Loading...
HomeMy WebLinkAboutC2025-140 - 8/12/2025 - Approved SERVICE AGREEMENT NO. 5206 Alarm Permitting and False Alarm Management Services CO Pn 0.PtE� 1852 THIS Security Alarm Permitting and False Alarm Management Services Agreement ("Agreement") is entered into by and between the City of Corpus Christi, a Texas home- rule municipal corporation ("City") and Alarm Program Systems, LLC ("Contractor'), effective upon execution by the City Manager or the City Manager's designee ("City Manager"). WHEREAS, Contractor has bid to provide Security Alarm Permitting and False Alarm Management Services in response to Request for Bid/Proposal No. 5206 ("RFB/RFP"), which RFB/RFP includes the required scope of work and all specifications and which RFB/RFP and the Contractor's bid or proposal response, as applicable, are incorporated by reference in this Agreement as Exhibits 1 and 2, respectively, as if each were fully set out here in its entirety. NOW, THEREFORE, City and Contractor agree as follows: 1. Scope. Contractor shall provide Security Alarm Permitting and False Alarm Management Services ("Services") in accordance with the attached Scope 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, and in accordance with Exhibit 2. 2. Term. (A) The term of this Agreement is five years beginning on the date provided in the Notice to Proceed from the Contract Administrator or the City's Procurement Division. The parties may mutually renew 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. (B) At the end of the Term of this Agreement or the final Option Period, the Agreement may, at the request of the City prior to expiration of the Term or final Option Period, continue on a month-to-month basis for a total period not to exceed six months, with compensation based on the percentage amount shown in Attachment B, the content of which attached and incorporated into this Agreement as if fully set out here in its entirety. During any month-to-month term, either Party may terminate the Agreement upon 30 days' advance written notice to the other Party. 3. Compensation and Payment. This Agreement is for an amount not to exceed $563,100.00, subject to approved extensions and changes. Payment will be made Service Agreement-Alarm Permitting & False Alarm Mgmt Program Page 1 of 9 for Services performed and accepted by the City within 30 days of acceptance, subject to receipt of an acceptable invoice. All pricing must be in accordance with own in Attachment B. Invoices must 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, TX 78469-9277 4. Contract Administrator. The Contract Administrator designated by the City is responsible for approval of all phases of performance and operations under this Agreement, including deductions for non-performance and authorizations for payment. The City's Contract Administrator for this Agreement is as follows: Pat Eldridge Police Department Phone: 361-886-2696 Email: Pat@cctexas.com 5. Insurance; Bonds. (A) 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. (B) In the event that a payment bond, a performance bond, or both, are required of the Contractor to be provided to the City under this Agreement before performance can commence, the terms, conditions, and amounts required in the bonds and appropriate surety information are as included in the RFB/RFP or as may be added to Attachment C, and such content is incorporated here in this Agreement by reference as if each bond's terms, conditions, and amounts were fully set out here in its entirety. 6. Purchase Release Order. Reserved. 7. Inspection and Acceptance. City may inspect all Services and products supplied before acceptance. Any Services or products that are provided but not accepted by the City must be corrected or re-worked immediately at no charge Service Agreement-Alarm Permitting & False Alarm Mgmt Program Page 2 of 9 to the City. If immediate correction or re-working at no charge cannot be made by the Contractor, a replacement service may be procured by the City on the open market and any costs incurred, including additional costs over the item's bid/proposal price, must be paid by the Contractor within 30 days of receipt of City's invoice. 8. 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 D by the manufacturer, for the period stated in Attachment D. Attachment D is attached to this Agreement and is incorporated by reference into this Agreement as if fully set out here in its entirety. (C) Contractor warrants that all Services will be performed in accordance with the standard of care used by similarly situated contractors performing similar services. 9. Quality/Quantity Adjustments. Any Service quantities indicated on the Bid/Pricing Schedule are estimates only and do not obligate the City to order or accept more than the City's actual requirements nor do the estimates restrict the City from ordering less than its actual needs during the term of the Agreement and including any Option Period. Substitutions and deviations from the City's product requirements or specifications are prohibited without the prior written approval of the Contract Administrator. 10. Non-Appropriation. 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 the 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. 11. Independent Contractor. Contractor shall perform the Services and work required by this Agreement as an independent contractor and will furnish such Services in its own manner and method, and under no circumstances or conditions will any agent, servant or employee of the Contractor be considered an employee of the City. Service Agreement-Alarm Permitting & False Alarm Mgmt Program Page 3 of 9 12. Subcontractors. In performing the Services, the Contractor will not enter into subcontracts or utilize the services of subcontractors. 13. Amendments. This Agreement may be amended or modified only in writing executed by authorized representatives of both parties. 14. Waiver. No waiver by either party of any breach of any term or condition of this Agreement waives any subsequent breach of the same. 15. Taxes. The Contractor covenants to pay payroll taxes, Medicare taxes, FICA taxes, unemployment taxes and all other applicable taxes. Upon request, the City Manager shall be provided with proof of payment of these taxes within 15 days of such request. 16. 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: Pat Eldridge, Police Mgmt. Services Director Corpus Christi Police Department 321 John Sartain St., Corpus Christi, TX 78401 Phone: 361-886-2696 Fax: 361-886-2607 IF TO CONTRACTOR: Alarm Program Systems, LLC Attn: Jim Huchingson, President 367 Civic Dr., Suite 10, Pleasant Hill, CA 94523 Phone: 510-267-0414 Fax: N/A Either party may change the address to which notice is sent by providing the other party with not less than 10 days' notice prior to the effective date of the change. In no event may such change of address include only a P.O. Box address without a corresponding physical address for a separate location at which certified mail may be delivered by the U.S. Postal Service. 17. CONTRACTOR SHALL FULLY INDEMNIFY, HOLD HARMLESS, AND DEFEND THE CITY OF CORPUS CHRISTI AND ITS OFFICERS, EMPLOYEES AND AGENTS ("INDEMNITEES") FROM AND AGAINST ANY AND ALL LIABILITY, LOSS, CLAIMS, DEMANDS, SUITS, AND CAUSES OF ACTION OF WHATEVER NATURE, CHARACTER, OR DESCRIPTION ON ACCOUNT OF Service Agreement-Alarm Permitting & False Alarm Mgmt Program Page 4 of 9 PERSONAL INJURIES, PROPERTY LOSS, OR DAMAGE, OR ANY OTHER KIND OF INJURY, LOSS, OR DAMAGE, INCLUDING ALL EXPENSES OF LITIGATION, COURT COSTS, ATTORNEYS' FEES AND EXPERT WITNESS FEES, WHICH ARISE OR ARE CLAIMED TO ARISE OUT OF OR IN CONNECTION WITH A BREACH OF THIS AGREEMENT OR THE PERFORMANCE OF THIS AGREEMENT BY THE CONTRACTOR OR RESULTS FROM THE NEGLIGENT ACT, OMISSION, OR FAULT OF THE CONTRACTOR OR ITS EMPLOYEES OR AGENTS. CONTRACTOR MUST, AT ITS OWN EXPENSE, INVESTIGATE ALL CLAIMS AND DEMANDS, ATTEND TO THEIR SETTLEMENT OR OTHER DISPOSITION, DEFEND ALL ACTIONS BASED THEREON WITH COUNSEL SATISFACTORY TO THE CITY ATTORNEY, AND PAY ALL CHARGES OF ATTORNEYS AND ALL OTHER COSTS AND EXPENSES OF ANY KIND ARISING OR RESULTING FROM ANY SAID LIABILITY, DAMAGE, LOSS, CLAIMS, DEMANDS, SUITS, OR ACTIONS. THE INDEMNIFICATION OBLIGATIONS OF CONTRACTOR UNDER THIS SECTION SHALL SURVIVE THE EXPIRATION OR EARLIER TERMINATION OF THIS AGREEMENT. 18. Termination. (A) The City may terminate this Agreement for Contractor's failure to comply with any of the terms of this Agreement. The City must give the Contractor written notice of the breach and set out a reasonable opportunity to cure. If the Contractor has not cured within the cure period, the City may terminate this Agreement immediately thereafter. (B) Alternately, the City may terminate this Agreement for convenience upon 30 days' advance written notice to the Contractor. The City may also terminate this Agreement upon 24 hours' written notice to the Contractor for failure to pay or provide proof of payment of taxes as set out in this Agreement. (C) Contractor's fee schedule and pricing for alarm permitting, false alarms, and related to be provided by Contractor to the City pursuant to this Agreement have been set, established, and agreed by both parties to be based upon the current provisions of applicable City ordinances relating to alarms. In the event said ordinances change at any time during the term of this Agreement to reduce the applicable percentage anticipated from collections of fees and charges, then, the Contractor reserves the express right to enter into good faith negotiations with the City to execute a new agreement for the remaining term of this Agreement, if the parties mutually agree to do so. If, within 30 days of notice from the Contractor to the City of its desire to so renegotiate, the parties are unable to reach an agreement mutually acceptable to both parties, then, the Contractor reserves the right to terminate this Agreement. Said termination will not be deemed to be a default by Contractor under this Agreement, and the Contractor Service Agreement-Alarm Permitting & False Alarm Mgmt Program Page 5 of 9 shall be paid all fees and charges due and owing Contractor as of the date of said termination. 19. Effect of Termination. If this Agreement is terminated as provided herein, the City may require Contractor to provide all finished and/or unfinished data and other information of any kind possessed by Contractor in connection with the performance of Services under this Agreement. Contractor shall be required to provide such information within a reasonable period following the time of receipt of the request not to exceed 30 days. Specifically, in the event the City terminates this Agreement: (A) All data relating to alarm permits shall be owned by the City. Upon termination of this Agreement. Contractor shall promptly deliver to the City all data in MS-SQL format. (BI Contractor retains all rights and title to its application software including, but not limited to, all publication rights, development rights, reproduction rights, and all rights that may follow from the commercial development of the software. The City does not acquire any ownership rights to the application software. The software is protected in favor of the Contractor, as well as any future registered trademarks, and all registered trademarks remain the property of Contractor. (C) The proprietary software, for the purposes of the Services to be provided pursuant to this Agreement, is considered loaned to the City during the duration of this Agreement, and the City will not have any access to the Contractor's proprietary software following the conclusion of the Agreement. (D) The City shall pay the Contractor the percentage earned as due and owing to the Contractor for all completed Services as of the date of said termination. (E) The provisions of this paragraph shall survive the termination of this Agreement. 20. Confidentiality of Information. (A) At all times, the Contractor shall recognize the City's sole and exclusive ownership of all information provided by the City, and the sole and exclusive right and jurisdiction of the City to control the use of this information, most especially non-public information including, but not limited to, residents names, contact information, and physical location. Similarly, the City recognizes that the proprietary software described in Section 19(C) above is owned by Contractor and the City has no rights or claim thereto. (B) Each party agrees that neither it, nor its employees, subsidiaries, subcontractors, or agents shall disclose confidential information of the other party to any person or entity, except as necessary to perform its obligations under this Agreement, without the express written permission of the other party, or unless Service Agreement-Alarm Permitting & False Alarm Mgmt Program Page 6 of 9 required to do so by law, court order, or subpoena. The parties agree that any release of information in accordance with the Texas Public Information Act shall not be considered a violation of this Agreement. (C) Each party further agrees that, in the event any documents containing confidential information of the other party should be improperly used or removed in any way from the possession or control of the other party by a third party, the breaching party shall immediately notify the other party orally and in writing, and the breaching party shall join with the other party, at their request, in taking such reasonable steps as the owner of the confidential information may deem advisable to enjoin any misuse and regain possession of such confidential information, or to take steps otherwise necessary for the protection of the owner's rights and the confidentiality of the information. 19. Limitation of Liability. Each party's maximum liability under this Agreement is limited to the total amount of compensation shown in Section 3 of this Agreement. In no event shall either party be liable for incidental, consequential, or special damages. 20. Assignment. No assignment of this Agreement by the Contractor, or of any right or interest contained herein, is effective unless the City Manager first gives written consent to such assignment and an assignment instrument is executed by all three parties. The performance of this Agreement by the Contractor is of the essence of this Agreement, and the City Manager's right to withhold consent to such assignment is within the sole discretion of the City Manager on any ground whatsoever. 21. Severability. Each provision of this Agreement is considered to be severable and, if, for any reason, any provision or part of this Agreement is determined to be invalid and contrary to applicable law, such invalidity shall not impair the operation of nor affect those portions of this Agreement that are valid, but this Agreement shall be construed and enforced in all respects as if the invalid or unenforceable provision or part had been omitted. 22. Order of Precedence. In the event of any conflicts or inconsistencies between this Agreement, its attachments, and exhibits, such conflicts and inconsistencies will be resolved by reference to the documents in the following order of priority: A. this Agreement (excluding attachments and exhibits); B. its attachments, in order of appearance; C. the bid solicitation document including any addenda (Exhibit 1 ); then, D. the Contractor's bid response (Exhibit 2). 23. Certificate of Interested Parties. Contractor agrees to comply with Texas Government Code Section 2252.908, as it may be amended, and to complete Service Agreement-Alarm Permitting & False Alarm Mgmt Program Page 7 of 9 Form 1295 "Certificate of Interested Parties" as part of this Agreement if required by said statute. 24. 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 forum and venue for such disputes is the appropriate district or county court in 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. 25. Public Information Act Requirements. This paragraph applies only to agreements that have a stated expenditure of at least $1,000,000 or that result in the expenditure of at least $1 ,000,000 by the City. The requirements of Subchapter J, Chapter 552, Government Code, may apply to this contract and the Contractor agrees that the contract can be terminated if the Contractor knowingly or intentionally fails to comply with a requirement of that subchapter. 26. Entire Agreement. This 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) Service Agreement-Alarm Permitting & False Alarm Mgmt Program Page 8 of 9 Alarm Program Systems, LLC Signature: jam es uchingson(Aug13,202512:20:38PDT) Printed Name: fames huchingson Title: President Date: 08/13/2025 CITY OF CORPUS CHRISTI s�— e,le1e Rachel Erben Assistant Director, Contracts & Procurement M2025-102 �!,ur,horized By 08/14/2025 Date: 8/12/2025 Approved as to form: / Elizabeth ffwi4ley 08/13/2025 RH3B'� Elizabeth Hundley(Aug 13,202514:44:45 CDT) Assistant City Attorney Date Attached and Incorporated by Reference: ATTEST: Attachment A: Scope of Work Attachment B: Bid/Pricing Schedule Rlebecca h�cevta Rebecca Huert(Aug 14,202514:D5:47 CDT) Attachment C: Insurance and Bond Requirements erta Attachment D: Warranty Requirements City S ca Lary �IC}r��CI'P'kcil'�' Incorporated by Reference Only: Exhibit 1 : RFB/RFP No. 5206 Exhibit 2: Contractor's Bid/Proposal Response Reviewed by: 08/13/2025 Nora Vargas(Aug 13,2D 14:1Z5 5:41 CDT) Purchasing Manager Cute Service Agreement—Alarm Permitting & False Alarm Mgmt Program Page 9 of 9 Attachment A: Scope of Work Scope of Work 1 . The Contractor shall host and provide a security alarm permitting and false alarm management system and administration services. This includes acquiring all relevant and required equipment, licenses, and services to ensure the system is available and reliable. 2. The Contractor shall develop, test, and maintain all integration points to the City's Computer-Aided Design (CAD) and Geographic Information System (GIS) for location/address validation as an integral part of complying with the City's ordinance 026904. 3. Effective interfaces must ensure that all organizations involved use the most accurate and current information, reducing the disruption to the City's law enforcement personnel. 4. The Contractor understands and acknowledges that the information provided, which is necessary for the Security Alarm Services, contains personally identifiable confidential information under Texas law. Any disclosure or use of the information other than for the requirements listed herein is strictly_prohibited. Failure to maintain confidentiality of the information may result in the prosecution of a criminal violation. Security Alarm Services Requirements The Contractor shall furnish all appropriate supplies, systems, and services, including: 1 . Provide the City with necessary documentation for appeal hearings, such as late fees and permit renewals. 2. Store and maintain information pertinent to: A. Alarm Permits B. Permit Holders C. Permit Holders with outstanding charges D. Non-permit holders with outstanding charges E. Permit Holders with fee exemptions F. Address verification database(s) 3. Provide bi-directional data transfer between the Contractor's alarm data system and the City's CAD. 4. Perform invoices and collection of payments in accordance with the rates established by the City's Ordinance 026904 and ensure all rate changes are updated whenever rate changes go into effect. Page 1 of 10 5. Ensure its systems maintain the following information: A. New alarm permits issued, and fees collected B. Annual permit renewals invoiced and fees collected C. Permits revoked and reason for revocation D. Number of false burglar and panic alarms E. Number of false burglar and panic alarms invoiced, and fees collected F. False burglar and panic alarms by permit holder G. False burglar and panic alarms for non-permit holders H. Permit origination date I. Permit renewal date J. Permit revocation date K. Permit reinstatement date L. Reinstatement of suspended permits for excessive alarms must have original issue date for the permits M. Historical records of each false alarm per permit 6. Identify: A. Permit holder B. Non-permit holder 7. Capture the following information: A. Permit number B. Permit issue date C. Permit expiration date D. Permit type (commercial/residential) E. Name of business or residential applicant/holder F. Permit holder's or valid state-issued ID or driver's license information G. Location data: a. Street location b. Zip Code c. Type of property (commercial/residential) d. Telephone numbers e. Contact person (minimum of two) and phone number(s) f. Type of alarm system installed e.g. (burglary, panic, robbery, etc.) H. Invoicing: a. Permit holder name b. Full mailing address with Zip Code c. Contact person and phone number(s) d. History of Incidents in the previous 12 months measured from the current invoice date e. History of unpaid invoices I. Permit Holder Responsible for Alarm: a. Name b. Date of birth c. Complete mailing address d. Phone numbers Page 2 of 10 e. On-site emergency contact numbers J. Name and phone number of alarm monitoring company K. Name and phone number of the company that installed the alarm system L. Special medical concerns and /or disabilities of a permit holder M. On-premises pet information (e.g. type kind) 8. Perform address validation against the City's CAD and the Risk Management Solutions database. 9. Maintain an alarm company master file which includes the following: A. Assigned code number B. Name, address, and phone number of business C. Manager's name and phone number 10.Ensure that systems automatically generate a unique permit number. 11 .Maintain reasons for denial of issuance of permits, including: A. Permit application incomplete, misleading, false, etc. B. Applicants have unpaid security alarm-related fee(s) owed to the City C. Alarm system installation is unreliable 12.Generate renewal notices and second renewal notices automatically within specified periods. 13.Generate revocation notices per the City's Ordinance 026904. 14.Generate notices to alarm users without permits. 15.Maintain historical information on each property's permit issuance, renewal, suspension, and reinstatement. 16.Maintain current permit status information. 17.Maintain the incident count of alarms, their disposition, and information on each permit. 18.Ensure cross-referencing capabilities between permit holder names and properties. 19.Ensure search functionality by the permit holder and business name. 20.Download and print permits and blank application forms with mail-in information from the web portal. 21 .Archive inactive permits are based on the city's data retention policy. 22.Maintain a table of incident criteria, including: A. Permit holder- telephone number B. Non-permit holder Page 3 of 10 C. Number of false alarms before 1 st suspension (permit holder only) 23.Interface with the City's CAD in the following capacity: A. Transfer online/on-demand entire registration database from the Contractor's system to the City's CAD, including the following: a. Permit number (or non-permit identifier) b. Name c. Location d. Permit status e. Expiration date f. Last incident date and time g. Alarm type h. False alarm incident count i. Police Beat area information B. Transfer online/on-demand incident reports from City's CAD to the Service Providers system, including: a. Incident number b. Priority c. Call code d. Disposition e. Date f. Time- Received, Dispatched, Arrived, Alarm Cleared g. Remarks h. Site name and location i. Reporter's name, address, phone number j. Dispatcher- employee number and terminal I.D. k. Phone clerk- employee number and terminal I.D. I. Cleared code and disposition m. Officer number n. Unit(s) assigned C. Capture and provide all transactions and relevant confirmation and reconciliation of data daily for auditing purposes. 24.Make adjustments and corrections on fees at the request of the City, for based accounting errors and/or appeal hearings. a. when a customer has doubled paid their alarm fee in error and supporting documentation has been provided; the account is up to date, the City will request a refund to be administered back to the customer. b. on appeals, when a customer has submitted an appeal in writing and has the supporting documentation as to why they are appealing the amount they were billed. The City will investigate the charges, review the call times to ascertain as per City Ordinance that the Officers arrived within the time allotted and make proper adjustments if the customer was overcharged due to billing error. c. if calls are closed out incorrectly with a disposition code, then the City will request a refund. Page 4 of 10 25.Generate incidents manually for an account. 26.Issue notice(s) to permit holders with excessive false alarms. 27.Issue notice(s) to non-permit holders with false alarms. 28. Archive historical data. 29.Accept/establish temporary account numbers for non-permit holders who have incurred false alarm charges. 30.Transfer temporary account number charges to a permanent account (permit) number. 31 .Process permit applications, issue permits and notify the customers of the application outcome within one business day. 32.Revoke permits per the City's Ordinance 026904. Report Requirements The Contractor's system must generate the following reports including, but not limited to: 1 . New alarm permits issued and fees collected by type of property (commercial/residential. 2. Annual permit renewals invoiced and fees collected. 3. Permits revoked and reason for revocation. 4. Permits reactivated and reason for reactivation. 5. Number of false burglar alarms. 6. Number of false burglar alarms invoiced, and fees collected. 7. Listing of Permits by beat. 8. False alarms by the permit holder. 9. False alarms by non-permit holders. 10. Revocation report by permit holder after eight false alarms at the exact location. 11 . Revocation report by the permit holder for an outstanding fee at the exact location. 12.Exception listing of permits/non-permits that have exceeded established limitations. Page 5 of 10 13.Listing of permits by: a. Alarm company b. Permit number c. Site address d. Business/owner name e. Police Beat information by district 14.Listing of permit counts for all categories. 15.Listing of outstanding charges by permit. 16.Monthly alarm company roster. 17.An incident exception report generated during the daily incident update process generated by the City's CAD. 18.Daily and monthly activity reports including: a. New permits b. Renewal notices c. Second notices d. Account invoicing e. Incidents processed 19.Monthly AR report (Excel, Access, or Adobe) format: a. Amount invoiced by call signal b. Amount collected by permit type and call signal 20.Fiscal year (Oct-Sept) accounts receivable aging report by permit type. 21 .Ability to provide reports in both alpha and permit/account number order. 22.Additional on-demand reports as required by City staff. Financial and Collection Requirements 1 . The Contractor shall comply with the Fair Debt Collection Practices Act and all other state and federal laws. 2. The Contractor shall comply with the Federal Trade Commission's Red Flag Rules, which implement Section 114 of the Fair and Accurate Credit Transactions Act of 2003, as amended. 3. The Contractor shall comply with PCI (Payment Card Industry) regulations and requirements for all credit card transactions. 4. The Contractor shall make all collections related to security alarm permits and false alarm fees and shall deposit the collected revenue in the City's designated bank account. Page 6 of 10 5. The bank account is in the City's name at the dedicated Bank. The Contractor receives transactional information to post payments to their system. 6. Payments must be sent to: a. City of Corpus Christi, PO Box 33940, San Antonio, Texas 78265-3940. b. The designated bank picks up the mail and processes it through a lockbox process. c. Frost Bank picks up the mail and processes it through a lockbox process. d. The dedicated Bank pays the P.O. Box fee. The dedicated Bank deducts fee from the City's bank account. e. The Contractor shall not have authority over the City's designated Bank account, lockbox, or P.O. Box. 7. The Contractor shall reconcile the City's Alarm Permit Bank account for the previous month and provide the City's Contract Administrator with an invoice showing the fee calculation and supportive bank reconciliation, by the 15th of each month. The City's Contract Administrator shall approve the invoice for payment. 8. Payment for Contractor services is made through the City's Accounts Payable process after the approved invoice is received. 9. The Contractor must have a functional system to serve as the invoicing and collections party and a designated accounts receivable (A/R) manager for the City for security alarm permitting and false alarm management service. 10.Invoice content and other correspondence must provide instructions directing the customer to call a Contractor-maintained and contractor-staffed phone number to answer questions about permits, invoices, and other false alarm system matters. Questions concerning the validity of any response or action taken by an employee(s) of CCPD regarding a specified alarm call will be directed to a designated representative of CCPD. 1 1 .The format of all invoices and correspondence must be approved in advance by the City's Contract Administrator. 12.Invoice format must provide a stub or appropriate remittance form to accompany payment. 13.The Contractor shall be able to utilize multiple techniques for collections. 14.The Contractor shall keep a detailed A/R report to be reviewed by City staff at any time. 15.The Contractor will allow customers to apply for and obtain permits by mail or online and pay fees online, by phone, or by mail. 16.The Contractor will handle bad checks and stop payment situations. Page 7 of 10 17.The Contractor must have the ability to generate invoicing for alarm charges, which includes the following information: Summary information: a. Previous/past due amounts b. New charges c. Payments d. Adjustments e. New balance due Detail information: a. Type of incident b. Date of incident c. Time received d. Reason/description e. Charges, if applicable 18.The Contractor must be able to show all incidents and their associated charges during the current invoicing period. 19.The Contractor must have the ability to provide itemized balance forward capabilities on invoicing. 20.The Contractor must have the ability to invoice miscellaneous charges (i.e. returned check fees) 21 .The City's Contract Administrator will have access to the point-of-sale system to view citizens' transactions as they occur. Technical Requirements 1 . The Contractor shall provide a production server with a hardware and software environment capable of supporting operations and transaction volumes. This environment must be capable of sustaining 99.999% uptime. 2. The Security Alarm system must be load-balanced and cater to high availability architecture. 3. The system must be behind a firewall on an isolated network, and all login activities must be logged. 4. System accounts should be provisioned in accordance with the Segregation of Duties. 5. The Contractor should use a Secure Sockets Layer (SSL) Certificate, which provides secure, encrypted communication between client browsers. This security is also enforced on the server's Payment Gateway. 6. Permit Holder information must be encrypted. Page 8 of 10 7. The Contractor shall maintain, manage, and comply with all hardware and software licenses and/or security patches required for the application. 8. The Contractor shall provide access to a Test server hardware and software environment configured in accordance with the production environment, enabling it to verify modifications and enhancements before their introduction into the production environment. 9. The Contractor shall perform testing of the configured solution prior to taking the System into production. This testing will confirm the integration of all components, assess the configuration, and identify issues to be resolved. Testing must include Integration Testing of all integration points and interfaces. 1 O.The City shall conduct User Acceptance Testing with the Contractor's assistance. 11 .The Contractor shall provide technical support to end users 24 x 7 x 365 days. Technical Support is defined as actions required to address "System Outage" issues and outages where all or part of the service is inaccessible. The Contractor shall provide a phone number from qualified technical support personnel to access technical support if system downtime or host outages occur. 12.In the event of a "System Outage", the Contractor shall notify the City's Contract Administrator within 10 minutes of the issue occurrence. 13.The Contractor shall notify the City of any scheduled or unscheduled maintenance that is expected to make the hosted services unavailable. Such notifications must be e-mailed to the designated City's Contract Administrator no less than one calendar week before the planned event. With rare exceptions, scheduled maintenance must be performed on weekends (Saturday through Sunday) during the evening and/or early morning hours. 14.The Contractor shall communicate any/all known inaccuracies in the City's data caused by an outage or system failure and shall work to correct any inaccuracies within a reasonable period. 15.The Contractor shall provide electronic versions of all Hardware and Software technical documentation. This documentation should include, but not be limited to, the following: a. System and database administration procedures b. Integration programming specifications c. Customization specifications d. Interface specifications e. Backup and recovery procedures 16.The Contractor's online system would be linked to the City of Corpus Christi's website, and the application URL should be masked to indicate the City of Corpus Christi. Page 9 of 10 17.Upon termination or at the end of the contract period, the Contractor shall turn over all records, files, databases, and related project information and materials to the City within 90 days. 18.The Contractor will be required to provide the City with all invoices, revenue transactions, and alarm data for auditing purposes within one business day when requested by the City. Any planned auditing activities relevant to the hosted solution must be communicated to the Contractor in advance. Training Requirements The Contractor shall provide training for City employees. Training must be conducted in several sessions on an as needed basis. Page 10 of 10 Go.�us c �� CITY OF CORPUS CHRISTI CONTRACTS AND PROCUREMENT v BID FORM N^ORPOPPSE 1852 RFB No. 5206 Security Alarm Permitting and False Alarm Management System PAGE 1 OF 1 Date: 2/4/2025 Authorized Bidder: Alarm Program Systems LLC Signature: 7�L 1. Refer to "Instructions to Bidders" and Contract Terms and Conditions before completing bid. 2. Quote your best price for each item. 3. In submitting this bid, Bidder certifies that: a. the prices in this bid have been arrived at independently, without consultation, communication, or agreement with any other Bidder or competitor, for the purpose of restricting competition with regard to prices. b. Bidder is an Equal Opportunity Employer, and the Disclosure of Interest information on file with City's Contracts and Procurement office, pursuant to the Code of Ordinances, is current and true. c. Bidder is current with all taxes due and company is in good standing with all applicable governmental agencies. d. Bidder acknowledges receipt and review of all addenda for this RFB. Estimated Annual Estimated ITEM DESCRIPTION Estimated False Annual PERCENTAGE Total Cost COLLECTED Collected Alarm & Revenue Permits Percentage of collections 1 charged for billing of false $ 100 4,056 $ 405,600 16 % $ 64,896.00 alarm bills-Commercial Percentage of collections 2 charged for billing of false $ 100 1,352 $ 135,200 16 % $ 21,632.0 alarm bills- Residential 3 Percentage of permits for 911 $ 68,325 16 % $ 10,932.00 Commercial $ 75.00 4 Percentage of permits for 1,895 $ 94,750 16 % $ 15,160.00 Residential $ 50.00 Estimated Annual Total $ 112,620.0 Attachment C: Insurance and Bond Requirements A. CONTRACTOR'S LIABILITY INSURANCE 1 . 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. 2. Contractor must furnish to the City's Risk Manager and Director of Facilities & Property Management 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 Bodily Injury and Property Damage cancellation, non-renewal, material Per occurrence - aggregate change or termination required on all certificates and policies. COMMERCIAL GENERAL LIABILITY $1 ,000,000 Per Occurrence including: $1 ,000,000 Aggregate 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) $1 ,000,000 Combined Single Limit 1 . Owned 2. Hired and Non-Owned 3. Rented/Leased WORKERS'S COMPENSATION Statutory and complies with Part B (All States Endorsement if Company is of this Attachment. not domiciled in Texas) Employers Liability $500,000/$500,000/$500,000 Page 1 of 3 CRIME/EMPLOYEE DISHONESTY $1 ,000,000 Per Occurrence $1 ,000,000 Aggregate Contractor shall name the City of Corpus Christi, Texas as Loss Payee CYBER LIABILITY $1 ,000,000 Per Occurrence $1 ,000,000 Aggregate 3. 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. B. ADDITIONAL REQUIREMENTS 1 . 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. 2. 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. 3. 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 4. 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; Page 2 of 3 • Workers' compensation and employers' liability policies will provide a waiver of subrogation in favor of the City; and • 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. 5. 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. 6. 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. 7. 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. 8. 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. 9. It is understood and agreed that the insurance required is in addition to and separate from any other obligation contained in this contract. 2022 Insurance Requirements Purchasing Security Alarm Permitting and False Alarm Management 01/18/2022 sw Risk Management Bonds are not required for this service. Page 3 of 3 Attachment D: Warranty Warranty of this service agreement is null; warranty is not required. Page 1 of 1