Qty, Unit No_ Description nittPrice7.-1 Total 11, 1 Each '3 Position Ci Plug 12_ Each Moder Data Cable 13. 1 Each Misc. Wire, Connectors, Programmin 14. 1 Each Uninstall Quote. Io - LqL- 14_ 1 Each Hourly Rate for Repairs at Shop 757— PERCENTAGE DISCOUNT OFF LIST PRICING FOR ANY OTHER ITEMS: 5 7.& DELIVERY: WE (l) WILL DELIVER COMPLETE THE ABOVE UNITS WITHIN _(p DAYS FROM RECEIPT OF ORDER AND AT PRICES AND TERMS SPECIFIED UNLESS OTHERWISE NOTED, F.0,B, POINT Y/W1191A,,MLINTY SHERIFF'S OFFICE YAKIMA, WASHINGTON 989Q1 I IU.locii,-,0m;311 and l'inreig41 fea V..7,141 C..oito4)^ I1fL SAMPLE WORK ORDER Use the following example for the purpose of ousting the items listed below..Sample work order irnust be filled rSut:and submitted With bid or bid may be declared unresponsive, All services perforrriecd and/or parts supplied must meet or exceed the original, equipment' maauafacturer% warranty irequirernents Labor to Build Typical Police Vehicle Relay's VHF Antenna EA • IA FRJI � to Mini -UI -IF Vehicle 'Deptty Unit Total Prig 6 Posiliion Fuse Block CI I Y1;, tj,;bila Wadi.) instill !Aid Senle.6 iuu Vzhiticn f:uurq /Z341 5 a i J2-34 )2.311 900 - 3Q- �` Equipment: S ?GP,. Irostallaticn $ 6300 a Freight: INCLUDED Sub -Total: $ / Jr ( 1 ! Tax a: ,aolk - Total: $ %rte t0 ' ►/� 5nti3'l> NOM -COLLUSION DECLARATION I. by signing the Signature Sheet, hereby declare, under penalty of perjury under the laws of the United States that the fallowing statements are true and'correct: I. That the undersigned person(s), firm, association or corporation has (have) not, either directly or indirectly, entered into any agreement. pa.rticpated in any collusion, or otherwise taken any action in restraint of free competitive bidding in connection with the project for which .this quote is submitted. 2_ That by signing the signature page of this quote, I am deemed to have signed and have agreed to the provisions of this declaration_ C I I.i+UI .kt ile .t".cfcE4•r. lin 'e'•=: -inn rtninly khri ff.`s I ie , nf?lM SIGNATURE SHEET Bid No, G11306 The bidder is hereby advised Itilat by signing this signature sheet he/she is deemed to have acknowledged ail requirrements contained herein, PROMPT PAYMENT DISCOUNT TERMS OFFERED net Receipt is herebyacknowledged of addendurn(s). No. (s) SIGNATURE OF AUTHORIZED OFFICIAL(S) C11 1(H l ii 11501 ond ray Arrifn;. r.)111er PirrTa aryte 1.1Q jg Ite-U A &ess S Sign Name Me_ PoAilicode Print Name I 3 Date Signed 5--cct gLfg 03141 Phone Number 5Z' 75 JIS1 Fax Number aliel 6c( e doky tv rde Erma Address 7.4-20 YAKIIMA COUNTY BID C1-1306. Mobile Radio Install and Service Yakima County Sheriff's Office I -GENERAL SPECIFICATIONS A., It is the intent of these specifications to describe Mobile R, di() Metall and Service in sufficient detail to secure bids on comparable service, The Sheriffs Office or any other City/County division may utilize the resulting contract. Any variance from the specifications or standards of quality must be clearly pointed out in writing by they bidder, B. Term: The period of this contract shall be for a period of one year from its effective date. The County may, at its option, extend the contract en a year to year basis for up to four additional years provided, however, that either party may at any time during the life of this contract or any extension thereof, terminate this contract by giving thirty (30 days notice in writing to the other party of its intention to cancel- Contract extensions shall be automatic, and shall go ink) effect without wrihten confirmation, unless the County provides advance notice of the intention to not renew, Pries shall remain firm for the firs(waive month period of the.tract unless an exception is stated ibh the bid, C. Right to Award: Yakima County reserves the right to make contract award on all groups of materials listed on the bid form or award based on any group or based on any combinations of groups. The lowest responsibleJresponsive bidders) shall be awarded. The County reserves the option of awarding this contract in any manner most advantageous for the County. More than one contract may be awarded. D. Right to RepectiAccept: Yakima County reserves the right to reject .any or .all bids or accept any presented which meet or exceed these -specifications, and which would be in the best interest of Yakima County and will not necessarily be bound to accept the low bid. E BillinglFayments: Vendor shall invoice the County on a monthly basis for all amounts due per the Agreement, Vendor is to submit properly completed invoice(s) to the address specified on the purchase Order. To insure prompt payment each invoice should cite purchase order number, bid number, description of service purchased, unit and total price, discount terms and include the vendor`s name and return remittance address. Payment will be mailed within thirty (30) days of receipt and acceptance of quality of service and receipt of a properly completed invoice. Yakima County will not be financially responsible for any environmental fees, fuel surcharges or any fees of this sort, if not already included in the base price of the items bid. <: I IAN, Mobile lk, ;ti, lit i_i1 ._rel. SLr..c r -;r 7':'x inl., 1;;-alnr whr f''-. Y_7fikv 711 IL SPECIAL CONDITIONS A. 'Bid Due Date; Bid shall be submitted to and date stamped by the Office of the Yakima County Commissioners, 128 North Second. Street, Room 232, Yakima, WA 98901, by 11 a.m.., on March 7, 2013, in a sealed envelope labeled Bid No. C11306 'with the date and time -of bid opening written on the face of it. If you plan on attending the bid opening, DO NOT BRING YOUR BID WITH YOU INTO.THE OPENING ROOM. It must 'be received anddale_aimped.bythe.Office of the Yakima County Gommissidners_ B. Assistants: Contactor, at 'Contractor's expense, may employ such assistants as Contractor deems appropriate to carry out this agreem nt. Such assistants must be properly trained and supervised at all tirrres.by the Contractor. C. Equipment and Supplies: Contractor, at Contractor's own expense, will provide all equipment, tools, and supplies necessary to perform the above service& Any additional parts required for replacements or upgrades will be billed. per the .Agreement, D. Warranty: Each unit shall carry full factory and/or manufacturer's warranty,. Any materials provided and labor shall carry standard warranty _coverage furnished in trade in general. Bidder shall.state terns and conditions of quaranteei'warra,nty. E. Workmanship Clause: Contractor warrants and guarantees to the County that the Work shall be performed in a manner consistent with industry standards for the performance- of services of a similar nature, The Contractor warrants to the County that materials and equipment furnished will be of good quality and new, that the Work will be free from defects, will be fully compatible with, the existing materials and equipment and that the Work will conform to all requirements. Work not conforming to these requirements, Including substitutions (if allowed) not properly approved and authorized, may be considered defective, The Contractor shall comply with recognized workmanship quality standards within the industry as applicable to each shit of Work. All references to standards whether for materials, ,processes, assemblies, workmanship, performance, or similar purpose shall mean, unless otherwise noted, the most recent available published version of such standard. When reference is made to standards,, the standards are to be made a part of this contract, and to have the same effect as if fully reproduced herein_ tit is a requirement that each category of trades person or installer performing the Work be qualified, to the exteait of being familiar with applicable arid :recognized quality standards for that category of Work, and being capable of workmanship complying wtth those standards_ F. LIABILITY INSURANCE REQUIREMENTS: (FOR TOWINGIGARAGEKEEPERS): (A) The Service provider agrees to indemnify and save harmless the County, its officers,, agents and employees against and from any and all actions, suits, claims, demans or liability of any character whatsoever brought or asserted for injuries to or death of any person or persons, or damages to property arising out of., result from Or occurring in connection with the. performance or any service hereunder. YC I I iy* 5d idol lima," limed! icor Scnxn fm 4' i» e44inly &hicr®(9 ofikd. as2.0 (B) The Service Provider shall take ail necessary precautions in grforming the work hereunder to prevent injury to persons and property. (C) Contractors Liability Insurance: The contractor shall obtain and maintain in full force and effect during the term of the contract, commercial general liability coverage with insurance carriers admitted to do business in the. State of Washington. The insurance companies must carry a Best's Rating of A, VII or -better. At all times during the life of this contract;: Contractor agrees to maintain, on a primary and non- contributory basis and at its sale expense, the insurance coverages, limits, and endorsements noted below. AU such insurance shall not be. subject to any deductible or self-insured retention (SIR). There shall be no cancellation, material change, reduction in limits or intent not to renew the insurance coverage(s) without 30 days written notice from the contractor or its insurer(s) to Yakima County. The requirements contained herein, as well as Yakima Counter's review or acceptance of insurance maintained by Contractor IS not intended to and shall not in any manner limit or qualify the liabilities or obligations assumed by Contractor under this contract. The policies will be written ori an occurrence basis., subject to the following minimum limits of liability: Commercial General Liability: Combined Single Limit S1 Per Occurrence $2,00O,O00Annuel Aggregate Garage Liability: $1,000,000 Minimum Limit GaragsiKe€ypers L; t :iLit • $ 200,000 Minimum Limit Contractor is. responsible for losses within the deductible amount. The City' of Yakima/Yakima County, its. agents, employees. authorized volunteers; elected and appointed officials are included .as PrimaryiNon-Contributory additional insured's. The Contactors° insurance coverage shall be primary insurance as respect to those who are Additional Insured's under this agreement Any insurance, •self-insurance or insurance pool coverage maintained by the County shall be in excess of the Contractor's insurance and shall not contribute to it. The contractor will provide a Certificate of insurance to the County as evidence of coverage. A copy of the additional insured endorsement attached to the policy will be included with the certificate This Certificate of insurance shall be provided to the Purchasing Manager, prior to commencement of this work. It at any time during the life of the contract or any extension, the contractor fails to maintain the required insurance in full force and effect, all work under the contract shall be discontinued. immediately, Any failure to maintain the required insurance may -'be sufficient cause for the County to terminate the contract. The contractor shall also maintain worker compensation through the Slate of Washington. (D) Contractor's Waiver Of Employer's Immunity under Title 51 RCW. Contractor intends that its indemnification, defense, and hold harmless obligations set forth above in section 101 shall operate with full effect. regardless of any provision to the contrary in Title 51 RCW, Washington's industrial Insurance Act. Accordingly, r_ I 11;12.0 Nia'bt7Z• Sr ria: I,:r V:, kin= C;•rturlp'ti- rjf I c Office 14:11 <ifNi to the extent necessary to fully satisfy the Contractor's indernlnification, defense, and hold harmless obligations set forth above in section 10.1: Contractor speaecally 'waives any immunity granted tender Title 51 RCW, and specifically assumes all potential liability for actions brought by employees of the Contractor against the County and its officers, employees, agents, and volunteers. The pasties have mutually negotiated this waiver, Contractor shall similarly • require that its subcontractors, and anyone directly or indirectly employed or hired by Contractor, and anyone for whose acts Contractor may be .liable ' in connection with its performance of this Agreement 'to comply with the term: of this paragraph, waive any immunity granted -under Title 51 RCW, and assume all potential liability for actions brought their respective employees, The provisions of this section- shall survive the expiration .or termination of this Agreement. (E) 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 County, its officers, .officials, employees, and volunteers, the Contractor's liability' hereunder shall be only to the extent. of the Contractor's negligence_ This Certificate of insurance shall be provided to the Purchasing Buyer, prior to commencement of this work. *PLEASE N OTE' 'Garage Liability, other than auoto, is an acceptable substitute for Cormmercial General .Liability and Garage liability. any auto, is an acceptable substitute for Automobile Liability as 'lenges itis at the required limits. "WA Stop Gap is not required for ownerloperator firms with no employees. Gr Regulations and Codes: To the extent applicable, all equipment or materials shall comply with Washington State vehicle regulations Federal regulations, OSHA and WISHA requirements, to include EPA standaele and County safety codes. 14, Termination — Convenience: This contract may be terminated by either party by giving thirty (30) days wriilten notice of such intent and wilt become effective thirty (30) days from the date such written notice is delivered to the applicable party to the contract. I. Increase or Decrease in Services: During the term of this contract, the County shall have the option to increase or decease the amount of services provided under .ii contract. The contract rate for such increase Cfr decrease shall be adjusted upon mutual agreement of the parties in writing. In the event that the parties cannot agree upon a rate for said increase or decrease in service, either party' upon thirty (30) days written notice may terminate the contract. ,�. Other CountylCity Departmentsi2ike Items Added: At any time during the term of this caontract, or any extension thereof, other CauntylCiity Departments may be served under these same terms and conditions. Additional like items may be added at the request of the Purchasing Manager. II;iYiB'M.oblleIke+Insiiilandkr tfeltYZcanta.CountytihorEriTcOffix, II 0'26 K.. Expansion Clause_ Any resultant contract may be further expanded by the Purchasing Manager in writing to include any other item normally offered by the vendor, as long as the price of such additional products is based on the same cost/profit formula as. the listed item. L. Rates and Prices: Pricing shall be prepared with the following terms. The Buyer may, exempt these requirements for extraordinary conditions that could not have been known by either party at the time of bid or other circumstances beyond the control of both parties, as determined in the opinion of the Buyer. Requests for Rate Increases must be delivered to the City/County Purchasing Manager or designee in accordance to the rules below. No other employee may accept a rate increase request on behalf of the County Any invoice that is sunt to the County with pricing above that specified by the County in writing within this Agreement or specified within an official written change issued by City/County Purchasing to this contract, shall -be invalid, Payment of an erroneous invoice does not constitute acceptance of the erroneous ;pricing, and the County would seek reimbursement of the overpayment or would withhold such overpayment from future invoices. The rates and discounts shown on proposal shall be consistently applied and remain firm throughout the first twelve months of the contract. If requested by the vehdor, on the anniversary date of the 'contract, labor rates may be adjusted per the VI/este, Urban Wage Earners and Clerical Workers Consumer Price Index =- 50,00,0 330,000 population_ NO DISCOUNT ADJUSTMENTS WILL BE ALLOWED. M. Price Decreases: During the contract period and any renewals thereof, .any, price declines at manufacturers level shall be reflected in a reduction of the contract price to the County, retroactive to the date they were effective to the vendor, TECHNICAL SPECIFICATIONS A_ Scope of Services to Be Performed: Perform installation, at contractors owned facility, of radio. siren, modem, and lighting equipment per cu:stOme,r specifications using customer owned parts_ Any additional parts or special builds will be discussed with the customer and billed separately on invoice_ All hardware such as lightbars, radios., consoles, laptop stands, prisoner transport rear seat, and modems will be supplied by the Sherriffs Office and will be reused from vehicle to vehicle as much as possible_ Vehicles that are being stripped must have the push bumpers, partitions and spotlight removed. Unit price can be rounded to the nearest whole dollar. The Sheriff agrees to allow the vendor to inspect•the current vehicle setup if needed to allow the vendor to provide a more aerate quote. B. Additional Work; Any additional work found nessary by the Bidder that is not specified in this Bid specification. shall be listed on a separate sheet entitled "Additional MeterieisiLabor Required". 4,1 L .. 144440 tuwsJl.in,) for Y�t:rtn, f.,t,1nw}• *ih+tat.l`p'!-I')r1l ,. VAKIfir tb. 6:OIJ'i'b`iI'Y GENERAL PROVISIONS CA PART OF ALL IN V TATION O am DsoC LJ iEns) I'I°tt;s 'Mtn! IIC(ivi?si4xls,. iltt S ii7C lll{:21Flrpil ly !he. ilirlii)i IL' faints and :airy all.t•Inlbiatt•;, t tEls[igtrtt•:; EN: had df}etitai :tiL. and l lk Ofaxiiititred azi tittle do irta:.•111. 11....I.,essitaeadReenlacium. The an ctor ialaalil comply wtb all applizable hewn 'ural res3alaleaaiu: ptnminirl, x.'ihik uitlur10t la ud;iil'lun. dm cOa:imrlex• SUFI erasure ;hu any snbec llreclnr p:.rkerming Ibis contrartsheal comply mai all .eppleable Irio and srgulilims: gScialinulB in ihk ec .s t, The Cuualy reserti'0.=i the nojhL b reJttit flay lir• all glia is ioles, a ware: .thy mtinierdirits em! iiiikaiinalilila1/4 and ea accept or re,,i:a'I aJi or any' pad or Ihie quiblin gatGI'prict: tai +w,m,. hids+goutl:.s•I;:usi rtmm+ain cec• for meant) ii c k:q'Ihc Gansu'• for a period ° at lea: t ealemdar & .'s from the djir of opening Orlin. hiktr47.01e:5.. unllA�: iniherwixr.sin W. - - �1'. J6iih'�ma14+ Ylrllmri tai; Bids s1 'illnl Ilial! ! l ;'rah•. Funs.i px s snit Iilr;itun rn?? la;,;OW l., i}eik irzuktu i:: Em:ter, Ilan 4 cr y ,^ iJi Its rrwmrttl insnci m eseenked l'!1 [welts :IIIII c'irlllu/lx liin:it 1,u I4i6.N•iras'rl ••T 14i11411 jay ink, =rilh ml Ci:l F'•� prr„Inillta 1, ;4Ais1;,{,::ta Rlra;F hr, snit+ti� mll allll ult:alxi iiii w=illed inljeir.:d iherere.:and Iffil.Vi b ift '1!,1 b :I._rsar. Aping glullmie, 3 ei'it Ii er yul i t Linc saihotissaw., as they ralrueihe wttf l ii n, let ust tiled atter ficin;; owed. If applkable. unit pestes fru all iler.wa. alt axtarrior_i. and the lead amount of bid or queue muss be re,.own. 9n the iresl.acc• ol'a discrepancy r terve+ .. the unit pike c1l1: Illi mall Flee, Ilut unit pit::: Shall brr.r::lr, r'tln psi s •tart:Ijl{ar:din i. ur l 4hi r i i arx clii4:ivec rt1 iffi r t ' } op:rinj or 000riinn 47: .?`rlr. Musti riiai9 and,rurrsex: be 2st{"azed. •t. Chin w Qrc*c. f baba,:•{hitt' flx mt t;l'Ltll{ t::-yfin•i^rya Ill lie v41411111 S rL^ft narnt4 t56410 :5 and authorized in =riling, hy'iii; y5 Qs97i1+ lluailzr4E fl t $a:uk] itili,i I h.,il intik:dr: dr: d3r ti,uI i1 d11':Iri:l_t? s rc14'uI7} firuui I, f /Iunl �palilyl Lfni Izl ere. arspi H 1.. •,4 iii eUtI Ilk ^.s7, pl,'r ri II :he orTema specifies dez brand. cedeI aadcar data for comparison with their bidiqulne. Yakima colony will be the reale furl lar apperech,g otter brands uflicnad er cgu:il; lit tartan!,•;y +r flex! fiulalt:ta jralc iracJir:ltc it* Ihcw are. Isffcreg :Ilfrmnlr, '!suretiS in ate spree !okayI,:u#', ita.,�jl am:.!, sird lir ,'k Il�ti. ri1iti TL: : peeirictzrinrti expg:iiitiug ih- l ,ei4M; taf ha bSl1F item. nrea i al}the l.'a.eitee r11H! 1116; urkler it Cuhje I r . L fiL'Glle Lin I Yat rill! CuuI,L ! ii 'Lrdeisk r t slut a rb li1'Cr 31 ttene _ I'iu ail4 i ).. Irj! iHu IG lllti dei1ocey date specified in this order. odor shall give prior wrincu xiorill:arirus obi= urines, from C theme�eCit il;:om.iy' Purchasing 7. anaaer. 'The tk arpt nra; h}' Ihr "days i)I inter purkbrrraant . i th 41r wilteittl '�?1GG1itm ur rrz•ka-t Hine ch33I neliher so:ii a Illy y.l,lJmy "g. rlSJtl, IG t;l:/i,r, d'ilinaiitr4 iur 4mta .t11L•91:h IHII .71111hr s 5:l n:aircr Gt' Ills. rCquirt:inn 1a.fee t%, I ,wly errilrnknuc of anyobliiiinn r tmiining; :o be. perfumed by WW1/4, All, -it,lir t: 5II4i hull, 4 ,Delivery I .i}:l!•. destinntion,.tkeight pre -¢mid, rarlias:i.tlr:tt'4e• as mitt in Ibis••I3in [:all''-kiraitirm ra.Ouard at theaters cared address sat &•rdt tm dreprtpertnigins IG midi. laMiler. When shipping;'Jdacxmts speeif3rroom ident'ifteeeion VerAce.shdfl make .such deliecry them* Teith—,;:ltlslifU,n;d I kr, El the nanny taaaeee sic 1,ilriialhiii 115 S'ailp,t:'r.(41 I'.{7j1»gyp. SiIlt;.0ls Paint, V'•czidisr :11,-ri ;g.• 1 prepay ai3:yllipring r3'cl: rt:, mut.-.'Sherg .vls, ks;' el:rri1L4t ;nttanen sorrier. ar d'aill the county as a separate item an the im+oict.. for said charges. la is also free,'. the County reser: es the right at its s xc imam!. Ix, rent.: /;,9n 51:4,-o :n14. 7.1{ir•laiisirxlhiin -- I lx Lpurehese itri!tr nuniher shall attlttir ;Mall irivti ei:A, jrl�kil: lirl3, iuele $; Sl'ii spiny At}licr.r anal ;,ilnx wrilluTI deteumen'vh P i,.kien lisp shall be eic!lased 'ln each nisi every Lace or perkuge shipped ru,s:ilur in this urdirs, frit aria; the aantcuc d crani. Vendor at to eubnia prpeely Cfi6aptere.I Serecker,sa and ma.d1e. address :speeilled at the rime of order 'fe.intrure premipi payment. call, ltre+ake should eine pmalasc order atitzbizi, dwa. riplian at hem purchases!. ann. and total price. dist- r. terms :ural inel:ac•!e If:C •.^=111tr`i. n:min and ; irn t l it txkl t;SS, Nyman arifj'he ;rcakiJ within d"a&&ee r III 'lay's, of fit) Ihn n_::;a;pl ;nnstigtat trick:. 41' Ihi7 p aduel or service ursd CO a properly cximpiered invoice. Peprelless of the k.O.1e. Mir.; Vender ngsnes in bear all rtsk or kw., ioitli:', fir detivataiiinl crge ads, einiercd heitin wt, Vl etsi_•ur prior ea actusi I:1:yam al dr.Iivl;rt• ill Ihr. Crixirtty. aunt :-we h Itlsit. injury.. or dcairtetion, stall not release Vettodiac tam any obl::atiun he'actnder. utt. I7nrxr Linieurk. Vt.t1KISIT Wig rte „, rcnpunaihle Gir tle ,vs in deli'••ery dm: to acts of God fire. Striker.. epidemicsa, war.. rid/ dela.; in unrxrreartation or railcar Trans -pan :;lro Berg: , itt1 d1/4:4I sartielOir ;.sllif>t•,. UK, Irnr ti inj t'ei:irogsz immediately A i id of atidi Fending or a:swl delay Normally. the evitni. ar any such delays {ata; orS.i,atL ex.) aha direr c tegti,a:l thi a piztinti i fsal.1ft,ihe line Inyrtlur, a tIr n.o.*n Cal ,deli's' rye g.00dsc.nnd any'arm•S'ikes purchased is r.h.e Mile ale girthitel na appifie'wil hiy:he Ci ueulti.,r,RCPuliiiii 4 ryynititi Ise::sYi'i r y. au:di ii,d limpAxe ti_f°nuurasn:kJ:r¢ h• Iv the u;rrce . (renditions, and tyi+ eiaie tions of ChM coder. wtethrr'heki la; the ( rsmy or marred, will be at Vendra's rrit and tikpease 471 i'ltr .'tilrrhiln Rildi,i in•Rrpl and SerLioe for Yakima 4.7ounly Slle'Lirs'Oflice 13 td -213 02_, {'fjrlidf.YiniDel: (Jr -nautili Iltii qil r , limn! ntc the Cuu:it (. , rrrn.n1.a-rt, ,Ixim a re.ui.rn:nn4. Ye!rni C'u_nL mesa I:.eiitr Ne. uhli lei y. title is}its: ri to. titeg:qemtilim. ; eon.inceeitse or der I :thy itet.gti ordered un:t=' LOT:; se4 pay.a4rnling ro die un:L'prices-quauesl in the "g '4;ua:e. ii'it is ..egfeeetble'Ir. LmLh O,¢ittkh:1110 pre'K.+ eve tint. changed and theme L iir.mr.Dcri.lls Dee slIZI a•ralla!•.i:c, a.3-4.'tirrr.,S aai,;<;marcriai"<ira,;' hr- ocrlrroi Trid 1:2 c.Ixilka aur the sj it aril* OfIHiili,l :u,'=aim I. f3- Ccy.nleratitwi'tirehaylrr_ The Wasiihtiamt . itc Imluracenl s,St r¢e rel b .x41,1 it1:7W:3•_te pro'yides dies oLier governmental ag5ieie. itta,.• vomit la goodti ii bz t sera cr t otit ni•Jfr •Tr' c•'u'r l in accordance with the csmei nud rniut,; ss i:.:, ii IIWNia if all parties,aree. The Comarp, toes not.accepl ;sa;; responsibility 1xf iuvaiI wt :nt hl the purch:i.x,nrcicr{ort 4 tette; axe by mower Wake agencies. ,Somples of items. when required: matt he 2'utru..--Zwd itx lires.pe ee ti the. CI$uiii • S.d irnnr de.syayted by tests 4t,li. epon erweett. he r e ened at Mt bi3Jci li poftar, fll'itta L9ir.t'l st of inspection on deliveriee iu oli$ tul'dL•li'dery„ pat meal ii otions.++ili be f c the account:la f'v.ndur. Hptnternus'•t1;i)ttti;tla II'shit Orly_ ciy.•els groxfi. Which intkee unr,L•ati :ttemic,lh. Vendor: elll, nt the iiine.ofp;odurl delircar ins idc lice COanty with copies sx1 .1nt aint. 1iIC'IY Dem Sllc,:la fur :s.:h chmzimalg,[ or, thees. shall be in the a.'.mr thta cc-yu11Ld 1n- Ire rl.: IrM gi n, 111;1km (St; WAC 2964;2,0540l. Ttla n.yitinmcru AILD be in addiriaa L wheoev uttrerauluiretua:u. tee imposed by la rrir „-e;u1a63n. 11. Public L1F>elocolo, Prop orals shallc,.Y,x.5u *tee. pre ii r tit' 1'ak a Cn ar:J, All proposals shall ke droned a public word es det'ntud It RC?!'" 42,5G "PriI:a: R'rwiii,i_" Any ,pnlp4iysiI c,tnt%linin 1011191i4e u{ri,,h coPy°r# the-itropr*r 1, dea:Lt=; =''e ratite pnapnsal a,? confidential. declares that dee docunteYi it the esr•lute i progeny �t'di 4'anlnr. c' is a'Y WV.1 4nmran• in stoat iwbihc disclosure lass et ttaez RFP trc i4cr:Ia;171 man sn zri ; auci Terrienred from cunsidemt'ion. Any infarmnak n.irl the ire c ,!•tI eI die tu,e, ro t fid l'r;l,t.ae team:,$ to claim as proprietary mad cxecepe hent dii e!usure uudrs rh it fwiyilrn:. ,l ItCW 71111.0 b:: Acmes• designlaoza'as dcaribed, in Seetheu. pkveienry f,,Gnrsuion. The p. �i -ler ea;ep'ion oto disekdore- wonAllakh the Vendor is de lkiub the chin, 5 thn RFP IrnIX it i; round on inure Cmc idezdtivd. RFFF's will ma bu dialitersed prim- lit-ncleaps C, potential ropindene. With -the rtxe,exr3c4 of -firs Of ,reanKtrre Veitcats, Ye wetiiii,r!v nip} IFP 1"...r.:0:13 iI eKn UlI,li 4,t`ihe itrililidlek At that 'lipi ..e ryl hfur i.lim a:;4 s The com pcte3i.oe lnviniarrnent will he available -with the exception ud P,e,p: cteyyi,; nfiki mail porinnje:I of the saieceset'1 prolrusak°r;I. small rhe ircuthir shirt tie :spial: eippi.niuiluily r.,-..an;lt a can , order mrsuntinp•disclornre. Gainey win cuaAG:rn Vi -fax's Tcqicn far caremprinn front dlicimure_ is:wener, Yakima 5.:ceney Y -i i iL ikL• a deeish1:, I?i.. Iii Ii]G mp at itf: i::.j' . ES, %%40306r -irk ti' s warrants ural all -wed; .and ONLI4r *re' w. eoa;rnran suictto the specifications herein. ire inereh�tuhl� .rgtitewt w uu-.arr,naluip, fro; frnm dein. are lit for int intended pwle:en r chi i, s h krt,-rct; and Nerticeti are c+rdiiimiiy cmph*ytd. end ik a pinirntir purprae is iJ_'ila•4 hi a .a:eLii 1''elrslilim,, the, g;Itt . titin !heal arxraiuod be for Ilial (Yeikule purpose. 'dist reeth. wtrraiay d:tu cop %-ic.kuaxa. of any 3dddr;,;rtl. At:tk o: fecal law. slate*. rule, r: rthulie i. a diru2•LLse cur 021lc: is til rrtajlr ynitn the- manufacturer. production. salt shipment_ intlrlle±ie ur atm iif :::Ye other 4'a,Srr ; t• •nr;ca Conol any rare favorable w rerandes, fuels; tae Or k-rnulnr turas-relic*: ri +si ort • duan 5ursnn-e' dli•:or.:, inspeeulon. and arc ptuccoldiiesea'ds lir sato: he.;. When the commix is tCrninated by the Vcradat than .30. "Am. n,rla;r,:herein provided: she C ounry.may Te•iiwaI•d the ct ue a re the Ater uiuI.i1 rte,:p neihh: 'Minn n eetlfhlr' i tzahle ::i }imle• good,. :rd' ec ry ccuc to the County trhl b; it: hu lu en'Ow i -t! a.l. I:r ug4-n the, ponlr-1e is ionnbotofby the Caunre fc% r:tuye :If herein ecm•idedL the,{:otrr; ce ernes. the rib,lit ti re-awsrd the cuntnict to the -next moss responle bidder. :Q. P11 rnn,uaal,fmEe'nnt Tke Cuumiv r•..,,-nce., the rip hr 1.J cruT cl o. e1C4iu aiffiiuit ma! (rho*. iii the F1, i•1ude'r's prepP.71 and ,to ,i 'S"nC"a•nienceini in'emuitnnret 011E1%r omiastnus. L, thti eesar+J. il'Wc casae Inns= Sun -7%w einnpntr, to Lib eirendcd total prier. the unit price e. }1! h,i:*eau. ;le 31 .Iter •i : id Li --rue I' urnm nm Bide, tuidini yac,L til,n :Incl mot PE -melons reed `oy after the exact beer tail ,tats 7r'h'tjhhed li re'wiy ,r 4 anit•1)r f1 hid was due by 2:011 I'id.._ny bids, rrei datdtl alley' 2 fHl;IK) PN W11 b rejecior0- lie'ne til eon onntidc e'd tie. if $2. I_Icensu.:5 - If app!imbli, sureheetl,i vendor Slself harp. a valid and cumene business license per heir e ti.!12 e' a fl Iu 5.n_.n1 t cif the Yakima 1.l,trn,*11 Cock ,,emeriti lhis No". itt hir5ininzt and sx:dl entisf •elft e e de C. mj Code pie Bekue. Said li a ruse shall be obtained prier to Mc award of any te:eern's t. Inquiries; as so faaA et .. shnuid he mats. re the C3,0Ne .f(:ndn e.5 dminisireio e. teleploae {S'»1$a.1•-6I 31, In addit Ceara uers arc requited r bn re•.iljaJ41rt1 by •nes Siesta per Chrycon• 10:.27 of the hernia.+ Code ot'vtindiinyren and Ih6-ia re i$zeutinn nurnl:•;r rears he. Iicacrl on lire. bidequote. 1yrliwry 41' Unapproved Subs rituthina Yerelovta are sathcm3;:al c.s ship -rattly Mose itermsc tudorei earetid by lit LY'r -raeL 11 a rtvigu of .nrci'T pined by the Cc ey reveals that pit ''pint other then Mose coveted by o d specififti to the ;gooey/'Itwrc been crdr:4xil aid dill•:ered. the Pedivisina Milldam' will mkt cijeb illi .9. irtr 11?, ctegr Iri'.inve it-u1(5LFti1mL'd Ia the canIne'IDr vl n.1 MN in the L.ntiill.' tegeolli;ts.of ext. time elapsed between the date r.f.&livery moth disrioyery of dtc,exllara,•un b'iui aloes erdta; -in OK. wall rx•ai of the' offending Yeader's urtt s't3e;ii} the Ce',e....:y crpirkc rRN far i.peiiull (if up:o rhirre+J I Agra 24. ^ttiu Ilirly tirce,93es who rur walk us ed du aur with In aurhrnir a hid and tme eneemrysteii w tt gsottd Cy rahlaliNtraigii hill "NO itgIY' ON pet a Orle of the "P11., CALL" and m piny it rn the (ily 01 Yakima Clerk's d lai5e . 639 Nlccih.'.nul fesutri_'Yakimma, Washington, 9g5tl;, with the_ 13idiQer.tt due dais:nl flare we'ittt;.n cm the awe ud iha cnccrs'ispu, II iti the,. C ay's,practice tilec ifnu. teslumtit et• a hid ia tcreicrd by et vendor crier me mmitemaive ntrtllings. the wended wallet iit;hr.;4I from our Yendat% meilhuur list ren mu tt type..actin, moc11.. azem. el i.tI) ulcbtle Radio [retain' tint in •: ate fon ValeizxtConnei \t itridt`e a!Mist• 14 r.l'31I Tht lsi lelp rim-tr io; by „*w_ acme inn Wit` Ihr shat, the pekes ir, Zis ki :qii cc me u iL1i r 021ritday rt,r 9ndirrr dy Ihr I ,nn rt• nny r,l I ur ineerim:i ucrcr.nem, wish another biddrs. 'Ira CIO t:i'F i:iu tau i)tr i Wise if.51Kr AI'Gk::T%,t6�ti],ars-'.i. the H!dhir''i 6speiicrir5:, delirl�tir-ry thee ntd renin riit:ility tar peiratniati; .Y1t:.r nununeis Will be ei tjsidemi. @n addilrca Ire price. the bliorvir4, may to eat r tJ: 'i; Th':,•abilily,lam* arta AEA ofthe Welder t_oporfrirt ijndvti;:iyi.art7epeto:C.;IkrR'rrks,:rizahod, IE. WEether Ilse biltdS:r u1iL Ila:rtirni the curitrain IN`✓ eirte the petniaptl r,,,`er within dte nine i :liie+d, *Windt dela} r1r int riga' nte, IEI. Thechara*fer. integrity. reputt:ion.Srh Mnl.'txperkozemid efil Seneytrrette kidder It+, 'Minted pteviotaran:sorser;ice. 4'. 'Pee petvlo s. u:ri/I raisiirid ser ?linhI a by 'ilk licdr!r, w'i h burs ud fifeliftifiald fit laei x• O P iuiilr�,:t. tin' {Y'rtiPLci. VI. The avftkieney,ut'tc t an rl resources um1 ab2tily of the bsdider co perform the comma or provide the service. 4911 The goolily. availability. and atf.apiabilIty of the supplies or contracivai K.rvk I*. du, Tanis -du f:w•rcguircd. )111. 'The abilitylf17;;hidrlrrIn'pruvik;;ibt"Wr'r;rMtlinit LTrocthe useorihe�'ajecaorthe comet. +R. 'I 1; Thy t„'uruilp •ail p .v,:erJ4:s ;+Fk'1 t!,:: iai;e{,;: itnpns+:,i cin gasth or : cryizes acquired beratad r as-nsa tired by raw. me County is sac from rcd,-;nl r , . ',rax..tVr'u�it Ik ilrlt tltt C it T Rol,tf fumis. r, Fa!'#;ril Engju:'T:IX FSyrnplirftt ,• rlil�;.'rt;, 'a'.atrl)i .Limia:i4ign Duria8 aft p iiiitiniet al r n .l the fnlftwAti; A. Tin: +i,ntracmr aa4il tam di9ni,ninater.7 onnpp r•3r r7r.';rm ,;.?tri: 'rnr ,tpinymcm bcrause ormc:r. rroia.'1. rx, . relit,a'sr, :stn. Sn:rri:d ;u;,utz. a ibl:sy'_ sex. ia:xuC3 a riecca,te.0 ar itrultrrr..l. aright. Faith maid r ctt:nll intY12t1e, b, nsti h: .titian t te„.die tab. -swing: +array byAtern. acitnrlien or transfer: rear ilmout or dxniitme tisCng::ayoffor termination: rao of pay or other forms of rrJ. tit Bortz and wkelinn untiuiny;.'inel,ifling :ropz aiirtkkip, The caortetorageres up pest ht ennspfera45.K pleas. at'ahlabte to employees n atld! applir,nts for talo+rdrnt. notices to be pro•.]• d. ' 1 se.contactiny officer shoes tun, die piiaMwIcel; i, hit iitrn�l5 i i i iiiimci+ cle w: c. It. 'Ilia contractor t iII, in aE! sr Iie:4311nm,><. r : lta„HiCaai:ula air ;pipyx;.d %E Finan be mid. the emote,innr. $gilt, .lint :ill itrtaliti .I :app Iir:int wilt motive entidcration fa employment without zeputl ra race, creed, color. religion., Age, masiul sums. i# til::}', sex. or nnrinnel C.. The cl'nii,nw. ter Will ry? tYieli Wax, ur.inn to n;ptese , itivr,. .;f %4,k rA},s writ n'lti-oh 7rc Ito r h:n(y,tininr, agr ire fnl.ar yuninv;1 understanding, a notice. tid.'ing the- lath. wrmii+n, n ws:Acta' eepresen1ffiioeardie tOtKrate we's eisatnnilil,r1Y c d4totilsn:hninntiuu, trim Shat! post copies of the neither in cmnvieuoa4 plationvaalable to cmplayaes and..Azzkants for employment. t!. The ca iir,mnr will fumivh nth inf amnrrtn and iep.'ms feneited by 1 akirtei {;shotty and ri isl th rotate cru Sits tat eixe tai suGsmnlicar uamplitc cc with own• werimin:aaa claw:. of 6is contract F 1n dirt e:+.-nr rlht e,ri ni lark mini .yritiinnyc with !hract-tligrAtinlinali,.m r :math of this p:Keir* with :rats 1)i.:;:a4 twIJ ss, dty: eantreI Irma b.: canceled, t niennite, e y it eid!er! in wiboli: cis in run eeafl the ,f.eurtffx.rar may he ttslesrld inellgihle for nary fn trrc 5'asxai,,.County calumets. �9. "�'rrminalihn-[3rnm vnit-mV Ttill ediuliui3 i,iaa'. h I VIII Cd b!;' sillier pur:y lit gi incl Chute 41f1i alt. is writhe. *Olin; uj in it i:,lcnl am!will h SZ111iiL .i1L n th r.i15:1 it 1'rin,i U drug such urn= react it &livered so the applicable peaty to the comma. sifl.,Tr:i•mai,3,le5n - Ciu4e ThtC'a,rnty retzerves•t a rilFt tri rtimktint til<eo,iu:ic. ra racy time, ur.ai.'n+,illr.a un lk , ni dis:cat.,m d'tss thts:dyires;a the t:ontr ttrirar iki it bre r.h County to Ems.t cnsatistar ry. cr e.'1,011 taHum- so perform rror of the :carats_ and conditions canlniead ss this ggreemcot.. In, addidot as the foregoing rig}r u3 lent'nsj,liI u, Iho,: f ias.ia• acid lr;.niinal.; II^,i;. gnnlril 1, will, nr :ritl;ns,a! mum d-dr1)::}69 klay5 x!'incn nubsa to Common I,'Ftrlam prao Av.-rani .LE ultkr h!,htluiilt il.eni,Ig, idt:ilini,§lialaxa FIrihkrs4 Ilurart:nLy 3%L:MA bgygnrl Ihr bidder's aa{pn:rn@r, paiml, hilar. .;]::ill hr: figinc.N.al ISi ca trail i?r, bid tiuohe aortr`�sanee pEried.""''This nzqu l must 't _ ru:it and cunl$lnrx9 ire wrath pn gr In, the ts}�itmiun flea: nrheir bils!quot Orton eafieteat ocuret thet. 6r1In.Y+YM99naa:l£g re-: rti4c, b the iwni thni any tpr!„ ea sho aid.Srise concerning the rs2itsa'uniad dlr itzia=farclrl ur5t}• ter d'tc *:,n¢. tr+an::lryfcfteen t, the titter: Terse it zonal' iiti lilcp,fiun pink hr *. thi. CtIiirjx or 0;4 Si;n- .or tihe:1,111por, 4ni1 tri' Yakima i.{+ingy. This +i,gredg:nl :Twit i+2 j,'Oaaned by the taws or Ihr, !hole i.f 'arnsllln Finn. �..!lr;ranStt:rral,inr rni1V.R.u.rrFmrnl Ecce 'nailk.r tlatt dielknd. indenraily and ante, hells s Vallee& R:p a', its opprrinstit aInII ylq tl:y afraaa5. and rrnlrnyra finn.:mtl :iyiin iI all Insr!. nr -cN un r InAtilivas but nal- ip d ski judgments. :orit cintaec., anorney s tees and ousts by tease of any mil ,aid tLitns gad demands :.faun the tummy. itn att.tl ,! (IT appuinte n k tle uc employees for td'irrag ,s bet at, of perwirtal eac be4il r igjuly. incl'dfnr dark; az any thee resulting therefrom, sustained by y pc,!w'+n oe fi I mets :mrd uli,teetrurlt•re dintrnge H, D.,tsp tI aehKlinry Irxr, drubs 01,7r^,,yf, wulhr, ytr JT y-10 pc:wing of (!r1w. ; In pansgra• 1 {triG Iq ibt negligence of the Vendor. Eds„lber subeottvaCwrs, !r, sucers ne. c t,saitafn. or s s or their neem, sz`ry".uns_, ter estagiliyiets. the county, ix ii(v ?hl oe ei ated uflieers. employees or theme. awns. except only coal injury or tang ss shall: ]sive beef aneasiened by the oPle Getup s+ of t;,e Catmty. r*tiga ued rsr tkexd t,tTi sd +er: cuiu Iii' r* ;. Ii i. frszll,r:p priivi:ip! Oct! :dy 1i71fi$itygbej1.n lnrh to she eeinut_i• by ream .ever aTing F. iib arnh:,p.. on apt age tc trent• provided henn.i CIIap*,?.•k.' Pa,dir.,Inzr:ili i iSditi'itiroeVikiateC;suiy SheriIT?.Odfi.e ,LG^ t rtx:it.. Thu tender fall procure and ;rr fur all permitsr� and liL naxl t rtixfor the Cann lde inn ,I" the C;rv,tro t, in: ring; thous: pian:^,s rrgsei xl-by YalCirreL Calmly, fa illi;AMA] cr] a e arkfIvey ra.anzii is nm o ned. the 'vendor will acs be pc.,rliaed x. walk fa, hems subiect to a perruil and ally lusx canws9 ttr_rtdvj, will nut be twee EC, e9:1re ECC:0:iiittett, of ctcltttaiim. �.•.Stti, Ifrmy Leith of coo:1114m of Ihi$ ento u t ar ;li rw ics,iinn ikon o f in. any pir!onl:{t a4' airmannonoes. s held id. such Ineffsthity Ault Leo affect other ;'+m'rllta tsaadiinmsflea-r plications which can le h`itC2 a tett wi hoar the intllid u m, temtditirrn ,rr f.m,s mhiii To this. uteri,. CZ+,;•ttram: and otir.dditi€rns e;r Ihi7• centr-tei are: rii:iork:l :cr; nreltls `}d. W'aivrr tt.',aYrcr ne rutty htoYe.h ei eo:tiiliun o f dais: to:cos:fel ,slxatlt not he deemed n ].;liver ol'iny prior or salhst.q ettt hems . Na terra in'tain:'^&i•:n, , 1 rtr4C :ser :l sixth be held to b,:• wrfreed.mr.dh1 tl or i elexed e e pt by rn inktn,mrna., as ,.ging. tripod by the pnn es treerewct_ 1-F.odireArreerutcns This •x ri,irn cnntraca rcpnr_tarnra the tete A recutertl bot dtc p:.Hinc and .up,;rerdr;< any prior mai a rnerrtems. discussions or ttndenni ridet4 belWeie::hr 18. Petard Pauesulnee Any p,'4ttt3.t ntlea tic fleets: s write .ir fled by the.pro,tgce. and ..ate ]tat uta •tiitk}i$ 54tntilliIIl a forded prOcal. The proms shad be filoi with ...le Vakina i fry;County Ftutth nii t' Nana .r :11 I?9,llta +!'d Sr. Yakima. ti•'.i 9fi909, faxed te'509-6-6,174 ni teii ilei1 an fin:•tirzxnhigi4•nnl iin:rw:tmtli: The prolcse LtYLL1t Clearly IA.r::Vice ilie tvicusd :teed kj ;d Eitnond14 tui G•',e protest. and a deeerip:lon. rdte redid' tartaaeitiedYir, atrium thing reque4leal, &novo:, before nward tdtall " l.led tett 411 dly5 Ntrope tla vol'ri tt;tyr dura date. and proacsis alter the at y:rd. shall tat doled 'Ewe { s i stye amt Aw tnl t,,nTK'•e'nct:ix"C. ni Ise:, below for ,fet Eel` Thr. le:fle rig. moo :dstie hr, taken in an zfxmpa, to resolve the prole 5bIj33 due ~ender: Seta" I Puri ,lint klana .r and I]etarrmez_: Ekccil id teE ir:rtinu 6y m oh:taw riveter with protester. All ayailabte facia will be cnnsid d stud lj Cityi+vweit • ftrz hosing; Manager: atE Lam a Llb:Wnn. 'ftE o LEb*inn ekrr rid in terit.g to the pma ttinp'tree.. SECO II 'Ei Lain 'nTt:� il' t!, u thiii three ill• busincee &tr.,: after Teee*1, be priest way Ile appnth i rbc li cjrd of Y:rkim:t {:tom;e l`amnliac<a ant. The Baird e'frouid•r Cntnn,iyw.xtt,nholl mdse a detrrminaci n k writing to the yes, x. nemenusarpr d'reafe Only pro icets etipulatias an issue of fast c 'oternx . iho folks* Mu sobjra t +bili be considered: • A. mailer of bus. diaennttretttrni.,c ., Niel a,l•inl.:,r.al; • •Smit:iia t t unduly G.nntfr:linSa ;Jp IlaWl or emeritus oafaffsle t.'e imitteirstb miterit, • Lamm; in cornprxit(r,:a tote • Iut-:tx t}inrcvwhbt,-ttctahJT d€sm.:h, 1ittthe SulieheLu_,er- :auntyPuliey Petitetr ldeaereeh uo Each nu: iea• and ellt'ertt tu•m am. f.ntrt-sl:rtia'4' ue a irl i :, #c" chhcr: • pints thepromsasti .ilrq ie t til and.uphnhlt the aurae ee ▪ Fhnl; tsoi.• icelmiral nr hctmless error in the, tccmishiwt f,rntnoes. awl dt't:l:a•milites !ht.: C to k in :wb retial compliance and thctrelbre rejemthe protmc w - Finals ntmi# in ePe ¢entest and pnyLiics t k,ee r trcneeelin t, insltnlinb. bel not limited to. coneciM, the arum and r-erulumine the bids. • -ging 4k bid tn-be a new pflK'eee. GT entering. in IC 1 eonlilie4 ke71 mmeelia lin; molest Kerte : ^x • t.1at.•ee other fi,Klihu and dereiettirkeS „doter ixmys ,;•fat;lien re npprepria e. Tetirfracar. (mly'Priucsu =ta es irritt rt.:::iieil within the required tiradrame for pretest chart a:C aiee lee. Sar coa-eck:ml ii;0_ Alward Annnnaatemenr Pur:.1.netinl; shall :,:rnnunc; theynrc;xtul bidder Yip C.ir.;•Cuunry Puit:hactnt:'S4doow, c -i ,e 1. Itis. ingrtbrmaa_ ie by any other uppluprime neons. thtee ate t'7.a?rrnCtim4'tt7 released Fhin:tf:a:itt@ the. 'ALL,/ lento :f,:rmte IX;•gir:•_ The cimerrame is: net based upon when the Verte,.•r tnL-eitcs1 .° infirmatitm. but miller u . n.tsa. nnnomtec m ec ia'ud by IttTehast: Thorny,sees. •:fiior wil'n he Hoek. by ilrrchxi to elistrikrn the announcement to the intereeteed sk rd, [.scatLeong ,K'; rtNp•msihtc to assure ehir .enders. ix'ei4'e six-ar_ oultee,ncnt, It iic the, tespun:;ibi%•-ort.hr vendors itycktoin sem. ritthOUileettlera from P'urcha.inii. rt ,,aril llettur.9lrse nd Pentre When a, •ritua=l r atte t riinst ntakinp award is re coati, the award etoll ,tilt he n,rfy untij . mon rr `s resolved. unlet the County depermint a that one rd" 'lLilt:,rein; :,ppli ▪ nut v,pplit a Lt; err•: ire~ to be contracted for we urgeraly reede. • l.;eli%crp ur perlheot3»ic ^Hill tr a nhtiti drkrvni by far trc t,o r„ake award promptly • A, mortipl oar nd will heri e- he advac.agewus to the County. It the uward ii waltz:, tf•,t; filo otmit be akk-umea rd a explains the Resit iter the aaaoa Warm me ice of are. doeiaie t po procecal .shall 'be sent to ite prerles';er and nth who may >x Coatcenou. The Comb, retori;.s niei rie•ht to enter into one efoiri uu and itenhins_h rcirs akaKI wtmsrnrfid ro C>s,it that arrhesraar la any manxer. 14.4hr:s�ilirtt;,Itt.Ul� The Ciniwstl Tt.rat scti. Iv6mlilitmsand Sepplemereat Terms and C,e,lht en included it thi* bid tirco,ncrtt ujll ss;m.ma. rhs'per'fccmeree el -the work. No est i Ic inn oast eeiiiitic -...ill be eoreptcd. hide dime Dec umtlirrrnrd it: any way. or I3isk ilea tales etre pti•cvt in arty n rya• in the City of iakima.'s i ienerat fired Supf.tn eboiat Tips. -,s,: inn! 4;trtudilinnt. may math: M. the Berl beleag eitacidere l inln•respo r:±ii,e, 40,.._dti`N1ri4IC, Mntcric,9'riuh,mit,r,IAny iinlurmattrsa ccturtitin in the I,iiLtR.FP rtµ,?ratcillecE That is prepticiari must et cker]y desiyjtttcd. 7n1wkit & alue emote ,; ;r. prnpi&unry nilf `. a oeithes ;iceejncvt -far turner& :ea requeaa it crude to 44,7te a Vi,—•k•':: t i e t'ity ed etukims wilt comply aecordiny sa :he' jpbt tui ire Rreciti4s rA:,t Clispik7 42,,j7 ftp h', If ter: inl xmntscxt is mslt,! as p,'4,llnetae•: i aloe; prg,ptttl. vetch information will fiat tie nib& atuilrihle :toil Lae alrn;aal tender has ken given an ni,ntntsmtty sr, wet :, natio injunction a;a72ltsi tett Motet ee! ditto ttrc CII ii4'ft :tltihile Ratlir, le:aali artr1 3rreice tl:.s iI l eel Crel ii • slri-iitrrss I t. i.r_r iI,fS AGREEMENT is entered into between YAKIMA COUNTY, Washiateton, herein referred to as the ,,Ctatenty''' who adir w;k is 1.82:7. S. IA St. fir' rkira , v rrrsl7irigtott. 989(13 :fix! avhose address is hereinJafter referred to as the."C ontractoir-. WITNESSETH: l;a eyitsideratic n of the i.eri*; ;Ind ciondit.ia;rns Contained herein .nnd the Pitacitcd•dmttmenrs.'Cti ii b Farr,' vaidi a pia of • r]ntrita, by, ibis reference, the; p;:rti<s•tit :rto.Mgtur :ts folt��awa_ I . The Contractor shaft && II'vtiOck.:3rid ftrr iii h Il tocols, materials. ;dud' juipn nt ciee ;.ssttry for pt/fortning the ccvee in necoraianee with : n.ci•as c'titscribed in the. attiadled Ltid document' C113,06, v4aican aro by this re it/trice incorporated herein and trade Jt pia hereof_ 2. The Count: eit rce. to pay for ate service TO sc:t. forth isle the Did r:► itetierttw ail the tirtre..and iu the nranilll and upon the conditions provided. 3, Thies 4areetuent, Lite Request kw Bids, Scope or Weak, er sditioit5, addenifa.and modifrcatems and the Contractue's bid proposal (to the extern ozinsi,teut with Y.akiit:ii County's t!oetin tl ) ee50:aim:ie. the Contract DOreuta :ate, and :r:r complementary .i to change or addition to this. Agreeuien.t. shall be valid or binding upon either pasty tintless such change or addition izs in writing and executed by, bnth panics. Specific federal and State laws and the tams of this AgreeEtent, tat that or resp,ctive:k r. supersede otltr ' iaaeuatsisrerat provisions, These. Contract Documents arc an file in the Office of the li.urchasing Manager, 129. No. 2nd St... Yakima. Washing -mit 9 901, and are hereby. iincorp raied hyy"reference. into this . greemelit. 4. The Parties ;Agree atm the CclutrActtrr is an independent contractor and toot an agent or employee of the Comity_ Agents, employees, servants, or representatives of the Contraet.or shall Writ be deemed to he employe, agents, savants, or rairLsentativess of the County for ;inyr ptrrprti ae. East koyc;e.s of the Com:actor are tbrIt entitled trr any beoelits the County provides for County arepltpy-res. 5. The Contractor agrees that it shall not discriminate against any person on the greninds of rake, creed, color. religion, 3 tional origin., Set, •age, marital slants, sexual airi rtatit rr pc.liticil adlikEtnion or belief,. or , the presence of any sensor . mental or physical handicap ii viul.�tiutt of the k` as]inrrs�. on St;+re .L .aw Ai arose Dis=irni t;(tion (fitter eh: pier 49.6() or the Aartericans.with 'Disabilities Act (42 USC 1210] cwt. seq.)_ In the event the ConGr,ner4;r yr alagtet this provision, the County may terminate this Agreement ent immediately and bar the Contractor £rom.perfortning services; for. the County in the future 6. The Contractor shall not assign rn or snnheo n aer toy portion of the auntttr;tctcd ;Acti.itia tvitltuut• obtaining prior written approval from the Ceviiw., 7. Either party may terianimnte r1h'i,, COMNICt upon (Mi) thirty mays uritteia notice, if the. {.contra for fails to comply with the terms and conditions of this Agrettnent the County may PUTtible sueh ranedies as are lewdly available, including, but not limited no, the immediate ternti.rmtion of this .Agrecntern, 8. The Contractor shall, indemnify and hold harmless the 'County. its officers, ateantss. volunteers and crrtp), y=s, from all ]Jnbilit'yr, Iotis of damage, including. costs of defense they may sniffer as a result o6: claims, demands, actions. dansages. DOSES -M. judgments which lh-ma ahe nuriv,itiey to be performed by the Contractor., its agents, errrpft ee , nr suI'.eoi rr elor,.s pursuant to this Agreertient. St. The Coritraetor sit t]i provide to the County proof of insurance in the amounts required under ell bid aTpe ilica.tions. Yakima County shall be named as an ;tdci'id.iGankl irtstrred on said insurance polici _ C9'r_:II 4h)bileJsadi4I1and 5e -view Sr V21dxtiCmusty 5Fr_rifrc4 ttcq 17 ur31i 141. This Agreement shall Ix govern...NI by the lawsof the State c'f Washing An • action, suit'» Juiti -ial lr;tx:ceding for the enfort,csu :ltt of this rltvreemcne shall be brought in, the Court fur the State of N.Vi„i3 tiitston in Yakima County. Wisiiuigtor7. E 1,, The Ityrn of this .Agreement skill, be ft'onl . 3013 to from year to year, with a term not to exceed five y rrs. fated this dnyr of ;NM_ -and may- be in'tend.ecl CONTRACTOR BOARD OF YAKIMA COUNTY COMMISSIONERS Signature i :idlaei a Leila, Chairman Signer's nerve printed or typed Kevi.rt J_ l3ouchey. County Commisskonor Date Approved as to fonrt: j_ Rand Elliott County 'CommissiotU r Constituting 71b1 Eitifini40.1gutty r$ {rr Yrrkirrnt CiAirttyy, INITSrglifg'h:.rr7 Date Attest: Deput;, Pro5erutini; Attorney Tiara Girard Clerk of t.e Board CI I 3116 Mglzik RtdioIN)+nllLtd Srvizrror1'nirirn Cosa myQ.:rilT.onii.c yIcrvfi'� TWAT= CERTIFICATE OF LIABILITY INSURANCE Mall:MAME 49 i,inge.5, 42 ft Idobrire, peg ottimincgg egt.: Neti-rxtra4tnn =gang kagxtgl fief Imv:tramm: ammo. twi Ctrir'Cilt � 1APAPaialmao• Pa A/mamma asaanocarAn ca sofa t 0:1A1 ax.cuccez kl9p fTuggri; rgb7h. pfn 4thigrd.R.414 do, arinn.Fitiker49 gozs agG,r Cialmareyre eagg1lara9. amiNgens: Tdir 1.2=ged. istssudgm. dupe:amp Ig91.4e.Mgeratxt.01,1 PF-MX:E.19, sAIVII4C ,Witric.gge µmask "ThiAlara R.TOLIA, 9474119 di-laft9iFigra.-0F0MEA imegpfloolLi.erignegrA a aussoomos Is gaa.s.ra 4211 eaves grasendAllittg My mem art9sfaiwrila ga,,e .ssie,tds este ,gergsay.eddi eet ddgd.wdi go up OZ°.C.4" 414C;th' 17,,,FITMECCZep tnar.,:c.nt INOyfumtE APCM =L'!MO Cita7tFiciaz 'MUMS titiTtrY MIMED xdritoCZ Ofttf/PrA,m 11.91. , ., ,,,, I' '114A1 II411 Pi is gatta mow wet ma MILIPII, TO lid thr,i0kal nos* RN7.14' PIN '''.--it-libliri,, Ire tar" waentn 'termirA/5114wibiAn Ase *to/Amur:Al, /.211/A as raw:fors orAer 00:117441141i1,40199 WilVE.tii, tee% ,Wool.h. TO libtlle, 1441,3 '110t/InWe tV-a. 0 LIAM) 44t, WA ft,4t01,59: t,,,e C4Fr-.1005C 41/1303111ED sr Ise PaalegS OIESnteittit WAT.pt eS oggegi Iii au. Me 414144K; , tilCiaMC*4 4 ,44''Pergtarirgre V' 0,41c14 RA, ir..-taamars szaSPA natal" sansimap _slat/at:IA.1.a, T.C.M13,31 at*" 41i7t1Z,!5 113L3,13121 dli•ikfibra sdnamo43 -A.4 CIE' IX,Pg,i". 11C404iriTh .441.V...4 Rs' 1,a,245,04Earou!si UtItliAL VAIRAT44 X CiSiiwdirdloa ,tateerer,tatata7v map/a/sae X !ems* J Lsitftms.magsmszal ism ,vpdr—trg .ragg Agrraufx} *tocraca gr.4.0 POLICY NUMBER gatatten. dtart tame ,ammmAm kmo , . grogri dislitRetv'T•3 414441,44,414, A . atii w r --- A. tesoge t dis dam& ntart OP' ' a5.0 . om ,_ _ CActragokappara LI eat . UUIJIIna is 011 CO Aton*A.qs—P 0A4/AAP.Apatara -L'-=n *re' Cy of 'Yakima aml C,har eaPPty pf' Ulcipp,, i ra agents . anployseo, suaan an Awe 61tt.E4, ro . *let ted add la/Pointed of tic/ A 1 a Ars 3 opludAt4 as Prlipary/libn A Cant ribu taffy. additional las/sagas , dps APCsoad Addl. clonal a/saw ad, Iredawas=ami . d Lop ititt sg44,4771 ig MI39=311141.14M3#111.53!* erf4f.an 4.4405,1641.4' 3 1, 000. 000 -f:114-6. 000 1.000_000 Dtkixt toP ; 9o5gloW:Ati mwegm m 414,em, 'ect legintrriUg=" th.E9: te atop lasts C18744 C13:1013M.F.. 4,194.11, " I Pi M4 ,VIDX.,4irttMe 4 i 041:1 -Oh ciam."1. t 1,000 000 -xga14 1, mo, (AAP .1,;#479 ci ty of Yalciam/eaparly al rttl pap 4 ,pcP1Ipp1n3 Papas tmenc 111,2 d 2:115 Street TAkian. kA se on 1-1%Mri1J-edtzt_____ :11012.0 GA no: Adso asaa a00243 1904'4931,1Eu 037,1111 7.11; ILLINftr644 COM Dsliql.40,,. ?WW1 ram Orihr.3=1; armnapsa 'ACHIM Pti..MY Ktest.Uleac.; I.4401174:IPiriFilirabl 07.019M07.11 r"41 A-01$001..WOOsittat. ,44.11.44-70, FIZMK13 WeN2t3MgOCIAXIO TM, AMC, eitAft ad kVA 11:01. mintarree =dm (,..211C17sFiviI Ita&f, Maidle=med Iii YikiitCSiflflfli 19 al 2U ; 1.1ABILITY AODITICeat tivSLEXED - &Maid, %WM: tOKCED.AC",.CJR5 SCHEDULED PS:SOEE OR OfECAVIZATION i1 &Ida-mm=1 nuoUrkol iro:ArrirCe proriciod u Wes Olt to/loyal: COMMERCIAL zENERAL uostesrtcchcakcispARr sostPE !ItarPrrabn dra,tritigaktcrn The City of 'F'4,1dR0,-ound the Couritroffltalciatat, Agionts, tuatrfoyiers,t, wutlhari2&11 vethorKrocrtg, Ideated andzypctint.ed effielah.crelo ititoltrktott trrarrintryiNrect-CerticritsloCtory :rid/thaws:0 foorquiecl1/4. .1+ ma rilttr .aprt113 itKode, 6114611111b11 tithrrir..7 GamiCtir wi bi, *purr to the appiticseic tndaruaragnia ircce.coU - Who rs insured is 30.efl&d ilthdt tr 'altered theperiari ftrplat4r4r.S-..re..m 1.9.0 crey vakbrelpea so Wiley arrsieg coact yczec,r4engopoatkirts pericoota5 ice tt:st WM aspect to kb! Etsrozort aftwdedthFoz taSitiootti Irst-...rezh, the klikreal5 112:01.4*11 b orklo* 2. raxhroic,fts This irtruan!rirr 41= rat rict: -i&Falry uvry" or " pr.o.irrth MW.y comp- Go:min 4rxr; • ,,,x; _ ineurlirIE itdrneit, pti!oreqcapiterc tonthed to-conssectioni.watt surf: wit* 5th.114:1 prtige ,t2h=ilian 'AM*, rOrt.r‘'reoroce or rcpstrsti to.bs pciflonstest co on behillsrf the,asidakiral lortorY,4 0.the gt4 of4t tait* afttnoten:i.s.i: ket- .;trryi4.41;1; L2 rrre'frorilarr r:4 .11,r;urwririe outof Mich the itjurie Gr *rags tubes itza bete pot lo tocen.‘Ad uc uy any perzoo.ccCf ibiiai. atier Thnamei6cr rszatralipa.nr. imgag4.41 wfxr, ring :tprirtkrrc ier ilt",Ltp4i dS &Mr. dt: rtte saint owlect VrIMENDOSZSVAIMIT MAIIMES T14E PC.1.10f PL5.145C READ IT C.AREFJELY_ Z17 -,241r 1.30! ng4WeiCrA. hu-azacil tti-49 r%krovir.ihmi. 1..900 C.2 I I IM Filt:41.ko110 M:sinicumiklr. fur Zijb311111). Shit: Orlia: AGREEMENT THIS AGREEMENT is entered into between YAKIMA COUNTY, Washington, herein referred to as the "County" whose address is 128 N 2°a Street, Yakima, Washington, 98903 and Day Wireless Systems, who will be the primary contractor and whose address is 730 N 166 Ave., Ste. 1, Yakima WA 98902 hereinafter referred to as the "Contractor". WITNESSETH: In consideration of the terms and conditions contained herein and the attached documents which are made a part of this contract by this reference, the parties hereto agree as follows: 1. The Contractor shall do all work and furnish all tools, materials, and equipment necessary for performing the service in accordance with and as described in the attached Bid document C11306, which are by this reference incorporated herein and made a part hereof. 2. The County agrees to pay for the service as set forth in the Bid documents at the time and in the manner and upon the conditions provided 3. This Agreement, the Request for Bids, Scope of Work, conditions, addenda and modifications and the Contractor's bid proposal (to the extent consistent with Yakima County's documents) constitute the Contract Documents and are complementary. No change or addition to this Agreement shall be valid or binding upon either party unless such change or addition is in writing and executed by both parties. Specific federal and State laws and the terms of this Agreement, in that order respectively, supersede other inconsistent provisions. These Contract Documents are on file in the Office of the Purchasing Manager, 129 No. 2' St., Yakima, Washington, 98901, and are hereby incorporated by reference into this Agreement. 4, The Parties agree that the Contractor is an independent contractor and not an agent or employee of the County. Agents, employees, servants, or representatives of the Contractor shall not be deemed to be employees, agents, servants, or representatives of the County for any purpose. Employees of the Contractor are not entitled to any benefits the County provides for County employees. 5. The Contractor agrees that it shall not discriminate against any person on the grounds of race, creed, color, religion, national origin, sex, age, marital status, sexual orientation, political affiliation or belief, or the presence of any sensory, mental or physical handicap in violation of the Washington State Law Against Discrimination (RCW chapter 49.60) or the Americans with Disabilities Act (42 USC 12101 et seq.). In the event the Contractor violates this provision, the County may terminate this Agreement immediately and bar the Contractor from performing services for the County in the future. 6. The Contractor shall not assign or subcontract any portion of the contracted activities without obtaining prior written approval from the County. 7. Either party may terminate this contract upon (30) thirty days written notice. If the Contractor fails to comply with the terms and conditions of this Agreement, the County may pursue such remedies as are legally available, including, but not limited to, the immediate termination of this Agreement. 8. The Contractor shall indemnify and hold harmless the County, its agents, employees, authorized volunteers; elected and appointed officials, from all liability, loss of damage, including costs of defense they may suffer as a result of claims, demands, actions, damages, costs or judgments which result from the activities to be performed by the Contractor, its agents, employees, or subcontractors pursuant to this Agreement. The contractor's insurance is primary and noncontributory to the insurance held by the County. C11306 Mobile Radio Install and Service — YSO Page 1 of 2 9. Contractor's Waiver of Employer's Immunity under Title 51 RCW. Contractor intends that its indemnification, defense, and hold harmless obliy: tions set forth above in section A. shall operate with full effect regardless of any provision to the contrary in Title 51 RCW, Washington's Industrial Insurance Act. Accordingly, to the extent necessary to fully satisfy the Contractor's indemnification, defense, and hold harmless obligations set forth above in section A, Contractor specifically waives any immunity granted under Title 51 RCW, and specifically assumes all potential liability for actions brought by employees of the Contractor against the City/County and its officers, employees, agents, and volunteers. The parties have mutually negotiated this waiver. Contractor shall similarly require that its subcontractors, and anyone directly or indirectly employed or hired by Contractor, and anyone for whose acts Contractor may be liable in connection with its performance of this Agreement to comply with the terns of this paragraph, waive any immunity granted under Title 51 RCW, and assume all potential liability for actions brought their respective employees. The provisions of this section shall survive the expiration or termination of this Agreement. 10. The Contractor shall provide to the County proof of insurance in the amounts required under the bid specifications. Yakima County shall be named as an additional insured on said insurance policies. 11. This Agreement shall be governed by the laws of the State of Washington. Any action, suit, or judicial proceeding for the enforcement of this Agreement shall be brought in the Superior Court for the State of Washington in Yakima County, Washington. 12. The period of this contract shall be for a period of one year from its effective date. The County may, at its option, extend the contract on a year to year basis for up to four additional years provided, however, that either party may at any time during the life of this contract, or any extension thereof, terminate this contract by giving thirty (30) days notice in writing to the other party of its intention to cancel. Contract extensions shall be automatic, and shall go into effect without written confirmation, unless the County provides advance notice of the intention to not renew. Prices shall remain firm for the first twelve month period of the contract unless an exception is stated in the bid. Dated this I day of Ari 1 2013. CONTRACTOR • BOARD OF YAIUMA COUNTY COMMISSIONERS - —Ligtralt-Qure c ae ,/1/12 (_ Po:L(4 — s Signer's name printed or typed ya k,, .„ �� r vi C t a P% --41e itle 3-2T-(3 Approved as to form: u Deputy Prosecuting Attorne; 1 D Leita, Chairman /Fr �. J. R. • lliot, County Commissioner Con rr g The Board of County Commissioners for Yak County, Washington ey, County Commissioner est: C11306 Mobile Radio Install and Service - YSO Tiera Girard Clerk pf the Board BOCC 170-2013 April 2, 2013 //'I!,*it '1i,1 Page 2 of 2 BUSINESS OF THE CITY COUNCIL YAKIMA, WASHINGTON AGENDA STATEMENT Item No.3 I-- For 'For Meeting of: 8/20/2013 ITEM TITLE: Resolution authorizing an agreement between Day Wireless Systems and City of Yakima for the Up -Fit of sixty three (63) new police vehicles. SUBMITTED BY: Captain Jeff Schneider SUMMARY EXPLANATION: The Yakima Police Department has purchased sixty three (63) new vehicles for the assigned vehicle program. The City does not have the staffing to complete the equipment installation within four months. The City is able to utilize the current County contract with Day Wireless Systems to provide installation services. City staff will be installing equipment in the other 11 vehicles which includes the ten (10) unmarked police units and one (1) truck that will be used for the vehicle enforcement program. Resolution: X Ordinance: Other (Specify): Contract: X Contract Term: Start Date: August 20, 2013 End Date: April 2, 2018 Item Budgeted: Yes Amount: $166,477.50 Funding Source/Fiscal Capital budget/Washington State LOCAL funding Impact: program Strategic Priority: Public Safety Insurance Required? No Mail to: Phone: APPROVED FOR SUBMITTAL: City Manager RECOMMENDATION: Staff recommends approval of this resolution ATTACHMENTS: Name: Description: El RESOLUTION - bid 11332 YPD Up-fit.docx Resolution El CITY AGREEMENT -YPD Vehicle Upfit - Piggyback C11306.pdf Agreement with Day Wireless LII Bid 11332 - Up -Fit of City Police Vehicles SOW - YPD.pdf Attachment A - scope of services Day Wireless Systems Final Quote - City of Yakima 2013 Police Builds.pdf Attachment A - price list El Signed Bid 011306 Mobile Radio Install Srv. - Day Wireless.pdf Signed Bid C11306 Siqned Contract - C11306 Mobile Radio Install - Day VVire.pdf Yakima County Signed Contract