HomeMy WebLinkAboutC2025-060 - 4/29/2025 - Approved i
i
�usC�
G�
COOPERATIVE PURCHASE AGREEMENT NO. 6478
U
Access Control CCIA APC Replacement
a�ORPORp�E�
xs52
THIS Access Control CCIA APC Replacement Cooperative Purchase Agreement
("Agreement") is entered into by and between the City of Corpus Christi, a Texas home-
rule municipal corporation ("City") and Firetrol Protection Systems ("Contractor"),
effective upon execution by the City Manager or the City Manager's designee ("City
Manager").
1. Cooperative Agreement. Contractor has agreed to provide Access Control CCIA
APC Replacement in accordance with its agreement with Buy Board #751-24 (the
"Cooperative 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
Cooperative Agreement, this Agreement shall govern to the extent allowed by
the Cooperative Agreement.
2. Scope. Contractor will provide Access Control CCIA APC Replacement 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 six months 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-months
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 a fixed amount of
$189,236.60, 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:
City of Corpus Christi
Attn: Accounts Payable
P.O. Box 9277
Corpus Christi, TX 78469-9277
Cooperative Purchase Agreement-Firetrol Page 1 of 4
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: Barb Minor, Information Technology
1201 Leopard Street, Corpus Christi, Texas 78401
361-826-3524
Fax: N/A
IF TO CONTRACTOR:
Firetrol Protection Systems
Attn: Troy Diamond, Sales
4410 Dillon Lane, Suite 38, Corpus Christi, Texas 78415
Phone: 361-851-2632
Fax: 361-851-1886
6. Insurance. Before performance can begin under this Agreement, the Contractor
must deliver a certificate of insurance ("COI"), as proof of the required insurance
coverages, to the City's Risk Manager and the Contract Administrator.
Additionally, the COI must state that the City will be given at least 30 days'
advance written notice of cancellation, material change in coverage, or intent
not to renew any of the policies. The City must be named as an additional insured.
The City Attorney must be given copies of all insurance policies within 10 days of
the City Manager's written request. Insurance requirements are as stated in
Attachment C, the content of which is incorporated by reference into this
Agreement as if fully set out here in its entirety.
7. Warranty.
(A) The Contractor warrants that all products supplied under this Agreement are
new, quality items, fit for their intended purpose, and of good material and
workmanship. The Contractor warrants that it has clear title to the products and
that the products are free of liens or encumbrances.
(B) In addition, the products purchased under this Agreement shall be
warranted by the Contractor or, if indicated in Attachment C by the
manufacturer, for the period stated in the Warranty Requirements included in
Attachment D, which is attached and incorporated by reference into this
Agreement as if fully set out here in its entirety.
Cooperative Purchase Agreement-Firetrol Page 2 of 4
8. Governing Law. Contractor agrees to comply with all federal, Texas, and City
laws in the performance of this Agreement. The applicable law for any legal
disputes arising out of this Agreement is the law of the State of Texas, and such
form and venue for such disputes is the appropriate district, county, or justice
court in and for Nueces County, Texas. In accordance with Chapter 2271, Texas
Government Code, Contractor verifies that Contractor does not boycott Israel
and will not boycott Israel during the term of this agreement. In accordance with
Chapter 2274, Texas Government Code, Contractor verifies that Contractor does
not have a practice, policy, guidance, or directive that discriminates against a
firearm entity or firearm trade association and will not discriminate during the term
of the contract against a firearm entity or fire trade association. In accordance
with Chapter 2276, Texas Government Code, Contractor verifies that Contractor
does not boycott energy companies and will not boycott energy companies
during the term of this agreement.
9. 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]
Cooperative Purchase Agreement-Firetrol Page 3 of 4
CONTRACTOR
Mai` �7oY�fah
Signature: Matt Jordan(Apr 15,202509:25 COT)
Printed Name: Matt Jordan
Title: District Manager M2025-045
Date: 04/15/2025 (_ULII-„_ii 4/29/2025
Rf sF
CITY OF CORPUS CHRISTI
&'v'-,710 yluafya
Sergio (May 4,2025 14:26 CDT)
Sergio Villasana
Director of Finance & Procurement
Date:
05/04/2025 i%TTF ST,
Rebecc�ticce�tcZ
Rebecca Huerta(May 5,202508:46 CDT)
Approved as to legal form: Rebecca HLierta
7 LL, 05/01/2025 City Secretary
Fli—h lM rvl 202531 fl)T
Assistant City Attorney Date
Attached and Incorporated by Reference:
Attachment A: Scope of Work
Attachment B: Quote
Attachment C: Insurance Requirements
Attachment D: Warranty
Attachment E: Federal Requirements
Incorporated by Reference Only:
Cooperative Agreement: Buy Board #751-24
Page 4 of 4
Cooperative Purchase Agreement-Firetrol
ATTACHMENT A: SCOPE OF WORK
PROJECT NAME: Access Control CCIA APC Replacement
PROJECT ADDRESS: 1000 International Drive, Corpus Christi, Texas 78406
Scope of Work:
The City of Corpus Christi, which owns and operates the Corpus Christi International
Airport (CCIA), is interested in upgrading the access control system for the entire
airport. The entire airport consists of 163 doors and gates under access control. This
project is to update the oldest panels to current standards. Replacement parts for
these old panels are no longer available and these panels are not supported in
the next version of our access control software.
1 . Contractor shall provide new controllers to replace old APCs. Provide new
wire from controllers to card readers. Terminate wire to controllers and
readers. Program controllers.
2. Contractor shall provide the following access control warranties: Labor must be
warranted by Contractor for the span of one year. All hardware must be
warrantied by the manufacturer for the span of one year.
3. All work will be completed by Contractor within 180 days from the start of the
project.
Page 1 of 2
List of doors to be upgraded
1030 custodial office
employee parking in
employee parking out
109B belly cargo to ramp
belly cargo roll up north
belly cargo roll up south
1078 IT office
O&M test reader
1076 IT office MDF
1073 communications
1066 double door by command to Jet bridge office hallway
admin to terminal
admin to lobby
TSA glass double doors
1071 Command Center to O&M stairwell
1 1 15 TSA Bathroom to Jetbridge Office Hallway
elevator 3 1 st floor
elevator 3 2nd floor
42A concourse to O&M stairwell 4
42B O&M to O&M Stairwell 4
O&M concourse to lobby
O&M temp to O&M lobby (OM lobby to CBP office)
1092A/B baggage claim west rollup
1093A baggage single door
1093B baggage claim oversized rollup
1094A/B baggage claim east rollup
O&M badging office
2070 restaurant to sterile kitchen
O&M stairwell 2 to rental car lot
1074 command center
1065 station 3
jetway 1
jetway 2
jetway 3
jetway 5
jetway 6
1214 TSA stairwell 3 to west breezeway
2072 TSA hallway to sterile
1324 CBP office hallway to ramp
gate 6 lobby to FIS stairwell
FIS stairwell to west breezeway
emergency door jetway 3&5 - monitor only
emergency door jetway 1&3 - monitor only
Page 2of2
ATTACHMENT B: QUOTE
FI RETRO L
.000000. Protection Systems
4410 Dillon Lane Suite 38,Corpus Christi,Texas 78415
Office(361)851-2632,Facsimile(361)851-1886,www.tirctrol.com
February 10, 2025
Access control
CCIA APC replacement
Firetrol is grateful for the opportunity to submit the following proposal: Provide new
controllers to replace old APCs. Provide new wire from controllers to card readers.
Terminate wire to controllers and readers. Program controllers.
Access control Scope of Work:
Firetrol will provide services as listed:
1. Provide new controllers to replace old APCs.
2. Provide new wire from controllers to card readers.
3. Terminate wire to controllers and readers.
4. Program controllers.
This proposal does not include conduit, back boxes, stub ups or raceways.
Any collapsed conduit is the responsibility of electrical contractor.
This proposal does not include core drilling, penetrations or fire stop calking.
This proposal excludes all painting, patching, cutting and ceiling tiles.
Electrical contractor is to provide 120V AC circuits to all panels.
Electrical contractor is to provide any man lift necessary to complete this project.
This proposal is only for the work specified above.
TX SCR-0292 TX ACR-2034 TX ECR-1600
Page 1 of 3
FI RETRO L
'•••••• Protection Systems
4410 Dillon Lane Suite 38,Corpus Christi,Texas 78415
Office(361)851-2632,Facsimile(361)851-1886,www.f retrol.com
Clarifications
• Customer to provide fabrication area lay down area, restroom facilities and 120VAC
power for construction crews.
• The installation labor is warranted for one year.
• Firetrol is not responsible for any project delays that occur as a result of an
emergency or act of God.
• No cost is provided for repairing sheet rock or painting/wall papering. These repairs
are to be supplied by others.
Cancellation Charges
• Firetrol would recoup any cost for:
• Return freight, restocking fees and any materials purchased which could not be
returned for refund.
• Material/equipment installed for which payment of such has not been received.
• Design/engineering and installation labor cost incurred for which payment of such
has not been received.
• Five (5) percent of total project cost for demobilization.
Commercial Considerations
• This estimate is valid for 60 days.
• The proposed cost does not include taxes. If Firetrol is to collect and remit taxes,
this proposal must be adjusted to include taxes.
• Terms of payments are net 30 days.
• Pricing is based on a workweek of Monday through Friday. 8am-5pm.
• This proposal does not include cost for overtime work as described above. Overtime
will be invoiced at time-and-a-half, and double-time for Sundays and holidays.
TX SCR-0292 TX ACR-2034 TX ECR-1600
Page 2 of 3
FI RETRO L
••••••• Protection Systems
4410 Dillon Lane Suite 38,Corpus Christi,Texas 78415
Office(361)851-2632,Facsimile(361)851-1886,www.tirctrol.com
Part# Quantity MSRP BuyBoard price Total
GSTAR-GCM 8 5,410.00 3,678.80 29,430.40
GSTAR-ACM 16 2,935.00 1,995.80 31,932.80
PSX-WPISU16E8S 6 2,710.00 2,493.20 14,959.20
PSX-WPISU32E12S 1 6,785.00 6,242.20 6,242.20
SCR-SE-921 P HID Reader 85 595.00 547.40 46,529.00
Access composite cable 6 1,100.00 N/A 6,600.00
Freight 1 N/A N/A 1,800.00
LABOR—SECURITY 352 N/A 135.00 47,520.00
Labor project manage 16 N/A 135.00 2,160.00
MISC HARDWARE 1 800.00 N/A 800.00
SFK-DS004-WIEGAND
SURE-FI WIEGAND 1 1,263.00 N/A 1,263.00
Project Investment:
CCIA Access control proposal: $189,236.60
Buy Board Contract 751-24
We appreciate the opportunity to assist you with this project and look forward to
receiving your response. Should you have any questions or comments please contact
me.
Respectfully,
/W IvGGtG ood
Troy Diamond
361-728-5188 cell
By signing below, I accept this proposal and agree to the Terms and Conditions contained herein.
CUSTOMER NAME DATE
X
AUTHORIZED SIGNATURE PRINTED NAME/TITLE
TX SCR-0292 TX ACR-2034 TX ECR-1600
Page 3 of 3
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 the Description Box of COL
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.
II. ADDITIONAL REQUIREMENTS
Page 1 of 3
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.
Failure to provide and to maintain the required insurance shall constitute a material
breach of this contract.
Page 2 of 3
i
i
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: There are no bonds required for this Service Agreement.
2021 Insurance Requirements
Ins. Req. Exhibit 4-B
Contracts for General Services -Services Performed Onsite
05/10/2021 Risk Management - Legal Dept.
Page 3 of 3
ATTACHMENT D: WARRANTY REQUIREMENTS
The Contractor shall provide the following access control warranties: Labor must
be warranted by Contractor for the span of one year. All hardware must be
warrantied by the manufacturer for the span of one year.
Page 1 of 1
ATTACHMENT E: FEDERAL REQUIREMENTS
E.1 GENERAL CIVIL RIGHTS PROVISIONS
The Contractor agrees to comply with pertinent statutes, Executive Orders and
such rules as are promulgated to ensure that no person shall, on the grounds of
race, creed, color, national origin, sex, age, or disability be excluded from
participating in any activity conducted with or benefiting from Federal
assistance.
This provision binds the Contractor and subcontractors from the bid solicitation
period through the completion of the contract. This provision is in addition to that
required by Title VI of the Civil Rights Act of 1964.
E.2 Compliance with Nondiscrimination Requirements:
During the performance of this contract, the Contractor, for itself, its assignees,
and successors in interest (hereinafter referred to as the "Contractor"), agrees as
follows:
i. Compliance with Regulations: The Contractor (hereinafter includes
consultants) will comply with the Title VI List of Pertinent Nondiscrimination
Acts and Authorities, as they may be amended from time to time, which
are herein incorporated by reference and made a part of this contract.
2. Nondiscrimination: The Contractor, with regard to the work performed by
it during the contract, will not discriminate on the grounds of race, color,
or national origin in the selection and retention of subcontractors,
including procurements of materials and leases of equipment. The
Contractor will not participate directly or indirectly in the discrimination
prohibited by the Nondiscrimination Acts and Authorities, including
employment practices when the contract covers any activity, project, or
program set forth in Appendix B of 49 CFR part 21.
3. Solicitations for Subcontracts, including Procurements of Materials and
Equipment: In all solicitations, either by competitive bidding or negotiation
made by the Contractor for work to be performed under a subcontract,
including procurements of materials, or leases of equipment, each
potential subcontractor or supplier will be notified by the Contractor of
the contractor's obligations under this contract and the Nondiscrimination
Acts and Authorities on the grounds of race, color, or national origin.
4. Information and Reports: The Contractor will provide all information and
reports required by the Acts, the Regulations, and directives issued
pursuant thereto and will permit access to its books, records, accounts,
other sources of information, and its facilities as may be determined by
the sponsor or the Federal Aviation Administration to be pertinent to
ascertain compliance with such Nondiscrimination Acts and Authorities
Page 1 of 3
and instructions. Where any information required of a contractor is in the
exclusive possession of another who fails or refuses to furnish the
information, the Contractor will so certify to the sponsor or the Federal
Aviation Administration, as appropriate, and will set forth what efforts it
has made to obtain the information.
5. Sanctions for Noncompliance: In the event of a Contractor's
noncompliance with the non- discrimination provisions of this contract, the
sponsor will impose such contract sanctions as it or the Federal Aviation
Administration may determine to be appropriate, including, but not
limited to:
a. Withholding payments to the Contractor under the contract until the
Contractor complies; and/or
b. Cancelling, terminating, or suspending a contract, in whole or in part.
6. Incorporation of Provisions: The Contractor will include the provisions of
paragraphs one through six in every subcontract, including procurements
of materials and leases of equipment, unless exempt by the Acts, the
Regulations, and directives issued pursuant thereto. The Contractor will
take action with respect to any subcontract or procurement as the
sponsor or the Federal Aviation Administration may direct as a means of
enforcing such provisions including sanctions for noncompliance.
Provided, that if the Contractor becomes involved in, or is threatened with
litigation by a subcontractor, or supplier because of such direction, the
Contractor may request the sponsor to enter into any litigation to protect
the interests of the sponsor. In addition, the Contractor may request the
United States to enter into the litigation to protect the interests of the
United States.
E.3 Title VI List of Pertinent Nondiscrimination Acts and Authorities
During the performance of this contract, the Contractor, for itself, its assignees,
and successors in interest (hereinafter referred to as the "Contractor") agrees to
comply with the following non- discrimination statutes and authorities; including
but not limited to:
Title VI of the Civil Rights Act of 1964 (42 USC § 2000d et seq., 78 stat. 252)
(prohibits discrimination on the basis of race, color, national origin);
49 CFR part 21 (Non-discrimination in Federally-assisted programs of the
Department of Transportation—Effectuation of Title VI of the Civil Rights Act
of 1964);
The Uniform Relocation Assistance and Real Property Acquisition Policies Act
of 1970, (42 USC § 4601) (prohibits unfair treatment of persons displaced or
whose property has been acquired because of Federal or Federal-aid
programs and projects);
Page 2 of 3
Section 504 of the Rehabilitation Act of 1973 (29 USC § 794 et seq.), as
amended (prohibits discrimination on the basis of disability); and 49 CFR
part 27;
The Age Discrimination Act of 1975, as amended (42 USC § 6101 et seq.)
(prohibits discrimination on the basis of age);
Airport and Airway Improvement Act of 1982 (49 USC § 471, Section 47123), as
amended (prohibits discrimination based on race, creed, color, national
origin, or sex);
The Civil Rights Restoration Act of 1987 (PL 100-209) (broadened the scope,
coverage and applicability of Title VI of the Civil Rights Act of 1964, the
Age Discrimination Act of 1975 and Section 504 of the Rehabilitation Act of
1973, by expanding the definition of the terms "programs or activities" to
include all of the programs or activities of the Federal-aid recipients, sub-
recipients and contractors, whether such programs or activities are
Federally funded or not);
Titles II and III of the Americans with Disabilities Act of 1990, which prohibit
discrimination on the basis of disability in the operation of public entities,
public and private transportation systems, places of public
accommodation, and certain testing entities (42 USC §§ 12131 - 12189) as
implemented by U.S. Department of Transportation regulations at 49 CFR
parts 37 and 38;
The Federal Aviation Administration's Nondiscrimination statute (49 USC §
47123) (prohibits discrimination on the basis of race, color, national origin,
and sex);
Executive Order 12898, Federal Actions to Address Environmental Justice in
Minority Populations and Low-Income Populations, which ensures
nondiscrimination against minority populations by discouraging programs,
policies, and activities with disproportionately high and adverse human
health or environmental effects on minority and low-income populations;
Executive Order 13166, Improving Access to Services for Persons with Limited
English Proficiency, and resulting agency guidance, national origin
discrimination includes discrimination because of limited English
proficiency (LEP). To ensure compliance with Title VI, you must take
reasonable steps to ensure that LEP persons have meaningful access to
your programs (70 Fed. Reg. at 74087 to 74100);
Title IX of the Education Amendments of 1972, as amended, which prohibits
you from discriminating because of sex in education programs or activities
(20 USC 1681 et seq).
Page 3 of 3