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