Loading...
HomeMy WebLinkAboutC2023-015 - 2/14/2023 - Approved DocuSign Envelope ID:96FCCADC-5C47-4E84-B3DA-171 C6337EO59 SC �a a� H CO-OPERATIVE PURCHASE AGREEMENT NO. 4438 Scanner Systems and Onsite Training 1852 THIS Scanner Systems and Onsite Training Co-operative Purchase Agreement ("Agreement") is entered into by and between the City of Corpus Christi, a Texas home- rule municipal corporation ("City") and Allterra Central, Inc. ("Contractor'), effective upon execution by the City Manager or the City Manager's designee ("City Manager"). 1. Co-operative Agreement. Contractor has agreed to provide Scanner Systems and Onsite Training in accordance with its agreement with Texas DIR Contract# DIR-CPO-4504 (the "Co-operative Agreement"), which is incorporated by reference herein as if set out here in its entirety. In the event of a conflict between this Agreement and the Co-operative Agreement, this Agreement shall govern to the extent allowed by the Co-operative Agreement. 2. Scope. Contractor will provide Scanner Systems and Onsite Training in accordance with the attached Statement of Work, as shown in Attachment A, the content of which is incorporated by reference into this Agreement as if fully set out here in its entirety. 3. Term. The Term of this Agreement is three years beginning on the date provided in the Notice to Proceed from the City's Procurement Division. The parties may mutually extend the term of this Agreement for up to zero additional zero-year periods ("Option Period(s)"), provided, the parties do so in writing prior to the expiration of the original term or the then-current Option Period. The continuation of this Agreement after the close of any fiscal year of the City, which fiscal year ends on September 30th annually, is subject to appropriations and budget approval specifically covering this Agreement as an expenditure in said budget, and it is within the sole discretion of the City's City Council to determine whether or not to fund this Agreement. The City does not represent that this budget item will be adopted, as said determination is within the City Council's sole discretion when adopting each budget. 4. Compensation and Payment. This Agreement is for an amount not to exceed $206,459.92, subject to approved amendments and changes. All pricing must be in accordance with the attached Quote, as shown in Attachment B, the content of which is incorporated by reference into this Agreement as if fully set out here in its entirety. Invoices must be mailed to the following address: Co-operative Purchase Agreement Standard Form Page 1 of 3 DocuSign Envelope ID:96FCCADC-5C47-4E84-B3DA-171 C6337EO59 City of Corpus Christi Attn: Accounts Payable P.O. Box 9277 Corpus Christi, Texas 78469-9277 5. Notice. Any notice required under this Agreement must be given by fax, hand delivery, or certified mail, postage prepaid, and is deemed received on the day faxed or hand-delivered or on the third day after postmark if sent by certified mail. Notice must be sent as follows: IF TO CITY: City of Corpus Christi Attn: Robert May Title: Crime Lab Manager Address: 321 John Sartain St., Corpus Christi, Texas 78401 Phone: 361-886-2636 Fax: 361-886-2642 IF TO CONTRACTOR: Allterra Central, Inc. Attn: Robert Hempfling Title: CEO Address: 200 E. Huntland, Austin, Texas 78752 Phone: 512-282-4099 Fax: 512-419-0084 6. Entire Agreement. This Agreement, along with the Co-operative Agreement, constitutes the entire agreement between the parties concerning the subject matter of this Agreement and supersedes all prior negotiations, arrangements, agreements and understandings, either oral or written, between the parties. [Signature Page Follows] Co-operative Purchase Agreement Standard Form Page 2 of 3 DocuSign Envelope ID:96FCCADC-5C47-4E84-B3DA-171 C6337EO59 CONTRACTOR �G�,gd by Signature- Printed Name. Hempfl;ng Title: President Date: 1/3/2023 CITY OF CORPUS CHRISTI M2023-021 Sg by. Authorized By 2-14-2023 Josh Chronley Council Assistant Director of Finance — Procurement Date: 2/15/2023 Er-;/s APPROVED AS TO LEGAL FORM: ATTEST: 0-S,g-d by: f IIA4 2/13/2023 37A77824D5'19-07D._ Assistant City Attorney Date Rebecca Huerta City Secretary Attached and Incorporated by Reference: Attachment A: Scope of Work Attachment B: Bid/Pricing Schedule Incorporated by Reference Only: Co-operative Agreement: Texas DIR Contract # DIR-CPO-4504 Co-operative Purchase Agreement Standard Form Page 3 of 3 DocuSign Envelope ID:96FCCADC-5C47-4E84-B3DA-171 C6337EO59 ATTACHMENT A: SCOPE OF WORK Project Name: Scanner Systems and Onsite Training Project Address: 321 John Sartain, Corpus Christi, Texas 78401 Scope of Work: Contractorwill provide the Trimble Forensics X7 3D laser scanner system and onsite training for the Corpus Christi Police Department, Forensics Services Division. A. Contractor shall provide the following subscriptions: a. Forensics Suite Subscription (Reveal + TRW Forensics) for 2 employees b. Forensics Reveal (one year subscription) Training for 6 employees B. Contractor shall provide On-Site Training: a. Trainer will contact Bob May, Contract Administrator at 361-886-2636 to coordinate and schedule dates for the on-site training. b. Training will be held at the address mentioned above during regular operating business hours, Monday through Friday, 8:OOam to 5:OOpm. c. Training will be for 15 employees. d. Training will be scheduled for one week comprising of 40 hours. e. Trainer will provide associated training materials. C. Contractor shall provide: a. Any warranty documentation to Bob May, Contract Administrator. b. Necessary technical support and updates to keep this software fully functional as designed. Page 1 of 1 DocuSign Envelope ID:96FCCADC-5C47-4E84-B3DA-17106337E059 -E/PRICING SCHEDULE P%11P%%.n►v1L;1x1 o. vcwi Sales Quote A, L LT RR, A""' Sales Quote Number: SQ-58831 Sales Quote Date: 12/1/2022 Page: 1 Quote Expiration Date: 1/31/2023 DIR-CPO-4504(ATC) Sold Ship To: Corpus Christi Police Department To: Corpus Christi Police Department Bob May 321 John Sartain St. 321 John Sartain St. Corpus Christi,TX 78401 Corpus Christi,TX 78401 United States United States Customer ID Ship Via Sales Person Brittany Kelm Terms Payment in Advance Phone No. 480.754.8913 Item No. Description Unit Quantity Unit Price Disc.% Total Price FOR-01-0106 Forensics X7 Scanning System Each 3 37,480.00 9 102,320.40 EWFOR-X7 TPP—HW—Forensics X7 Laser Scanner Each 3 1,545.00 9 4,217.85 FOR-02-0226 T1 Ox WiFi w/Forensics Capture&X7 module Each 3 8,710.00 9 23,778.30 EWLS-TAB-STOCK TPP-Hardware-T1 OX Tablet Each 3 365.00 15.5 925.27 EWFOR-TFC-STOCK TPP-SW-Forensics Capture Each 6 495.00 2,970.00 FOR-OS-0500 Dual Scanning target w/tripod&bag Each 3 2,200.00 6,600.00 ----GNSS---- FOR-01-0107 R4sLE GNSS-BASE Each 3 7,005.00 9 19,123.65 FOR-01-0105 R4sLE GNSS w/Rod&Bipod Each 3 7,005.00 9 19,123.65 EWFOR-GNSS TPP-HW&FW- Forenics R4SLE GNSS Each 6 420.00 9 2,293.20 FOR-02-0209 TDC 600 w/Forensics Capture Each 3 4,020.00 9 10,974.60 EWFOR-TDC-STOCK TPP-HW-Forensics TDC600 Each 3 115.00 345.00 EWFOR-TFC-SW TPP-SM-Forensics Capture Each 6 449.00 2,694.00 ----SOFTWARE---- FOR-03-0313-NR Forensics Suite(Subscription)(Reveal+TRW Each 6 449.00 2,694.00 Forensics) 2 USERS FOR 3 YEARS ----TRAINING---- FOR-06-ONSITE 1 HR Forensics Onsite Training Each 40 210.00 8,400.00 UP TO 15 ATTENDEES ALLOWED -Earning Your Business is our Top Priority Subtotal: 206,459.92 7 Local Offices to Serve Your Needs Dedicated Support Line Included Total Sales Tax: 0.00 Serving the Geospatial Community for Over 30 Years Total: 206,459.92 DIR-CPO-4504(ATC) Page 1 of 1 DocuSign Envelope ID:96FCCADC-5C47-4E84-B3DA-171 C6337EO59 ATTACHMENT C: INSURANCE AND BOND REQUIREMENTS I. CONTRACTOR'S LIABILITY INSURANCE A. Contractor must not commence work under this agreement until all insurance required has been obtained and such insurance has been approved by the City. Contractor must not allow any subcontractor Agency to commence work until all similar insurance required of any subcontractor Agency has been obtained. B. Contractor must furnish to the City's Risk Manager and Contract Administer one (1) copy of Certificates of Insurance (COI) 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 is required on all applicable policies. Endorsements must be provided with COI. Project name and or number must be listed in Description Box of COI. TYPE OF INSURANCE MINIMUM INSURANCE COVERAGE Commercial General Liability Including: $1 ,000,000 Per Occurrence 1 . Commercial Broad Form 2. Premises - Operations 3. Products/ Completed Operations 4. Contractual Liability 5. Independent Contractors 6. Personal Injury- Advertising Injury AUTO LIABILITY (including) $500,000 Combined Single Limit 1 . Owned 2. Hired and Non-Owned 3. Rented/Leased WORKERS' COMPENSATION Statutory EMPLOYER'S LIABILITY $500,000 /$500,000 /$500,000 C. In the event of accidents of any kind related to this agreement, Contractor must furnish the Risk Manager with copies of all reports of any accidents within 10 days of the accident. Page 1 of 3 DocuSign Envelope ID:96FCCADC-5C47-4E84-B3DA-171 C6337EO59 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 an amount sufficient to assure that all workers' compensation obligations incurred by the Contractor will be promptly met. 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 a copy of the replacement certificate of insurance to City at the address provided below within 10 days of the requested change. Contractor shall pay any costs incurred resulting from said changes. All notices under this Article 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, volunteers, and elected representatives as additional insured by endorsement, as respects operations, completed operation 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 • Provide 30 calendar days advance written notice directly to City of any, cancellation, non-renewal, material change or termination in coverage and not less than 10 calendar days advance written notice for nonpayment of premium. E. Within 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. Page 2 of 3 DocuSign Envelope ID:96FCCADC-5C47-4E84-B3DA-171 C6337EO59 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 remove the exhibit hereunder, and/or withhold any payment(s) if any, 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 agreement. 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 agreement. I. It is understood and agreed that the insurance required is in addition to and separate from any other obligation contained in this agreement. BOND REQUIREMENTS: No bonds are required for this Agreement. 2021 Insurance Requirements Ins. Req. Exhibit Contracts for General Services -Services Performed Onsite 05/10/2021 Risk Management - Legal Dept. Page 3 of 3 DocuSign Envelope ID:96FCCADC-5C47-4E84-B3DA-171 C6337EO59 ATTACHMENT D: WARRANTY REQUIREMENTS Manufacturer warranty, software has one-year warranty, and hardware two- year warranty. Page 1 of 1