Loading...
HomeMy WebLinkAboutContract CAG-18-017 AGREEMENT FOR ARM�RED CAR SERVICES THIS AGREEMENT, dated lanuary� 2018, is by and between the City of Renton (the "City"), a Washington municipal corporation, and dunbar Armored ("Cansultant"), a Maryland corporation. The City and the Cansultant are referred to collectiveiy in this Agreement as the "Parties." Once fully executed by the Parties,this Agreement is effective as of the last date signed by both parties. 1. Scooe af Work.Consultant agrees to provide Armored Car Services as specified in Exhibit B (Mandatory Service Requirements} and Exhibit D (Scope of Serwices), which are ' attached and incorporated herein and may hereinafter be collectively referred to as the ; r.Work." ' 2. Chan�es in Scope af Work: The City, withaut invalidating this Agreement, may order changes to the Work consisting of additions,deletions or modifications.Any such changes to the Work shall be ardered by the City in writing. ' 3. Time of Perforrnance: Consultant sha11 perform the Agreement pur5uant to the ' schedule(s)set farth in Exhibit D.The term of the contract will comrnence lanuary 2,2018 and will be in effect through December 31, 2022 (60 manths). This contract may be extended for an additional year, up#o three (3)years, upon a written agreement by both parties. 4. Campensation: A. Amount. Total campensation to Consultant for Work pravided pursuant to this Agreement shaA not exceed $96,312.90, plus any applicable state and local sales taxes.The rates applicable to the Work are set forth ir� Exhibit C(Cost Summary).The Consultant agrees that any hourly or flat rate charged by it for its Wark shall remain Iocked at the negotiated rate(s) unless otherwise agreed to in writing.The pricing for the Work was based on the rates established in the Consultant's agreement with Washington State Department of Enterprise Services as detailed in Exhibit A(Pricingy, and the compensation for any changes to the scope of Work shaEl be consistent with the rates set fort in Exhibit A or as otherwise mutuaily agreed by the Parties. Except as specifically provided herein,the Consultant shall be solely responsible far payment of any taxes imposed as a result of the performance and payment of this Agreement. B. Method of Pavment. On a monthly ar no less than quarterly basis during any quarter � in which Work is perfarmed,the Consultant shall submit a voucher ar invoice in a form specified by the City, including a description of what Work has been per#ormed.The ' Cansultant shall also submit a final bill upon completian of all Work. Payment shall be ' made by the City for Work performed within thirty (30) calendar days after receipt and approval by the apprapriate City representative of the voucher or invoice. If the Consultant's performance does not meet the requirements of this Agreement, the Consultant will carrect or modify its performance ta comply with the Agreement.The City may withhold payment for work that daes not meet the requirements of this Agreement. C. Effect of Pavment. Payment for any part of the Work shall not canstitute a waiver by ' the City af any remedies it may have against the Consultant for failure af the Consultant to perform the Work or for any breach of this Agreement by the ' Consultant D. Non-Appropriation of Funds. if sufficient funds are not appropriated or allocated for payment under this Agreement for any future fiscal period, the City shall not be obligated to make payments for Work or amounts incurred after the end of the current fiscal period, and this Agreement will terminate upon the compfetion of all remaining Work for whieh funds are allocated. Na penalty or expense shall accrue to the City in the event this provision applies. 5. Terminatian: A. The City reserves the right ta terminate this Agreement at any time, with or without cause by giving thirty (30) calendar days' notice to the Corrsultant in writing. In the event of such termination or suspension, all finished ar unfinished documents, data, studies, worksheets, models and reports, or other material prepared by the Consultant pursuant to this Agreement shall be submitted ta the City, if any are required as part of the Wark. B. In the event this Agreement is terminated by the City,the Consultant shall be entitled ta payment for all hours worked ta the effectiv�date of termination,less all payments previously made. If the Agreement is terminated by the City after partial performance af Work for which the agreed compensation is a fixed fee, the City shall pay the Consultant an equitable share of the fixed fee. This provision shall not prevent the City from seeking any legal remedies it may have for the violation or nonperformance of any of the provisions af this Agreement and such charges due to the City shall be deducted from the fina! payment due the Consuftant. No payment shall be made by the City for any expenses incurred or work done following the effective date of termination unless authorized in advance in writing by the City. 6. Warranties And Ri�ht To Use Work P'roduct: Cansultant represents and warrants that Consultant will perform all Work identified in this Agreement in a professional and wt�rkmanlike manner and in accordance with all reasonable and professional standards Page 2 of 10 � and laws. Compliance with professionai standards ineludes,as applicable, perforrningthe Work in compliance with applicable City standards or guidelines (e.g. design criteria and Standard Plans far Road, Bride and Municipal Construction). Professional engineers shall certify engineering plans, specifications, plats, and reports, as applicable, pursuant to RCW 18.43.070. Consultant further represents and warrants that all final work product created#ar and delivered to the City pursuant ta this Agreement shall be the original work of the Consultant and free from any intellectual property encumbrance which would restrict the Gity from using the wark product. �onsultant grants to the City a non- exclusive, perpetual right and license to use, reproduce, distribute, adapt, madify, and display all final work praduct produced pursuant to this Agreement.The City`s or other's adaptation, modification or use af the final work products other than for the purposes of this Agreement shall be without liabilit�to the Cansu�tant. The provisions of this sec#ion shall suruive the expiration or termination of this Agreement. 7. Checks Placed in Shipments: The City agrees to maintain a complete record as to maker and amount of all checks placed in any shipment gi�en to Consultant and in case of loss, or damage, to promptly, diligently and completely cooperate with Consultant in the identificatian and replacement of lost, destroyed or stolen checks contained in any such shipment. Complete cooperation shall include, but not be limited ta, requests by the City to makers af the missing checks to issue duplicates and in the event the makers refuse to do so,then to assert all its Iegal and equitable rights against said makers ar ta subrogate such rights to Consultant and its assigns. Consultant's liability in the event af loss, destruction or theft of checks shall in all events be limited to payment for the reconstruction af such checks. Notwithstanding the faregoing, reconstruction cost shall be limited to$25,fl00 per occurrence. 8. Record Maintenance: The Consultant shall maintain accounts and records, which properly reflect all direct and indirect casts expended and Work provided in the perfarmance of this Agreernent and retain such records for as long as may be required by applicable Washington State recards retention laws, but in any event no less than six years after the termination of this Agreement. The Cansultant agrees to provide access to and copies of any records related to this Agreement as required by the City to audit expenditures and charges and/orto complywith the Washington State Public RecordsAct (Chapter 42.56 RCW). The provisions of this section shall survive the expiration or termination of this Agreement. 9. Public Records Compliante: To the full extent the City deterrnines necessary ta comply with the Washington State Public Records Act,Consultant shall make a due diligent search af all records in its possession or control relating to this Agreement and the Work, including, but not limited to, e-mail, correspondence, nates, saved telephone messages, recordings, photos,or drawings and provide them to the City for production. In the event Consultant believes said reeords need ta be protected from diselosure, it may, at Consultant's own expense, seek judicial protection. Consultant shall indemnify, defend, Page 3 of 10 "' and hald harmless the City for all costs, including attorneys'fees, attendant to any claim or litigation related to a Public Records Act request for which Consultant has responsive records and for which Consultant has withheld records or i�formation contained therein, or not provided them ta the City in a timely manner. Consultant shall produce for distribution any and all records respansive to the Public Records Act request in a timely manner, unless those records are protected by court order,The provisions of fihis section shal) survive the expiration or termination of this Agreement. 10. Independent Contractar Relationship: A. The Consultant is retained by the City onlyfor the purposes and to the extent set farth in this Agreement.The nature ofthe relationship between the Consultant and the City during the periad af the Work shall be that of an independent contractor, not employee.The Consultant,not the City,shall have the power to control and direct the details, manner ar means of Wark. Specifically, but not by means of limitatian, the Consultant shall have no a6ligation to work any particular hours or particular schedule, unless otherwise indicated in the Scope af Work or where schedufing of attendance or performanee is mutually arranged due to the nature of the Wark. Consultant shall retain the right to designate the means af perfarming the Work , covered by this agreement, and the Cansultant shall be entitled to empioy other warkers at such compensation and such other conditians as it may deem proper, provided, however, that any contract so made by the Consultant is to bQ paid by it alone, and that employing such workers, it is acting individually and not as an agent for the City. B. The City shall not be responsible far withholding ar otherwise deducting federal income tax or 5acial Security or contributing to the State Industrial Insurance Program,or otherwise assuming the duties of an employer with respect to Consultant or any employee af the Consultant. C. If the Consultant is a sole proprietorship or if this Agreement is with an individuai,the Consultant agrees to notify the City and complete any required form if the Consultant retired under a State of Washington retirement system and agrees to indemnify any losses the City may sustain through the Consultant's failure to do so. 11. Hold Harmless:The Gansultant agrees to release, indemnify, defend, and hold harmless the City, elected officials, employees, officers, representatives, and volunteers fram any and all elaims, demands, actions, suits, causes af action, arbitratians, mediations, proceedings, judgments, awards, injuries, damages, liabilities, taxes, losses, fines, fees, penalties, expenses, attorney's or reasanable attorneys' fees, costs, and/or litigation expenses to ar by any and all persons or entities, arising from, resulting from, or related to the negligent acts, errors or omissions of the Cansultant in its performance of this Agreement ar a breach of this Agreement by Cansultant, except for that portion of the claims caused by fihe City`s sole negligence or willful misconduct. 'w�' Page 4 af 10 Should a court of competent jurisdiction determine that this agreement is subject ta RCW 4.24.115, (Va{idity of agreement to indemnify against liability for negligence relative to ' canstruction,alteratian, impravement,etc.,of structure or improvement attached to real ' estate...)then, in the event of liability for damages arising out of bodily injury to persons or damages to praperty caused by or resulting from the concurrent negligence af the Consultant and the City, its officers, o#ficials, employees and volunteers, Consultant's liability shall be only ta the extent of Consultant"s negligence. It is further specifically and expressly understood that the indemnification pravided in this Agreement canstitute Cansultant's waiver of immunity under the Industrial Insurance Act, RCW Title 51, solely for the purposes of this indemnification. The Parties ' have mutually negotiated and agreed to this waiVer. The provisions of this section shal! survive the expiration or termination af this Agreement. 12. Gifts and Conflicts: The City's Code of Ethics and Washington State law prohibit City employees fram soliciting, accepting, or receiving any gift, gratuity or favor from any persan, firm or corparation involved in a cantract or transaction. To ensure compliance with the City's Code of Ethics and state law,the Consultant shall not give a gift of any kind , to City employees or officials. Consultant alsa confirms that Cansultant does not have a business interest or a close family relationship with any City officer or employee wha was, is, or will be involved in selecting the Consultant, negotiating or administering this Agreement, or evaluating the Consultant's performance of the Work. 13. City of Rentan Business License: The Consultant shall obtain a City of Renton Business License priorto performing any Wark and maintain the business license in good standing , throughout the term of this agreement with the City. Information regarding acquiring a city business license can be found at: http:/Irentonwa.�ov/businessldefautt.aspx?id=548&rnid=3�8. Information regarding State business licensing requirements can be found at: http:lJdor.wa.�ovlcontentfdoin�business/re�istermvbusit�ess/ 14. Insurance: Consultant shall secure and maintain: A. Commercial general liability insurance in the minimum amounts of $1,OOQ,00� for each accurrence/$2,000,000 aggregate for the Term of this Agreement. B. Workers' compensatian coverage, as required by the Industrial Insurance laws of the 5tate of Washington, shall also be secured. C. Commercial Automobile Liability far owned,leased,hired ar nan-�wned,Ieased,hired or non-owned, with minimum limits of $1;000,000 per occurrence cornbined single Fage 5 of 10 "'"" , limit, if there wiil be any use of Cansultant's vehicles on the City's Premises by ar on behalf of the City, beyond narmal cammutes. ' D. Consultant shall name the City as an Additional Insured on its commercial general ' liability po{icy an a non-cantri�utory primary basis.The City's insurance policies shall ' not be a source for payment of any Consultant liability, nor shall the maintenance of ' any insurance required by this Agreement be construed to limit the liability of Consultant to the coverage pravided by such insurance or atherwise limit the City's recourse to any remedy available a# law or in equity. E. Subject to the Gty's review and acceptance, a certificate of insurance showing the praper endorsements, shall be delivered to the City before performing the Wark. F. Consultant shall provide the City with written notice of any po(icy cancellation,within two (2) business days of their receipt of such notice. 15. aelavs: Consultant is not responsible for delays caused by faetors beyond the Consultant's reasanable control, When such delays beyond the Consultant's reasonable control orcur,the City agrees the Consultant is not responsible for damages, nor shall the Cansultant be deemed to be in default of the Agreement. ' 16, Successors and Assigns: Neither the City nor the Consultant shall assign, transfer or encumber any rights, duties or interests accruing fram this Agreement without the writterr consent of the other. 17. Natices: Any notice required under this Agreement will be in writing, addressed to the appropriate party at the address which appears below (as rr�odified in writing from time to time by such party), and given personally, by registered or certified maii,return receipt requested,by facsimile or by nationally recagnized overnight courier service.Time period for notices shall be deemed to have commenced upon the date of receipt, EXCEPT facsimile delivery wil{ be deemed to have commenced on the first business day following transmission. Ernail and telephone may be used for purposes of administering the Agreement, but should not be used to give any formal notice required by the Agreement. CITY OF RENTON CONSULTANT Jamie Thomas Seth R, McElroy 1055 South Grady Way 5�SchiVling Road Renton, WA 98057 Hunt Valley, MD 21031 Phone: (425� 430-fi929 Phone: (410 5$4-9800 jdthornas@rentonwa.gav Seth.mcelroy@dunbararmored.com Fax: (425� 430-6957 Fax: N/A Page 6 of 10 � 18. Discrimination Prahibited: Except ta the extent permitted foy a bona fide occupational qualification,the Consultant agrees as fallows: A. Consultant, and Consultant's agents, employees, representatives, and volunteers with regard to the Work performed or to be performed under this Agreement, shall not discriminate on the basis of race, color, sex, religion, nationality, creed, marital ' status, sexual arientation ar preference, age (except minimum age and retirement provisions�, honorabiy discharged veteran or military status, or the presence of any sensary, mental or physical handicap, unless based upan a bona fide accupational qualification in relationship to hiring and employment, in employment or applicatian #or employment, the administration of the delivery af Work or any other benefits under this Agreement, or procurement of materials or supplies. B. The Consultant will take affirmative action to insure that applicants are employed and that employees are treated during emplayment without regard to their race, creed, c41or, national origin, sex, age, sexual orientation, physical, sensory or mental handicaps, or marital status. Such action shail include, but nat be limited to the following emplayment, upgrading, demotion ar transfer, recruitment or recruitment advertising, layoff or termination, rates af pay or other forms of compensation and selection for training. C. If the Consultant fails to comply with any of this Agreement's non-discrimination provisions, the City shall have the right, at its option, to cancel the Agreement in whole or in part. D. The Consultant is responsib{e to be aware of and in compliance with all federal, state and local laws and regulations that may affect the satisfactory completion af the project, which inciudes but is not limited to fair labor laws, worker's compensation, and Title VI of the Federal Civil Rights Act af 1964,and will comp{y with City af Renton ' Cauneil Resolution Number 4085. 19. Miscellaneous:The parties hereby acknowledge: A. The City is not responsible to train ar provide training for Consultant B. Consultant will not be reimbursed for job re(ated expenses except ta the extent specifically agreed within the attached exhibits. C. Cansultant shall furnish all tools and/or materials necessary to perform the Work except to the extent specifically agreed within the attached exhibits. D. In the event special training, licensing, or certification is required for Consultant to provide Work he/she will acquire or maintain such at his/her own expense and, if Consultant employs,sub-contracts,ar otherwise assigns the responsibility to perform Page 7 of 10 � the Wo�k, said employee{sub-contractorfassignee will acquire and or maintain such training, licensing,or certification. E. This is a non-exclusive agreement and Consultant is free to pravide his/her Work to other entities,so long as there is no interruption or interference with the provision of Work called for in this Agreement. F. Cansultant is responsible for his/her own insurance, including, but not limited to health insurance. ' G. Consultant is responsible for his/her own Worker's Campensation caverage as we(I as that for any persons employed by the Consultant. 20. Other Provisions: A. Aparoval Authoritv. Each individual executing this Agreement on behalf of the City and Consultant represents and warrants that such individuals are duly authorized to execute and deliver this Agreement an behalf of the City or Consultant. B. General Administration and Mana�ement. The City's project manager is Jamie Thomas. In praviding Work, Consultant shal! coardinate with the City's contract manager or his/her designee. ' G. Amendment and Madification. This Agreement may be amended only by an instrument in writing, duly executed by both Parties. D. Conflicts. In the event of any inconsistencies between Consultant proposals and this Agreement, the terms of this Agreement shall prevail. Any exhibits/attachments to this Agreement are incorporated by reference only to the extent of the purpase for which they are referenced within this Agreement. To the extent a Cansultant prepared exhibit conflicts with the terms in the bady of this Agreement or contains terms that are extraneaus#o the purpose far which it is referenced,the terms in the body of this Agreement shall prevail and the extraneous terms shal( not be incarporated herein. E. Governin� Law. This Agreement shall be made in ancf shall be governed by and interpreted in accordance with the laws of the State af Washington and the City af Renton. Cansultant and all of the Consuftant's employees shall perform the Work in accordance with all applicable federal, state, caunty and city laws, codes and ordinances. F. Joint Draftin�Effart.This Agreement shall be consiciered for all purposes as prepared by the joint efforts of the Parties and shall not be construed against one party or the Page 8 of 10 � other as a result of the preparation, substitutian, submissian or other event of negotiation, drafting or execution. G. Jurisdiction and Venue. Any lawsuit or legal action brought by any party to enforce or interpret this Agreement or any af its terms or covenants shall be brought in the King County Superiar Court for the State af Washington at the Maleng Regional Justice Center in Kent, King Caunty, Washington,or its replacement or successor. H. Severabilitv. A court of competent jurisdiction's determination that any provision or part of#his Agreement is illegal or unenforceable shaB not cancel or invalidate the remainder af this Agreement,which shall remain in full force and effect. I. Sole and Entire A�reement. This Agreement c4ntains the entire agreement of the Parties and any representations or understandings, whether oral or written, not incorparated are excluded. J. Time is of the Essence. Time is of the essence of this Agreement and each and all of its provisians in which perfarmance is a factor. Adherence to completion dates set forth in the description of the Work is essential to the Consultant's performance of this Agreement. K. Third-Partv Beneficiaries. Nothing in this Agreement is intended to, nar shall be construed to give any rights or benefits in the Agreement ta anyane ather than the Parties,and all duties and responsibilities undertaken pursuant to this Agreement wilf be for the sole and exclusive benefit of the Parties and no one else. L. Bindin� Effec#. The Parties each bind themselves, their partners, successors, assigns, and legal representatives to the other party to this Agreement, and to the partners, successors, assigns, and legal representatives of such other party with respect to all covenants of the Agreement. M. Waivers.All waivers shall be in writing and signed by the waiving party. Either party's failure to enforce any provisian of this Agreement shall not he a waiver and shall nat prevent either the City or Consultant from enforcing that provisian or any other provision af this Agreement in the future. Waiver of breach of any provision of this Agreement shall not be deemecl ta be a waiver of any prior or subsequent breach unless it is expressly waived in writing. N. Counterparts. The Parties may execute this Agreement in any number af counterparts, each of which shall constitute an original, and all of which will together constitute this one Agreement. Page 9 of SO � ��� �� � IN WITNESS WHEREOF, the Parties have voluntarily entered into this Agreement as of the date ' last signed by the Parkies below. CITY OF RENTON CONSULTANT � � � By: By: r � Denis Law Seth R. McElroy Mayor SVP Admin. &Marketing ��3v k _�/30��01� � Date aate Attest ' �` � �^" Jaso A. Seth City lerk Appraved as to Legal Form � � � .• ' Shane Moloney Renton City Attorney ' Contract Template Updated 07J19/2017 `,`,�N 111111 I 11111�►�'I ,��+��.�� 4 F �r��,,�� �`„� ,````�����11111tU�������' ��s�Ai �� �� *� S�./� � � �� :�� i��� = �F= O �. � . ','��ii�Ap,Q���hu�nt�����`���``o����J: i����/'`q+�D1gEp,`g`````�� Page 10 of 10 � � � � � ��� � Exhibit A Cvntract 08115 Armored Car and Courier Service ' Pricing and Ordering — Pre-qualified Vendor(s} Contractar(s): Dunha�Armored inc. - Category 1 Armared Car Cantract Melanie Williams Administrator: (360} 407-9399 me�anie.williamsCa�des.wa.qov Work Order �� (Requestfor 48115 Wark Services) Order.doc Vendor Contact Information ' Company Qunbar Armored, Inc. , Name Ken Willard Title National Account Manager Address 7066 S. 188'h Street City Kent State WA ZI P Code 98418 Phone (253}833-2688 FAX (253}475-2356 Email Ken,wil��rdCcr�dunbar�rmored.Gom Mt3NTHLY RATES: Gounties: Kir�g, Pierce, ��,� 4=�` ���: : � � � Thurston, Snohomish dpe� � : �. �„�„ � � ADClITtO�IAL FEES � Window ��`�� `� �� � �� � � . � �t ���;� , 1 day per week $87.26 $130.89 Haliday Service $75A0 2 days per week $182.55 $273.95 Per Minute (aver 7 mins.) $2.75 3 days per week $263.68 $395.71 Excess Insurance $0.28/$1,000 4days per week $344.81 $517.47 Additional Trip (on route with $35.00 5 days per week $446.43 $669.70 2a hours not�ce} Page 1 .�..�.�.._..�.�, �.,�_,�_.�.��_.��.�.���.. w ,�.a_.�,.��..��...�.�...�.�ack�ibi� .�.,._�.�,..rz��.��.��� „, Exhibit B - Mandatory Service Requirements Cantract 08115—Armored Car and Courier Services Description � ,��G4RY! �A�QR�D�Ai�SE�1tIC�S �'` � ,, „-,--�.,-„--..., � r. �, � 1. The single, primary accaunt representative will be Ken 1�lii(ard, {253) 833-2688. � � 2. As a main point of contact, state contract customers shouid contact the local branch at(253) 833- 2688.Alternatively, customers may caA the Custamer Service line at 1-800-888-2129. 3. Dunbar will automatical(y credi#the customer for any missed staps. Dunbar Customer Service witl notify the customer as soon as it is logistically possible of any missed stop. 4. Contractor must notify customers via phone, or provide an acceptable tracking method, to indicate when they will have late pickups. As soon as the problem is identified by the lacal operations rnanager, the CSR is natifed and will notify the customer of any delays. 5. The eontractor agrees to furnish,at all times, the most expeditious and efficient s�rvice possible within the timeframes established and as mutually agreed to in the Service Agreement(work order}. 6. The contractor must be able to provide service 365 days a year except Thanksgiving, Christmas and New Year's Day. Pickup must be made the next banking day following the holiday. 7. The customer must notify and coordinate with Dunbar cancerning any special holiday senrice requests. 8. The contractor must possess a private security company license as described in RCW 18.174.060. This license must be kept current through the entire contract term. 9. The contractar must provide licensed, armed, security guards for services performed under this contract. These employees shall remain licensed as described in RCW 18.170 through the contract term. 10. Contractor shall maintain Armored Car"All-Risk"Transit and Storage Insurance, or comparable insurance, covering coin, currency and checks unable to be identifiied on a dollar for dollar, face vafue replacement basis at no less than $50,040 per occurrence. 11. Contractor shall maintain recanstruction of Checks lnsurance,or comparable insurance, at no less than $25,000 per occurrence. This insurance shall provide funds for check reconstruction, including stop payment fees, postage, labor, and any other reasonable costs in reconstructing checks. 12. Contractar shall maintain a broad form Crime Insurance Policy at no less than$2,000,000 per occurrence. Deductibles shall not exceed $250,04p. The policy shall include the theft, Disappearance and Destruetion forrn, the Forgery or Alteration form, the Employee Dishonesry farm, and Property other than Money and Securities form. The policy shall allow a minimum of 120 days to file a proaf of loss. The policy shall include temporary employees in the definifion of employees. 13. The contractor is responsible for providing distinctive and apprapriate uniforms and ensuring the guards are neat and clean in appearance. A phato identification issued from the contractor shall be Page 1 of 3 �m.,...�.� _�.�_ ...�.�..__�wo,�.,�.,.�......��.�.�.����..�.�..�.��.,�.�......�,..��i�it�3.�.,=.....�.,.._.�.�,�.�.����.w�,___�.,.�.�;. Description warn at all times. 14. The aontractor's vehicles shall all have valid vehicle registrations, insurance and permits.Vehicles used shall be clearly marked with the company name. Vehicles must be proper(y armored and equipped for armared car service. Vehicles such as non-armored automobiles,vans, and light truck shall not be used. 15. Open-window pick-ups can be provided any time during normal business hours. As agresd upon ' between Dunbar and the Purchaser. The contractar shail notify the Purchaser of an estimated time of pick up. 16. Restricted-window/Clased-window pick-ups shall be made within a twa-hour windaw of the time established wifh the customer. If running more than 30 minutes late for a restricted window pick-up, the contractor must notify the customer in advance of estimated pick-up time. Contractor must natify customer as soon as logically possible of any delay. If the delay is caused by Dunbar, the customer will be charged the open window price. If the delay is outside of Dunbar's cantro{, fhe closed window rate will still apply. 17. The contractor must deposit the funds the next banking day after funds are received unless otherwise instructed, �ia written communication, by the customer. If a pickup is made on a bank holiday the funds must be vaulted then deposited the next available banking day. Same day deposits are not included in the service pnce and will have to be negotiaked at the time of requested services. 98. Cantractor will notify the customer as soon as possible of any missed deliveries and automatically credit the custamer's account, 19. Security bags are available for purchase by contacting Dunbar Security Products at 800-766-9145. Contact your account representative for additional information. 20. The duration of stop times shall be 7 minutes ar less, unless otherwise negotiated with purchaser. This time shall cammence when the authorized representative leaves the vehicle and returns to the vehicle. Contractor may charge$2.75fminute for additional time spent in the establishment over 7 minutes. Befare the charge is applied, the contractor shall notify the purchaser of the potential charge and allow them to cooperate with the 7-minute time_ If the customer states in writing that the 7-minute time frame will not be met, the contractor may be allowed to apply the additional time charge. The customer may at any time request that the fee no longer be charged and resume services using the 7-minute allatted time frame. No charges are allowed if the 7-minufe stop time is exceeded due to fault or failure of the contractor. 21. The contractor shafl pravide deposit information using D-Track and Redbook ledgers. 22. The contractor shall be responsible far providing proof of depasit upon request. 23. The contractar must be able to provide change service as requested by the customer. These orders shall be picked up as needed, and returned to the customer an the next schedufed service day. If an errar is made by the contractor cus#omers must notify the contractvr as soon as possible. If notified before 1pm of a misdirected change order, Dunbar will make every attempt ta ensure same day delivery. If natified after 1 pm contractor will contact the customer to reschedule the stop. Washington State Department of Enterp�ise Services(DES} Page 2 of 3 M_.,��.�_�.��...�,_.�..� .�..��.. .�.,.._�n_.�.�.�._....�.�..�..�...�.�o�..��.�..,_���_ .w..�.�.,�..�..�,� ' -- Description 24. There is a 7 item limit to the number of items picked up. 25. The con#ractor shall be responsible for all reasonable investigative fees associated with allegatians of thefk or loss when the contraetor is found to be at fault. Washingtan State Department of Enferprise Services(DES) Page 3 of 3 Exhibit C ARMORED CAR SERVICE A�REEMENT COST SUMMARY The total aggregate cost be(ow is$96,312.90 and was reached using the prices provided in Exhibit A.The seasonal 7 day pricing was an estimate provided by Dunbar Armored. The service dates for the Henry Mases Aquatic Center and the Maplewoad Golf Course will be seasona) each year. The Aquatic Center will need daily pickups {Monday-Sunday) starting on Memorial Day and ending on Labor Day�ach year.The Maplewood Golf Caurse will require pickups 5 days a week (Monday-Friday)April thraugh September and wili require pickups 3 days a week (Monday,Wednesday, Friday� October through March. ' Trips per Trips per 2Q18 Cost per 2818 Cost per ' Department Week Year Year Month Aquatic 7 99 $2,097.00 $174.75 City Hall 5 26Q $5,357.1fi $446.43 Comm Ctr 5 208 $5,357.16 $446.43 Golf Course 3/5 208 $4260.66 $355.OS Senior Ctr 2 104 $2,190.60 $182.55 Total: $19,262.58 $1,960.27 Trips per Trips per 2U19 Cast per 2019 Cost per Department Week Year Year Month Aquatic 7 99 $2,097.00 $174.75 City Hall S 260 $5,357.16 $446.43 Comm Ctr 5 208 $5,357.16 $446.43 Golf Course 3/5 208 $4260.66 $355.05 Senior Ctr 2 104 $2,190.60 $182.55 Total: $19,262.58 $1,46Q.27 Trips per Trips per 2020 Cost per 2020 Cost per Depertment Week Year Year Month Aquatic 7 99 $2,097.00 $174.75 City Hall 5 250 $5,357.16 $446.43 Comm Ctr 5 2Q8 $5,357.16 $446.43 Golf Course 3/5 2Q8 $4260.66 $355.05 Senior Ctr 2 104 $2,190.60 $182.55 Tota1: $19,262.58 $1,9b0.27 Exhibit C Trips per Trips per 2021 Cast per 2021 Cast per Department Week Year Year Month Aquatic 7 99 $2,097.Q0 $174.75 City Hall S 260 $5,357.16 $446.43 Camm Ctr 5 2d8 $5,357.16 $446.43 Goif Course 3j5 2Q8 $4260.66 $355.05 Senior Ctr 2 104 $2,190.60 $18255 Tota1: $19,262.58 $1,960.27 Trips per Trips per 2022 Cost per 2022 Cost per Department Week Year Year Month Aquatic 7 49 $2,097.00 $174.75 City Hall 5 26Q $5,357.16 $446.43 C�mm Ctr 5 208 $5,357.16 $446.43 Golf Course 3/5 208 $4260.66 $355.05 Senior Ctr 2 104 $2,190.60 $182.55 Total: $19,262.58 $1,960.27 The Consultant agrees that any hourly ar flat rate charged by it for its Work shall remain locked at the negotiated rate(s) unless otherwise agreed t� in writing.The pricing for the Work was based on the rates established in the Cansultant's agreement with Washingtan State Department of Enterprise Services as detailed in Exhibit A (Pricingj, and the campensation for any changes to the scope of Work shall be consistent with the rates set farth in Exhibit A or as atherwise mutually agreed by the Parties. Except as specifically provided herein,the Consultant shall be sokely responsible for payment of any taxes imposed as a result of the performance and payment of this Agreement. Exhibit D ARMORED CAR SERVICES ' SCOPE OF SERVlCES 1. Purpose The purpose is tp establish a contract between the City of Renton and Dunbar Armored based on the Washington State contract with the Washington State Department of Enterprise to es#ablish our scope and pricing. 2. Scope of Services The scope of services is far armored car services ta deliver between City of Rentan facilities and the designated bank, currently US Bank, in accordance with the mandatory service requirements outlined in Exhibit B. The location of the bank's branch may change, but the depositaries wilf be located in the rnetropofitan area. All items must be deposited the next day after pick-up with the exception of Saturday, Sunday and bank holidays. The following is the current location of the ' bank: ' US Bank Vault Services 1301th Avenue, Seattle,WA 981Q1 2.1 The contract will need to include the following services: AI{armored car pickup services will need to accur as listed belowthroughout the calendar year with a pickup service between 8:00 a.m. and 4:00 p.rn. Monday through Friday, except if noted below. Services shall begin and include January 2, 2018, unless direction is otherwise specified to Contractor by the City af Renton. 2.2 General Pickup and Delivery locations: A. City of Renton, City Hall, 1st floor, 1055 5outh Grady Way, Renton, WA i. Five days per week(Monday—Friday) B. City of Renton Cammunity Center, 1715 Maple Valley Highway, Renton WA i. Five days per week(Manday—Friday) C. Renton 5enior Center, 211 Burnett Ave. North, Renton WA i. Two days per week(Wednesday and Friday) D. Maplewaod Golf Course, 4040 Maple Valley Highway, Renton, WA SEASQNAL: i. Three days per week(Monday,Wednesday, Friday): October—March ii. Five days per week(Monday—Friday):April—September 1 Exhibit D E. Henry Moses Aquatic Center, 1719 Maple Valley Highway, Renton,WA SEASONAL: i. Seven Days per week(Monday—Sunday): May(Memorial Day)—September (Labor Day) 2.3 Halidays and Exceptions: No pickups during the year for the following city holidays: A, New Year's Day B. Martin Luther KingJr. Day C. Memorial Day D, July 4tn E. Labar Day F. Veteran's Day G. Thanksgiving Day H. Day after Thanksgiving I. Christmas Day 1. Day after Christmas Day 2.4 Credit shail be issued by the vendor to the City of Renton for missed pickups and other exceptions such as: A. City notifies vendar 24 hours or more in advance that pick up is not required. For example, if the City makes the decision ta close a locatian or al{ locatians. B. When a pickup does nvt occur on a scheduled day/date by no fault of the City. For example, if vendor has vehicEe, weather, or traffic problems. 2.5 It is the City's preference that costs of fuel to be included in the service contract and should not be cause for adjustments in rates and fees during the contract and all extensions. Any deviation from this must be clearly stated and within the basis of adjustrnent in detail. A. City notifies vendar 24 hours or more in advance that pick up is not required. For example, if the City makes the decision ta close a Iocation or al{ locatians. B. When a pickup daes nat accur on a scheduled day/date by no fault of the City. For example, if vendor has vehicle, weather, or traffic prablems. 3. Insurance Requirernents 3.1 Contraetor shall secure and maintain: A. Commercial General Liability insurance with minimum policy limits of$1,aao,000 for each occurrence/$2,OOO,Q00 aggregate for the Term of this Agreement. 2 E�ibit D B. Professionai Liability insurance with minimum policy limits Qf$1,000,000 for each occurrence, shall alsa be secured far any professional services being provided to Renton that are excluded in the commercial general liability insurance. C. Commercia)Auto tiability insurance with minimum policy limits of$1,Q00,000 combined single limit is required if a cammercial vehicle will be used in performance of work or for delivery af products, beyond normal commutes. 0. Workers' Compensation coverage, as required by the Industrial Insurance laws of the State of Washington. E. Umbrella or Excess L'sability insurance may be used ta reach minimum required coverage limits. 3,2 It is agreed that on the Contractor's commercial general liability policy,the "City of Renton" will be narned as an Additional Insured 'on a non-contributory and primary basis. Renton's insurance policies shall not be a source for payment of any Contractor liability. 3.3 Subject to Renton's review and acceptance, a current certificate af insurance with the "City of Renton" named as the certificate holder, showing the minimum proper endorsernents, shall be delivered to and accepted by Renton before executing the work of this Agreement. An updated certificate shall be promptly provided to Renton upon any policy expiratian for the duration of the agreement. 3.4 Contractor shall provide Renton with written notice of any policy cancellation, within two j2) business days of their receipt of such natice. 3.5 The City of Renton does not represent that the minimum required insurance or insurance limits are adequate to eover all potential claims or related claim costs. 3.6 Cantractor assumes responsibility for a loss of any shipment up to the verified maximum amount of each daily shipment. Contactor's liability shall commence when any shipment has been placed into contractor's possessian and when a receipt has been given for the shipment to the Contractor, and shall terminate when the shipment has been delivered to the City's primary bank as specified. It is understood that the liability of Contractar is the total value of the shipment provided and as verified by the receipts proWided by the City of Renton at the time of shipment. 3.7 Contractor does not assume liability for any shartage claimed within any secured, sealed- deposit bag. If any shipment is not given to Contractor in a distinctively sealed deposit bag, then the Contractor shall not have liability for any shortage. 3.8 6arring any Force Majeure, if a regularly scheduled pickup cannat be made during narmal business haurs, it shall be considered a missed pickup. The City of Renton shall be credited the cost af pickup only for each missed pickup location. Such credits shall appear on the next monthly invoice. Snow and poor weather shall not be eause for Force Majeure. 3 Elchibit D 4. Contract Term The term af this contract shall be for five years. The City may elect to extend the cantract in one- year increments after the initial five-year term. The contract year will commence on or about January 1, 2Q18. 5. Route Schedule and Amendments Currently the deposits will be picked up between S:OOam and 4:OOpm for all city iocations. City of Renton reserves the right throughout the term of the contract to make amendments ta the scheduled and non-scheduled rautes, add or delete particular routes, and amend the department time schedules. 4