Loading...
HomeMy WebLinkAbout01/04/2022 06.G. Resolution awarding Bid 12132 and authorizing contracts with Day Management Corporation and Financial Consultants International for provision of Police vehicle up-fitting services 14.41141\l'A 1—EQui • oriV4 rr 11 i i�O enc u nrry 1 BUSINESS OF THE CITY COUNCIL YAKIMA, WASHINGTON AGENDA STATEMENT Item No. 6.G. For Meeting of: January 4, 2022 ITEM TITLE: Resolution awarding Bid 12132 and authorizing contracts with Day Management Corporation and Financial Consultants International for provision of Police vehicle up-fitting services SUBMITTED BY: Maria Mayhue, Purchasing Manager Christina Payer, Buyer I I SUMMARY EXPLANATION: On November 15, 2021, the city of Yakima solicited Bid 12131 titled Up-fitting of New Police Vehicles. Bids were solicited to provide vehicle up-fitting for 55 new vehicles for the Yakima Police Department. Recommendation for a multiple award was made to Day Management Corp, and Financial Consultants Intl, Inc., and approved by Lt. Ira Cavin and Chief of Police Matthew Murray, followed by approval from the City Manager Bob Harrison. They were equally awarded schedule 1 — Up-fitting (51) 2022 Ford Police Interceptor Utility vehicles and schedule 2— Up-fitting (1) 2022 Ford Police Interceptor Utility vehicle. Vehicle up-fitting involves labor necessary to install and connect wiring of supplied equipment (partitions, lightbars, modems and antenna, etc.) into vehicles. Due to the size of the project and to expedite the process of placing vehicles into service, it was in the city's best interest to make a multiple award. This contract is for one year, with the possibility of four additional automatic annual renewals. The estimated award amount is $228,743. ITEM BUDGETED: Yes STRATEGIC PRIORITY: Public Safety APPROVED FOR SUBMITTAL BY THE CITY MANAGER RECOMMENDATION: Adopt Resolution ATTACHMENTS: Description Upload Date Type 2 ❑ Resolution awarding Bid 12132 12/14/2021 Resolution ❑ 12132 Bid Tabulation 12/14/2021 Backup Material ❑ 12132 Agreement with Day Management 12/14/2021 Contract ❑ 12132 Agreement with Financial Consultants 12/14/2021 Contract ❑ Contract ExhibitA-Applies to both contracts 12/14/2021 Exhibit ❑ Contract Exhibit B-Day Management 12/14/2021 Exhibit ❑ Contract Exhibit B-Financial Consultants 12/14/2021 Exhibit 3 RESOLUTION NO. R-2022- A RESOLUTION authorizing award of BID 12132 and execution of an agreement with Day Management Corp, and Financial Consultants Intl, Inc., to purchase Police Vehicle Up-fitting Services. WHEREAS, the City posted and published notice on November 15 and 16, 2021 in the Yakima Herald Republic and on the city's webpage that BID No. 12132 was available for competitive bid; and WHEREAS, Bids were due November 29, 2021 at 11:00 a.m.; bids that were timely received were publicly opened in City Council Chambers in Yakima, Washington; and WHEREAS, the following Bids were received, as evidenced by the attached Bid Tabulation Form; and WHEREAS, all responsive Bids were sent to the Yakima Police Department for Recommendation of Award; and WHEREAS, Day Management Corp, and Financial Consultants Intl, Inc., were the only responsive Bids received, by responsible bidders; the Yakima Police Department recommends Contract Award be issued to Day Management Corp, and Financial Consultants Intl, Inc., and that the City Manager execute Contracts; and WHEREAS, the Scope of Work and available budget meet the needs and requirements of the City of Yakima for this procurement, now, therefore, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF YAKIMA: The Bid is hereby awarded and the City Manager is hereby authorized to execute Contracts with Day Management Corp, and Financial Consultants Intl, Inc., attached hereto and incorporated herein by this reference, in the total amount of$288,743 for the procurement of Police Vehicle Up-fitting Services. ADOPTED BY THE CITY COUNCIL this 4'h day of January, 2022. [NAME], Mayor ATTEST: Sonya Clear Tee, City Clerk u co 'c O aJ o L 4 O a) a 0 E co m ra Z �0 ' I . 0 0 0 L. -a u p a) O O O O a) a 0 a o a) > +' c c > u 0 u 0 a) a O a p E 1 Ts 2 �' 1- 0 0 0 ` L !"V O a) p a) o O O O u u 4a O L O L O )--7,11 E 4ra c"'` O Cr. o a 0 .. +_' E c dJ _ - 2 �r > H v a c) �, _, U• O U O (9 CO� L O co; r ^ a, a o a 1J v c +° 4°Eu u z I- 0 0 0 0 L O a) p a) o O O C O vi a` VI •i p G1 a d au 0 C c t U d VI >C u o > a o y +a LL a` 0 •F, a 0 C0 0 U f6 4 co ` Q. ate+ e-1 i 0 O O Z c C Q. 0 = L 7 0 o u 'a- _c 0 s 00 VI C (9 O u O M Kt •� u O M p a-•I aU aJ u C a o w a` o `N -' N I— > c CV 00 fl. L [O i,L NY C M N n Ms. a)CL 7.) Q 0 Ill I `�CD a) O N a) o ,� a) ++ O _CV u o u p a) `.-1 — a v = aL v - a` CO > co tsg a° E E 5 _ `Y° ran -0 'moo kr' o co ,_, C •V 0N C Z OA >. E S O ON A .0 Fo trl r N Ucc d Cr;' O c 0 V) -o cn -, N Cl LO •L N u a; ? a) p M a) p M Ol f� Q a CI) ca a) c ja u O U O i-i M a) T - a Ln a rn N N z c0 Q a. = rn o v N J 0 L c c M CAS dA 70 y U O M O N 00 z .-1 an G = .. a+ N o N Q a) Q m w ao •• c `o H c c o?� atS ra 0- c O co u 0 "' 0 `�' = z g c La a; IJJ a) L -0 +; a 4-, +J a) a) a) ro U a U U 3 B aJ 0 •a) a) 0 b10 La 0 v 4. j c] •O -0 O iS O O _ co u > U `n CO U = a) c a m a` m a` a` w �, a) (0 u U s C d W }' — (9 Z 0 ii LJ vi Q O Q i O VU O a--+ •++ O pp N Q t f0 L Q a--• of O Q c nOi O _ co ? O C O _ - a E Q H A-1•\ .�.. W ro VI(r. ("''''%,,\ CC E a � LJJ N L Q Q ++O O N L Q f— CU 71.:7 "i 1. + (- �. a 7 :°ECU i]� zO_ O m •y 0) YO uL1 U 0 Q Y NO Q a) Q L a-• L w QyL 0 E m a v 0 a; .3 yo — v 0 �� ' ,; Q L • L a L L a •3 v 3 O c� , c .a O u .Q E s 0 � o Q (o C J d 7 U In W -J d > U vl W N -a c Z Z N 5 a) E co z L 0 a c a) a) E co z 0 C `a) aJ E co z L 0 C +CJ C O Q) a cC E E z N O CD w U QJ in p �_ o 0 CD 0 O U ~ V U O L (C C -aa) NIII vi a) a) C CO 3 OS C v) ? L jy CO Cr) U V) V7 cm ++ aJ v) L a) a a) L > To U }' E E TO c O Zb.0 a CU 0TO M in 0 0 L. C p N v n N o 0 C iti O O m U A c)O. en } L L co" w O QE t'_' 0 C — O -O C. v a-+ n7. C O 0 To �+ O v O ca "d c = CO -a , a .- 41 U O N aJ O n. O aJ ,a C I ca of T v- -CI U E d •` 2 v y 3 0 <v O < _c y o Q rn 'O ++ 'O �-+ ¢ aJ a U ? 5Oi O E N O Q ce y O C I Q -a > '( a) N L7 LL OD O aJ OJ N N L u 'O `O C CO CC C V ,N E V -a ,J @ O vt 4-' U) c0 fD C T at.+ aJ N u Ol ra u I c a LU CU — a 3 3 Y o a , o o Li- an H T r a ". 0 °J u — co Q o u. OD N 0 E •O O O >- O> 3 - I O aJ N -0 < u _ W rO E v _N W CU >i C c w 'O 'O O Q M a) N - C a d sL-• 3 O �' co O Q •Q N C 0_ m W 0 E > O T ToM N O N U a1 C O u C aJ O 0 N -a G __ E O 0 v- CO d Q ~ - QJ _ c _o O ° a Q — C 3 v s E - " — Q T u o m 3 E to C aJ V J Y U O > aJ .aJ 0 a d -'.0 U -O 13 C d 6 AGREEMENT CITY OF YAKIMA Bid 12132 Upfitting of New Police Vehicles THIS AGREEMENT, entered into on the date of last execution, between the City of Yakima, a Washington municipal corporation ("City"), and Day Management Corporation, ("Contractor"). WITNESSETH: The parties, in consideration of the terms and conditions herein, do hereby covenant and agree as follows: 1. Statement of Work The Contractor shall perform all work and services)and furnish all tools, materials, labor and equipment(collectively referred to as "Services") according to the procedure outlined in Bid 12132 Upfitting of New Police Vehicles Specifications which are attached as Exhibit A, and the most recent edition of the ANSIITIAIEIA and NEC Standards, all of which are incorporated herein by this reference, and shall perform any alterations in or additions to the work provided under this Contract and every part thereof. The Contractor shall provide and bear the expense of all equipment; work and labor of any sort whatsoever that may be required for the transfer of materials and completing the work provided for in this Contract and every part thereof, except such as are mentioned in the specifications to be furnished by the City of Yakima. 2. Compensation The City agrees to pay the Contractor according to Exhibit B, attached hereto and incorporated herein,which Exhibit includes the specifications and payment schedule of itemized prices as listed in the Contractor's Bid submittal at the time and in the manner and upon the conditions provided for the Contract. 3. Contract Term The period of this Contract shall be for a period of one year from its effective date. The City may, at its option, extend the Contract on a year to year basis for up to four(4)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 City provides advance notice of the intention to not renew. Prices shall remain firm for the first twelve-month period of the Contract. 4. Changes Any proposed change in this Contract shall be submitted to the other party, for its prior written approval. If approved, change will be made by a contract modification that Aill become effective upon execution by the parties hereto. Any oral statement or representation changing any of these terms or conditions is specifically unauthorized and is not valid. 5. Agency Relationship between City and Contractor Contractor shall, at all times, be an independent Contractor and not an agent or representative of City with regard to performance of the Services. Contractor shall not represent that it is, or hold itself out as, an agent or representative of City. In no event shall Contractor be authorized to enter into any agreement or undertaking for, or on, behalf of City. 7 6. Successors and Assigns Neither the City, nor the Contractor, shall assign, transfer, or encumber any rights, duties, or interests accruing from this Contract without the prior written consent of the other. The Contractor for himself, and for his heirs, executors, administrators, successors, and assigns, does hereby agree to the full performance of all the covenants herein contained upon the part of the Contractor. 7. Property Rights All records or papers of any sort relating to the City and to the project will at all times be the property of the City and shall be surrendered to the City upon demand. All information concerning the City and said project which is not otherwise a matter of public record or required by law to be made public, is confidential, and the Contractor will not, in whole or part, now or at any time disclose that information without the express written consent of the City. 8. Inspection and Production of Records The records relating to the Services shall, at all times, be subject to inspection by and with the approval of the City, but the making of(or failure or delay in making) such inspection or approval shall not relieve Contractor of responsibility for performance of the Services in accordance with this Contract, notwithstanding the City's knowledge of defective or non-complying performance, its substantiality or the ease of its discovery. Contractor shall provide the City sufficient, safe, and proper facilities, and/or send copies of the requested documents to the City. Contractor's records relating to the Services will be provided to the City upon the City's request. Contractor shall promptly furnish the City with such information and records which are related to the Services of this Contract as may be requested by the City. Until the expiration of six(6)years after final payment of the compensation payable under this Contract, or for a longer period if required by law or by the Washington Secretary of State's record retention schedule, Contractor shall retain and provide the City access to(and the City shall have the right to examine, audit and copy)all of Contractor's books, documents, papers and records which are related to the Services performed by Contractor under this Contract. All records relating to Contractor's services under this Contract must be made available to the City, and the records relating to the Services are City of Yakima/Yakima County records. They must be produced to third parties, if required pursuant to the Washington State Public Records Act, Chapter 42.56 RCW, or by law. All records relating to Contractor's services under this Contract must be retained by Contractor for the minimum period of time required pursuant to the Washington Secretary of State's records retention schedule. The terms of this section shall survive any expiration or termination of this Contract. 9. Work Made for Hire All work the Contractor performs under this Contract shall be considered work made for hire, and shall be the property of the City. The City shall own any and all data, documents, plans, copyrights, specifications, working papers, and any other materials the Contractor produces in connection with this Contract. On completion or termination of the Contract, the Contractor shall deliver these materials to the City. 10. Guarantee Contractor warrants the Services will be free from defects in material and workmanship for a period of one year following the date of completion and acceptance of the Services. 11. Compliance with Law Contractor agrees to perform all Services under and pursuant to this Contract in full compliance with any and all applicable laws, rules, and regulations adopted or promulgated by any governmental agency or regulatory body, 8 whether federal, state, local, or otherwise. Contractor shall procure and have all applicable and necessary permits, licenses and approvals of any federal, state, and local government or governmental authority or this project, pay all charges and fees, and give all notices necessary and incidental to the due and lawful execution of the work. a. Procurement of a City Business License. Contractor must procure a City of Yakima Business License and pay all charges, fees, and taxes associated with said license. b. Contractor must provide proof of a valid Washington State Contractor Registration number. c. Contractor must provide proof of a valid Washington department of Revenue state excise tax registration number, as required in Title 85 RCW. d. Contractor must provide proof of a valid Washington Unified Business Identification (UBI) number. Contractor must have a current UBI number and not be disqualified from bidding on any public works contract under RCW 39.06.010 or 39.12.065(3). e. Contractor must provide proof of a valid Washington Employment Security Department number as required by Title 50 RCW. f. Foreign(Non-Washington)Corporations: Although the City does not require foreign corporate proposers to qualify in the City, County or State prior to submitting a proposal, it is specifically understood and agreed that any such corporation will promptly take all necessary measures to become authorized to conduct business in the City of Yakima at their own expense, without regard to whether such corporation is actually awarded the contract,and in the event that the award is made,prior to conducting any business in the City. 12. Nondiscrimination During the performance of this Contract, the Contractor agrees as follows: The Contractor shall not discriminate against any person on the grounds of race, creed, color, religion, national origin, sex, age, marital status, sexual orientation, pregnancy, veteran's status, 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.). This provision shall include but not be limited to the following: employment, upgrading, demotion, transfer, recruitment, advertising, layoff or termination, rates of pay or other forms of compensation, selection for training, and the provision of Services under this Agreement. In the event of the Contractor's noncompliance with the non-discrimination clause of this contract or with any such rules, regulations, or orders, this Contract may be cancelled, terminated, or suspended in whole or in part and the Contractor may be declared ineligible for any future City contracts. 13. Indemnification and Hold Harmless a. Contractor shall take all necessary precautions in performing the Services to prevent injury to persons or property. The Contractor agrees to release, indemnify, defend, and hold harmless the City, its elected and appointed officials, officers, employees, agents, representatives, insurers, attorneys, and volunteers from all liabilities, losses, damages, and expenses related to all claims, suits, arbitration actions, investigations, and regulatory or other governmental proceedings arising from or in connection with this Agreement or the acts, failures to act, errors or omissions of the Contractor, or any Contractor's agent or subcontractor, in performance of this Agreement, except for claims caused by the City's sole negligence. 9 The City's right to indemnification includes attorney's fees costs associated with establishing the right to indemnification hereunder in favor of the City. b. If any suit, judgment, action, claim or demand arises out of, or occurs in conjunction with, the negligent acts and/or omissions of both the Contractor and the City, or their elected or appointed officials, officers, employees, agents, attorneys or volunteers, pursuant to this Contract, each party shall be liable for its proportionate share of negligence for any resulting suit, judgment, action, claim, demand, damages or costs and expenses, including reasonable attorneys'fees. c. Industrial Insurance Act Waiver. It is specifically and expressly understood that the Contractor waives any immunity that may be granted to it under the Washington State industrial insurance act, Title 51 RCW, solely for the purposes of this indemnification. Contractor's indemnification shall not be limited in any way by any limitation on the amount of damages, compensation or benefits payable to or by any third party under workers' compensation acts, disability benefit acts or any other benefits acts or programs. Contractor shall 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, comply with the terms of this paragraph, waive any immunity granted under Title 51 RCW, and assume all potential liability for actions brought by their respective employees. The Parties acknowledge that they have mutually negotiated this waiver. d. 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, the Contractor's liability, including the duty and cost to defend, shall be only to the extent of the Contractor's negligence. e. Nothing contained in this Section or this Contract shall be construed to create a liability or a right of indemnification in any third party. f. The terms of this Section shall survive any expiration or termination of this Contract. 14. Contractor's Liability Insurance At all times during performance of the Services and this Contract, Contractor shall secure and maintain in effect insurance to protect the City and Contractor from and against any and all claims, damages, losses, and expenses arising out of or resulting from the performance of this Contract.Contractor shall provide and maintain in force insurance in limits no less than that stated below, as applicable. The City reserves the right to require higher limits should it deem it necessary in the best interest of the public. Contractor will provide a Certificate of Insurance to the City as evidence of coverage for each of the policies and outlined herein.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 City, prior to commencement of work. Failure of City to demand such verification of coverage with these insurance requirements or failure of City to identify a deficiency from the insurance documentation provided shall not be construed as a waiver of Contractor's obligation to maintain such insurance. The following insurance is required: a. Commercial Liability Insurance Before this Contract is fully executed by the parties, Contractor shall provide the City with a certificate of insurance as proof of commercial liability insurance with a minimum liability limit of Two Million Dollars 10 ($2,000,000.00)per occurrence,combined single limit bodily injury and property damage,and Two Million Dollars($2,000,000.00) general aggregate. If Contractor carries higher coverage limits, such limits shall be shown on the Certificate of Insurance and Endorsements and the City, its elected and appointed officials, employees, agents, attorneys and volunteers shall be named as additional insureds for such higher limits. The certificate shall clearly state who the provider is, the coverage amount, the policy number, and when the policy and provisions provided are in effect. Said policy shall be in effect for the duration of this Contract. The policy shall name the City of Yakima, its elected and appointed officials, employees, agents, attorneys and volunteers as additional insureds, and shall contain a clause that the insurer will not cancel or change the insurance without first giving the City prior written notice. The insurance shall be with an insurance company or companies rated A-VII or higher in Best's Guide and admitted in the State of Washington. The requirements contained herein, as well as City of Yakima'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. b. Automobile Liability Insurance Before this Contract is fully executed by the parties, Contractor shall provide the City with a certificate of insurance as proof of automobile liability insurance with a minimum liability limit of Two Million Dollars ($2,000,000.00)per occurrence. If Contractor carries higher coverage limits, such limits shall be shown on the Certificate of Insurance and Endorsements and the City, its elected and appointed officials, employees, agents, attorneys and volunteers shall be named as additional insureds for such higher limits. The certificate shall clearly state who the provider is,the coverage amount,the policy number, and when the policy and provisions provided are in effect. Said policy shall be in effect for the duration of this Contract. The policy shall name the City of Yakima, its elected and appointed officials, employees, agents, attorneys and volunteers as additional insureds, and shall contain a clause that the insurer will not cancel or change the insurance without first giving the City prior written notice. The insurance shall be with an insurance company or companies rated A-VII or higher in Best's Guide and admitted in the State of Washington. The requirements contained herein, as well as City of Yakima'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 business auto liability shall include Hired and Non-Owned coverage if necessary. c. Employer's Liability(Stop Gap) Contractor and all subcontractor(s) shall at all times comply with all applicable workers' compensation, occupational disease, and occupational health and safety laws, statutes, and regulations to the full extent applicable, and shall maintain Employer's Liability insurance with a limit of no less than $1,000,000.00. The City shall not be held responsible in any way for claims filed by Contractor or its employees for services performed under the terms of this Contract. Contractor agrees to assume full liability for all claims arising from this Contract including claims resulting from negligent acts of all subcontractor(s). Contractor is responsible to ensure subcontractor(s)have insurance as needed. Failure of subcontractors(s) to comply with insurance requirements does not limit Contractor's liability or responsibility. Commercial General Liability: Combined Single Limit: $2,000,000 Per Occurrence $2,000,000 Annual Aggregate Automobile Liability $2,000,000 Per Occurrence Garage Liability: $1,000,000 Minimum Limit Garage Keepers Liability: $200,000 Minimum Limit 11 Contractor's insurance coverage shall be primary insurance with respect to those who are Additional Insureds under this Contract. Any insurance, self-insurance or insurance pool coverage maintained by the City shall be in excess of the Contractor's insurance and shall not contribute to it. If at any time during the life of the Contract, or any extension, 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 City to terminate the Contract. 15. Severability If any term or condition of this Contract or the application thereof to any person(s) or circumstances is held invalid, such invalidity shall not affect other terms, conditions or applications which can be given effect without the invalid term, condition or application. To this end, the terms and conditions of this Contract are declared severable. 16. Contract Documents This Contract, the Invitation to Bid 12132 Scope of Work, conditions, addenda, and modifications and Contractor's proposal (to the extent consistent with City of Yakima documents) constitute the Contract Documents and are complementary. Specific Federal and State laws and the terms of this Contract, in that order respectively, supersede other inconsistent provisions. These Contract Documents are on file in the Office of the Purchasing Manager, 129 No. 2nd St., Yakima, WA, 98901, and are hereby incorporated by reference into this Contract. 17. Termination -Convenience This Contract may be terminated by either party by giving thirty(30)days written notice of such intent and will become effective thirty(30)days from the date such written notice is delivered to the applicable party to the Contract. 18. Termination -Cause The City reserves the right to terminate this Contract at any time, upon written notice, in the event that the Services of Contractor are deemed by the City to be unsatisfactory, or upon failure to perform any of the terms and conditions contained in this Contract. The effective date for such termination shall be upon receipt of the notice, or three days after the notice is mailed first class mail, certified with return receipt requested. 19. Force Majeure Contractor will not be responsible for delays in delivery due to acts of God, fire, strikes, epidemics/pandemics, war, riot, delay in transportation or railcar transport shortages, provided Contractor notifies the City immediately in writing of such pending or actual delay. Normally, in the event or any such delays(acts or God, etc.)the date of delivery will be extended for a period equal to the time lost due to the reason for delay. 20. Governing Law This Contract shall be governed by and construed in accordance with the laws of the State of Washington. 21. Venue The venue for any judicial action to enforce or interpret this Contract shall lie in a court of competent jurisdiction in Yakima County, Washington. 22. Authority The person executing this Contract,on behalf of Contractor,represents and warrants that he/she has been fully authorized by Contractor to execute this Contract on its behalf and to legally bind Contractor to all the terms, performances and provisions of this Contract. 12 23. Notice Any notice required or permitted to be given under this Contract shall be in writing and deemed effective if either delivered in person or by overnight courier,facsimile or first-class mail, certified with return receipt requested. Notices to the parties shall be delivered to: TO CITY: Bob Harrison,City Manager TO CONTRACTOR: Day Management Corporation City of Yakima 4700 SE International Way City Hall—First Floor Milwaukie, OR 97222 129 North Second Street Yakima,WA 98901 COPY TO: City of Yakima Purchasing Christina Payer, Buyer II City Hall—First Floor 129 North Second Street Yakima,WA 98901 24. Survival The foregoing sections of this Contract, 1-23 inclusive, shall survive the expiration or termination of this Contract in accordance with their terms. IN WITNESS WHEREOF,the parties hereto execute this Contract as of the day and year first above written. CITY OF YAKIMA DAY MANAGEMENT CORPORATION By: - __ City Manager Date: Date: 12/7/2021 Brent McGraw Attest: (Print name) City Clerk 13 AGREEMENT CITY OF YAKIMA Bid 12132 Upfitting of New Police Vehicles THIS AGREEMENT, entered into on the date of last execution, between the City of Yakima,a Washington municipal corporation("City"),and Financial Consultants Intl., Inc.("Contractor"). WITNESSETH: The parties, in consideration of the terms and conditions herein, do hereby covenant and agree as follows: 1. Statement of Work The Contractor shall perform all work and service(s)and furnish all tools,materials,labor and equipment(collectively referred to as "Services") according to the procedure outlined in Bid 12132 Upfitting of New Police Vehicles Specifications which are attached as Exhibit A,and the most recent edition of the ANSI/TIA/EIA and NEC Standards, all of which are incorporated herein by this reference, and shall perform any alterations in or additions to the work provided under this Contract and every part thereof. The Contractor shall provide and bear the expense of all equipment;work and labor of any sort whatsoever that may be required for the transfer of materials and completing the work provided for in this Contract and every part thereof, except such as are mentioned in the specifications to be furnished by the City of Yakima. 2. Compensation The City agrees to pay the Contractor according to Exhibit B, attached hereto and incorporated herein,which Exhibit includes the specifications and payment schedule of itemized prices as listed in the Contractor's Bid submittal at the time and in the manner and upon the conditions provided for the Contract. 3. Contract Term The period of this Contract shall be for a period of one year from its effective date. The City may,at its option,extend the Contract on a year to year basis for up to four(4)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 qo into effect without written confirmation, unless the City provides advance notice of the intention to not renew. Prices shall remain firm for the first twelve-month period of the Contract. 4. Changes Any proposed change in this Contract shall be submitted to the other party,for its prior written approval. If approved, change will be made by a contract modification that will become effective upon execution by the parties hereto.Any oral statement or representation changing any of these terms or conditions is specifically unauthorized and is not valid. 5. Agency Relationship between City and Contractor Contractor shall, at all times, be an independent Contractor and not an agent or representative of City with regard to performance of the Services.Contractor shall not represent that it is,or hold itself out as,an agent or representative of City. In no event shall Contractor be authorized to enter into any agreement or undertaking for,or on,behalf of City. 14 6. Successors and Assigns Neither the City, nor the Contractor, shall assign, transfer, or encumber any rights, duties, or interests accruing from this Contract without the prior written consent of the other. The Contractor for himself, and for his heirs, executors, administrators, successors, and assigns, does hereby agree to the full performance of all the covenants herein contained upon the part of the Contractor. 7. Property Rights All records or papers of any sort relating to the City and to the project will at all times be the property of the City and shall be surrendered to the City upon demand. All information concerning the City and said project which is not otherwise a matter of public record or required by law to be made public,is confidential,and the Contractor will not,in whole or part,now or at any time disclose that information without the express written consent of the City. 8. Inspection and Production of Records The records relating to the Services shall,at all times,be subject to inspection by and with the approval of the City,but the making of(or failure or delay in making) such inspection or approval shall not relieve Contractor of responsibility for performance of the Services in accordance with this Contract,notwithstanding the City's knowledge of defective or non-complying performance, its substantiality or the ease of its discovery. Contractor shall provide the City sufficient, safe,and proper facilities,and/or send copies of the requested documents to the City.Contractor's records relating to the Services will be provided to the City upon the City's request. Contractor shall promptly furnish the City with such information and records which are related to the Services of this Contract as may be requested by the City. Until the expiration of six(6)years after final payment of the compensation payable under this Contract,or for a longer period if required by law or by the Washington Secretary of State's record retention schedule,Contractor shall retain and provide the City access to(and the City shall have the right to examine, audit and copy)all of Contractor's books,documents,papers and records which are related to the Services performed by Contractor under this Contract. All records relating to Contractor's services under this Contract must be made available to the City, and the records relating to the Services are City of Yakima/Yakima County records.They must be produced to third parties,if required pursuant to the Washington State Public Records Act, Chapter 42.56 RCW, or by law. All records relating to Contractor's services under this Contract must be retained by Contractor for the minimum period of time required pursuant to the Washington Secretary of State's records retention schedule. The terms of this section shall survive any expiration or termination of this Contract. 9. Work Made for Hire All work the Contractor performs under this Contract shall be considered work made for hire,and shall be the property of the City.The City shall own any and all data,documents,plans,copyrights,specifications,working papers,and any other materials the Contractor produces in connection with this Contract.On completion or termination of the Contract, the Contractor shall deliver these materials to the City. 10. Guarantee Contractor warrants the Services will be free from defects in material and workmanship for a period of one year following the date of completion and acceptance of the Services. 11. Compliance with Law Contractor agrees to perform all Services under and pursuant to this Contract in full compliance with any and all applicable laws, rules, and regulations adopted or promulgated by any governmental agency or regulatory body, 15 whether federal, state, local, or otherwise. Contractor shall procure and have all applicable and necessary permits, licenses and approvals of any federal, state, and local government or governmental authority or this project, pay all charges and fees,and give all notices necessary and incidental to the due and lawful execution of the work. a. Procurement of a City Business License. Contractor must procure a City of Yakima Business License and pay all charges,fees,and taxes associated with said license. b. Contractor must provide proof of a valid Washington State Contractor Registration number. c. Contractor must provide proof of a valid Washington department of Revenue state excise tax registration number,as required in Title 85 RCW. d. Contractor must provide proof of a valid Washington Unified Business Identification (UBI) number. Contractor must have a current UBI number and not be disqualified from bidding on any public works contract under RCW 39.06.010 or 39.12.065(3). e. Contractor must provide proof of a valid Washington Employment Security Department number as required by Title 50 RCW. f. Foreign(Non-Washington)Corporations: Although the City does not require foreign corporate proposers to qualify in the City, County or State prior to submitting a proposal, it is specifically understood and agreed that any such corporation will promptly take all necessary measures to become authorized to conduct business in the City of Yakima at their own expense,without regard to whether such corporation is actually awarded the contract,and in the event that the award is made,prior to conducting any business in the City. 12. Nondiscrimination During the performance of this Contract,the Contractor agrees as follows: The Contractor shall not discriminate against any person on the grounds of race,creed,color,religion,national origin, sex,age,marital status,sexual orientation,pregnancy,veteran's status,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.). This provision shall include but not be limited to the following:employment,upgrading,demotion,transfer,recruitment, advertising,layoff or termination, rates of pay or other forms of compensation,selection for training,and the provision of Services under this Agreement. In the event of the Contractor's noncompliance with the non-discrimination clause of this contract or with any such rules, regulations, or orders, this Contract may be cancelled, terminated, or suspended in whole or in part and the Contractor may be declared ineligible for any future City contracts. 13. Indemnification and Hold Harmless a. Contractor shall take all necessary precautions in performing the Services to prevent injury to persons or property. The Contractor agrees to release, indemnify, defend, and hold harmless the City, its elected and appointed officials,officers,employees,agents,representatives, insurers,attorneys,and volunteers from all liabilities, losses, damages, and expenses related to all claims, suits, arbitration actions, investigations, and regulatory or other governmental proceedings arising from or in connection with this Agreement or the acts,failures to act,errors or omissions of the Contractor,or any Contractor's agent or subcontractor,in performance of this Agreement,except for claims caused by the City's sole negligence. 16 The City's right to indemnification includes attorney's fees costs associated with establishing the right to indemnification hereunder in favor of the City. b. If any suit,judgment, action, claim or demand arises out of,or occurs in conjunction with,the negligent acts and/or omissions of both the Contractor and the City,or their elected or appointed officials,officers, employees, agents, attorneys or volunteers, pursuant to this Contract, each party shall be liable for its proportionate share of negligence for any resulting suit,judgment, action, claim, demand, damages or costs and expenses, including reasonable attorneys'fees. c. Industrial Insurance Act Waiver. It is specifically and expressly understood that the Contractor waives any immunity that may be granted to it under the Washington State industrial insurance act, Title 51 RCW,solely for the purposes of this indemnification. Contractor's indemnification shall not be limited in any way by any limitation on the amount of damages,compensation or benefits payable to or by any third party under workers'compensation acts, disability benefit acts or any other benefits acts or programs. Contractor shall 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, comply with the terms of this paragraph, waive any immunity granted under Title 51 RCW, and assume all potential liability for actions brought by their respective employees. The Parties acknowledge that they have mutually negotiated this waiver. d. 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, the Contractor's liability, including the duty and cost to defend,shall be only to the extent of the Contractor's negligence. e. Nothing contained in this Section or this Contract shall be construed to create a liability or a right of indemnification in any third party. f. The terms of this Section shall survive any expiration or termination of this Contract. 14. Contractor's Liability Insurance At all times during performance of the Services and this Contract, Contractor shall secure and maintain in effect insurance to protect the City and Contractor from and against any and all claims, damages, losses, and expenses arising out of or resulting from the performance of this Contract.Contractor shall provide and maintain in force insurance in limits no less than that stated below,as applicable. The City reserves the right to require higher limits should it deem it necessary in the best interest of the public. Contractor will provide a Certificate of Insurance to the City as evidence of coverage for each of the policies and outlined herein.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 City,prior to commencement of work. Failure of City to demand such verification of coverage with these insurance requirements or failure of City to identify a deficiency from the insurance documentation provided shall not be construed as a waiver of Contractor's obligation to maintain such insurance. The following insurance is required: a. Commercial Liability Insurance Before this Contract is fully executed by the parties,Contractor shall provide the City with a certificate of insurance as proof of commercial liability insurance with a minimum liability limit of Two Million Dollars 17 ($2,000,000.00)per occurrence,combined single limit bodily injury and property damage,and Two Million Dollars($2,000,000.00)general aggregate. If Contractor carries higher coverage limits,such limits shall be shown on the Certificate of Insurance and Endorsements and the City, its elected and appointed officials, employees, agents, attorneys and volunteers shall be named as additional insureds for such higher limits. The certificate shall clearly state who the provider is, the coverage amount, the policy number, and when the policy and provisions provided are in effect. Said policy shall be in effect for the duration of this Contract. The policy shall name the City of Yakima, its elected and appointed officials, employees,agents,attorneys and volunteers as additional insureds, and shall contain a clause that the insurer will not cancel or change the insurance without first giving the City prior written notice. The insurance shall be with an insurance company or companies rated A-VII or higher in Best's Guide and admitted in the State of Washington. The requirements contained herein, as well as City of Yakima'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. b. Automobile Liability Insurance Before this Contract is fully executed by the parties,Contractor shall provide the City with a certificate of insurance as proof of automobile liability insurance with a minimum liability limit of Two Million Dollars ($2,000,000.00)per occurrence. If Contractor carries higher coverage limits,such limits shall be shown on the Certificate of Insurance and Endorsements and the City, its elected and appointed officials, employees,agents,attorneys and volunteers shall be named as additional insureds for such higher limits. The certificate shall clearly state who the provider is,the coverage amount,the policy number,and when the policy and provisions provided are in effect. Said policy shall be in effect for the duration of this Contract. The policy shall name the City of Yakima, its elected and appointed officials, employees, agents, attorneys and volunteers as additional insureds, and shall contain a clause that the insurer will not cancel or change the insurance without first giving the City prior written notice. The insurance shall be with an insurance company or companies rated A-VII or higher in Best's Guide and admitted in the State of Washington. The requirements contained herein, as well as City of Yakima'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 business auto liability shall include Hired and Non-Owned coverage if necessary. c. Employer's Liability(Stop Gap) Contractor and all subcontractor(s) shall at all times comply with all applicable workers' compensation, occupational disease,and occupational health and safety laws,statutes,and regulations to the full extent applicable, and shall maintain Employer's Liability insurance with a limit of no less than $1,000,000.00.The City shall not be held responsible in any way for claims filed by Contractor or its employees for services performed under the terms of this Contract. Contractor agrees to assume full liability for all claims arising from this Contract including claims resulting from negligent acts of all subcontractor(s).Contractor is responsible to ensure subcontractor(s)have insurance as needed. Failure of subcontractors(s) to comply with insurance requirements does not limit Contractor's liability or responsibility. Commercial General Liability: Combined Single Limit: $2,000,000 Per Occurrence $2,000,000 Annual Aggregate Automobile Liability $2,000,000 Per Occurrence Garage Liability: $1,000,000 Minimum Limit Garage Keepers Liability: $200,000 Minimum Limit 18 Contractor's insurance coverage shall be primary insurance with respect to those who are Additional Insureds under this Contract.Any insurance,self-insurance or insurance pool coverage maintained by the City shall be in excess of the Contractor's insurance and shall not contribute to it. If at any time during the life of the Contract,or any extension,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 City to terminate the Contract. 15. Severability If any term or condition of this Contract or the application thereof to any person(s) or circumstances is held invalid, such invalidity shall not affect other terms,conditions or applications which can be given effect without the invalid term, condition or application.To this end,the terms and conditions of this Contract are declared severable. 16. Contract Documents This Contract, the Invitation to Bid 12132 Scope of Work, conditions, addenda, and modifications and Contractor's proposal (to the extent consistent with City of Yakima documents) constitute the Contract Documents and are complementary. Specific Federal and State laws and the terms of this Contract, in that order respectively, supersede other inconsistent provisions.These Contract Documents are on file in the Office of the Purchasing Manager, 129 No. 2nd St.,Yakima,WA,98901,and are hereby incorporated by reference into this Contract. 17. Termination-Convenience This Contract may be terminated by either party by giving thirty(30)days written notice of such intent and will become effective thirty(30)days from the date such written notice is delivered to the applicable party to the Contract. 18. Termination-Cause The City reserves the right to terminate this Contract at any time,upon written notice,in the event that the Services of Contractor are deemed by the City to be unsatisfactory, or upon failure to perform any of the terms and conditions contained in this Contract. The effective date for such termination shall be upon receipt of the notice, or three days after the notice is mailed first class mail,certified with return receipt requested. 19. Force Majeure Contractor will not be responsible for delays in delivery due to acts of God, fire, strikes, epidemics/pandemics,war, riot,delay in transportation or railcar transport shortages,provided Contractor notifies the City immediately in writing of such pending or actual delay. Normally,in the event or any such delays(acts or God,etc.)the date of delivery will be extended for a period equal to the time lost due to the reason for delay. 20. Governing Law This Contract shall be governed by and construed in accordance with the laws of the State of Washington. 21. Venue The venue for any judicial action to enforce or interpret this Contract shall lie in a court of competent jurisdiction in Yakima County,Washington. 22. Authority The person executing this Contract,on behalf of Contractor,represents and warrants that he/she has been fully authorized by Contractor to execute this Contract on its behalf and to legally bind Contractor to all the terms, performances and provisions of this Contract. 19 23. Notice Any notice required or permitted to be given under this Contract shall be in writing and deemed effective if either delivered in person or by overnight courier,facsimile or first-class mail,certified with return receipt requested.Notices to the parties shall be delivered to: TO CITY: Bob Harrison,City Manager TO CONTRACTOR: Financial Consultants Intl.,Inc. City of Yakima 4577 SE 140th Street City Hall—First Floor North Bend,WA 98045-9073 129 North Second Street Yakima,WA 98901 COPY TO: City of Yakima Purchasing Christina Payer,Buyer II City Hall—First Floor 129 North Second Street Yakima,WA 98901 24. Survival The foregoing sections of this Contract, 1-23 inclusive, shall survive the expiration or termination of this Contract in accordance with their terms. IN WITNESS WHEREOF,the parties hereto execute this Contract as of the day and year first above written. CITY OF YAKIMA FINANCIAL CONSULTANTS INTL.,INC. By: City Manager Date: Date: /i Mall\ -&-IF-allakAZ) Attest: (Print name) City Clerk 20 AGREEMENT CITY OF YAKIMA Bid 12132 Upfitting of New Police Vehicles THIS AGREEMENT, entered into on the date of last execution, between the City of Yakima,a Washington municipal corporation("City"),and Financial Consultants Intl., Inc.("Contractor"). WITNESSETH: The parties, in consideration of the terms and conditions herein, do hereby covenant and agree as follows: 1. Statement of Work The Contractor shall perform all work and service(s)and furnish all tools,materials,labor and equipment(collectively referred to as "Services") according to the procedure outlined in Bid 12132 Upfitting of New Police Vehicles Specifications which are attached as Exhibit A,and the most recent edition of the ANSI/TIA/EIA and NEC Standards, all of which are incorporated herein by this reference, and shall perform any alterations in or additions to the work provided under this Contract and every part thereof. The Contractor shall provide and bear the expense of all equipment;work and labor of any sort whatsoever that may be required for the transfer of materials and completing the work provided for in this Contract and every part thereof, except such as are mentioned in the specifications to be furnished by the City of Yakima. 2. Compensation The City agrees to pay the Contractor according to Exhibit B, attached hereto and incorporated herein,which Exhibit includes the specifications and payment schedule of itemized prices as listed in the Contractor's Bid submittal at the time and in the manner and upon the conditions provided for the Contract. 3. Contract Term The period of this Contract shall be for a period of one year from its effective date. The City may,at its option,extend the Contract on a year to year basis for up to four(4)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 qo into effect without written confirmation, unless the City provides advance notice of the intention to not renew. Prices shall remain firm for the first twelve-month period of the Contract. 4. Changes Any proposed change in this Contract shall be submitted to the other party,for its prior written approval. If approved, change will be made by a contract modification that will become effective upon execution by the parties hereto.Any oral statement or representation changing any of these terms or conditions is specifically unauthorized and is not valid. 5. Agency Relationship between City and Contractor Contractor shall, at all times, be an independent Contractor and not an agent or representative of City with regard to performance of the Services.Contractor shall not represent that it is,or hold itself out as,an agent or representative of City. In no event shall Contractor be authorized to enter into any agreement or undertaking for,or on,behalf of City. 21 6. Successors and Assigns Neither the City, nor the Contractor, shall assign, transfer, or encumber any rights, duties, or interests accruing from this Contract without the prior written consent of the other. The Contractor for himself, and for his heirs, executors, administrators, successors, and assigns, does hereby agree to the full performance of all the covenants herein contained upon the part of the Contractor. 7. Property Rights All records or papers of any sort relating to the City and to the project will at all times be the property of the City and shall be surrendered to the City upon demand. All information concerning the City and said project which is not otherwise a matter of public record or required by law to be made public,is confidential,and the Contractor will not,in whole or part,now or at any time disclose that information without the express written consent of the City. 8. Inspection and Production of Records The records relating to the Services shall,at all times,be subject to inspection by and with the approval of the City,but the making of(or failure or delay in making) such inspection or approval shall not relieve Contractor of responsibility for performance of the Services in accordance with this Contract,notwithstanding the City's knowledge of defective or non-complying performance, its substantiality or the ease of its discovery. Contractor shall provide the City sufficient, safe,and proper facilities,and/or send copies of the requested documents to the City.Contractor's records relating to the Services will be provided to the City upon the City's request. Contractor shall promptly furnish the City with such information and records which are related to the Services of this Contract as may be requested by the City. Until the expiration of six(6)years after final payment of the compensation payable under this Contract,or for a longer period if required by law or by the Washington Secretary of State's record retention schedule,Contractor shall retain and provide the City access to(and the City shall have the right to examine, audit and copy)all of Contractor's books,documents,papers and records which are related to the Services performed by Contractor under this Contract. All records relating to Contractor's services under this Contract must be made available to the City, and the records relating to the Services are City of Yakima/Yakima County records.They must be produced to third parties,if required pursuant to the Washington State Public Records Act, Chapter 42.56 RCW, or by law. All records relating to Contractor's services under this Contract must be retained by Contractor for the minimum period of time required pursuant to the Washington Secretary of State's records retention schedule. The terms of this section shall survive any expiration or termination of this Contract. 9. Work Made for Hire All work the Contractor performs under this Contract shall be considered work made for hire,and shall be the property of the City.The City shall own any and all data,documents,plans,copyrights,specifications,working papers,and any other materials the Contractor produces in connection with this Contract.On completion or termination of the Contract, the Contractor shall deliver these materials to the City. 10. Guarantee Contractor warrants the Services will be free from defects in material and workmanship for a period of one year following the date of completion and acceptance of the Services. 11. Compliance with Law Contractor agrees to perform all Services under and pursuant to this Contract in full compliance with any and all applicable laws, rules, and regulations adopted or promulgated by any governmental agency or regulatory body, 22 whether federal, state, local, or otherwise. Contractor shall procure and have all applicable and necessary permits, licenses and approvals of any federal, state, and local government or governmental authority or this project, pay all charges and fees,and give all notices necessary and incidental to the due and lawful execution of the work. a. Procurement of a City Business License. Contractor must procure a City of Yakima Business License and pay all charges,fees,and taxes associated with said license. b. Contractor must provide proof of a valid Washington State Contractor Registration number. c. Contractor must provide proof of a valid Washington department of Revenue state excise tax registration number,as required in Title 85 RCW. d. Contractor must provide proof of a valid Washington Unified Business Identification (UBI) number. Contractor must have a current UBI number and not be disqualified from bidding on any public works contract under RCW 39.06.010 or 39.12.065(3). e. Contractor must provide proof of a valid Washington Employment Security Department number as required by Title 50 RCW. f. Foreign(Non-Washington)Corporations: Although the City does not require foreign corporate proposers to qualify in the City, County or State prior to submitting a proposal, it is specifically understood and agreed that any such corporation will promptly take all necessary measures to become authorized to conduct business in the City of Yakima at their own expense,without regard to whether such corporation is actually awarded the contract,and in the event that the award is made,prior to conducting any business in the City. 12. Nondiscrimination During the performance of this Contract,the Contractor agrees as follows: The Contractor shall not discriminate against any person on the grounds of race,creed,color,religion,national origin, sex,age,marital status,sexual orientation,pregnancy,veteran's status,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.). This provision shall include but not be limited to the following:employment,upgrading,demotion,transfer,recruitment, advertising,layoff or termination, rates of pay or other forms of compensation,selection for training,and the provision of Services under this Agreement. In the event of the Contractor's noncompliance with the non-discrimination clause of this contract or with any such rules, regulations, or orders, this Contract may be cancelled, terminated, or suspended in whole or in part and the Contractor may be declared ineligible for any future City contracts. 13. Indemnification and Hold Harmless a. Contractor shall take all necessary precautions in performing the Services to prevent injury to persons or property. The Contractor agrees to release, indemnify, defend, and hold harmless the City, its elected and appointed officials,officers,employees,agents,representatives, insurers,attorneys,and volunteers from all liabilities, losses, damages, and expenses related to all claims, suits, arbitration actions, investigations, and regulatory or other governmental proceedings arising from or in connection with this Agreement or the acts,failures to act,errors or omissions of the Contractor,or any Contractor's agent or subcontractor,in performance of this Agreement,except for claims caused by the City's sole negligence. 23 The City's right to indemnification includes attorney's fees costs associated with establishing the right to indemnification hereunder in favor of the City. b. If any suit,judgment, action, claim or demand arises out of,or occurs in conjunction with,the negligent acts and/or omissions of both the Contractor and the City,or their elected or appointed officials,officers, employees, agents, attorneys or volunteers, pursuant to this Contract, each party shall be liable for its proportionate share of negligence for any resulting suit,judgment, action, claim, demand, damages or costs and expenses, including reasonable attorneys'fees. c. Industrial Insurance Act Waiver. It is specifically and expressly understood that the Contractor waives any immunity that may be granted to it under the Washington State industrial insurance act, Title 51 RCW,solely for the purposes of this indemnification. Contractor's indemnification shall not be limited in any way by any limitation on the amount of damages,compensation or benefits payable to or by any third party under workers'compensation acts, disability benefit acts or any other benefits acts or programs. Contractor shall 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, comply with the terms of this paragraph, waive any immunity granted under Title 51 RCW, and assume all potential liability for actions brought by their respective employees. The Parties acknowledge that they have mutually negotiated this waiver. d. 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, the Contractor's liability, including the duty and cost to defend,shall be only to the extent of the Contractor's negligence. e. Nothing contained in this Section or this Contract shall be construed to create a liability or a right of indemnification in any third party. f. The terms of this Section shall survive any expiration or termination of this Contract. 14. Contractor's Liability Insurance At all times during performance of the Services and this Contract, Contractor shall secure and maintain in effect insurance to protect the City and Contractor from and against any and all claims, damages, losses, and expenses arising out of or resulting from the performance of this Contract.Contractor shall provide and maintain in force insurance in limits no less than that stated below,as applicable. The City reserves the right to require higher limits should it deem it necessary in the best interest of the public. Contractor will provide a Certificate of Insurance to the City as evidence of coverage for each of the policies and outlined herein.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 City,prior to commencement of work. Failure of City to demand such verification of coverage with these insurance requirements or failure of City to identify a deficiency from the insurance documentation provided shall not be construed as a waiver of Contractor's obligation to maintain such insurance. The following insurance is required: a. Commercial Liability Insurance Before this Contract is fully executed by the parties,Contractor shall provide the City with a certificate of insurance as proof of commercial liability insurance with a minimum liability limit of Two Million Dollars 24 ($2,000,000.00)per occurrence,combined single limit bodily injury and property damage,and Two Million Dollars($2,000,000.00)general aggregate. If Contractor carries higher coverage limits,such limits shall be shown on the Certificate of Insurance and Endorsements and the City, its elected and appointed officials, employees, agents, attorneys and volunteers shall be named as additional insureds for such higher limits. The certificate shall clearly state who the provider is, the coverage amount, the policy number, and when the policy and provisions provided are in effect. Said policy shall be in effect for the duration of this Contract. The policy shall name the City of Yakima, its elected and appointed officials, employees,agents,attorneys and volunteers as additional insureds, and shall contain a clause that the insurer will not cancel or change the insurance without first giving the City prior written notice. The insurance shall be with an insurance company or companies rated A-VII or higher in Best's Guide and admitted in the State of Washington. The requirements contained herein, as well as City of Yakima'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. b. Automobile Liability Insurance Before this Contract is fully executed by the parties,Contractor shall provide the City with a certificate of insurance as proof of automobile liability insurance with a minimum liability limit of Two Million Dollars ($2,000,000.00)per occurrence. If Contractor carries higher coverage limits,such limits shall be shown on the Certificate of Insurance and Endorsements and the City, its elected and appointed officials, employees,agents,attorneys and volunteers shall be named as additional insureds for such higher limits. The certificate shall clearly state who the provider is,the coverage amount,the policy number,and when the policy and provisions provided are in effect. Said policy shall be in effect for the duration of this Contract. The policy shall name the City of Yakima, its elected and appointed officials, employees, agents, attorneys and volunteers as additional insureds, and shall contain a clause that the insurer will not cancel or change the insurance without first giving the City prior written notice. The insurance shall be with an insurance company or companies rated A-VII or higher in Best's Guide and admitted in the State of Washington. The requirements contained herein, as well as City of Yakima'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 business auto liability shall include Hired and Non-Owned coverage if necessary. c. Employer's Liability(Stop Gap) Contractor and all subcontractor(s) shall at all times comply with all applicable workers' compensation, occupational disease,and occupational health and safety laws,statutes,and regulations to the full extent applicable, and shall maintain Employer's Liability insurance with a limit of no less than $1,000,000.00.The City shall not be held responsible in any way for claims filed by Contractor or its employees for services performed under the terms of this Contract. Contractor agrees to assume full liability for all claims arising from this Contract including claims resulting from negligent acts of all subcontractor(s).Contractor is responsible to ensure subcontractor(s)have insurance as needed. Failure of subcontractors(s) to comply with insurance requirements does not limit Contractor's liability or responsibility. Commercial General Liability: Combined Single Limit: $2,000,000 Per Occurrence $2,000,000 Annual Aggregate Automobile Liability $2,000,000 Per Occurrence Garage Liability: $1,000,000 Minimum Limit Garage Keepers Liability: $200,000 Minimum Limit 25 Contractor's insurance coverage shall be primary insurance with respect to those who are Additional Insureds under this Contract.Any insurance,self-insurance or insurance pool coverage maintained by the City shall be in excess of the Contractor's insurance and shall not contribute to it. If at any time during the life of the Contract,or any extension,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 City to terminate the Contract. 15. Severability If any term or condition of this Contract or the application thereof to any person(s) or circumstances is held invalid, such invalidity shall not affect other terms,conditions or applications which can be given effect without the invalid term, condition or application.To this end,the terms and conditions of this Contract are declared severable. 16. Contract Documents This Contract, the Invitation to Bid 12132 Scope of Work, conditions, addenda, and modifications and Contractor's proposal (to the extent consistent with City of Yakima documents) constitute the Contract Documents and are complementary. Specific Federal and State laws and the terms of this Contract, in that order respectively, supersede other inconsistent provisions.These Contract Documents are on file in the Office of the Purchasing Manager, 129 No. 2nd St.,Yakima,WA,98901,and are hereby incorporated by reference into this Contract. 17. Termination-Convenience This Contract may be terminated by either party by giving thirty(30)days written notice of such intent and will become effective thirty(30)days from the date such written notice is delivered to the applicable party to the Contract. 18. Termination-Cause The City reserves the right to terminate this Contract at any time,upon written notice,in the event that the Services of Contractor are deemed by the City to be unsatisfactory, or upon failure to perform any of the terms and conditions contained in this Contract. The effective date for such termination shall be upon receipt of the notice, or three days after the notice is mailed first class mail,certified with return receipt requested. 19. Force Majeure Contractor will not be responsible for delays in delivery due to acts of God, fire, strikes, epidemics/pandemics,war, riot,delay in transportation or railcar transport shortages,provided Contractor notifies the City immediately in writing of such pending or actual delay. Normally,in the event or any such delays(acts or God,etc.)the date of delivery will be extended for a period equal to the time lost due to the reason for delay. 20. Governing Law This Contract shall be governed by and construed in accordance with the laws of the State of Washington. 21. Venue The venue for any judicial action to enforce or interpret this Contract shall lie in a court of competent jurisdiction in Yakima County,Washington. 22. Authority The person executing this Contract,on behalf of Contractor,represents and warrants that he/she has been fully authorized by Contractor to execute this Contract on its behalf and to legally bind Contractor to all the terms, performances and provisions of this Contract. 26 23. Notice Any notice required or permitted to be given under this Contract shall be in writing and deemed effective if either delivered in person or by overnight courier,facsimile or first-class mail,certified with return receipt requested.Notices to the parties shall be delivered to: TO CITY: Bob Harrison,City Manager TO CONTRACTOR: Financial Consultants Intl.,Inc. City of Yakima 4577 SE 140th Street City Hall—First Floor North Bend,WA 98045-9073 129 North Second Street Yakima,WA 98901 COPY TO: City of Yakima Purchasing Christina Payer,Buyer II City Hall—First Floor 129 North Second Street Yakima,WA 98901 24. Survival The foregoing sections of this Contract, 1-23 inclusive, shall survive the expiration or termination of this Contract in accordance with their terms. IN WITNESS WHEREOF,the parties hereto execute this Contract as of the day and year first above written. CITY OF YAKIMA FINANCIAL CONSULTANTS INTL.,INC. By: City Manager Date: Date: /i Mall\ -&-IF-allakAZ) Attest: (Print name) City Clerk 27 VII. BID FORM INVITATION TO BID NO. 12132 TO BIDDER: PLEASE QUOTE YOUR LOWEST PRICE, BEST DELIVERY DATE AND PAYMENT DISCOUNT TERMS FOR THE FOLLOWING. THE CITY RESERVES THE RIGHT TO REJECT ANY OR ALL BIDS AND TO ACCEPT ANY OR ALL ITEMS AT THE PRICE BID. THE CITY INTENDS TO AWARD THIS CONTRACT WITHIN NINETY(90)CALENDAR DAYS. Quote your lowest price for the following: SCHEDULE 1—STANDARD PATROL VEHICLES Item Description Qty. Price Total Price No. Per Unit (without tax) 1. Labor to upfit 2022 Ford Police 51 $ 3,995.00 $ 203,745.00 Interceptor Utility vehicles with supplied parts. Contractor to supply shop supplies. Estimated time to complete each vehicle: 3 days SCHEDULE 2—SUPERVISOR PATROL VEHICLES 2. Labor to upfit 2022 Ford Police 4 $ 3,995.00 $ 15,980.00 Interceptor Utility vehicle with supplied parts. Contractor to supply shop supplies. Estimated time to complete each vehicle: 3 days Sub Total: $ 219,725.00 WA State Sales Tax—Destination Based @ 8.3%: 18,237.18 Total: $ 237,962.18 Build Time: We/I will complete each vehicle upfit within 3 days from receipt of order. Completion: How many vehicles can be completed within a 90 day period? 55 List discount offered off of any other items or services not specifically listed: % 10% Check one: DiscountX or Markup❑ Work will be guaranteed for 3 years or 36,000 miles from defects in materials or workmanship. (3 years or 36,000 miles,or greater, is required). 12132 Upfitting of New Police Vehicles Page 16 of 28 28 VII. BID FORM INVITATION TO BID NO. 12132 TO BIDDER: PLEASE QUOTE YOUR LOWEST PRICE, BEST DELIVERY DATE AND PAYMENT DISCOUNT TERMS FOR THE FOLLOWING. THE CITY RESERVES THE RIGHT TO REJECT ANY OR ALL BIDS AND TO ACCEPT ANY OR ALL ITEMS AT THE PRICE BID. THE CITY INTENDS TO AWARD THIS CONTRACT WITHIN NINETY(90)CALENDAR DAYS. Quote your lowest price for the following: SCHEDULE 1—STANDARD PATROL VEHICLES Item Description Qty. Price Total Price No. Per Unit (without tax) 1. Labor to upfit 2022 Ford Police 51 $3,700.00_ $188,700.00 Interceptor Utility vehicles with supplied parts. Contractor to supply shop supplies. Estimated time to complete each vehicle: 34 hours SCHEDULE 2—SUPERVISOR PATROL VEHICLES 2. Labor to upfit 2022 Ford Police 4 $3,500.00 $14,000.00 Interceptor Utility vehicle with supplied parts. Contractor to supply shop supplies. Estimated time to complete each vehicle: 32 hours • Sub Total: $202,700 WA State Sales Tax—Destination Based @ 8.3%: $16,824.10 Total: $219,524.10 Build Time: We/I will complete each vehicle upfit within days from receipt of order. 2 cars/week Completion: How many vehicles can be completed within a 90 day period? 25 List discount offered off of any other items or services not specifically listed: % Check one: Discount❑or Markup❑ Work will be guaranteed for_3years or 36,000 miles from defects in materials or workmanship. (3 years or 36,000 miles, or greater, is required). 12132 Upfitting of New Police Vehicles Page 16 of 28