State of Washington



State of Washington

Current Contract Information

Revision Date: December 23, 2010

Effective Date: December 31, 2010

|Contract number: |08601 |Commodity code: |5340 |

|Contract title: |Door Hardware & Related Security Access Equipment |

|Purpose: |Contract replacement and expiration: The mechanical door hardware portion of this contract has been replaced by |

| |contract 04010. Other products and services supplied through this contract were not replaced by a new contract at |

| |this time. This contract will be allowed to expire on December 31, 2010. Reference page 2 for further details. |

|Contract Term: |November 16, 2007 |through: |December 31, 2010 |

|Original award date: |November 16, 2001 | | |

|For use by: |All State Agencies, Political Subdivisions of Washington and Oregon State, Qualified Non-profit Corporations, |

| |Materials Management Center, Participating Institutions of Higher Education (College and Universities, Community and |

| |Technical Colleges). |

|Contract type: |This contract is designated as convenience use. |

|Scope of contract |This document establishes contract coverage for the as needed supply of door hardware to include keyless entry and |

| |security detention hardware. |

|Products available: |For various door hardware accessories, parts, and keying machines, and keyless entry systems, video systems and |

| |security detention hardware. |

|Table of Contents: |See page 3 |

|Contractors: |This contract is awarded to multiple contractor(s). |

| |Aronson Security Group |Page: |7-8 |

| |Best Access Systems |Page: |9-10 |

| |Clark Security Products |Page: |11-21 |

| |Western Detention Products, Inc. |Page: |23-24 |

|Ordering information: |See Contractor Information sections |

|Ordering procedures: |REFERENCE THIS CONTRACT and see Contractor Information sections |

|Contract exclusions: |Limit to Oregon’s participation, see contractor information sections. |

|Related product contracts: |Building Materials #03801, Door & Frames #10198 or new #12204. |

This page contains key contract features, for more details on following pages. For more information on this contract, or if you have any questions, please contact your local agency Purchasing Office or you may contact Office of State Procurement.

|Contracts Specialist: |Robert Paulson, Jr., C.P.M. | | |

|Phone Number: |(360) 902-7436 | | |

|Fax Number: |(360) 586-2426 | | |

|Email: |robert.paulson@ga. | | |

Visit our Internet site:

|Contract copies: |Available at Office of State Procurement Internet site |

| | |

|Contract pricing: |See individual categories |

|Estimated Term worth: |N/A |

|Current participation: |$0 MBE |$0 WBE |N/A OTHER |$0 EXEMPT |

| |MBE 0% |WBE 0% |OTHER 100% |Exempt 0% |

|Recovered material : |none |

Notes:

I. Ordering: State Agencies: Submit Order directly to Contractor for processing. Political Subdivisions: Submit orders directly to Contractor referencing State of Washington contract number. If you are unsure of your status in the State Purchasing Cooperative call (360) 902-7415.

II. Authorized Purchaser: Only authorized purchasers included in the State of Washington Purchasing Cooperative (WSPC) and State of Oregon Cooperative Purchasing Program (DASCPP/ORCPP) listings published and updated periodically by OSP and DAS may purchase from this contract. See Contractor Information sections for any Oregon Restrictions. It is the contractor’s responsibility to verify membership of these organizations prior to processing orders received under this contract. A list of Washington members is available on the Internet , and a list of the Oregon members is available at contractors shall not process state contract orders from unauthorized users.

III. Contract Terms: This Document includes by reference all terms and conditions published in the original IFB including Standard Terms and Conditions, and Definitions, included in the Competitive Procurement Standards published by OSP (as Amended).

Special Conditions:

Contract Replacement and Expiration: Effective December 1, 2010, the mechanical door hardware portion of this contract was replaced by Washington State Contract 04010. A copy of this new contract may be obtained through General Administration’s website at -

This contract will expire on December 31, 2010. At this time, no new contract has been awarded for the purchase of the other security access equipment previously supplied through this contract. Customers will need to purchase such equipment and services themselves using purchasing rules and procedures established by their organization.

Special Terms and Conditions:

Minimum Order

There will be no minimum order requirements. All purchase orders will be FOB Destination. For those purchase orders requiring special delivery, the item will be shipped FOB Destination freight prepaid and added to the invoice as a separate line item.

Delivery Lead Time

In stock door hardware items must be shipped within 24 hours of receipt of the purchase order. Orders may also be picked up by designated maintenance people. For non-stock items, vendor must provide their delivery lead times. Documentation of reoccurring instances of poor delivery and or service may cause the State Procurement Officer to remove the contractor from the contract.

Packaging (If applicable)

a) Specifications: Unless otherwise specified, goods are to be packaged in cartons meeting federal specifications and shipped on non-returnable pallets. Pallets shall not exceed 2,500 pounds in weight, 48 inches high and 6 feet wide.

b) Labeling: Individual shipping cartons shall be labeled with the name of the ordering agency, order number, contract number, contractor, state stock numbers, and where applicable, date of manufacture, batch number, storage requirements, conditions, and recommended shelf life. Bidders are encouraged to offer product packaging with recycled content.

Service Expectation

Contractor’s sales warehouse facility must be open during normal working hours. Contractor’s employees shall be knowledgeable in door hardware. An emergency contact and phone number must be available for emergency situations. The State’s view is that the contractor will designate the State of Washington as a Preferred Customer and as a result of this, the contractor is expected to assist purchasers in making cost effective purchases and providing information on new door hardware, economic order quantity advantages and technical expertise. The State encourages the contractor to call on participating users to discuss contract-related issues or to invite them to their product shows to introduce new door hardware technology. Contractor (s) may be required to provide catalogs and/or price lists to users, upon request.

The following door hardware are commonly used products on the Capital Campus in Olympia and to be considered responsive the vendors are required to have a minimum of three boxes in stock of the following key blanks: Russwin Corbin model 6HIP, 6DR4, 6D1R, 852, 67A1-6 & N6 6 Pin, Sargent 6275HA, Schlage SC1, 59A1-6PIN-10 and N6-6PIN-10. All key blanks should have “do not duplicate” stamped on each blank. A minimum of 20 each of the Russwin Corbin Figure 8 interchangeable cores should also be available in stock for the Capital Campus.

To be considered responsive and meet minimum requirements, successful vendor(s) must hold two training sessions per year. One is to be held at their facility and one off site. The expense of holding these training sessions must be included in your bid.

Catalogs and Price Sheets

Contractor will have 15 days to furnish all necessary catalogs and latest dated published manufacturer’s price lists as required by Customers. Failure to do so may cause contractor to be in default of performance requirements.

Repair Facilities

a) Contractors shall provide a list of authorized factory repair facilities, which will honor the warranty of items on contract. The list will include the facility (ies) name, address, telephone number, and contact person. Evidence showing qualification of each facility to perform maintenance must be included as follows:

b) Names of factory trained personnel at each facility.

c) Nature and extent of factory authorized training received and years of qualifying service on the equipment.

d) Manufacturers that require service through dealer outlets must include a letter signed by each dealer certifying full understanding and compliance with bid and servicing requirements, upon request of customer.

Pricing and Adjustments

All bid pricing is to be FOB Destination, freight prepaid and included, for any destination within the State of Washington. If bidder agrees to extend contract pricing to State of Oregon ORCCP members, a percent increase to bid pricing to accommodate additional freight costs to Oregon locations.

All pricing shall include the costs of bid preparation, servicing of accounts, and all contractual requirements. During contract period:

During the contract period, any price declines at the manufacturer’s level or cost reductions to Contractor shall be reflected in a reduction of the contract price retroactive to Contractor’s effective date.

During the term of this contract, should the contractor enter into pricing agreements with other customers providing greater benefits or lower pricing, the contractor shall immediately amend the state contract to provide the similar pricing to the state if the contract with other customers offers similar usage quantities, and similar conditions impacting pricing. Contractor shall immediately notify the state of any such contracts entered into by contractor.

Materials and Workmanship

The Contractor shall be required to furnish all materials, equipment and/or services necessary to perform contractual requirements. Materials and workmanship in the construction of equipment for this contract shall conform to all codes, regulations and requirements for such equipment, specifications contained herein, and the normal uses for which intended. Materials shall be manufactured in accordance with the best commercial practices and standards for this type of equipment.

Warranty

Bidder will submit a copy of warranty with items delivered under this contract. Unless otherwise specified, full parts and labor warranty period shall be for a minimum period of one (1) year after receipt of materials or equipment by the Purchaser. All materials or equipment provided shall be new, unused, of the latest model or design and of recent manufacture. In the event of conflict between contract terms and conditions and warranty submitted, to afford the state maximum benefits, the contract terms and conditions shall prevail.

Contractor Performance

a) General Requirements: The state, in conjunction with purchasers, monitors and maintains records of Contractor performance. Said performance shall be a factor in evaluation and award of this and all future contracts. Purchasers will be provided with product/service performance report forms to forward reports of superior or poor performance to the State Procurement Officer.

b) Liquidated Damages: The state has an immediate requirement for the materials, equipment or services specified herein. Contractors are urged to give careful consideration to the state’s requirements and to the manufacturer’s production capabilities when establishing a delivery date(s). Liquidated damages will be assessed in the amount of actual damages incurred by the state as a result of Contractor’s failure to perform herein.

c) Cost of Remedying Defects: All defects, indirect and consequential costs of correcting, removing or replacing any or all of the defective materials or equipment will be charged against the Contractor.

Retention of Records

The contractor shall maintain, for at least three years after completion of this contract, all relevant records pertaining to this contract. This shall include, but not be limited to, all records pertaining to actual contract performance from the date of contract award. The contractor shall also maintain, for at least three years after completion of this contract, a record of all quotes, bids, estimates, or proposals submitted to the Contractor by all businesses seeking to participate as subcontractors or suppliers in this contract. The State shall have the right to inspect and copy such records. If this contract involves federal funds, Contractor shall comply with all record keeping requirements set forth in any federal rules, regulations, or statutes included or referenced in the contract documents.

OSHA and WISHA Requirements

Contractor agrees to comply with conditions of the Federal Occupational Safety and Health Acts of 1970 (OSHA), as may be amended, and, if it has a workplace within the State of Washington, the Washington Industrial Safety and Health Act of 1973 (WISHA), as may be amended, and the standards and regulations issued there under and certifies that all items furnished and purchased under this order will conform to and comply with said standards and regulations. Contractor further agrees to indemnify and hold harmless purchaser from all damages assessed against purchaser as a result of Contractor’s failure to comply with the acts and standards there under and for the failure of the items furnished under this order to so comply.

Purchases by Nonprofit Corporations

Enacted legislation allows nonprofit corporations to participate in state contracts for purchases administered by OSP. By mutual agreement with OSP, the contractor may sell goods or services at contract pricing awarded under this contract to self certified nonprofit corporations. Such organizations purchasing under this contract shall do so only to the extent they retain eligibility and comply with other contract and statutory provisions. The contractor may make reasonable inquiry of credit worthiness prior to accepting orders or delivering goods or services on contract. The state accepts no responsibility for payments by nonprofit corporations. Contractor may not change contracted payment terms for nonprofit orders.

Contractor’s Representative

a) Designation: Bidder shall provide name, address, and phone number of contractor(s) representative as required in bid documents.

b) Responsibility: Contractor’s representative shall function as the primary point of contact, shall ensure supervision and coordination and shall take corrective action as necessary to meet contractual requirements.

c) Availability: Contractor’s representative, or designee, shall be available at all times during normal working hours throughout the term of the contract.

Purchasing Card Acceptance

In an effort to streamline the purchasing and payment process, the State is encouraging agencies to use the state contracted purchasing card to facilitate small dollar purchases. While at the present time, it is not mandatory that contractors accept credit card purchases, we encourage all state contractors to consider this alternate payment process. The current card available for state agency use is a VISA product.

Insurance

General Requirements: Contractor shall, at their own expense, obtain and keep in force insurance as required in the original bid documents. The state will not be held responsible in any way for claims filed by the Contractor.

Contractor Information

|Contractor: |Aronson Security Group |Supplier No.: |102288 |

|Contact Administrator: | |Alternative Contact: |

| |Paul Aronson |Phil Aronson |

| |888-284-3553 x7041 |888-284-3553 x7031 |

| |206-284-3553 x7041 |206-284-3553 x7031 |

| |FAX 206-284-7716 |FAX 206-284-7716 |

| |Paula@ |Phila@ |

|Internet address: | |

|Sales Representatives: |Western WA |Eastern WA |

| |Larry Minaker |Kyle Kayler |

| |1505 Westlake Ave N, Ste. 520 |2914 E. Boone, Unit 4 |

| |Seattle, WA 98109 |Spokane, WA 99202 |

| |206-284-3553 x7036 |509-551-1189 |

|Customer Service & |Bill Grant |

| |888-284-3553 Bill.Grant@ |

|Order Placement: |206-284-3553 |

| |FAX 206-284-7716 |

|Lead-time for Stock Items: |24 hours after receipt of order (ARO), allow extra time for keying. |

|Lead-time for Non-Stock Items: |1 to 4 weeks ARO |

|Emergency Contact (24/7): |Paul Aronson |206-284-3553 |

|Federal ID No.: |91-0845349 |D & B Duns number: |06-956-8301 |

|Order address: |Aronson Security Group, |

| |1505 Westlake Ave N, Ste. 520 |

|Payment address: |Seattle, WA 98109 |

|Warehouse & Repair Facilities: |Aronson Security Group |

| |12664 Interurban Ave S |

| |Tukwila, WA 98168 |

|Oregon Restriction: |Percentage Increase to pricing for delivery to Oregon 5%. |

|Credit card acceptance: |VISA, Master, American Express |

|Payment terms: |Net 30 days |

|Shipping destination: |Freight on Board (FOB) destination |

|Freight: |Prepaid and included |

|Return Policy: |Secure a Return Goods Authorization (RGA) number for Aronson. Pack the materials suitably. Enclose a copy of|

| |the invoice or packing list and an explanation of the defect or malfunction. Return the material to us |

| |prepaid with the RGA number plainly shown on the shipping label. The same may be accomplished by bringing the|

| |defective material to Aronson office. Claims for shortage must be made in writing within ten (10) days after |

| |receipt of goods. Our order number must be given when requesting permission to return merchandize. |

|Annual Training Sessions: |Contractor will provide two free sessions per year. |

|Aronson Secruity Group—Contract Pricing |

|ENGINEERING & INSTALLATION SERVICES |Hourly Rate |

|Design Engineer Rates: |$120 |

|CAD Engineer Rates: |$75 |

|Service Technician Rates: |$75 |

|Installation Technician Rates: |$70 |

|Note: Wages comply with prevailing wage requirements |

|WAC 296-127-01323   Inside wireman electrician. |

|WAC 296-127-01310 Carpenters. |

|CARDKEY ACCESS HARDWARE |% Discount off most current MSRP catalog |

|Maxxess |25% |

|Bosch (Detection Systems) |28% |

|ESD (Power Supplies) |40% |

|Lenel International |10% |

|GE—Sentrol (Electronic Security Components) |50% |

|VIDEO/CCTV HARWARE |% Discount off most current MSRP catalog |

|Panasonic Monitors and DVR’s |23% |All Other Items 28% |

|Pelco Monitors and DVR’s |44% |All Other Items 44% |

|Philips (Bosch CCTV) Monitors and DVR’s |33% |All Other Items 38% |

|Integral Technology |20% |

Contractor Information

|Contractor: |Stanley Security Solutions Best Access Systems |Supplier No.: |100929 |

| |Division | | |

|Contact Administrator: |Michael Miller |Alternative Contact: |Tamera Woessner |

|Phone: |877-433-4370 ext 80402 |877-433-4370 |

|Fax: |877-714-7363 |253-529-9032 |

| | |Cell: 206-963-8933 |

|Email: |mmiller3@ |

|Internet address: | |

|Customer Service & Order Placement: |Barbara Bastin |Phone: |877-433-4370 ext 80104 |

| | |Fax: |877-714-7363 |

| | | | |

|Lead-time for Stock Items: |24 hours after receipt of order (ARO), allow extra time for keying. |

|Lead-time for Non-Stock Items: |4 to 6 weeks ARO |

|Emergency Contact (24/7): |Technician On Duty |Phone: 800-201-7577 |

|Federal ID No.: |35-1842918 |D & B Duns number: |00-192-7961 |

|Order placement address: |18401 East Valley Hwy, Kent, WA 98032 |

|Payment address: |Stanley Security Solutions, Inc, |

| |Best Access Systems Division |

| |22708 Network Place, Chicago, IL 60673-1220 |

|Oregon Restriction: |Contract Pricing does not apply to Oregon Political Subdivisions |

|Credit card acceptance: |VISA, Master, American Express |

|Payment terms: |2 % 30 days |

|Shipping destination: |Freight on Board (FOB) destination |

|Freight: |Prepaid and included |

|Return Policy: |Returns, Allowances: Returned merchandise will not be accepted without written authorization from Best Access |

| |Systems. All inquired need to be address to Kathy Ball, Customer Service Coordinator. All authorized returns|

| |when received must be new, unused products (within one year from date of invoices) of current design. |

| |Authorized returns will be subject to a minimum restocking charge of 25%. All returns shipments must be |

| |prepaid. Custom or special finishes/design goods are not returnable. |

|Annual Training Sessions: |The Kent Office will provide one “no charge” training session for any of our scheduled seminars for one |

| |person, per site, per year. Additional attendees will pay the regular seminar fee. Best will also provide on |

| |site training at no charge with a minimum attendance of 6 but not to exceed 12 students. Contact contractor |

| |for list of seminars. |

|Sales Representatives: |Western Washington |Eastern WA |

| |Tamera Woessner |Scott Howe |

| |18401 East Valley Hwy |Spokane, WA |

| |Kent, WA 98032 |509-747-0587 |

| |877-433-4370 |Fax: 509-747-0532 |

|Warehouse Location: |18401 East Valley Highway, Kent, WA 98032 |

| |Phone: 425-251-6001 |

| |Contact: Michael Miller |

|Repair Facilities: |Regional Office |Factory |

| |Best Access Systems |Best Access Systems |

| |18401 East Valley Hwy |6161 E. 75th Street |

| |Kent, WA 98032 |Indianapolis, IN 46250-5044 |

| |877-433-4370 |317-849-2250 |

| |Tony Zeikle |Duane Nixion |

|Stanley Security Solution, Best Access Systems division—Contract Pricing |

|(% Discount off Most current MSRP Catalog) |

| | |

|40% 43% |42% 45% single orders over $20,000 |

|Manufacturer: |Product Categories available on contract include: |

|Best Access Systems: |Locksets & Padlocks |

|Best Access Systems: |Electro Mechanical |

|Best Access Systems: |Replacement Parts Only |

|Best Access Systems: |Key Machines & Combinating Kits |

|Best Access Systems: |Keyless Entry—Battery Operated Keypads |

|Best Access Systems: |Keyless Entry—Reader Cards |

|Best Access Systems: |Keyless Entry—Software & Encoder |

|Best Access Systems: |Keyless Entry—Miscellaneous & Replacement Parts |

Contractor Information

|Contractor: |Clark Security Products |Supplier No.: |29267 |

|Contact Administrator: |Amy Barrett |Alternative Contact: |Mike Balsam |

|Phone: |800-942-5275 |Same number |

|Fax: |253-437-0791 |

|Emails: |amy.barrett@ |mike.balsam@ |

|Internet address: | |

| |

|This portion of the contract for mechanical door hardware was replaced December 1, 2010 by contract 04010 awarded to Clark Security Products. |

| |

Contractor Information

|Contractor: |Western Detention Products, Inc. |Supplier No.: |102282 |

|Contact Administrator: |Clay Durham |Alternative Contact: |Darren Mode |

|Phone: |509-292-2438 |Same phone numbers |

|Fax: |509-292-2449 |

|Email: |westerndetention@ |

|Internet address: |None |

|Customer Service & |Clay Durham |Phone: |509-292-2438 |

|Order Placement: | |Fax: |509-292-2449 |

|Lead-time for Stock Items: |24 hours after receipt of order (ARO). |

|Lead-time for Non-Stock Items: |12 weeks ARO |

|Emergency Contact (24/7): |Clay Durham |Phone: 509-292-2438 |

|Federal ID No.: |91-2018057 |D & B Duns number: |15-584-0338 |

|Order placement address: |Western Detention Products, Inc. |

|& |3711 E. Deer Park – Milan Road |

|Payment address: |Deer Park, WA 99006 |

|Quotes Prices |All Current Mfg. List prices are firm for 30 days from quote date. |

|Oregon Restriction: |none |

|Credit card acceptance: |VISA, Master |

|Payment terms: |Net 30 days |

|Shipping destination: |Freight on Board (FOB) destination |

|Freight: |Prepaid and included |

|Return Policy: |All standard stock items returned in “new condition” within thirty (30) days of delivery will receive full credit to|

| |the customer’s account. Special order items such as detention devices (made to order) are non-returnable. |

|Annual Training Sessions: |Training is generally done one on one with the maintenance departments as needed at their facilities. If needed |

| |training can be held at our facility with a maximum of three people for one day. Minimum of two training sessions |

| |per year. |

|Sales Representatives: |WA, OR, ID, AK |

| |L.J Cappa & Associates |

| |16260 Redmond Way NE #3 |

| |Redmond, WA 98052 |

| |425-867-1953 |

| |Dean Peterson |

|Warehouse Location: |Western Detention Products, Inc. |

| |3711 E. Deer Park – Milan Road |

| |Deer Park, WA 99006 |

| |Phone: 509-292-2438 |

| |Contact: Clay Durham |

|Repair Facilities: |Factory |Factory |

| |Folger Adam Security, Inc. |Southern Steel |

| |16300 West 103rd St |4634 S. Presa St |

| |Lemont, IL 60439 |San Antonio, TX 78223 |

| |Don Wolz |Margaret Castillo |

| |630-739-3900 |210-533-1231 |

| |Factory |Factory |

| |AirTeq |R.R. Brink |

| |6285 SW Lakeview Blvd. |500 Earl Road |

| |Lake Oswego, OR 97035 |Shorewood, IL 60431 |

| |Derik Jeder |Jennifer Duncan |

| |503-369-3007 |815-744-7000 |

|Western Detention Products, Inc.—Contract Pricing |

|Security Detention Products –Percentage Discount off Manufacturer’s Most Recent Catalog |

|MECHANICAL LOCKS |ELECTRICAL LOCKS |

|Airteq |25% |Airteq |25% |

|Folger Adam |37% |Folger Adam |37% |

|RR Brink |20% |RR Brink |20% |

|Southern Steel |25% |Southern Steel |25% |

|CONTROLS & DOOR POSITION SWITCHES |LOCKING DEVICES |

|Airteq |25% |Airteq |25% |

|Folger Adam |37% |Folger Adam |37% |

|RR Brink |20% |RR Brink |20% |

|Southern Steel |25% |Southern Steel |25% |

|PNEUMATIC LOCKS |ACCESSORIES & REPLACEMENT PARTS |

|Airteq |25% |Airteq |25% |

|Folger Adam |37% |Folger Adam |42% |

|Southern Steel |25% |RR Brink |20% |

| | |Southern Steel |25% |

Note: Additional volume discount may be available on larger detention hardware orders. Contact vendor for details.

................
................

In order to avoid copyright disputes, this page is only a partial summary.

Google Online Preview   Download