Loading...
HomeMy WebLinkAboutR-2016-024 Yakima Municipal Jail Security Project Agreement with Absco SolutionsA RESOLUTION RESOLUTION NO. R-2016-024 authorizing the City Manager to execute Contract Documents with Absco Solutions for Yakima Municipal Jail Security Renovation Project as authorized through Washington Learning Source (WSL) Contract No. WLS258. WHEREAS, the Yakima City Council accepts that reconstructing the Yakima Municipal Jail Security System and Control Center is responsive to the needs of the Public Safety Strategic Priority ; and WHEREAS, the Yakima City Council also accepts that updating the Municipal Jail security controls will improve the operation of inmate detention and control, and WHEREAS, the Yakima City Council further accepts that this project also adds protection for Municipal Jail personnel; and, WHEREAS, the City of Yakima has followed procedures established by the State of Washington to utilize Intergovernmental Cooperative Purchasing per RCW 39.34 and is preparing to award a public works contract for the construction of this project; and WHEREAS, the Scope of Work for this contract meets the needs of Yakima Municipal Jail for this project and is budgeted for in the 2016 Fiscal Year Budget, now, therefore, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF YAKIMA: The City Manager is hereby authorized to execute the Contract Documents with Absco Solutions for the Yakima Municipal Jail Security Renovation Project incorporated herein by this reference. ADOPTED BY THE CITY COUNCIL this 16th day of February, 1016. ATTEST Sonya Claar Tee, Ci er., '--. na Gutierrez, Mayor o R 1 C J (L_ - CONTRACT CITY OF YAKIMA JAIL SECURITY RENOVATION THIS AGREEMENT, made and entered into in this / ' day of February, 2016, by and between the CITY OF YAKIMA, hereinafter called the City, and ABSCO ALARMS, INCORPORATED, doing business as ABSCO SOLUTIONS, hereinafter called the Contractor. I. RECITALS A. City is a municipal corporation of the State of Washington with City Hall located at 129 North 2"d Street, Yakima, Washington 98901. B. Contractor is a corporation duly formed and existing under the laws of the State of Washington, with corporate offices 19023 36th Avenue West, Suite E, Lynnwood, Washington 98036. Contractor is a participating vendor with Washington Learning Source (WLS), a cooperative purchasing entity created and operated by Puget Sound Educational and Service District pursuant to authority granted by Chapters 28A and 39.34 RCW. C. City owns and operates a municipal Jail Facility, and desires to upgrade the Jail Facility's intercom, paging, door control, door monitoring, light and phone control and video display in accordance with the .attached point spreadsheet, mapping spreadsheet, touch screen control point spreadsheet, and tentative schedule, all as further set forth below. D. Pursuant to Resolution No. 2016-008, the City has entered into an intergovernmental cooperative purchasing agreement with WLS and desires to enter into an agreement with Contractor for the jail security renovations as set forth below, all pursuant to the terms and conditions authorized pursuant to the intergovernmental cooperative purchasing agreement with W LS. II. AGREEMENT WITNESSETH: That in consideration of the terms and conditions contained herein and attached and made a part of this agreement, the parties hereto covenant and agree as follows: Section 1 — Scope of Work. The Contractor shall do all work and furnish all tools, materials, labor and equipment for performing the work in accordance with Contractor's "Project Proposal" Scope of Work dated November 24, 2015 and attached hereto as Exhibit "A" and incorporated herein by this reference. All material is guaranteed to be as specified. Ail work to be completed in a workmanlike manner according to standard practices. Any alteration or deviation from above specifications involving extra costs will be executed only upon written orders, and will become an extra charge over and above the compensation amount set forth in Section 2 below. Contractor will not be held responsible for delay or impossibility of performance caused solely by strikes, accidents or delays beyond Contractor's control. City has obtained property insurance for the Jail Facility and is satisfied with coverage therein. Contractor shall provide coverage for its employees and workers through Workman's Compensation Insurance 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. Section 2 — Compensation. The City agrees to pay Contractor the sum of $142,150.00, plus tax, for the work as set forth in the manner and upon the conditions provided. Payment will be made by City within 30 days after completion of the work and acceptance by City. Contractor shall be solely responsible to pay and remit sales taxes to the State of Washington and any other taxes incurred to the appropriate agency. Section 3 — Entire Agreement — Integration. This Agreement contains all terms and conditions agreed upon by the parties, and includes by this reference applicable terms and provisions of the City's intergovernmental cooperative purchasing agreement with WLS. 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. If approved, the change shall take effect thirty (30) days after notification was received by the City of Yakima Purchasing Office. In the event of any conflict between the terms and conditions of this Agreement and the provisions set forth in Contractor's Project Proposal, the provisions of this Agreement shall control. Section 4 — Indemnification and Hold Harmless. Contractor agrees to protect, defend, indemnify and hold harmless the City of Yakima, its elected officials, officers, employees, agents, and volunteers from any and all claims, demands, losses, liens, liabilities, penalties, fines, lawsuits, and other proceedings and all judgments, awards, costs and expenses including reasonable costs and attorney fees) resulting from death or bodily injury to any person or damage or destruction to a third party or third parties to the extent caused by any negligent act and/or omission of the Contractor, its officers, employees, agents, volunteers and/or subcontractors, arising out of the performance of this Contract. If the negligence or willful misconduct of both Contractor and the City (or a person identified above for whom each is liable) is a cause of such third party claim, the loss, cost, or expense shall be shared between Contractor and the City in proportion to their relative degrees of negligence or willful misconduct and the right of indemnity will apply for such proportion. Nothing contained in this Section or this Contract shall be construed to create a liability or a right of indemnification in any third party. Section 5. It is further provided that no liability shall attach to the City by reason of entering into this contract, except as expressly provided herein. Section 6. The Contractor shall provide to the City proof of insurance in the amounts required under the bid specifications. City of Yakima shall be named as an additional insured on said insurance policies and provide the attached additional insured endorsement. Section 7. 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, agents, 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. Section 8. The Contractor agrees that it 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 in violation of the Washington State Law Against Discrimination (RCW chapter 49.60) or the Americans with Disabilities Act (42 U.S.0 12101 et seq.) In the event the Contractor violates this provision, the City may terminate this agreement immediately and bar the Contractor from performing any services for the City in the future. Section 9. The Contractor shall not assign or subcontract any portion of the contracted activities without obtaining prior written approval from the City. Section 10. The contractor will follow all applicable prevailing wage laws according to RCW 39.12.10 and WAC 296-127-023. The contractor will submit Intent to Pay Prevailing Wage statements for the contractor and all sub- contractors prior to the first payment being made. The contractor will submit Affidavits of Wages Paid Statements for the contractor and all sub -contractors at the completion of the project. Section 11. This Agreement, scope of work, conditions, and modifications, applicable provisions of the WLS authorization, and the Contractor's proposal (to the extent consistent with City of Yakima's documents) constitute the Contract Documents and are complementary. 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 City of Yakima Engineering Division, 129 No. 2nd St., Yakima, Washington, 98901, and are hereby incorporated by reference into this Agreement. IN WITNESS WHEREOF the parties hereto have caused this agreement to be executed the day and year first herein above written. CITY: CITY OF YAKIMA C ATTEST: By: , Interim City Manager CONTRACTOR: ABSCO ALARMS, INCORPORATED d/b/a ABSCO SOLUTIONS By: Sheila Millman, Secretary/Treasurer Sonya Cla} Tee, City Clerk CITY CONTRAC i NO RESOLUTION NO: 1st Jail Control Room Entry Intercom 1-1 1st Inmate visi ng entry Intercom 1-2 1st Inmate contact room entry Intercom 1-3 1st Jail lobby entry Intercom 1-4 1st Visitor entry (post metal detector) Intercom 1-5 1st Visitor contact room entry Intercom 1-6 1st YPD corridor entry to jail Intercom 1-7 1st Jail corridor- booking side Intercom 1-8 1st Jail side entry to BAC room Intercom 1-9 1st BAC room entry to jail booking Intercom 1-10 1st BAC room exit to sally port Intercom 1-11 1st Sally port entry door to BAC room Intercom 1-12 1st Yard door Intercom 1-13 1st A tank Intercom 1-14 1st B tank Intercom 1-15 1st C tank Intercom 1-16 1st D tank Intercom 1-17 1st D-101 room Intercom 1-18 1st D-102 room Intercom 1-19 1st D-103 room Intercom 1-20 1st D-104 room Intercom 1-21 1st D-201 room Intercom 1-22 1st D-202 room Intercom 1-23 1st D-203 room Intercom 1-24 1st D-204 room Intercom 1-25 1st E tank Intercom 1-26 1st E-1 room Intercom 1-27 1st E-2 room Intercom 1-28 1st South gate vehicle entrance Intercom 1-29 1st YPD emergency box Intercom 1-30 1st Court room #1 hallway Intercom 1-31 1st A tank Speaker 1-32 1st B tank Speaker 1-33 1st C tank Speaker 1-34 1st D tank Speaker 1-35 1st E tank Speaker 1-36 1st Outdoor Exercise Speaker 1-37 1st Jail hallway Speaker 1-38 1st DUI room Speaker 1-39 1st Sally port Speaker 1-40 1st Visiting lobby Speaker 1-41 1st A tank Cameras C-1 1st B tank Cameras C-2 1st C tank Cameras C-3 1st D tank Cameras C-4 1st Patrol holding rooms hallway Cameras C-5 1st H1, H2 holding tanks Cameras C-6 1st Booking counter Cameras C-7 1st Rubber room door Cameras C-8 1st Jail control room entry Cameras C-9 1st Jail lobby entry Cameras C-10 1st Visiting lobby/kiosk Cameras C-11 1st Inside court holding room Cameras C-12 1st Court room #1 hallway (south) Cameras C-13 1st Unknown Cameras C-14 1st Yard -North Cameras C-15 1st Yard - South Cameras C-16 1st Annex building (exterior) Cameras C-17 1st South gate vehicle entrance Cameras C-18 1st Southeast parking lot Cameras C-19 1st Secure employee parking lot Cameras C-20 1st Evidence room Cameras C-21 1st Unknown Cameras C-22 1st YPD corridor entry to Jail Cameras C-23 1st YPD lobby, security staff Cameras C-24 1st Sally port entry door to BAC room Cameras C-25 1st Sally oort South Cameras C-26 System Point City of Yakima Jail - Security Rennovation Corresponding Intercom Speaker Gate Camera NA NA D-20 NA C-9 NA NA D-21 NA NA NA NA D-22 NA NA NA NA D-23 NA NA NA D-24 NA NA NA D-25 NA NA NA NA D-18 NA C-23 NA NA D-19 NA NA NA NA D-17 NA NA NA NA D-17 NA NA NA D-16 NA NA NA D-16 NA NA NA D-26 NA NA NA D-1 NA NA NA NA D-2 NA NA NA NA D-3 NA NA NA NA D-4 NA NA NA NA D-5 NA NA NA NA D-6 NA NA NA NA D-7 NA NA NA NA D-8 NA NA NA NA D-9 NA NA NA NA D-10 NA NA NA NA D-11 NA NA NA NA D-12 NA NA NA NA D-13 NA NA NA NA D-14 NA NA NA NA D-15 NA NA NA NA D-16 G-1 C-18 NA NA D-17 NA C-35 NA NA D-18 NA NA NA NA D-19 NA NA NA NA D-20 NA NA NA NA D-21 NA NA NA NA D-22 NA NA NA NA D-23 NA NA NA NA D-24 NA NA NA NA D-25 NA NA NA NA D-26 NA NA NA NA D-27 NA NA NA NA D-28 NA NA NA NA NA NA NA NA NA NA NA NA NA NA NA NA NA NA NA NA NA NA NA NA NA NA NA NA NA NA NA NA NA NA NA NA NA NA NA NA NA NA NA D-20 NA NA VS -2 I NA D-23 NA NA New System Point IP1-1 I P 1-2 I P 1-3 IP1-4 I P 1-5 I P 1-6 I P 1-7 IP1-8 IP1-9 IP1-10 IP2-1 IP2-2 IP2-3 IP2-4 IP2-5 IP2-6 IP2-7 IP2-8 IP2-9 IP2-10 IP3-1 IP3-2 IP3-3 IP3-4 IP3-5 IP3-6 IP3-7 IP3-8 IP3-9 IP3-10 IP4-1 IP4-2 IP4-3 IP4-4 IP4-5 IP4-6 IP4-7 IP4-8 IP4-9 IP4-10 IP5-1 VS -1 C-10 C-42 C-30 C-30 C-25 C-15 I-1 1-4 NA NA NA NA NA NA NA NA NA NA NA NA NA NA NA NA NA NA NA NA VS -3 1-13 NA D-26 NA NA NA NA NA NA NA NA NA NA NA NA VS -4 1-29 NA NA G-1 NA NA NA NA NA NA NA NA NA NA NA NA NA NA NA NA NA NA NA NA NA VS -5 1-7 NA D-18 NA NA NA NA NA NA NA VS -6 1-12 NA D-16 NA NA NA NA NA NA NA F'W You created this PDF from an application that is not licensed to print to novaPDF printer (http://www.novapdf.com) Virtual Indicator/ '2"10 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 1st Sally port North Cameras C-27 1st Yard Emergency Exit Cameras C-28 1st Juvenile holding cell Cameras C-29 1st BAC room Cameras C-30 1st YPD holding#1 Cameras C-31 1st YPD holding#2 Cameras C-32 1st YPD holding#3 Cameras C-33 1st YPD holding#4 Cameras C-34 1st YPD emergency box Cameras C-35 1st Main PD lobby Cameras C-36 1st Judge chambers hallway Cameras C-37 1st Courtroom #2 foyer Cameras C-38 1st Public court hallway Cameras C-39 1st Inmate court holding room door Cameras C-40 1st Court room hall (North) Cameras C-41 1st Visitor entry (post metal detector) Cameras C-42 1st A tank Door Controls D-1 1st B tank Door Controls D-2 1st C tank Door Controls D-3 1st D tank Door Controls D-4 1st D-101 room Door Controls D-5 1st D-102 room Door Controls D-6 1st D-103 room Door Controls D-7 1st D-104 room Door Controls D-8 1st D-201 room Door Controls D-9 1st D-202 room Door Controls D-10 1st D-203 room Door Controls D-11 1st D-204 room Door Controls D-12 1st E tank Door Controls D-13 1st E-1 room Door Controls D-14 1st E-2 room Door Controls D-15 1st Sally port entry door to BAC room Door Controls D-16 1st BAC room entry to jail booking Door Controls D-17 1st YPD corridor entry to jail Door Controls D-18 1st Jail corridor -booking side Door Controls D-19 1st Jail control room entry Door Controls D-20 1st Inmate visiting entry Door Controls D-21 1st Inmate contact room entry Door Controls D-22 1st Jail lobby entry Door Controls D-23 1st Visitor entry (post metal detector) Door Controls D-24 1st Visitor contact room entry Door Controls D-25 1st Yard door Door Controls D-26 1st D tank -emergency exit Door Controls D-27 1st E tank- emergency exit Door Controls D-28 1st Yard- emergency exit Door Controls D-29 1st Sally Port / Garage DoorNorth East door Door Controls D-30 Door Controls D-30 Door Controls D-30 1st Sally Port / Garage DoorNorth East door Door Controls D-31 Door Controls D-31 Door Controls D-31 1st Sally Port / Garage DoorNorth East door Door Controls D-32 Door Controls D-32 Door Controls D-32 1st Sally Port / Garage DoorNorth East door Door Controls D-33 Door Controls D-33 Door Controls D-33 1st A tank Light Controls L-1 1st B tank Light Controls L-2 1st C tank Light Controls L-3 1st D tank Light Controls L-4 1st D tank cell lights Light Controls L-5 1st E tank Light Controls L-6 1st E tank cell lights Light Controls L-7 1st Holding #1 Light Controls L-8 1st Holding #2 Light Controls L-9 1st Visiting -inmate side Light Controls L-10 1st Visiting- public side Light Controls L-11 1st Visiting contact room Light Controls L-12 1st Yard Light Controls L-13 VS -7 VS -8 VS -9 NA NA NA NA NA NA NA NA NA NA NA NA NA NA NA 1-10 and 1-11 NA D-17 NA NA NA NA NA NA NA NA NA NA NA NA NA NA NA NA NA NA NA NA NA NA 1-30 NA NA NA NA NA NA NA NA NA NA NA NA NA NA NA NA NA NA NA NA NA NA NA NA NA NA NA NA NA NA NA NA NA NA NA D-24 NA NA NA NA NA NA D-1 NA NA NA NA D-2 NA NA NA NA D-3 NA NA NA NA D-4 NA NA NA NA D-5 NA NA NA NA D-6 NA NA NA NA D-7 NA NA NA NA D-8 NA NA NA NA D-9 NA NA NA NA D-10 NA NA NA NA D-11 NA NA NA NA D-12 NA NA NA NA D-13 NA NA NA NA D-14 NA NA NA NA D-15 NA NA NA C25 D-16 NA NA NA C30 D-17 NA NA NA C23 D-18 NA NA NA NA D-19 NA NA NA C9 D-20 NA NA NA NA D-21 NA NA NA NA D-22 NA NA NA C10 D-23 NA NA NA C42 D-24 NA NA NA NA D-25 NA NA NA C15 D-26 NA NA NA NA NA D-27 NA NA NA NA NA D-28 NA NA NA NA NA D-29 NA NA NA NA NA D-30 Open NA NA NA NA NA D-30 Closed NA NA NA NA NA D-30 Stop NA NA NA NA NA D-31 Open NA NA NA NA NA D-31 Closed NA NA NA NA NA D-31 Stop NA NA NA NA NA D-32 Open NA NA NA NA NA D-32 Closed NA NA NA NA NA D-32 Stop NA NA NA NA NA D-33 Open NA NA NA NA NA D-33 Closed NA NA NA NA NA D-33 Stop NA NA NA NA NA L-1 on/off NA NA NA NA NA L-2 on/off NA NA NA NA NA L-3 on/off NA NA NA NA NA L-4 on/off NA NA NA NA NA L-5 on/off NA NA NA NA NA L-6 on/off NA NA NA NA NA L-7 on/off NA NA NA NA NA L-8 on/off NA NA NA NA NA L-9 on/off NA NA NA NA NA L-10 on/off NA NA NA NA NA L-11 on/off NA NA NA NA NA L-12 on/off NA NA NA NA NA L-13 on/off L-14 on/off 1-5 1-14 1-15 1-16 1-17 1-18 1-19 1-20 1-21 1-22 1-23 1-24 1-25 1-26 1-27 1-28 1-12 1-10 1-7 1-8 I-1 1-2 1-3 1-4 I-5 1-6 1-13 You created this PDF from an application that is not licensed to print to novaPDF printer (http://www.novapdf.com) 1st 1st 1st 1st 1st 1st 1st 1st 1st 1st 1st 1st 1st 1st 1st 1st 1st 1st 1st 1st 1st 1st 1st 1st 1st 1st 1st 1st 1st 1st 1st 1st 1st 1st 1st 1st 1st 1st 1st 1st 1st Virtual Virtual 1st 1st 1st 1st 1st A tank B tank C tank D tank E tank Booking area Southside entry A tank B tank C tank D tank D-101 room D-102 room D-103 room D-104 room D-201 room D-202 room D-203 room D-204 room E tank E-1 room E-2 room Sally port entry door to BAC room BAC room entry to jail booking YPD corridor entry to jail Jail corridor -booking side Jail control room entry Inmate visiting entry Inmate contact room entry Jail lobby entry Visitor entry (post metal detector) Visitor contact room entry Yard door D tank -emergency exit E tank- emergency exit Yard- emergency exit North East door North West door South East door South West door Southside entry All Lights All Phones Paging Zone -A Tank Paging Zone -B Tank Paging Zone -C -Tank Paging Zone -D -Tank Paging Zone -All Call NEW Inmate Phones P-1 Inmate Phones P-2 Inmate Phones P-3 Inmate Phones P-4 Inmate Phones P-5 Inmate Phones P-6 Gate Controls G-1 Position Indicator D-1 Position Indicator D-2 Position Indicator D-3 Position Indicator D-4 Position Indicator D-5 Position Indicator D-6 Position Indicator D-7 Position Indicator D-8 Position Indicator D-9 Position Indicator D-10 Position Indicator D-11 Position Indicator D-12 Position Indicator D-13 Position Indicator D-14 Position Indicator D-15 Position Indicator D-16 Position Indicator D-17 Position Indicator D-18 Position Indicator D-19 Position Indicator D-20 Position Indicator D-21 Position Indicator D-22 Position Indicator D-23 Position Indicator D-24 Position Indicator D-25 Position Indicator D-26 Position Indicator D-27 Position Indicator D-28 Position Indicator D-29 Position Indicator D-30 Position Indicator D-31 Position Indicator D-32 Position Indicator D-33 Position Indicator G-1 Light Controls NA Inmate Phones NA Intercom NA Intercom NA Intercom NA Intercom NA Intercom NA NA NA NA NA NA NA 1-29 1-14 1-15 1-16 1-17 1-18 1-19 1-20 1-21 1-22 1-23 1-24 1-25 1-26 1-27 1-28 1-12 1-10 1-7 1-8 1-1 1-2 1-3 1-4 1-5 1-6 1-13 NA NA NA NA NA NA NA 1-29 NA NA 1-14 & 1-32 1-15 & 1-33 1-16 & 1-34 1-17 & 1-35 1-14-17 & 1-32-35 NA NA NA NA NA NA NA NA NA NA NA NA NA NA NA NA NA NA NA NA NA NA NA NA NA NA NA NA NA NA NA NA NA NA NA NA NA NA NA NA NA NA NA NA NA NA NA NA NA NA NA NA NA NA NA NA NA NA NA NA NA NA NA NA NA NA NA NA NA NA NA NA NA NA NA NA NA NA NA NA NA NA NA NA NA NA NA NA NA NA NA NA NA NA NA NA NA NA NA NA NA NA NA NA NA NA NA NA NA NA NA NA NA NA NA NA NA NA NA NA NA NA NA NA NA NA NA NA NA NA NA NA NA NA NA NA NA NA NA NA NA NA NA NA NA NA NA NA NA NA C-18 NA NA NA NA NA NA NA NA NA NA NA NA NA NA NA C25 C30 C23 NA C9 NA NA C10 C42 NA C15 NA NA NA NA NA NA NA C-18 NA NA NA NA NA NA NA P-1 on/off P-2 on/off P-3 on/off P-4 on/off P-5 on/off P-6 on/off G-1 D-1 Open/Closed D-2 Open/Closed D-3 Open/Closed D-4 Open/Closed D-5 Open/Closed D-6 Open/Closed D-7 Open/Closed D-8 Open/Closed D-9 Open/Closed D-10 Open/Closed D-11 Open/Closed D-12 Open/Closed D-13 Open/Closed D-14 Open/Closed D-15 Open/Closed D-16 Open/Closed D-17 Open/Closed D-18 Open/Closed D-19 Open/Closed D-20 Open/Closed D-21 Open/Closed D-22 Open/Closed D-23 Open/Closed D-24 Open/Closed D-25 Open/Closed D-26 Open/Closed D-27 Open/Closed D-28 Open/Closed D-29 Open/Closed D-30 Open/Closed D-31 Open/Closed D-32 Open/Closed D-33 Open/Closed G-1 Open/Closed L-AII on/off P-AII on/off 2nd 2nd 1st 1st 1st 1st 1st 1st 2nd 2nd 2nd 2nd 2nd Comms Room Comms Room Jail Control Room Jail Control Room Jail Control Room Jail Control Room Jail Control Room Jail Control Room Comms Room Comms Room Comms Room Comms Room Comms Room Door Controls Rack Mounted Server R/M Cisco Switch 24 POE - Switch A Cisco Switch 24 POE - Switch B Work Station A Work Station B Intercom Mstr A Intercom Mstr B Overhead Display Monitor R/M Intercom 10 port IP Board 1 R/M Intercom 10 port IP Board 2 R/M Intercom 10 port IP Board 3 R/M Intercom 10 port IP Board 4 R/M Intercom 10 port IP Board 5 Switch A-2 Switch B-1 Switch A-1 Switch B-10 Switch B-11 Switch B-12 Switch B-13 Switch A-10 Switch A-11 Switch A-12 Switch A-13 Switch A-14 You created this PDF from an application that is not licensed to print to novaPDF printer (http://www.novapdf.com) Install Rack Mounted Access Control Server Install Rack Mounted 24 Port Cisco Switch Install 24 Port Cisco Switch Install dual display workstation with 1 standard and one touch screen Install dual display workstation with 1 standard and one touch screen Install IP based master intercom with 50 selection switches Install IP based master intercom with 50 selection switches Relocate Video Monitor Install Rack Mounted 10 Port IP Intercom Interface and Connect to Switch Install Rack Mounted 10 Port IP Intercom Interface and Connect to Switch Install Rack Mounted 10 Port IP Intercom Interface and Connect to Switch Install Rack Mounted 10 Port IP Intercom Interface and Connect to Switch Install Rack Mounted 10 Port IP Intercom Interface and Connect to Switch 'efault Drawing Emergency Control I Jail Control la[dE1[IIUti - JII L_UIIL[UI Draw MAP Control 0 Room m Jail Lobby Entry ail Control YPD Corridor 11 Jail Corridor Li. hts Phones A Tank 1101N ram B Tank � D102 Sall Port&Gate 0 �O C Tank D103 a '0 D Tank JD1O4I' O n0 E Tank n0 n0 E -1 E -2 D201 D202 D203 D204 1 Visitor Met Detector Inmate Visiting Yard D Cell Doors Visitor Contact Inmate Contact Sally to BAC BAC to Jail South Gate Graphics - Tank Control MAP ail Control Lights ON OFF A Tank �r B Tank Q ■ C Tank V: D Tank D/E Cell Lig hts E Tank D/E Cell Night Lights Yard Lights • Default Drawing Emergency Control Jail Control Sally Port_Gate Tank Control • • Li. hts Phone Visitor Contact Rm Visitor rTh Public Side y, Visitor Inmate Side Safety Cell Holding Cell 1 Holding Cell 2 Sall Port&Gate Emersenc Lights ON OFF ■ A Tank B Tank C Tank Ai D Tank E Tank Booking AH Phones Phones ON OFF I'oJILI■I�r� L MAP ail Control South Gate Open Default Drawing Emergency. Control Jail Control Sally Port_Gate Li.hts Phones Sall Port&Gate Sally Port SW Garage Sally Port NW Garage Open Close Stop Open Close Stop Sally Port SE Garage Sally Port NE Garage Open Close Stop Open Close Stop MAP ail Control Li. hts Phones Evacuation All Doors Unlocked All Doors Relook Sall Port & Gate Yard Emergency P.11 D Tank Emergency E Tank Emergency 1 iof�i J+ nr.winn 11 FmPrri nry Cnnirnl 4/7/2016 Andrew/Stephen - Velocity installation and configuration 4/5/2016 4/6/2016 4/7/2016 4/4/2016 4/12/2016 4/11/2016 4/13/2016 4/14/2016 4/8/2016 4/8/2016 4/14/2016 - 4/15/2016 Tech 1 - Bench testing 4/15/2016 4/15/2016 4/18/2016 - 4/20/2016 Tech 1,2 - Cabinet demo/Rack, intercom Hub, amp installation 4/20/2016 - 4/22/2016 Tech 1,2 - M64, M16, lifesafety power hardware insta II 4/19/2016 4/18/201E 4/20/2016 5/4/2016 Identiv engineer and Andrew onsite 5/2/2016 - 5/3/2016 Tech 1,2 - Build out Command Center 5/4/2016 5/2/2016 4/21/2016 4/22/2016 4/22/2016 5/4/2016 - 5/6/2016 Tech 1,2 - Online section 1137, 1136, 1125A -1129A 5/5/2016 5/6/2016 5/6/2016 5/9/2016 - 5/13/2016 Tech 1,2 - Online section 1119-1129 5/10/2016 5/9/2016 5/16/2016 - 5/17/2016 Online section 1097, 1101, 1104, 1118, 1094, 1117 5/16/2016 5/11/2016 5/17/2016 5/18/2016 5/12/2016 5/18/2016 - 5/19/2016 Punch items 5/13/2016 5/19/2016 5/20/2016 5/13/2016 5/20/2016 - 5/20/2016 Final Walk/handoff/ 5/20/2016 Page 1 of 5 Proposal 14820-4 (C<::,- Absco Solutions NTE�R�TiDN TwaT EMPOwERH 4ND PRDTECTH EXHIBIT.` "A" Phone Fax Web. City of Yakima Project Proposal for City of Yakima Jail Security Rennovation City of Yakima Jail - Revised Prepared for Wayne Wantland Phone: (509) 575-6048 Prepared By: Doug Brierley November 24, 2015 November 24, 2015 Proposal 14820-4 City of Yakima Page z2, of 5 This document is intended to describe the Scope of Work proposed to City of Yakima by Absco Solutions. The information set forth below is intended to be a framework for discussion around project work efforts and is subject to change It is anticipated that project requirements will by mutually defined and/or detailed written specifications finalized if the proposed Scope of Work is approved. Project schedules and cost estimates contained herein are based upon information provided to date and are subject to change This proposal is based on customer request and site survey. Overview of Issues / Needs Assessment The City of Yakima Jail would like to upgrade their existing command control for the door release, door monitoring, intercom, light control, phone control and video display Scope of Work / Desired Outcome Absco Solutions will provide and install the listed equipment to upgrade the City of Yakima Jail's intercom, paging, door control, door monitoring, light and phone control and video display in accordance with the attached point spreadsheet, mapping spreadsheet, touch screen control point spreadsheet, and tentative schedule Inclusions • Price includes providing the listed equipment only. Any additional equipment is to be on a time and material basis • Price includes start up and test of the listed devices provided by Absco Solutions in this proposal to ensure functionality of the system as proposed • Price includes the installation of all field devices listed in this proposal • Price includes the termination and programming of the control panel(s) Prior to termination of the control panel(s) all wire must be labeled per the Absco Solutions design drawings. All circuits must be complete and free of grounds, shorts, and metered for end of line resistor (if applicable) To complete circuit, all circuit splices must be made within NEC standards (minimum six inches of cable length) • Price includes 8 hours of training of the end user on site during a single site visit. Additional training is to be on time and material basis. • Low voltage permits applicable to Absco Solutions' scope listed in this proposal are included in the price. Exclusions • All existing wiring to be identified, labeled, and documented by customer prior to Absco design and installation of new system • Tax is not included in the price • Customer to provide computers designated for client stations. Customer will provide two (2) workstations. Client stations will be in working condition, joined to the same domain as the server, and meet minimum performance criteria as listed by the manufacturer • Customer is responsible for providing one (1) virtual Windows 2012 server • 120 VAC for power to be existing or provided by others including connections for power supplies, transformers and light control contacts. 120 VAC connection to be terminated and permitted by others as required November 24, 2015 Proposal 14820-4 • Absco Solutions does not warrant any customer -provided equipment or cabling. Additional labor required to troubleshoot, repair or correct faulty equipment or wiring will be billed as a separate invoice Proposal based on re -using existing intercom stations. • LAN connections and IT infrastructure to be existing or provided by others. LAN connection to be located at the head -end equipment locations, labeled, connectors in place, and tested prior to Absco Solutions installation • Price is based on all required network switches, including any required Power Over Ethernet (POE) switches, being existing or provide by the client and the required network to the switch locations is to be existing. Customer will provide two (2) 24 Port POE switches: One (1) upstairs and one (1) downstairs • Price does not include the provision or installation of raceway, conduit, boxes, or wire of any kind. Limitation • Network Administrator to supply Absco Solutions with local administrator logon account and password for installation Logon account and password to be valid for 30 days after the completion of the installation for the purpose of troubleshooting. • Absco Solutions will be installing IP Network devices as part of this projects. If unrestricted access is granted to these network devices from the internet or other unsecured networks, there is the potential for these devices to be exploited by bad actors on the unsecured network. It is the customer's responsibility to protect these network devices from unsecured networks through the use of firewalls. • All work to be performed during Absco Solutions normal working hours of 7:00 AM - 5:00 PM, Monday through Friday (excluding holidays). Any labor required outside of these hours will be billed as a separate change order. • City of Yakima Jail will have a Milestone vendor representative present during the integration process that will be available exclusively to assist Identiv and Absco with the integration to Velocity and related testing/troubleshooting Price We propose to provide the above listed Scope of Work for the sum of: $137,150.00 plus tax This proposal may be withdrawn by Absco Solutions, Inc. if not accepted within 30 days. Warranty The warranty on the listed equipment and labor shall be void if a person or firm other than Absco Solutions or a contractor authorized by Absco Solutions performs any work identified within the original scope of work of this contract. All equipment provided by Absco Solutions has a warranty of one year from the date of invoice THIS WARRANTY EXCLUDES ALL COVERAGE FOR CONSEQUENTIAL DAMAGES AND IS GIVEN IN LIEU OF ALL OTHER EXPRESS WARRANTIES OR IMPLIED WARRANTIES OF FITNESS, HABITABILITY, OR MERCHANTABILITY OR OTHERWISE PROVIDED UNDER THE LAWS OF WASHINGTON November 24.2O15 Proposal 14820-4 ,~ �^`'�• . rit|p/ Yakitha,- ' ^ � �'p4,64",o/s Equipment Schedule , �,C�x _�`�' �K8''—'^^ Model �� '� '�`- ���|Nf�W1�O1�r�r| ` '' '`, Description ` �^�•'., 1 IX -DF Aiphone IX Video Master door station, desk/wall mount 1 SBX-ISDVF Aiphone Surface mount back box for IS- IPDVF 2 IX -MV Aiphone Master Station 39 LOT Labor to instaU capacitoritor in intercom station 5 |X-1OAS Aiphone 10 Station LE / NE IX adaptor 5 IX -BA Aiphone IP Audio, 5 P3OBGM Aiphone 30 Watt integrated amp 4 LOT Labor to install articulating arms 1 LOT Custom blanks for counter 1 LOT Labor to install Two (2) touch screens, two (2) monitors 1 FP[)250-5F8PE4 LifeSafety Power Power distribution panel 2 NP712 Yuasa Battery, 7 a/h, 12 volt 1 VEL'3.6-N| Hirsch Electronics Velocity 3.6 for New Installations 1 M64N2 Hirsch Electronics Digi*Trac 64N2 64 relay 1 15VA[| 2 M16N2 Hirsch Electronics Digi*trac model 16N2 16 output 3 CL2-M8 Hirsch Electronics Power Limited Class || 5 AEB8 Hirsch Electronics Alarm expansion board 8 inputs 34 MELM2 Hirsch Electronics Miniature Embedded Line Module 2 31 MELM1 Hirsch Electronics Miniature embedded line module, 1 input 1 LOT |dSndvK8i|83tOn8 Velocity API 1 LOT Install large video monitor 2 MELM3 Hirsch Electronics Miniature Embedded Line Module 3 1 CM'450Fl/8 Camden PUSh/PU|l,N/[l&N/CStainless Steel - single gang 1 CW1'420G3 Camden Egress device November 24, 2015 Proposal 14820-4 City of'Yakirna. , , Qty.-.- , Model'•Number , :: Manufacturer=.' ,Description 1 LOT Relay Termination Cabinet for Control Room 2 RDC -12 Altronix D/R MT relay 14 RDC -12 Altronix D/R MT relay 39 LOT NP -250 Terms & Conditions Payment is to be made as follows: A 1 5% service charge per month will be applied to all past due invoices • All invoices are Net 30 on approval of credit and are subject to interest charges of 1 5% per month if past due • A signed change order for any change in scope must be received by Absco Solutions prior to scheduling that scope of work. Acceptance I do hereby authorize the Statement of Work specified in this document I have read and understand the Inclusions, Exclusions, Limitations, and Warranty listed above The above prices, specifications, and conditions are satisfactory and are hereby accepted Payment will be made as stated above. The undersigned is fully authorized to represent the Customer and Owners and do hereby agree to fully comply with and abide by the terms of this agreement. Authorized Signature Printed Name Title Date Document A312TM - 2010 Conforms with The American Institute of Architects AIA Document 312 Payment Bond CONTRACTOR: (Name, legal status and address) Absco Alarms, Inc. dba. Absco Solutions 19023 36th Ave W Ste E Lynnwood, WA 98036 OWNER: (Name, legal status and address) City of Yakima Engineering Division 129 No. 2nd St Yakima, WA 98901 CONSTRUCTION CONTRACT Date: 02/23/2016 023035191 SURETY: (Name, legal status and principal place of business) The Ohio Casualty Insurance Company 9450 Seward Road Fairfield, OH 45014 Mailing Address for Notices The Ohio Casualty Insurance Company Attention Surety Claims Department 1001 4th Avenue, Suite 1700 Seattle, WA 98154 This document has important legal consequences. Consultation with an attorney is encouraged with respect to its completion or modification. Any singular reference to Contractor, Surety, Owner or other party shall be considered plural where applicable. Amount: $ 142,150 00 One Hundred Forty-two Thousand One Hundred Fifty Dollars And Zero Cents Description: (Name and location) City of Yakima Jail Security Renovation Yakima, WA BOND Date: 03/21/2016 (Not earlier than Construction Contract Date) Amount: $ 142,150 00 One Hundred Forty-two Thousand One Hundred Fifty Dollars And Zero Cents Modifications to this Bond: O None CONTRACTOR AS PRINCIPAL Company. (Corporate Seal) Absco Alarms, Inc. dba. Absco Solu Signature: See Section 18 SURETY Company: (Corporate Seal) The Ohio Casualty Insurance Company Signature: Name Name and Title: and Title: Andrew Peoples Attorney -I n -Fact (Any additional signatures appear on the last page of this Payment Bond.) (FOR INFORMATION ONLY — Name, address and telephone) AGENT or BROKER: Brown & Brown of WA, Inc. 1501 Fourth Ave Ste 2400 Seattle, WA 98101 S-2149/AS 8/10 ,'t //isaa.al f//°— OWNER'S REPRESENTATIVE: (Architect, Engineer or other party•) Page 1 of 4 L. § 1 The Contractor and Surety, jointly and severally, bind themselves, their heirs, executors, administrators, successors and assigns to the Owner to pay for labor, materials and equipment furnished for use in the performance of the Construction Contract, which is incorporated herein by reference, subject to the following terms. § 2 If the Contractor promptly makes payment of all sums due to Claimants, and defends, indemnifies and holds harmless the Owner from claims, demands, liens or suits by any person or entity seeking payment for labor, materials or equipment furnished for use in the performance of the Construction Contract, then the Surety and the Contractor shall have no obligation under this Bond. § 3 If there is no Owner Default under the Construction Contract, the Surety's obligation to the Owner under this Bond shall arise after the Owner has promptly notified the Contractor and the Surety (at the address described in Section 13) of claims, demands, liens or suits against the Owner or the Owner's property by any person or entity seeking payment for labor, materials or equipment furnished for use in the performance of the Construction Contract and tendered defense of such claims, demands, liens or suits to the Contractor and the Surety. § 4 When the Owner has satisfied the conditions in Section 3, the Surety shall promptly and at the Surety's expense defend, indemnify and hold harmless the Owner against a duly tendered claim, demand, lien or suit. § 5 The Surety's obligations to a Claimant under this Bond shall arise after the following: § 5.1 Claimants, who do not have a direct contract with the Contractor, .1 have furnished a written notice of non-payment to the Contractor, stating with substantial accuracy the amount claimed and the name of the party to whom the materials were, or equipment was, furnished or supplied or for whom the labor was done or performed, within ninety (90) days after having last performed labor or last furnished materials or equipment included in the Claim, and .2 have sent a Claim to the Surety (at the address described in Section 13). § 5.2 Claimants, who are employed by or have a direct contract with the Contractor, have sent a Claim to the Surety (at the address described in Section 13). § 6 If a notice of non-payment required by Section 5.1 1 is given by the Owner to the Contractor, that is sufficient to satisfy a Claimant's obligation to furnish a written notice of non-payment under Section 5 1 1. § 7 When a Claimant has satisfied the conditions of Sections 5 I or 5.2, whichever is applicable, the Surety shall promptly and at the Surety's expense take the following actions: § 7.1 Send an answer to the Claimant, with a copy to the Owner, within sixty (60) days after receipt of the Claim, stating the amounts that are undisputed and the basis for challenging any amounts that are disputed, and § 7.2 Pay or arrange for payment of any undisputed amounts. § 7.3 The Surety's failure to discharge its obligations under Section 7 I or Section 7.2 shall not be deemed to constitute a waiver of defenses the Surety or Contractor may have or acquire as to a Claim, except as to undisputed amounts for which the Surety and Claimant have reached agreement. If, however, the Surety fails to discharge its obligations under Section 7 1 or Section 7.2, the Surety shall indemnify the Claimant for the reasonable attorney's fees the Claimant incurs thereafter to recover any sums found to be due and owing to the Claimant. § 8 The Surety's total obligation shall not exceed the amount of this Bond, plus the amount of reasonable attorney's fees provided under Section 7.3, and the amount of this Bond shall be credited for any payments made in good faith by the Surety § 9 Amounts owed by the Owner to the Contractor under the Construction Contract shall be used for the performance of the Construction Contract and to satisfy claims, if any, under any construction performance bond. By the Contractor furnishing and the Owner accepting this Bond, they agree that all funds earned by the Contractor in the performance of the Construction Contract are dedicated to satisfy obligations of the Contractor and Surety under this Bond, subject to the Owner's priority to use the funds for the completion of the work. S-2149/AS 8/10 Page 2 of 4 § 10 The Surety shall not be liable to the Owner, Claimants or others for obligations of the Contractor that are unrelated to the Construction Contract. The Owner shall not be liable for the payment of any costs or expenses of any Claimant under this Bond, and shall have under this Bond no obligation to make payments to, or give notice on behalf of, Claimants or otherwise have any obligations to Claimants under this Bond. § 11 The Surety hereby waives notice of any change, including changes of time, to the Construction Contract or to related subcontracts, purchase orders and other obligations. § 12 No suit or action shall be commenced by a Claimant under this Bond other than in a court of competent jurisdiction in the state in which the project that is the subject of the Construction Contract is located or after the expiration of one year from the date (1) on which the Claimant sent a Claim to the Surety pursuant to Section 5.1.2 or 5.2, or (2) on which the last labor or service was performed by anyone or the last materials or equipment were furnished by anyone under the Construction Contract, whichever of (1) or (2) first occurs. If the provisions of this Paragraph are void or prohibited by law, the minimum period of limitation available to sureties as a defense in the jurisdiction of the suit shall be applicable. § 13 Notice and Claims to the Surety, the Owner or the Contractor shall be mailed or delivered to the address shown on the page on which their signature appears. Actual receipt of notice or Claims, however accomplished, shall be sufficient compliance as of the date received. § 14 When this Bond has been fumished to comply with a statutory or other legal requirement in the location where the construction was to be performed, any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted herefrom and provisions conforming to such statutory or other legal requirement shall be deemed incorporated herein. When so furnished, the intent is that this Bond shall be construed as a statutory bond and not as a common law bond. § 15 Upon request by any person or entity appearing to be a potential beneficiary of this Bond, the Contractor and Owner shall promptly furnish a copy of this Bond or shall permit a copy to be made. § 16 Definitions § 16.1 Claim. A written statement by the Claimant including at a minimum. .1 the name of the Claimant; .2 the name of the person for whom the labor was done, or materials or equipment furnished; .3 a copy of the agreement or purchase order pursuant to which labor, materials or equipment was furnished for use in the performance of the Construction Contract. .4 a brief description of the labor, materials or equipment furnished; .5 the date on which the Claimant last performed labor or last furnished materials or equipment for use in the performance of the Construction Contract; .6 the total amount earned by the Claimant for labor, materials or equipment furnished as of the date of the Claim; .7 the total amount of previous payments received by the Claimant; and .8 the total amount due and unpaid to the Claimant for labor, materials or equipment furnished as of the date of the Claim. § 16.2 Claimant. An individual or entity having a direct contract with the Contractor or with a subcontractor of the Contractor to furnish labor, materials or equipment for use in the performance of the Construction Contract. The term Claimant also includes any individual or entity that has rightfully asserted a claim under an applicable mechanic's lien or similar statute against the real property upon which the Project is located. The intent of this Bond shall be to include without limitation in the terms "labor, materials or equipment" that part of water, gas, power, light, heat, oil, gasoline, telephone service or rental equipment used in the Construction Contract, architectural and engineering services required for performance of the work of the Contractor and the Contractor's subcontractors, and all other items for which a mechanic's lien may be asserted in the jurisdiction where the labor, materials or equipment were furnished. § 16.3 Construction Contract. The agreement between the Owner and Contractor identified on the cover page, including all Contract Documents and all changes made to the agreement and the Contract Documents. S-2149/AS 8/10 Page 3 of 4 § 16.4 Owner Default. Failure of the Owner, which has not been remedied or waived, to pay the Contractor as required under the Construction Contract or to perform and complete or comply with the other material terms of the Construction Contract. § 16.5 Contract Documents. All the documents that comprise the agreement between the Owner and Contractor § 17 if this Bond is issued for an agreement between a Contractor and subcontractor, the term Contractor in this Bond shall be deemed to be Subcontractor and the term Owner shall be deemed to be Contractor § 18 Modifications to this bond are as follows. (Space is provided below for additional signatures of added parties, other than those appearing on the cover page.) CONTRACTOR AS PRINCIPAL SURETY Company• (Corporate Seal) Company. Signature: Signature: (Corporate Seal) Name and Title: Name and Title: Address Address S-2149/AS 8/10 Page 4 of 4 Document A312TM - 2010 Conforms with The American Institute of Architects AIA Document 312 Performance Bond CONTRACTOR: (Name, legal status and address) Absco Alarms, Inc. dba. Absco Solutions 19023 36th Ave W Ste E Lynnwood, WA 98036 OWNER: (Name, legal status and address) City of Yakima Engineering Division 129 No. 2nd St Yakima, WA 98901 CONSTRUCTION CONTRACT Date: 02/23/2016 023035191 SURETY: (Name, legal status and principal place of business) The Ohio Casualty Insurance Company 9450 Seward Road Fairfield, OH 45014 Mailing Address for Notices The Ohio Casualty Insurance Company Attention Surety Claims Department 1001 4th Avenue, Suite 1700 Seattle, WA 98154 This document has important legal consequences. Consultation with an attorney is encouraged with respect to its completion or modification. Any singular reference to Contractor, Surety, Owner or other party shall be considered plural where applicable. Amount: $ 142,150 00 One Hundred Forty-two Thousand One Hundred Fifty Dollars And Zero Cents Description: (Name and location) City of Yakima Jail Security Renovation Yakima, WA BOND Date: 02/23/2016 (Not earlier than Construction Contract Date) Amount: $ 142,150 00 One Hundred Forty-two Thousand One Hundred Fifty Dollars And Zero Cents Modifications to this Bond: 0 None CONTRACTOR AS PRINCIPAL Company. (Corporate Seal) Signature: Name and Title: Andrew Peoples Attorney -In -Fact (Any additional signatures appear on the last page of this Performance Bond.) (FOR INFORMATION ONLY — Name, address and telephone) See Section 16 SURETY Company• (Corporate Seal) The Ohio Casualty Insurance Company Signature: Name and Title: AGENT orBROK.ER: • S-1852/AS•8/.10:r �c, /r/`rl/ucCc✓7 G° OWNER'S REPRESENTATIVE: (Architect, Engineer or other party) Page 1 of 4 4/4 § 1 The Contractor and Surety, jointly and severally, bind themselves, their heirs, executors, administrators, successors and assigns to the Owner for the performance of the Construction Contract, which is incorporated herein by reference. § 2 If the Contractor performs the Construction Contract, the Surety and the Contractor shall have no obligation under this Bond, except when applicable to participate in a conference as provided in Section 3. § 3 If there is no Owner Default under the Construction Contract, the Surety's obligation under this Bond shall arise after .1 the Owner first provides notice to the Contractor and the Surety that the Owner is considering declaring a Contractor Default. Such notice shall indicate whether the Owner is requesting a conference among the Owner, Contractor and Surety to discuss the Contractor's performance. If the Owner does not request a conference, the Surety may, within five (5) business days after receipt of the Owner's notice, request such a conference. lithe Surety timely requests a conference, the Owner shall attend. Unless the Owner agrees otherwise, any conference requested under this Section 3.1 shall be held within ten (10) business days of the Surety's receipt of the Owner's notice. If the Owner, the Contractor and the Surety agree, the Contractor shall be allowed a reasonable time to perform the Construction Contract, but such an agreement shall not waive the Owner's right, if any, subsequently to declare a Contractor Default; .2 the Owner declares a Contractor Default, terminates the Construction Contract and notifies the Surety; and .3 the Owner has agreed to pay the Balance of the Contract Price in accordance with the terms of the Construction Contract to the Surety or to a contractor selected to perform the Construction Contract. § 4 Failure on the part of the Owner to comply with the notice requirement in Section 3 I shall not constitute a failure to comply with a condition precedent to the Surety's obligations, or release the Surety from its obligations, except to the extent the Surety demonstrates actual prejudice. § 5 When the Owner has satisfied the conditions of Section 3, the Surety shall promptly and at the Surety's expense take one of the following actions: § 5.1 Arrange for the Contractor, with the consent of the Owner, to perform and complete the Construction Contract, § 5.2 Undertake to perform and complete the Construction Contract itself, through its agents or independent contractors; § 5.3 Obtain bids or negotiated proposals from qualified contractors acceptable to the Owner for a contract for performance and completion of the Construction Contract, arrange for a contract to be prepared for execution by the Owner and a contractor selected with the Owner's concurrence, to be secured with performance and payment bonds executed by a qualified surety equivalent to the bonds issued on the Construction Contract, and pay to the Owner the amount of damages as described in Section 7 in excess of the Balance of the Contract Price incurred by the Owner as a result of the Contractor Default; or § 5.4 Waive its right to perform and complete, arrange for completion, or obtain a new contractor and with reasonable promptness under the circumstances: .1 After investigation, determine the amount for which it may be liable to the Owner and, as soon as practicable after the amount is determined, make payment to the Owner; or .2 Deny liability in whole or in part and notify the Owner, citing the reasons for denial. § 6 lithe Surety does not proceed as provided in Section 5 with reasonable promptness, the Surety shall be deemed to be in default on this Bond seven days after receipt of an additional written notice from the Owner to the Surety demanding that the Surety perform its obligations under this Bond, and the Owner shall be entitled to enforce any remedy available to the Owner I f the Surety proceeds as provided in Section 5 4, and the Owner refuses the payment or the Surety has denied liability, in whole or in part, without further notice the Owner shall be entitled to enforce any remedy available to the Owner S-1852/AS 8/10 Page 2 of 4 § 7 lithe Surety elects to act under Section 5.1, 5.2 or 5.3, then the responsibilities of the Surety to the Owner shall not be greater than those of the Contractor under the Construction Contract, and the responsibilities of the Owner to the Surety shall not be greater than those of the Owner under the Construction Contract. Subject to the commitment by the Owner to pay the Balance of the Contract Price, the Surety is obligated, without duplication, for .1 the responsibilities of the Contractor for correction of defective work and completion of the Construction Contract; .2 additional legal, design professional and delay costs resulting from the Contractor's Default, and resulting from the actions or failure to act of the Surety under Section 5, and .3 liquidated damages, or if no liquidated damages are specified in the Construction Contract, actual damages caused by delayed performance or non-performance of the Contractor. § 8 If the Surety elects to act under Section 5 I, 5.3 or 5 4, the Surety's liability is limited to the amount of this Bond. § 9 The Surety shall not be liable to the Owner or others for obligations of the Contractor that are unrelated to the Construction Contract, and the Balance of the Contract Price shall not be reduced or set off on account of any such unrelated obligations. No right of action shall accrue on this Bond to any person or entity other than the Owner or its heirs, executors, administrators, successors and assigns. § 10 The Surety hereby waives notice of any change, including changes of time, to the Construction Contract or to related subcontracts, purchase orders and other obligations. § 11 Any proceeding, legal or equitable, under this Bond may be instituted in any court of competent jurisdiction in the location in which the work or part of the work is located and shall be instituted within two years after a declaration of Contractor Default or within two years after the Contractor ceased working or within two years after the Surety refuses or fails to perform its obligations under this Bond, whichever occurs first. If the provisions of this Paragraph are void or prohibited by law, the minimum period of limitation available to sureties as a defense in the jurisdiction of the suit shall be applicable. § 12 Notice to the Surety, the Owner or the Contractor shall be mailed or delivered to the address shown on the page on which their signature appears. § 13 When this Bond has been furnished to comply with a statutory or other legal requirement in the location where the construction was to be performed, any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted herefrom and provisions conforming to such statutory or other legal requirement shall be deemed incorporated herein. When so furnished, the intent is that this Bond shall be construed as a statutory bond and not as a common law bond. § 14 Definitions § 14.1 Balance of the Contract Price. The total amount payable by the Owner to the Contractor under the Construction Contract after all proper adjustments have been made, including allowance to the Contractor of any amounts received or to be received by the Owner in settlement of insurance or other claims for damages to which the Contractor is entitled, reduced by all valid and proper payments made to or on behalf of the Contractor under the Construction Contract. § 14.2 Construction Contract. The agreement between the Owner and Contractor identified on the cover page, including all Contract Documents and changes made to the agreement and the Contract Documents. § 14.3 Contractor Default. Failure of the Contractor, which has not been remedied or waived, to perform or otherwise to comply with a material term of the Construction Contract. § 14.4 Owner Default. Failure of the Owner, which has not been remedied or waived, to pay the Contractor as required under the Construction Contract or to perform and complete or comply with the other material terms of the Construction Contract. § 14.5 Contract Documents. All the documents that comprise the agreement between the Owner and Contractor § 15 If this Bond is issued for an agreement between a Contractor and subcontractor, the term Contractor in this Bond shall be deemed to be Subcontractor and the term Owner shall be deemed to be Contractor. S-1852/AS 8/10 Page 3 of 4 § 16 Modifications to this bond are as follows: (Space is provided below for additional signatures of added parties, other than those appearing on the cover page.) CONTRACTOR AS PRINCIPAL SURETY Company. (Corporate Seal) Company: Signature• Signature: (Corporate Seal) Name and Title: Name and Title: Address Address S-1852/AS 8/10 Page 4 of 4 THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND. This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated. Certificate No. 6062117 American Fire and Casualty Company Liberty Mutual Insurance Company The Ohio Casualty Insurance Company West American Insurance Company POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS: That American Fire & Casualty Company and The Ohio Casualty Insurance Company are corporations duly organized under the laws of the State of New Hampshire, that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts, and West American Insurance Company is a corporation duly organized under the laws of the State of Indiana (herein collectively called the "Companies"), pursuant to and by authority herein set forth, does hereby name, constitute and appoint, Alex Uyt Den Bogaard; Andrew Peoples; Bernarda N. Gonzalez; C.A. Gerlach; Carol Caughey; Charlie -Nguyen; James G. Rogers; Jennifer Rogers; JoAnn Mortenson; Jo -Ann Pabalate; Kellie Duffy; Melanie Van Gelder; Naomi Dawana Takata; Sallie C. Vandyke; Scott Strickland; Sharon Deuman; Tracey Shearer all of the city of SEATTLE state of WA each individually if there be more than one named, its true and lawful attorney-in-fact to make, execute, seal, acknowledge and deliver, for and on its behalf as surety and as its act and deed, any and all undertakings, bonds, recognizances and other surety obligations, in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their -own proper persons. IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 2nd day of April 2013 STATE OF WASHINGTON COUNTY OF KING On this 2nd day of April 2013 before me personally appeared Gregory W Davenport, who acknowledged himself to be the Assistant Secretary of American Fire and Casualty Company, Liberty Mutual Insurance Company, The Ohio Casualty Company, and West American Insurance Company, and that he, as such, being authorized so to do, execute the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. IN WITNESS WHEREOF, I have hereunto subscribed my name and affixed my notarial seal at Seattle, Washington, on the day and year first above written. ss American Fire and Casualty Company The Ohio Casualty Insurance Company Liberty Mutual Insurance Company West American Insurance Company By Gregory W Davenport, Assistant Secretary By: )6L1) KD Riley , Not Public This Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of American Fire and Casualty Company, The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and WestAmerican Insurance Company which resolutions are now in full force and effect reading as follows: ARTICLE IV — OFFICERS — Section 12. Power of Attorney. Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President, and subject to such limitation as the Chairman or the President may prescribe, shall appoint such attorneys -in -fact, as may be necessary to act in behalf of the Corporation to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys -in -fact, subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so executed, such instruments shall be as binding as if signed by the President and attested to by the Secretary. Any power or authority granted to any representative or attorney-in-fact under the provisions of this article may be revoked at any time by the Board, the Chairman, the President or by the officer or officers granting such power or authority. ARTICLE XIII — Execution of Contracts — SECTION 5. Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose in writing by the chairman or the president, and subject to such limitations as the chairman or the president may prescribe, shall appoint such attorneys -in -fact, as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys -in -fact subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so executed such instruments shall be as binding as if signed by the president and attested by the secretary. Certificate of Designation — The President of the Company, acting pursuant to the Bylaws of the Company, authorizes Gregory W Davenport, Assistant Secretary to appoint such attorneys -in -fact as may be necessary to act on behalf of the Company to make, execute, seal, acknowledge and deliver -as surety any and all undertakings, bonds, recognizances and other surety obligations. Authorization — By unanimous consent of the Company's Board of Directors, the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company, wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds, shall be valid and binding upon the Company with the same force and effect as though manually affixed. I, David M. Carey, the undersigned, Assistant Secretary, of American Fire and Casualty Company, The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company do hereby certify that the original power of attorney of which the foregoing is a full, true and correct copy of the Power of Attorney executed by said Companies, is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this 61 day of GkvA/ � 20 l 6:. LMS_12873_092012 By ^, J•rn3+v'©°4� David M. Carey,-.AssissWanf Secrreta , ACORD CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DDIYYYY) 2/23/2016 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT. If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Brown & Brown of Washington, Inc. 1501 4th Avenue, Suite 2400 Seattle WA 98101 CONTACT NAME: PHONE ha/C. No. Ext1:206-956-1600 A (A/C, No):206-956-9600 E-MAILSS:certrequest@bbseattle.com INSURER(S) AFFORDING COVERAGE NAIC # INSURED ABSCO Alarms, Inc. dba Absco Solutions 19023 36th Ave W, Suite E Lynnwood WA 98036 ABSCO-1 INSURER A:SCOTTSDALE INSURANCE COMPANY 41297 INSURER B .AMERICAN STATES INSURANCE CO. 19704 INSURER C . INSURER D INSURER E INSURER F COVERAGES CERTIFICATE NUMBER: 802232448 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE ADDL INSR SUBR WVD POLICY NUMBER POLICY EFF (MM/DDIYYYY) POLICY EXP (MM/DD/YYYY) LIMITS A GENERAL X LIABILITY COMMERCIAL GENERAL LIABILITY Y CPS2289476 8/12/2015 8/12/2016 EACH OCCURRENCE $1,000,000 PRS (RENTED PREMISES (Ea occurrence) $300,000 CLAIMS -MADE X OCCUR MED EXP (Any one person) $5,000 PERSONAL 8 ADV INJURY $1,000,000 GENERAL AGGREGATE $2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: POLICY IX I PRO- 1 ECT I LOC PRODUCTS - COMP/OP AGG $2,000,000 $ B AUTOMOBILE X X LIABILITY ANY AUTO ALL OWNED AUTOS HIRED AUTOS SCHEDULED AUTOS NON -OWNED AUTOS 24CC31594010 8/12/2015 8/12/2016 COMBINED SINGLE LIMIT (Ea accident) $1,000,000 BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) $ $ UMBRELLA LIAB_ EXCESS LIAB OCCUR CLAIMS -MADE EACH OCCURRENCE $ AGGREGATE $ DED RETENTION $ $ A WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y / N ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below N / A CPS2289476 8/12/2015 8/12/2016 TWC STTU- ORY LAMITS X O WA Stop Gap E.L. EACH ACCIDENT $1,000,000 E.L DISEASE - EA EMPLOYEE $1,000,000 E.L. DISEASE - POLICY LIMIT $2,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS 1 VEHICLES (Attach ACORD 101, Additional Remarks Schedule, if more space is required) See Attached. CERTIFICATE HOLDER CANCELLATION City of Yakima City Hall 129 North 2nd Street Yakima WA 98901 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE ACORD 25 (2010/05) © 1988-2010 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD ACORD AGENCY CUSTOMER ID ABSCO-1 LOC #: ADDITIONAL REMARKS SCHEDULE Page 1 of 1 AGENCY Brown & Brown of Washington, Inc. NAMED INSURED ABSCO Alarms, Inc. dba. Absco Solutions 19023 36th Ave W, Suite E Lynnwood WA 98036 POLICY NUMBER CARRIER NAIC CODE EFFECTIVE DATE: ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: 25 FORM TITLE- CERTIFICATE OF LIABILITY INSURANCE Certificate Holders. City of Yakima, its elected officials, officers, employees, agents, and volunteers ACORD 101 (2008/01) © 2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD COMMERCIAL GENERAL LIABILITY CG 20 33 04 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - AUTOMATIC STATUS WHEN REQUIRED IN CONSTRUCTION AGREEMENT WITH YOU This endorsement modifies insurance provided under the following COMMERCIAL GENERAL LIABILITY COVERAGE PART A. Section II - Who Is An Insured is amended to include as an additional insured any person or organization for whom you are performing operations when you and such person or organization have agreed in writing in a contract or agreement that such person or organization be added as an additional insured on your policy Such person or organization is an additional insured only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by 1 Your acts or omissions, or 2 The acts or omissions of those acting on your behalf; in the performance of your ongoing operations for the additional insured However, the insurance afforded to such additional insured 1. Only applies to the extent permitted by law; and 2 Will not be broader than that which you are required by the contract or agreement to provide for such additional insured A person's or organization's status as an additional insured under this endorsement ends when your operations for that additional insured are completed B With respect to the insurance afforded to these additional insureds, the following additional exclusions apply. This insurance does not apply to 1 "Bodily injury", "property damage" or "personal and advertising injury" arising out of the rendering of, or the failure to render, any professional architectural, engineering or surveying services, including a The preparing, approving, or failing to prepare or approve, maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications, or b Supervisory, inspection, architectural or engineering activities This exclusion applies even if the claims against any insured allege negligence or other wrongdoing in the supervision, hiring, employment, training or monitoring of others by that insured, if the "occurrence" which caused the "bodily injury" or "property damage", or the offense which caused the "personal and advertising injury", involved the rendering of or the failure to render any professional architectural, engineering or surveying services 2 "Bodily injury" or "property damage" occurring after a All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the location of the covered operations has been completed, or b That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. C With respect to the insurance afforded to these additional insureds, the following is added to Section III - Limits Of Insurance The most we will pay on behalf of the additional insured is the amount of insurance 1 Required by the contract or agreement you have entered into with the additional insured, or 2 Available under the applicable Limits of Insurance shown in the Declarations, whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations © Insurance Services Office, Inc. ©Insurance Services Office, Inc. ITEM TITLE: SUBMITTED BY: BUSINESS OF THE CITY COUNCIL YAKIMA, WASHINGTON AGENDASTATEMENT Item No. 5.H. For Meeting of: February 16, 2016 Resolution authorizing a contract with Absco Solutions for Yakima Municipal Jail Security Renovation Project as authorized through Washington Learning Source Chief Dominic Rizzi, Police Department Wayne Wantland, Information Technology Manager Robert Desgrosellier, Senior Engineer, 575-6228 SUMMARY EXPLANATION: The Yakima Police Department worked with Purchasing and Information Technology Services divisions to develop a Scope of Work for updating and replacing the jail controls for the Yakima Municipal Jail. On January 19, 2016, the City Council approved Resolution R-2016-008, directing action to execute an intergovernmental cooperative purchasing agreement with Washington Learning Source (WSL) allowing purchases which include work as is proposed for the Yakima Municipal Jail. The proposal and contract with Absco Solutions is for $148,396.30. Absco will provide and install the necessary equipment to upgrade Yakima's Municipal Jail intercom, paging, door control, door monitoring system, light and phone control and video display. As the agreement to utilize WLS's contracts has been executed, the next step is to authorize a contract with Absco to perform the safety and security system upgrades at the Yakima Municipal Jail. ITEM BUDGETED: STRATEGIC PRIORITY: Yes Public Safety APPROVED FOR SUBMITTAL: Interim City Manager STAFF RECOMMENDATION: Staff respectfully requests that City Council adopt the Resolution BOARD/COMMITTEE RECOMMENDATION: N/A ATTACHMENTS: Description Upload Date Type D IResollutlion 2/9/2016 Backup Materna° D Contract PrormarN)sco 2/9/2016 Backup Materna° PERSONAL SERVICES AGREEMENT 22411 Server and Client Upgrade - YPD THIS PERSONAL SERVICES AGREEMENT (hereinafter "Agreement") entered into on the date of the last execution, between the City of Yakima, a Washington municipal corporation (hereinafter the "City"), and ABSCO Solutions, (hereinafter "Contractor"). WHEREAS, the City of Yakima Police Department requires specialized personal services for data migration and software updates from the existing database to a new server, provided by the city. WHEREAS, Contractor has the experience and expertise necessary to perform the specialized services the City requires. WHEREAS, the specialized services are outside the usual course of business of the City of Yakima. NOW, THEREFORE, in consideration of the mutual covenants, promises, and agreements set forth herein, it is agreed by and between the City and Contractor as follows: 1. Scope of Services. Contractor shall provide services, staff, specialized equipment, licensing and otherwise do all things necessary for or incidental to the performance of work in conjunction with the data migration services for the Police Department and in accordance with attached and incorporated Exhibit A. 2. Period of Performance. The period of performance under this Agreement for the data migration shall be sixty (60) days, from the date signed below. 3. Consideration. As consideration for the services performed pursuant to this Agreement, the City agrees to compensate Contractor $12,744.50 (plus tax) for data migration in accordance with attached and incorporated Exhibit A. The Contractor shall provide the City with an itemized invoice/billing no later than thirty (30) calendar days after the services are provided. The City shall make payment to the Contractor within thirty (30) calendar days following receipt of each invoice/billing; provided, however, that the Contractor waives any and all claims for compensation for services where the Contractor has failed to provide the City with an itemized invoice/billing for said services within sixty (60) calendar days of providing said services. Also, all payments are expressly conditioned upon the Contractor providing services hereunder that are satisfactory to the City. 4. Independent Contractor Status of Contractor. Contractor and the City understand and expressly agree that Contractor is an independent contractor in the performance of each and every part of this Agreement and not an agent or representative of the City. Contractor, as an independent contractor, assumes the entire responsibility for carrying out and accomplishing the services required under this Agreement free from supervision by the City over the methods and details of performance except as described in Exhibit A. Contractor shall not represent that it is, or hold itself out as, an agent or representative of the City. In no event shall Contractor be authorized to enter into any agreement or undertaking for, or on behalf of, City. Additionally, and as an independent contractor, Contractor and its employees shall make no claim of City employment nor shall claim against the City any related employment benefits, social security, and/or retirement benefits, provided, however that Contractor may be eligible for industrial insurance from the City. Nothing contained herein shall be interpreted as creating a relationship of servant, employee, partnership or agency between Contractor or any officer, employee or agent of Contractor and the City. 22411 Agreement Page 1 of 8 5. Taxes and Assessments. Contractor shall be solely responsible for compensating its employees and for paying all related taxes, deductions, and assessments, including but not limited to, federal income tax, FICA, social security tax, assessments for unemployment and industrial injury, and other deductions from income which may be required by law or assessed against either party as a result of this Agreement. In the event the City is assessed a tax or assessment as a result of this Agreement, Contractor shall pay the same before it becomes due. 6. Nondiscrimination Provision. During the performance of this Agreement, Contractor shall not discriminate in violation of any applicable federal, state and/or local law or regulation on the basis of race, color, sex, religion, national origin, creed, marital status, political affiliation, or the presence of any sensory, mental or physical handicap. 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 Agreement, or with any such rules, regulations, laws or orders, this Agreement may be cancelled, terminated, or suspended in whole or in part and the Contractor may be declared ineligible for any future City contracts. 7. The Americans With Disabilities Act. Contractor agrees to comply with the Americans With Disabilities Act of 1990, 42 U.S.C. § 12101 et seq. (ADA), and its implementing regulations, and Washington State's anti-discrimination law as contained in RCW Chapter 49.60 and its implementing regulations. The ADA provides comprehensive civil rights to individuals with disabilities in the area of employment, public accommodations, state and local government services, and telecommunications. 8. Compliance with Law. Contractor agrees to perform those services under and pursuant to this Agreement in full compliance with any and all applicable laws, rules, and regulations adopted or promulgated by any governmental agency or regulatory body, whether federal, state, local, or otherwise. This includes, but is not limited to, the requirement to obtain a City of Yakima business license if Contractor is charging participants for the activities contracted for under this Agreement, or if a business or regulatory license is otherwise required by federal, state, or local law. Proof of such licenses must be provided at the time of execution of this Agreement. 9. Indemnification and Hold Harmless. Contractor shall take all necessary precautions in performing the services and work under this Agreement to prevent injury to persons or property. The Contractor shall release, defend, indemnify, and hold harmless the City, its elected officials, agents, officers, employees, agents, representatives, insurers, attorneys and volunteers from all liabilities, claims, causes of action, damages, losses, and expenses of any kind or nature whatsoever, including but not limited to, attorney's fees and court costs, arising out of, relating to, or 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 of Contractor's agents or subcontractors, in performance of this Agreement. 10. 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. 22411 Agreement Page 2 of 8 Contractor shall 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 shall 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 and additional insured endorsements as proof of commercial liability insurance with a minimum liability limit of Two Million Dollars ($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 certificate of insurance and additional insured endorsements 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 certificate of insurance and additional insured endorsements 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. 22411 Agreement Page 3 of 8 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. 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 neither the City nor its insurance providers shall contribute to any settlements, defense costs, or other payments made by Contractor's insurance. 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. All additional insured endorsements required by this Section shall include an explicit waiver of subrogation. 11. Assignment. This Agreement, or any interest herein, or claim hereunder, shall not be assigned or transferred in whole or in part by Contractor to any other person or entity without the prior written consent of the City, at the City's sole discretion. In the event that such prior written consent to an assignment is granted, then the assignee shall assume all duties, obligations, and liabilities of Contractor stated herein. 12. Non-Waiver. The waiver by Contractor or the City of the breach of any provision of this Agreement by the other party shall not operate or be construed as a waiver of any subsequent breach by either party or prevent either party thereafter enforcing any such provision. 13. Damages. If for any reason the Contractor fails to provide the services required under this Agreement, or is found to be in violation of any term or condition of this Agreement, the Contractor shall be liable for any and all damages to the City, which may include, but is not limited to, any additional expenses incurred by the City in securing such services elsewhere or from another contractor. 14. No Conflict of Interest. Contractor represents that he/she does not have any interest and shall not hereafter acquire any interest, direct or indirect, which would conflict in any manner or degree with the performance of this Agreement. Further, the Contractor specifically represents that he/she is not an officer or an employee of the City, nor does he/she reside with or contribute monetary amounts to any City employee or officer. 15. Severability. a. If a court of competent jurisdiction holds any part, term or provision of this Agreement to be illegal, or invalid in whole or in part, the validity of the remaining provisions shall not be affected, and the parties' rights and obligations shall be construed and enforced as if the Agreement did not contain the particular provision held to be invalid. 22411 Agreement Page 4 of 8 b. If any provision of this Agreement is in direct conflict with any statutory provision of the State of Washington, that provision which may conflict shall be deemed inoperative and null and void insofar as it may conflict, and shall be deemed modified to conform to such statutory provision. 16. Integration and Supersession. This Agreement sets forth all of the terms, conditions, and agreements of the parties relative to the subject matter hereof and supersedes any and all such former agreements which are hereby declared terminated and of no further force and effect upon the execution and delivery hereof. There are no terms, conditions, or agreements with respect thereto, except as herein provided and no amendment or modification of this Agreement shall be effective unless reduced to writing and executed by the parties. 17. Termination. Either party may terminate this Agreement, with or without cause, by giving the other party five (5) days written notice of termination. a. Termination with cause. In the event the Contractor breaches this Agreement, the City may terminate this Agreement at its sole discretion in such event that it provides the Contractor with written notice of Contractor's breach and the Contractor fails to cure its breach during the notice period. In the event the City breaches this Agreement, the Contractor may terminate the Agreement at its sole discretion in such event that it provides the City with written notice of the City's breach and the City fails to cure its breach of the Agreement within the notice period. b. Termination without cause. In the event either party wishes to terminate this Agreement without cause or for convenience, it may do so after providing the required notice. In the event of termination without cause or for convenience, the Contractor shall be entitled to receive compensation for any fees owed under this Agreement, and may continue to provide services that were already scheduled at the time of notice, through the notice period up to the date of termination, and be compensated for those services by the City. c. In either event, the vendor will only charge for labor that was completed prior to the effective date of cancellation. 18. Termination/Reduction of Services Due to Withdrawal, Reduction or Limitation of Funding. In the event that City funding from any source is withdrawn, reduced and/or limited in any way after the effective date of and prior to completion of this Agreement, the City may unilaterally reduce the scope of services, work and compensation of this Agreement, or summarily terminate this Agreement notwithstanding any other termination provisions of this Agreement. Termination under this section shall be effective upon hand delivery or delivery by facsimile of a written notice of termination to Contractor, or three (3) calendar days after mailing (by first class mail) of a written notice of termination to Contractor, whichever is sooner. 19. Survival. Any provision of this Agreement which imposes an obligation after termination or expiration of this Agreement shall survive the term or expiration of this agreement and shall be binding on the parties to this Agreement. 20. Notices. Unless stated otherwise herein, all notices and demands shall be in writing and either hand delivered or sent to the parties at their addresses as follows: TO CITY: COPY TO: TO CONTRACTOR: Maritza Davis Christina Payer Absco Solutions Corrections Manager Buyer II 3400 188th St. SW, Suite 461 City of Yakima City of Yakima Lynwood, WA 98037 200 S 3rd Street 129 North 2nd Street Yakima WA, 98901 Yakima, WA 98901 22411 Agreement Page 5 of 8 or to such other addresses as the parties may hereafter designate in writing. It is the contractor's obligation to maintain accurate address/contact information with the City. Notices and/or demands shall be sent by first class mail, postage prepaid or hand delivered. Such notices shall be deemed effective three (3) calendar days after mailing or when hand delivered at the addresses specified above. 21. Governing Law. This Agreement shall be governed by and construed in accordance with the laws of the State of Washington. 22. Venue. The venue for any action to enforce or interpret this Agreement shall lie in the Superior Court of Washington for Yakima County, Washington. 23. Records and Records Retention. a. The records relating to the services provided under this Agreement shall, at all times, be subject to inspection by and with the approval of the City, but the making of (or failure of or delay in making) such inspection or approval shall not relieve the Contractor of responsibility for performance of this Agreement in accordance hereto, 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 this Agreement will be provided to the City upon the City's request. b. Contractor shall promptly furnish the City with such information and records which are related to this Agreement as may be requested by the City. Until the expiration of six (6) years after final payment of the compensation payable under this Agreement, the termination date of this Agreement, or for a longer period if required by law or by the Washington Secretary of State's records 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 this Agreement. If any litigation, claims or audit findings involving the records is started before the expiration of the six-year period, the records shall be retained until all litigation, claims or audit findings involving the records is resolved. c. All records relating to Contractor's work under this Agreement must be made available to the City, and the records relating to this Agreement are City of Yakima 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. d. The terms of this section shall survive any expiration or termination of this Agreement. 24. Pay Transparency Non-Discrimination Provision. The Contractor will not discharge or in any other manner discriminate against employees or applicants because they have inquired about, discussed, or disclosed their own pay or the pay of another employee or applicant. However, employees who have access to the compensation information of other employees or applicants as a part of their essential job functions cannot disclose the pay of other employees or applicants to individuals who do not otherwise have access to compensation information, unless the disclosure is (a) in response to a formal complaint or charge, (b) in furtherance of an investigation proceedings, hearing, or action, including an investigation conducted by the employer, or (c) consistent with the Contractor's legal duty to furnish information. 22411 Agreement Page 6 of 8 IN WITNESS WHEREOF, the parties hereto execute this Contract as of the day and year first above written. CITY OF YAKIMA ABSCO SOLUTIONS Sheila Digitally signed by Sheila 0 By: Millman Millman Date.2024 04 29 17 11 -OT00' City Manager i r 4/29/2024 Date: l i lLk Date: -P--,,, Sheila Millman .• q\ . •• yrint name) Attest: �' * . � %I • li * :" tult;d4 \Siatatit Iti!,.% -..*. i * "-0 SEAL : . CityClerk < S••'•"�����;t`G�O — List of Exhibits attached to this contract Exhibit A—Scope of Services and Consideration CERTIFIED STATEMENT Sheila Millman , certify under penalty of perjury under the laws of the State of Washington that I am the Contractor, or am authorized to sign this contract on behalf of the Contractor. /� day of April , 2024, at Lynnwood Washington. DATED this 29 Sheila Millman Daea 2024p4.29y 7h124M0700' Signature City Resolution No. -2 016-0 A City Contract No. aoZ4- tag 3 22411 Agreement Page 7 of 8 EXHIBIT A - SCOPE OF SERVICES AND CONSIDERATION 22411 Agreement Page 8 of 8 Page 1 of 5 Proposal 25659-6 CQ,Absco Solutions INTEGRATION THAT EMPOWERS ANO PROTEG I� Absco Solutions 3400 188th Street SW,Suite 461 Lynnwood,WA 98037 Phone425-771-1166 City of Yakima Fax 425-771-4422 Project Proposal for Web www.abscosolutions.com City of Yakima - Yakima Jail Service Contract 2024 - Server and Client Update Prepared for Maritza Davis Phone: 509-576-6509 Prepared By: Andrew Fletchall February 16, 2024 February 16, 2024 City of Yakima Page 2 of 5 Proposal 25659-6 This document is intended to describe the Scope of Work proposed to City of Yakima by Absco Solutions. The information set forth below is intended to be a framework for discussion around project work efforts and is subject to change. It is anticipated that project requirements will be mutually defined and/or detailed written specifications finalized if the proposed Scope of Work is approved. Project schedules and cost estimates contained herein are based upon information provided to date and are subject to change. This proposal and supporting information, inclusive of any: attached drawings, diagrams and documents or submittals, provided by Absco Solutions is intended only for the named recipient(s) and contains information that is privileged or exempt from disclosure under applicable law. If you are not the intended recipient(s), you are notified that the dissemination, distribution or copying of this information is strictly prohibited; please notify the sender then delete this information, including any attachments. This proposal is based on customer request for a service contract on the existing ldentiv Access Control system for server and client labor only. Overview of Issues/ Needs Assessment Provide service to migrate and update the Velocity software. Scope of Work/ Desired Outcome Absco Solutions to provide labor to migrate the existing velocity database from the existing client owned server, to a new City of Yakima provided server. Price includes the database migration and velocity software update. The Hirsch ldentiv Software Service Agreement, SSA, for the license that is required is proposed on quote 25659-7; 5 year license and is not provided in this proposal (Proposal 25659-7 must be executed in conjunction or prior to this proposal being executed. The scope of this proposal includes. 1) Absco Solutions to coordinate a remote installation of the Velocity software onto a new server provided by the City of Yakima. Absco Solutions to migrate the existing database to the new server and test for full functionality of the application. 2)After the application and new installation has been completed, Absco Solutions is to provide onsite support to move the system connectivity from the old server to the new server. 3)A final inspection will be performed between the onsite technician and jail command staff to confirm functionality. This proposal is for the migration of the existing access control application to a new server only. This quote does not include any service matters for any other parts of the access control system hardware components, CCTV, electrified or pneumatic locking devices. Absco Solutions 3400 188th Street SW, Suite 461, Lynnwood, WA 98037 Phone 425-771-1166 Fax 425-771-4422 February 16, 2024 City of Yakima Page 3 of 5 Proposal 25659-6 See notes for a list of inclusions, exclusions, limitations and terms. Inclusions • Price includes providing the listed labor only. Any additional labor is to be on a time and material basis charged at$215/hr. Exclusions •Absco Solutions does not warrant any customer-provided equipment or cabling. Additional labor required to troubleshoot, repair or correct faulty equipment or wiring will be billed as a separate invoice. • Sales Tax excluded -Any applicable state sales tax is not included in the quoted price •Absco Solutions is not providing the server. The server is to be provided and provided in working order by the customer. Absco Solutions will require administrative permissions to load the associated software. • Customer to provide computers designated for client stations. Client stations will be in working condition, joined to the same domain as the server, include an appropriate and compatible monitor(s), and meet minimum performance criteria as listed by the manufacturer. Limitation • Price is based on program updates being performed remotely. It is the clients responsibility to provide remote access to any and all servers related to this scope. If there is additional work to be performed on site additional labor will be charged for travel time to and from the site. •Awarded projects may be subject to labor rate increases under State Department of Labor Prevailing Wage regulations if work is performed 180 days past the project bid date of record. • Network Administrator to supply Absco Solutions with local administrator logon account and password for installation. Logon account and password to be valid for 30 days after the completion of the installation for the purpose of troubleshooting. •All work to be performed during Absco Solutions normal working hours of 7:00 AM - 5:00 PM, Monday through Friday (excluding holidays). Any labor required outside of these hours will be billed as a separate change order. •Any additional insurance cost will be billed at cost plus 10%. This includes, but is not limited to, Waivers of Subrogation, Waiver for Transfer of Right of Recovery, Specific Additional Insured, etc. Failure to disclose any additional insurance requirements will be deemed acceptance of any future change orders for insurance charges. • Proposal price does not include a Project Bond. Bonding is available at an additional cost. Bonding price varies depending on contract amount and scope. Failure to disclose any Bonding requirements will be deemed acceptance of any future change orders for bonding. Price This proposal may be withdrawn by Absco Solutions, Inc. if not accepted within 30 days. We propose to provide the above listed Scope of Work for the sum of: $12,744.50 Tax is extra Absco Solutions 3400 188th Street SW, Suite 461, Lynnwood, WA 98037 Phone 425-771-1166 Fax 425-771-4422 February 16, 2024 City of Yakima Page 4 of 5 Proposal 25659-6 Warranty The warranty on the listed equipment and labor shall be void if a person or firm other than Absco Solutions or a contractor authorized by Absco Solutions performs any work identified within the original scope of work of this contract. All equipment provided by Absco Solutions has a warranty of one year from the date of invoice. THIS WARRANTY EXCLUDES ALL COVERAGE FOR CONSEQUENTIAL DAMAGES AND IS GIVEN IN LIEU OF ALL OTHER EXPRESS WARRANTIES OR IMPLIED WARRANTIES OF FITNESS, HABITABILITY, OR MERCHANTABILITY OR OTHERWISE PROVIDED UNDER THE LAWS OF WASHINGTON. Equipment Schedule Equipment Qty Model Number Manufacturer Description 2 Absco-ACS Server Absco Solutions Service Contract and Client labor Terms & Conditions Payment is to be made as follows: A 1.5% service charge per month will be applied to all past due invoices. •Absco Solutions is licensed in Idaho, Oregon and Washington. Additional license information is available upon request Idaho E.S.C. #014928 Oregon C.C.B. #199863 Washington G C. #ABSCOAI961J3 •Acceptable forms of payment include checks made payable to Absco Solutions or direct deposit of funds to Absco Solutions accounts. Payment by MasterCard or Visa plus an additional 3.5% surcharge is available with prior approval. •A signed change order for any change in scope must be received by Absco Solutions prior to scheduling that scope of work. • All invoices are Net 30 on approval of credit and are subject to interest charges of 4% per month if past due unless prohibited by prime contract conditions. • Proposal price is based on current market pricing. If the manufacturer's equipment price(s) to Absco increases, due to dynamic price increases caused by supply-chain shortages and/or other issues beyond Absco Solutions control, prior to an approved purchase order and confirmation of that order with the manufacturer, Absco will provide a change order for the increased price difference between the quoted equipment price and the new equipment price Absco Solutions 3400 188th Street SW, Suite 461, Lynnwood, WA 98037 Phone 425-771-1166 Fax 425-771-4422 February 16, 2024 City of Yakima Page 5 of 5 Proposal 25659-6 Acceptance I do hereby authorize the Statement of Work specified in this document. I have read and understand the Inclusions, Exclusions, Limitations, and Warranty listed above. The above prices, specifications, and conditions are satisfactory and are hereby accepted. Payment will be made as stated above. The undersigned are fully authorized to represent the party they are signing for and do hereby agree on behalf of their re tive parties to fully comply with and abide by the terms of this agreement. Authorized Signature v � `Y( ��� Printed Name Title Date Absco Solutions 3400 188th Street SW, Suite 461, Lynnwood, WA 98037 Phone 425-771-1166 Fax 425-771-4422 Reset Form ;���,' "'i';:ti.,,, City of Yakima ' l SOLE/SINGLE SOURCE �''v coy :71 JUSTIFICATION a ,'��t,k,"R"sT." Revised September 2023 Your Name Your Department/Division Maritza Davis Corrections Division Your Phone Re uisition Number 509-576-6509 Yg WI I I Requested Vendor Cost Estimate (Including TAX) Absco Solutions jp142 13 i ito_.2-c, Vendor's Address City, State &Zip Vendor e-mail &Website 3400 188th St SW #461, Lynnwood, WA 98037 Andrew.Fletchall@abscosolutions.com Vendor Contact Name Vendor Phone Andrew Fletchall 1-800-705-1857, Cell 206-552-5398 1. ARE FEDERAL FUNDS BEING USED? OYES O NO • If Federal Funds are being used, a Cost Price Analysis, prior to requesting Sole Source, MUST also be attached. (See City Purchasing Manual for form) and a SAM check must be performed before purchase is made. 2. What are you purchasing? Describe product,service or system. Attach all information (Quotes, etc.). Server and client update,and migration of the Velocity software that is used in the Yakima City Jail as the jail control system that operates intercoms,doors, lights, and phones. Also purchase and apply the identive SSA license for 5 years valid through 6/30/29. *** Below are eligible reasons for sole source. Check all boxes below that apply to your sole source situation and attach any useful documents to justify the sole source. List who you contacted, what they said and how you verified their accuracy. nCompatibility/Standardization to existing City standard or to existing equipment, inventory, systems, data, programs or service. Describe. List efforts to find other sources (attach documentation, e.g. Internet Screenshots, etc.). I I Patented Product. Attach documentation to confirm propriety(patent letter, etc.) and describe why the I I patented features are critical to your operation. riOnly Authorized Service Provider, Repair and/or Warranty Services.Attach proof in writing from the MANUFACTURER(not the vendor) confirming there is only one dealer authorized to sell/service in our area. riII Unique design: Requires unique features that are essential, aesthetic requirements, or not possible to I I match to existing design or equipment. Document the unique specifications that are needed which drove the research in finding a product that fits the specific needs of your department. Explain why these features are critical to your operation. Is written certification attached? OYES 0 NO Version 12/2022 Page 1 of 3 Special Market conditions: Can be used to purchase items at auction (RCW 39.30.045) or other items that are offered at a very favorable price and will be sold before and entity will have a chance to complete the bidding process (e g. a flood is coming and you must obtain sandbags immediately), or only one supplier can meet required delivery date (describe why the delivery date is critical and list efforts to find other suppliers to meet the delivery date) nOther Please Describe Absco solutions installed a customized control panel system for the City Jail in 2016. They are the only vendor that is familiar with the system and has the ability to provide services. 3. Is this product/service available only through one vendor? YES 0 NO If yes,attach documentation that supports the screening process you performed to confirm. (e.g.Internet Screenshots,etc.) 4. Is this a one-time purchase? Q YES 0 NO If NO, explain. Absco Solutions may provide addtional services in the future. 5. Why is this a sole source vendor? (tell the story). Absco solutions designed and installed a customized control panel system for the Yakima City Jail in 2016. They are the only vendor that is familiar with the system and has the ability to provide services. 6. What efforts were made to assure the City is receiving the lowest or best price possible? Describe and attach a document showing due diligence. N/A STATEMENT OF NEED/CONFLICT OF INTEREST My division's recommendation for sole source is based upon an objective review of the good/service being required and appears to be in the best interest of the City I know of no conflict of interest on my part or personal involvement in any way with this request. No gratuities, favor, or compromising action have taken place. Neither has my personal familiarity with particular brands, types of equipment, materials or firms been a deciding influence on my request to sole source this purchase when there are other known suppliers to exist Digitally signed by Maritza Davis Signature of Requester: Maritza Davis 080o 024 03 06 072645 Date Signature of Division Manger: Maritza Davis oe9etaIsozai doeyoMz6sa°oe'o0 Date Digitally signed by Ghie!Matthew Signature of Department Head: Chief Matthew Murray Me�ay Date `f �� Dale 2024 03 06 10.5316-08'00' Digitally sgneb by Payer,Chnshna Signature o urchasing Manager: Payer, Christina Date 2o24D306„38.46-060o Date Signature of Director of Finance tels-'1'''' � and Budget: Date £j l� Signature of City Manager. Date Please co lete entire form and forward to Purchasing. Version 2/2023 Page 2 of 3 Additional Information Purchasing note: Original purchase was completed by piggybacking Washington Learning Source Contract WLS258, R-2016-024. Page 3 of 3