Loading...
HomeMy WebLinkAboutC2021-046 - 3/2/2021 - Approved uucuolyII cnveiope w.ooiuivaO-vurI -w oo-�io�-o�ovci rwa,r DocuSign Envelope ID: FA5336ED-8472-4BDC-B3FF-B639F2A64EOC uwmr SERVICE AGREEMENT NO. 97035 Azure Stack HCI for Landfills THIS Azure Stack HCI for Landfills Agreement ("Agreement") is entered into by and between the City of Corpus Christi, a Texas home-rule municipal corporation ("City") and Area Electronics Systems, Inc., dba DataON ("Contractor"), effective upon execution by the City Manager or the City Manager's designee ("City Manager"). WHEREAS, Contractor has bid to provide Azure Stack HCI for Landfills in response to Request for Bid/Proposal No. 97035 ("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 will provide Azure Stack HCI for Landfills ("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. This Agreement is for five years, with performance commencing upon the date of issuance of a notice to proceed from the Contract Administrator or the Contracts and Procurement Department, or the performance date listed in the notice to proceed, whichever is later. 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 by written amendment prior to the expiration of the original term or the then-current Option Period. The City's extension authorization must be executed by the City Manager or designee. 3. Compensation and Payment. This Agreement is for an amount not to exceed $74,010.50, subject to approved extensions and changes. Payment will be made for Services completed and accepted by the City within 30 days of acceptance, subject to receipt of an acceptable invoice. Contractor shall invoice no more frequently than once per month. All pricing must be in accordance with the attached Bid/Pricing Schedule, 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. Any amount not expended during the initial term or any option period may, at the City's discretion, be allocated for use in the next option period. Invoices will be mailed to the following address with a copy provided to the Contract Administrator: Service Agreement Standard Form Page 1 of 7 Approved as to Legal Form December 15, 2020 uocusign tnvelope w:ba i u i uao-uur i-4ysn-aiaa-ayesn��rava i t DocuSign Envelope ID: FA5336ED-8472-4BDC-B3FF-B639F2A64EOC City of Corpus Christi Attn: Accounts Payable P.O. Box 9277 Corpus Christi, Texas 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: Phillip Grant Information Technology Department Phone: 361-826-3845 phillipg2@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. For multiple-release purchases of Services to be provided by the Contractor over a period of time, the City will exercise its right to specify time, place and quantity of Services to be delivered in the following manner: any City department or division may send to Contractor a purchase release order signed by an authorized agent of the department or division. The purchase release order must refer to this Agreement, and Services will not be rendered until the Contractor receives the signed purchase release order. Service Agreement Standard Form Page 2 of 7 Approved as to Legal Form December 15, 2020 LIUL;U01Y II CIIVCIupt-ILJ.00 IU I IF DocuSign Envelope ID: FA5336ED-8472-4BDC-B3FF-B639F2A64EOC 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 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 that are free from defects, 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 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. 11. Independent Contractor. Contractor will perform the 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 Standard Form Page 3 of 7 Approved as to Legal Form December 15, 2020 uocuaign r-nveiope w:oa 1 v i uyo-vvr i-4y3o-a i oa-oyoo�i.ryuyr DocuSign Envelope ID: FA5336ED-8472-4BDC-B3FF-B639F2A64EOC 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 faxes, Medicare taxes, FICA taxes, unemployment taxes and all other applicable taxes. Upon request, the City Manager shall be provided 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: Phillip Grant IT Infrastructure Manager 1201 Leopard St., Corpus Christi, TX 78401 Phone: 361-826-3845 Fax: n/a IF TO CONTRACTOR: Area Electronics Systems, Inc., dba DataON Attn: Howard Lo VP Sales and Marketing 1247 N. Lakeview Ave., Suite C, Anaheim, CA 92807 Phone: 888-726-8588 Fax: n/a 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 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, Service Agreement Standard Form Page 4 of 7 Approved as to Legal Form December 15, 2020 uocuoign tnveiope iu:ooiuiva3-vuri 4yao-aay oyooc. ryvar DocuSign Envelope ID: FA5336ED-8472-4BDC-B3FF-B639F2A64EOC 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, MISCONDUCT, 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 Manager may terminate this Agreement for Contractor's failure to comply with any of the terms of this Agreement. The Contract Administrator 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 Manager may terminate this Agreement immediately thereafter. (B) Alternatively, the City Manager may terminate this Agreement for convenience upon 30 days advance written notice to the Contractor. The City Manager 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. 19. Owner's Manual and Preventative Maintenance. Contractor agrees to provide a copy of the owner's manual and/or preventative maintenance guidelines or instructions if available for any equipment purchased by the City pursuant to this Agreement. Contractor must provide such documentation upon delivery of such equipment and prior to receipt of the final payment by the City. 20. Limitation of Liability. The City's maximum liability under this Agreement is limited to the total amount of compensation listed in Section 3 of this Agreement. In no event shall the City be liable for incidental, consequential or special damages. 21. 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. The performance of this Agreement by the Contractor is of the essence of this Agreement, and the City Manager's right to Service Agreement Standard Form Page 5 of 7 Approved as to Legal Form December 15, 2020 uocuaign tnveiope iu:ooiuiva3-vuri-wyoo-yioy-oyooc�,ryuyir DocuSign Envelope ID: FA5336ED-8472-4BDC-B3FF-B639F2A64EOC withhold consent to such assignment is within the sole discretion of the City Manager on any ground whatsoever. 22. 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. 23. 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; C. the bid solicitation document including any addenda (Exhibit 1); then, D. the Contractor's bid response (Exhibit 2). 24. Certificate of Interested Parties. Contractor agrees to comply with Texas Government Code Section 2252.908, as it may be amended, and to complete Form 1295 "Certificate of Interested Parties" as part of this Agreement if required by said statute. 25. 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. 26. 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. 27. 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. Service Agreement Standard Form Page 6 of 7 Approved as to Legal Form December 15, 2020 vocuoign cnveiope w.naivivao-WrI I0U-0VDo4. r_VUUIr DocuSign Envelope ID: FA5336ED-8472-4BDC-B3FF-B639F2A64EOC CONTRACTOR DocuSigned by: Signature: E794 D4151 E3047A... Printed Name:Howard Lo Title: vice President Date: 1/22/2021 Res.032373 Authorized By CITY OF CORPUS CHRISTI Council 03/02/2021 D o cu Signed by: CA, L-6 DS Josh �irony Er S_i5 Interim Assistant Director, Contracts and Procurement Date: 3/3/2021 Attached and Incorporated by Reference: Attachment A: Scope of Work Attachment B: Bid/Pricing Schedule Attachment C: Insurance and Bond Requirements ATTEST: DocuSigned by: Attachment D: Warranty Requirements Incorporated by Reference Only: Rebecca Huerta Exhibit 1 : RFB/RFP No. 97035 City Secretary Exhibit 2: Contractor's Bid/Proposal Response Service Agreement Standard Form Page 7 of 7 Approved as to Legal Form December 15, 2020 DocuSign Envelope ID: FA5336ED-8472-4BDC-B3FF-B639F2A64EOC ATTACHMENT A: SCOPE OF WORK PROJECT NAME: DataON Solid Waste Server Refresh PROJECT ADDRESS: City of Corpus Christi 1201 Leopard Street, Corpus Christi Texas, 78401 , 2397 Co Rd 20, Robstown, TX 78415, and 6594 Greenwood Dr, Corpus Christi, TX 78415. Scope of Work: A. The Contractor shall deliver the four servers to 1201 Leopard Street for the Cefe & Elliot Landfills. B. The contractor shall include Data on management Utility Software Tools for each server. C. The Contractor shall provide Remote Hands-On Deployment Services and training for the two sites. D. The Contractor shall include hardware and warranty support for the servers, which includes power supplies, or any other items that are related to hardware being purchased. E. The Contractor shalll provide NBD (Next Business Day) replacement on failed parts, which will include support via email, WebEx, and phone. F. The Contractor shalll provide an 8-hour response time; 7 days a week: 24 hours a day hardware support. G. Contract Administrator for IT: Phillip Grant, phone number 361-826-3845, hillba2CE?cc exas.com. Page 1 of 1 DocuSign Envelope ID: FA5336ED-8472-4BDC-B3FF-B639F2A64EOC I II \/,4Ct)'2017 20 19cvO 93 YUUM1. luG %n-11 ATTacnmenT lS: raid/Pricing Schedule F// iii y'"��'f T1I[IIM'�wll-"�"1PV Sr /' i ClF EXCELLEhNCE Quotation , JJ i j' .�.��,...�.��,...�.��,,.��,.��,.��,.��,.. - ta"I'Ma/l/1"', l �wr The City of Corpus Christi(TX) Quote Date: 1/5/2021 Sam Bhakta I Josh Chronley Valid Thru: 3/31/2021 (361)826-3094 Phone: (714)-993-0300 oiiillfllohoidouu11111 il SamitBr(,)cctexas.com Fax: (714)-386-6125 u °w l u. 4P.tl a ,n '.�Itl.. d V A u" tl � pppp � VIII VIII�� �IIII IIIIIIII III IIIIIIII III III IIIIIIIIIIII SII Ben Milbourne Net 30 Da with Credit A royal FedEx LTL Freight Y pp 9 12r ject/ od n lun � 2x K2N 216 HCI Appliances for ELLIOT2/CEFE2 Landfills � y Ila yryry ryr � r y� �r�r rrrrrlrrrrryl iririr lr ll JIJJJJddll�'J�JJJ� � JJJJJ Jlr)l)r„J,l llllJJl l IJIJJ JJ JJ J I 11 J l Part A,-Complete platform 4 S2113-526i ata T"S2113-56i 211.11 16 x 2.5"dill ....e HC1 Ready Node Form factor: 2U Rack Server, 3.42" H x 17.24"W x 28.86' D 1.. Supports Dual Intel Xeon®Scalable- Gen 2 Processor Series&(24)DDR4 DIMM .) Drive Bay: (16) NVMe U.2 2.5" Hot-swappable PCIe Slot: (7) PCIe 3.0 x8 or(2)x18 + (3)x8 Onboard NIC: (2) Built-In 1OGbE R345 piMi �N 1300W(1+1) 110V hot-swappable redundant PSU with NEMA 5-15 Power Cords Intel®Remote Management Module 4 1 S2D-MUST DataON®MUST -Management Utility Software Tools 8 CPU-XEON-4214Y-08 Intel®Xeon®Scalable Gen.2 Silver 4214Y 2.4 GHz,8-Core, 16.5MB Cache 16 MMD4-32G-2933 Samsung®32GB DDR4 2933MHz ECC-Register RDIMM 8 M.2-S4510-480 Intel®S451OTm 48OGB SATA M.2 Boot Drive For OS 20 SSD-IN-P4510-2T(U.2) Intel®DC P451OTm NVMe 2TB 2.5"SSD;Storage Tier 8 NC-MCX4121AACAT �Mellanoxg Connect)(-4 Lx EN Dual Port SFP+ 10/25GbE RDMA Card 4 CB-MCP2MOO-A( 3M Mellanox®LinkXTm Passive Copper cable, ETH,up to 25Gb/s,SFP28,28 AWG Notef � Microsoft Whridows Server IllNot Linc ud d ............................................................................................................................................................................................................................................................................................................................................... Part A: $ 58,270.00 IIIIIII IIIIII IIII IIdII IIIIIIII IIIIIIII IIII VIII IIIIIII IIIIII II IIII I IIIIII II IIIIIII IIdII IIIIII II IIIIII IIIIIIIIIIII IIIIII IIIIII II VIII III VIII�� 1247 19 I alkeview Ave, " � � II. dalw�,i� sales(Cludaway l�sloi age C S�,liv C',cr�l�a ��Il.rr dA 9 8Q"I I r'r�ra ;: 4 ryl.rr I el 11..888 726 61588 Continue On Next Page 1/2 000uSo-8472-4000'e3FF-o639F2A64soo o1:::v*(c)2017 oo mevoea WRTY-5YR-WW 5 Years DataON'"Advanced Replacement Warranty&Support $ 8,740.50 1 SPRT-HCI-DMT DataON­ HC1 Remote Hands-On Deployment Services with 4 Hours Training 3 5 0 0 0 0 Solution Overview: Sales"Ill"aix Not Lincludedl ��t�� 74,010.50 64 CPU Cores Total 128GBRAM Per Node Shipping, Handling and Insurance: Included 0 [ache Drive Per Node (5) SSD Per Node Sales Tax: 0 HDD Per Node Resiliency 2-WayMirroring 52CyK2N Grand Total; $ 74\010.S0 14.4 TB Usable Storage Total 10096All Flash Gb/sKDMANetwork P0#: Special Notice: (2)separate clusters for ELLI0T2/[EFE2 sites ~7.2TBusable capacity per cluster Authorized Signature Date Warranty and Support Terms: Staiterneint of Coindlitiorl I rI ieinm,mauonmmmuocumeii:muelleveumueacm,aLe *oweve,.l z*/7service and hardware support assumeono,eoponsiuiftym,macm,acleo.e,m,s.o,omissions,and shall nol:ue Standard business hours: 7am–apmPST,Monday-Friday ��able m'ui'ecL.mul'ecL.special, ncmenLal.o,consequenualuamames,emlunmfom any such eno,o,ommsionlmnol:,eoponsmlem,pncling o,ome,e,m,s.and Web Form: submit ane'supFmrt request form at ieme,`esme,lmhl:Lo cancel ome,sansling oamsuch e,m,s zl nay malkechanges Lomm pmposal muuumm changes o,upuaLesmme For phone support,call: +z'000'soo'9sos pmuucLsand seiviceouesci bed,including pncmm.wftmoul:nodceo,ounmauon For e-mail support,mntact�� DataON ��xnmm,mauonsuppneum,mepu,pose mmmpmposalmLouemnsme,e1 cowpzoswnxmm,mauon belonging Lo l Sales Rep: uenm@uataunsoumge.mm I to � ��U�C�°� /%u�U �� �� —� - ~ �� �� s�imt|�m m��°� �� 124 m u,xemewAve,su|tec,Ai ahe|m cnmaen7 sma�l dal:aon_sales(CDdal:aonstoi age com � Tel�� +z666 726 esee 2/2 DocuSign Envelope ID: FA5336ED-8472-4BDC-B3FF-B639F2A64EOC Attachment C: Insurance Requirements Insurance is not required for this agreement; therefore, Section 5 - Insurance; Bonds, subsection 5 (A) and 5 (B) is null and void. Page 1 of 1 DocuSign Envelope ID: FA5336ED-8472-4BDC-B3FF-B639F2A64EOC Attachment D: Warranty Requirements Warranty is not required for this agreement; therefore, Section 8 - Warranty, subsection 8(A) and 8(B) is null and void.