Loading...
HomeMy WebLinkAboutC2020-344 - 9/29/2020 - ApprovedPage 1 of 3 Amendment City of Corpus Christi Contracts and Procurement Department Date: September 29, 2020 Agreement No: 2659-Purchase of Radios for Public Safety Reference: SA 2659 Amendment No. 1 Service Agreement Current Value $3,567,032.20 The CITY OF CORPUS CHRISTI, TEXAS, hereinafter referred to as the City, and Dailey and Wells Communications, Inc., hereinafter referred to as the Contractor, do hereby acknowledge this amendment of the Purchase of Radios for Public Safety Agreement (the “Agreement”). I. Section 1, Scope, of the Agreement is hereby deleted in its entirety and replaced with the following language. “Contractor will provide Purchase of Radios for Public Safety (“Services”) in accordance with the attached Scope of Work, as shown in Attachment A for Phase I and in Attachment A-1 for Phase II, the content of each amendment is incorporated by reference into this Agreement as if fully set out here in its entirety, and in accordance with Exhibit 2.” II. The first sentence of Section 2, Term, of the Agreement is hereby deleted in its entirety and replaced with the following language. “This Agreement is for four years, with performance commencing upon the date of issuance of a notice to proceed from the Contract Administrator or the Contracts and Procurement Department.” III. Section 3, Compensation and Payment, of the Agreement is hereby deleted in its entirety and replaced with the following language. The purpose of this amendment is to account for a credit in the amount of $28,875.00 for work that was completed by the City and the add additional compensation in the amount of $4,186,689.20 for additional radios being purchased as part of Phase II. “3. Compensation and Payment. This Agreement is for an amount not to exceed $7,724,846.40. Payment will be made for Services completed and accepted by the City, subject to receipt of an acceptable invoice. All pricing for Phase I will be in accordance with Attachment B, which is attached hereto and incorporated by reference as if laid out here in its entirety. All pricing for Phase II will be in accordance with Attachment B-1, which is attached hereto and incorporated by reference as if laid out here in its entirety. DocuSign Envelope ID: 325C4F66-5C77-47D0-8EC0-97402949B010DocuSign Envelope ID: 8872D809-F275-4BAA-B450-B652B97171E0 Page 2 of 3 The payment for Phase I in the amount of $3,538,157.20, at 0% interest, will be paid in three payments, in accordance with the following Phase I payment schedule: November 22, 2019 - $1,189,010.73 – already paid October 1, 2020 - $1,189,010.73 October 1, 2021 - $1,160,135.74 The payment for Phase II in the amount of $4,186,689.20, at 0% interest, will be paid in three payments, in accordance with the following Phase II payment schedule: 30 days after City Council approval - $1,395,563.07 October 1, 2021 - $1,395,563.07 October 3, 2022 - $1,395,563.06 Invoices will be mailed to the following address with a copy provided to the Contract Administrator: City of Corpus Christi Attn: Accounts Payable P.O. Box 9277 Corpus Christi, Texas 78469-9277” IV. Section 10, Non-appropriation, of the Agreement is hereby amended to add the following sentence at the end of the paragraph. “In the case of City’s exercise of this clause, the City will forfeit any funds paid to Contractor prior to date of termination as liquidated damages and promptly return to Contractor any and all equipment provided by Contractor to City.” IV. Attachment A-1: Phase II Scope of Work, which is attached hereto and incorporated by reference as if laid out in its entirety herein, is hereby added to the Agreement. The purpose of this amendment is to define the items to be purchased in Phase II. V. The payment schedule provided at the bottom of page 2 of Attachment B, Pricing Schedule, to the Agreement is hereby amended as follows. The purpose of this amendment is to show the credit in the amount of $28,875.00 for certain programming of the Phase I radios that was performed by City staff. “November 22, 2019 - $1,189,010.73 – already paid October 1, 2020 - $1,189,010.73 October 1, 2021 - $1,160,135.74 DocuSign Envelope ID: 325C4F66-5C77-47D0-8EC0-97402949B010DocuSign Envelope ID: 8872D809-F275-4BAA-B450-B652B97171E0 Page 3 of 3 VI. Attachment B-1: Phase II Pricing Schedule, which is attached hereto and incorporated by reference as if laid out in its entirety herein, is hereby added to the Agreement. The purpose of this addition is to lay out the pricing of the Phase II radio purchase that is being added as part of this Amendment. VII. Attachment C, Insurance and Bond Requirements, is hereby deleted in its entirety and replaced with the attached Attachment C: Insurance and Bond Requirements, which is attached hereto and incorporated by reference as if laid out in its entirety herein. The purpose of this amendment is to remove insurance requirements that are no longer needed. The Contractor and the City agree to and shall abide by all terms and conditions of the original Agreement and any amendments to that Agreement and will acknowledge future renewals in this same manner to the extent that such acknowledgement is needed for documentation purposes. __________________________ ___________ Name Date Title: _________________________________ Dailey and Wells Communications, Inc. __________________________ ___________ Kim Baker Date Director of Contracts and Procurement City of Corpus Christi, Texas APPROVED AS TO LEGAL FORM: ______________________________________ Assistant City Attorney Date For City Attorney DocuSign Envelope ID: 325C4F66-5C77-47D0-8EC0-97402949B010 VP sales 9/9/2020 DocuSign Envelope ID: 8872D809-F275-4BAA-B450-B652B97171E0 9/21/2020 M2020-203 09/29/2020 ___________________Authorized By Council ________________________9/29/2020 ATTEST: _____________________________ Rebecca Huerta City Secretary Page 1 of 2 Attachment A-1: Phase II Scope of Work 1. The Contractor shall provide 121 of XL-200P Portable Full Keypad, 700/800. 2. The Contractor shall provide 244 of XL-200P Portable Full Keypad, 700/800, C1D1. 3. The Contractor shall provide 19 of Base Station, W/ External Power Supply XG-75M Mobile, Scan Model,Front Mount, 764/870MHz, EDACS / P25 PHASE II. 4. The Contractor shall provide 6 XG-75M Mobile, Scan Model, Remote Mount, Dual Head, 764 / 870MHz, EDACS P25 PHASE II. 5. The Contractor shall provide 43 of XG-75M Mobile, Scan Model, Front Mount, 764 / 870MHz, EDACS / P25 PHASE II. 6. The Contractor shall provide 19 of CS7000 CONTROL STATION, LOCAL CONTROL, 764-870MHz, EDACS / P25 PHASE II. 7. The Contractor shall provide 585 of PORTABLE RADIO ACCESSORIES (Batteries). 8. The Contractor shall provide a feature upgrade for multi-key encryption and a quantity of 452 of a feature upgrade for P25 Trunking. 9. The Contractor shall ship radio equipment to the Dailey-Wells Corpus Christi facility for inventory and deployment. 10. The Contractor shall install all work at 321 John Sartain St., Corpus Christi, TX 78401. (Corpus Christi Police Department) 11. The Contractor shall conduct his work during normal business hours. 12. The Contractor shall install XG-75 mobile radios. 13. The Contractor shall develop XL/XG radio personalities with Corpus Christi. 14. The Contractor shall program the portable and mobile radios consistent with system database of users with Corpus Christi approved personality. 15. The Contractor shall enter the defined User ID for the radios during programming. DocuSign Envelope ID: 325C4F66-5C77-47D0-8EC0-97402949B010DocuSign Envelope ID: 8872D809-F275-4BAA-B450-B652B97171E0 Page 2 of 2 16. The Contractor shall ensure that all the provided radios will be capable of both EDACS and P25 operation to enable a smooth and seamless migration to P25 systems. 17. The Contractor shall ensure that each radio includes the P25 phase 2 feature license and single-key AES encryption for operating on the fully deployed P25 system. DocuSign Envelope ID: 325C4F66-5C77-47D0-8EC0-97402949B010DocuSign Envelope ID: 8872D809-F275-4BAA-B450-B652B97171E0 DocuSign Envelope ID: 325C4F66-5C77-47D0-8EC0-97402949B010DocuSign Envelope ID: 8872D809-F275-4BAA-B450-B652B97171E0 DocuSign Envelope ID: 325C4F66-5C77-47D0-8EC0-97402949B010DocuSign Envelope ID: 8872D809-F275-4BAA-B450-B652B97171E0 DocuSign Envelope ID: 325C4F66-5C77-47D0-8EC0-97402949B010DocuSign Envelope ID: 8872D809-F275-4BAA-B450-B652B97171E0 DocuSign Envelope ID: 325C4F66-5C77-47D0-8EC0-97402949B010DocuSign Envelope ID: 8872D809-F275-4BAA-B450-B652B97171E0 DocuSign Envelope ID: 325C4F66-5C77-47D0-8EC0-97402949B010DocuSign Envelope ID: 8872D809-F275-4BAA-B450-B652B97171E0 Attachment C: Insurance and Bond Requirements I. CONTRACTOR’S LIABILITY INSURANCE A. Contractor must not commence work under this contract until all insurance required has been obtained and such insurance has been approved by the City. Contractor must not allow any subcontractor, to commence work until all similar insurance required of any subcontractor has been obtained. B. Contractor must furnish to the City’s Risk Manager and Contract Administer one (1) copy of Certificates of Insurance with applicable policy endorsements showing the following minimum coverage by an insurance company(s) acceptable to the City’s Risk Manager. The City must be listed as an additional insured on the General liability and Auto Liability policies by endorsement, and a waiver of subrogation endorsement is required on all applicable policies. Endorsements must be provided with Certificate of Insurance. Project name and/or number must be listed in Description Box of Certificate of Insurance. TYPE OF INSURANCE MINIMUM INSURANCE COVERAGE 30-day advance written notice of cancellation, non-renewal, material change or termination required on all certificates and policies. Bodily Injury and Property Damage Per occurrence - aggregate COMMERCIAL GENERAL LIABILITY including: 1. Commercial Broad Form 2. Premises – Operations 3. Products/ Completed Operations 4. Contractual Liability 5. Independent Contractors 6. Personal Injury- Advertising Injury $1,000,000 Per Occurrence $1,000,000 Aggregate WORKERS’S COMPENSATION (All States Endorsement if Company is not domiciled in Texas) Employers Liability Statutory and complies with Part II of this Exhibit. $500,000/$500,000/$500,000 DocuSign Envelope ID: 325C4F66-5C77-47D0-8EC0-97402949B010DocuSign Envelope ID: 8872D809-F275-4BAA-B450-B652B97171E0 C. In the event of accidents of any kind related to this contract, Contractor must furnish the Risk Manager with copies of all reports of any accidents within 10 days of the accident. II. ADDITIONAL REQUIREMENTS A. Applicable for paid employees, Contractor must obtain workers’ compensation coverage through a licensed insurance company. The coverage must be written on a policy and endorsements approved by the Texas Department of Insurance. The workers’ compensation coverage provided must be in statutory amounts according to the Texas Department of Insurance, Division of Workers’ Compensation. An All States Endorsement shall be required if Contractor is not domiciled in the State of Texas. B. Contractor shall obtain and maintain in full force and effect for the duration of this Contract, and any extension hereof, at Contractor's sole expense, insurance coverage written on an occurrence basis by companies authorized and admitted to do business in the State of Texas and with an A.M. Best's rating of no less than A- VII. C. Contractor shall be required to submit renewal certificates of insurance throughout the term of this contract and any extensions within 10 days of the policy expiration dates. All notices under this Exhibit shall be given to City at the following address: City of Corpus Christi Attn: Risk Manager P.O. Box 9277 Corpus Christi, TX 78469-9277 D. Contractor agrees that, with respect to the above required insurance, all insurance policies are to contain or be endorsed to contain the following required provisions: • List the City and its officers, officials, employees, and volunteers, as additional insureds by endorsement with regard to operations, completed operations, and activities of or on behalf of the named insured performed under contract with the City, with the exception of the workers' compensation policy; • Provide for an endorsement that the "other insurance" clause shall not apply to the City of Corpus Christi where the City is an additional insured shown on the policy; • Workers' compensation and employers' liability policies will provide a waiver of subrogation in favor of the City; and DocuSign Envelope ID: 325C4F66-5C77-47D0-8EC0-97402949B010DocuSign Envelope ID: 8872D809-F275-4BAA-B450-B652B97171E0 • Provide thirty (30) calendar days advance written notice directly to City of any, cancellation, non-renewal, material change or termination in coverage and not less than ten (10) calendar days advance written notice for nonpayment of premium. E. Within five (5) calendar days of a cancellation, non-renewal, material change or termination of coverage, Contractor shall provide a replacement Certificate of Insurance and applicable endorsements to City. City shall have the option to suspend Contractor's performance should there be a lapse in coverage at any time during this contract. Failure to provide and to maintain the required insurance shall constitute a material breach of this contract. F. In addition to any other remedies the City may have upon Contractor's failure to provide and maintain any insurance or policy endorsements to the extent and within the time herein required, the City shall have the right to order Contractor to stop work hereunder, and/or withhold any payment(s) which become due to Contractor hereunder until Contractor demonstrates compliance with the requirements hereof. G. Nothing herein contained shall be construed as limiting in any way the extent to which Contractor may be held responsible for payments of damages to persons or property resulting from Contractor's or its subcontractor’s performance of the work covered under this contract. H. It is agreed that Contractor's insurance shall be deemed primary and non- contributory with respect to any insurance or self insurance carried by the City of Corpus Christi for liability arising out of operations under this contract. I. It is understood and agreed that the insurance required is in addition to and separate from any other obligation contained in this contract. 2020 Insurance Requirements Ins. Req. Exhibit 7-D IT Contracts – Hardware Installation 06/08/2020 Risk Management – Legal Dept No bonds are required for this Service Agreement. DocuSign Envelope ID: 325C4F66-5C77-47D0-8EC0-97402949B010DocuSign Envelope ID: 8872D809-F275-4BAA-B450-B652B97171E0