Loading...
HomeMy WebLinkAboutC2021-283 - 10/26/2021 - Approved Service Agreement – mobile computer equipment Page 1 of 7 SERVICE AGREEMENT NO. 3909 Mobile Data Computer Refresh THIS Mobile Data Computer Refresh Agreement ("Agreement") is entered into by and between the City of Corpus Christi, a Texas home-rule municipal corporation (“City”) and Turn-Key Mobile, Inc. (“Contractor"), effective upon execution by the City Manager or the City Manager’s designee (“City Manager”). WHEREAS, Contractor has bid to provide products and installation for a Mobile Data Computer Refresh in response to Request for Bid/Proposal No. DIR-TSO-4025 (“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 Mobile Data Computer Refresh (“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 one year. The parties may mutually extend the term of this Agreement for up to zero additional zero-year periods (“Option Period(s)”), provided, the parties do so in writing prior to the expiration of the original term or the then-current Option Period. 3. Compensation and Payment. This Agreement forms an integral part of separate lease-purchase financing transaction; as such, the Contractor will be paid an all- inclusive amount for all products and installation Services directly by the party providing the financing, which is Kansas State Bank (“KSB”). Services performed by Contractor remain subject to acceptance by the City. 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. Copies of invoices (for record and warranty purposes) involving the Services must be mailed to the following address with a copy provided to the Contract Administrator: DocuSign Envelope ID: C4C3DE8B-21AE-42FE-8795-6CB8D54BC0F1DocuSign Envelope ID: 329F4648-B63B-4C0F-9E9B-A29E7B3B9506 Service Agreement – mobile computer equipment Page 2 of 7 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: Greg Johnson Information Technology Department 361-826-8354 gregj@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. 7. Inspection and Acceptance. City may inspect all Services supplied before acceptance. Any Services that are provided but not accepted by the City must DocuSign Envelope ID: C4C3DE8B-21AE-42FE-8795-6CB8D54BC0F1DocuSign Envelope ID: 329F4648-B63B-4C0F-9E9B-A29E7B3B9506 Service Agreement – mobile computer equipment Page 3 of 7 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. 12. Subcontractors. In performing the Services, the Contractor is permitted to enter into subcontracts or utilize the services of subcontractors. Contractor shall ensure DocuSign Envelope ID: C4C3DE8B-21AE-42FE-8795-6CB8D54BC0F1DocuSign Envelope ID: 329F4648-B63B-4C0F-9E9B-A29E7B3B9506 Service Agreement – mobile computer equipment Page 4 of 7 that all subcontractors adhere to the requirements of this Agreement, including the provisions that require obtaining and maintaining insurance coverages required by this Agreement. Contractor shall remain responsible for the obligations and performance of the Services required to be provided and completed pursuant to this Agreement to the same degree as if the Contractor had performed and completed the Services. 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 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: Greg Johnson IT Public Safety Manager 321 John Sartain, 5th Floor, Corpus Christi, TX 78401 Phone: 361-826-8354 Fax: n/a IF TO CONTRACTOR: Turn-Key Mobile, Inc. Attn: Mike Southhard President/Owner 4510 County Club Dr., Jefferson City, MO 65109 Phone: 573-893-9888 Fax: 314-754-9794 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 DocuSign Envelope ID: C4C3DE8B-21AE-42FE-8795-6CB8D54BC0F1DocuSign Envelope ID: 329F4648-B63B-4C0F-9E9B-A29E7B3B9506 Service Agreement – mobile computer equipment Page 5 of 7 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, 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 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) Alternatively, 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. 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 DocuSign Envelope ID: C4C3DE8B-21AE-42FE-8795-6CB8D54BC0F1DocuSign Envelope ID: 329F4648-B63B-4C0F-9E9B-A29E7B3B9506 Service Agreement – mobile computer equipment Page 6 of 7 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. DocuSign Envelope ID: C4C3DE8B-21AE-42FE-8795-6CB8D54BC0F1DocuSign Envelope ID: 329F4648-B63B-4C0F-9E9B-A29E7B3B9506 Service Agreement – mobile computer equipment Page 7 of 7 CONTRACTOR Signature: Printed Name: Title: Date: CITY OF CORPUS CHRISTI ________________________________________________ Josh Chronley Assistant Director, Contracts and Procurement Date: _________________________ Approved as to form: , 2021 Attached and Incorporated by Reference: Attachment A: Scope of Work Attachment B: Bid/Pricing Schedule Attachment C: Insurance and Bond Requirements Attachment D: Warranty Requirements Incorporated by Reference Only: Exhibit 1: RFB/RFP No. DIR-TSO-4025 Exhibit 2: Contractor’s Bid/Proposal Response DocuSign Envelope ID: C4C3DE8B-21AE-42FE-8795-6CB8D54BC0F1 10/11/2021 Presidnet Mike Southard DocuSign Envelope ID: 329F4648-B63B-4C0F-9E9B-A29E7B3B9506 11/3/2021 Res. 032590 10-26-2021 ___________________Authorized By Council ________________________ 11/3/2021 ATTEST: _____________________________ Rebecca Huerta City Secretary Page 1 of 4 RFQ Revised 4.19.2019 ATTACHMENT A: SCOPE OF WORK PROJECT NAME: Mobile Data Computers for Police, Fire, Animal Control and Airport Police PROJECT ADDRESS: Police Department, 321 John Sartain, Corpus Christi, TX 78401 Background: The current Datalux mobile data computers were purchased in September of 2014. The mobile data computers are past end of life and have been failing which warrants replacement. This will replace the existing mobile data computers with Panasonic mobile data computers with five years of support, mounts, cabling, and hardware. The finance will be through KC StateBank. Scope of Work: I. Contractor shall provide Installation(s) and Deliverable(s) as follows: A. Panasonic CF33 Equipment 1. Panasonic Public Sector Specific, Win10 Pro, Intel Core i5-10310U 1.7GHz (4.4GHZ), VPro, 12.0" QHD Gloved Multi Touch+Digitizer, 16GB, 512GB OPAL SSD, Intel WiFi 6, Bluetooth, 4g LTE Band 14 (EM7511), DGPS, Dual Pass (CH1:WWAN, CH2:DGPS), Infrared Webcam, 8MP Rear Cam, Contactless SmartCard, Standard Batteries (2), TPM 2.0, FLAT, CF-SVCPDEP3Y – ToughBook Touchpad Premier Deployment – including Imaging, Customer Portal Access, Multilocation shipping and Disk Image Management of Panasonic National Service Center (Years 1, 2, 3,), FZ-SVC512SSD3Y – 512GB SSD – Toughpad No Return of Defective Drive (Years 1, 2, 3) FZ-SVCTPNF3yr – Protection Plus Warranty – Tablet PC (years 1, 2, 3), CF-SVCBIOS1 – NSC Custom BIOS Post Sale Entitlement., CF-SVCADDPRM12B – Absolute Resilience – 12 Month Term – Panasonic Bundle Sled Customer Only. 2. Panasonic 12.0” Screen Protector for CF-33 3. Panasonic Service Bundle 4th and 5th years Public Safety Service Bundle Add on (Year 4 & 5 only). Must be purchased in conjunction with PS bundle base unit. Includes Premier, Protection Plus, Customer Portal, Disk Image Management, HDD No Return 4. Panasonic Premium Keyboard for CF-33. Emissive Red Backlit (4 levels).Handle/kickstand - display can be opened to any angle. Compatible with Tablet, 33 Laptop Vehicle Dock, and 33 Desktop Dock. Ethernet, SDXC (full-size), HDMI, VGA, USB 2.0, USB 3.0 (2), Serial DocuSign Envelope ID: C4C3DE8B-21AE-42FE-8795-6CB8D54BC0F1DocuSign Envelope ID: 329F4648-B63B-4C0F-9E9B-A29E7B3B9506 Page 2 of 4 RFQ Revised 4.19.2019 5. Panasonic iKey Full Travel Keyboard - Cable Connectivity – USB Interface TouchPad - Emergency, Adjustable Backlighting Hot Key(s) INTEGRATED TOUCHPAD & USB CABLE B. Cradlepoint Equipment 1. Panasonic Cradlepoint 5-yr NetCloud Mobile FIPS Essentials and Advanced Plans and IBR900 FIPS router with WiFi (1000Mbps modem) no AC power supply or antennas, North America. Includes Power/GPIO cable only; includes a single embedded 1200BM modem module; FIPS Restricted SKU. 2. Airgain Multimax FV 5-in-1 High performance up to 5-in-1 Compact External IP67 antenna with Dual Cell/LTE, Dual WiFi (1200Mbps modem), no AC power supply or antennas, North America. Includes power/GPIO cable only; included single embedded 1200BM modem module; FIPS Restricted SKU. 3. Panasonic Cradlepoint 5-yr NetCloud Mobile FIPS Essentials and Advanced Plans and IBR1700 FIPS router with WiFi (1200Mbps modem), no AC power supply or antennas, North America. Includes power/GPIO cable only; includes a single embedded 1200BM modem module; FIPS Restricted SKU. 4. Airgain Centurnion 9-in-1 High Performance External IP67 Antennas with 4x4 LTE, 4x4 Wi-Fi and GNSS with mesh sleeving around all cables including the GPS *** If going on 2020 Ford PIU will need -QR- for modified gasket. *** C. Laptop dock 1. Panasonic Gamber-Johnson Trimline Lite Tablet Vehicle Dock (no pass) for the CF-33 tablet only with LIND power supply. USB 2.0 (4), USB 3.0 (2), Serial Ethernet (2), Docking Connector, Power, Release Lever, Lock 2. Gamber-Johnson Mounting Bracket Assembly for the Lind Power Supply (to a flat surface). 3. TKM – Gamber-Johnson Dock 4th and 5th year extended Warranty per dock. 4. Gamber Johnson Miscellaneous mounting hardware for various vehicle types. D. Contracted Installation of Equipment (C and S Truck Equipment) 1. CF-33 Tablet Mount Docks 2. Cradlepoint and antennas 3. Manufacture/modify brackets for on-dash mount to attach to Plastix Plus Console 4. Customer Supplied Center Consoles in Ford PIU II. Deliverable Materials A. Panasonic ToughBook Rugged CF-33 DocuSign Envelope ID: C4C3DE8B-21AE-42FE-8795-6CB8D54BC0F1DocuSign Envelope ID: 329F4648-B63B-4C0F-9E9B-A29E7B3B9506 Page 3 of 4 RFQ Revised 4.19.2019 B. Installation of dock w/power & Cradlepoint, console, mounting hardware, motion attachment, and keyboard will be completed for vehicles designated by City. III. Contractor Responsibilities Turn-Key Mobile, Inc., will provide: 1. Deliverable materials. 2. Installation of equipment through a subcontractor IV. City Responsibilities City will provide timely access to all vehicles the equipment is to be installed. V. Completion Criteria The Contractor shall have fulfilled its’ obligations when the following has occurred: HARDWARE: 1. Hardware has been received by City and installation has been performed. 2. Contractor accomplishes the Contractor activities described within this SOW, including delivery to City of the materials listed in the Section entitled “Deliverable Materials,” and City accepts such activities and materials without unreasonable objections. VI. Project Change Request Procedure The following process will be followed if a change to this SOW is required: 1. A Project Change Request (PCR) will be the vehicle for communicating change. The PCR must describe the change in detail, the rationale for the change, and the effect the change will have on the project. 2. The designated Project Managers of the requesting party Contractor Terry Cage or the City point of contact, Greg Johnson, will review the proposed change and determine whether to submit the request to the other party. 3. Any cost for the PCR is subject to a written amendment approved by the Contractor and the City. City Point of Contact Greg Johnson DocuSign Envelope ID: C4C3DE8B-21AE-42FE-8795-6CB8D54BC0F1DocuSign Envelope ID: 329F4648-B63B-4C0F-9E9B-A29E7B3B9506 Page 4 of 4 RFQ Revised 4.19.2019 Information Technology 321 John Sartain, 5th floor Corpus Christi, TX 78401 Office 361-826-8354 Cell 361-290-1071 gregj@cctexas.com Contractor Point of Contact Mike Southard-Owner Office 573-893-9888 Toll Free office 844-808-8890 Cell 573-619-5181 mike@turnkeymobile.com DocuSign Envelope ID: C4C3DE8B-21AE-42FE-8795-6CB8D54BC0F1DocuSign Envelope ID: 329F4648-B63B-4C0F-9E9B-A29E7B3B9506 Invoice Date 9/9/2021 Invoice # 34228 Bill To City of Corpus Christi Accounts Payable PO Box 9277 Corpus Christi, TX 78469-9277 Ship To City of Corpus Christi Attn Greg Johnson 321 John Sartain 5 Flr Admin Corpus Chris, TX 78401 Turn-Key Mobile, Inc. ISS Terry Terms Net 30 Due Date 10/9/2021 Sales Rep LJA PO# Shipping is included. 573-893-9888 Total Balance Due Payments/Credits 4510 Country Club Dr Jefferson City, MO 65109 Fax 314-754-9794 ***PLEASE NOTE - EFFECTIVE 7/1/2021 OUR NEW ADDRESS WILL BE*** 4510 COUNTRY CLUB DR, JEFFERSON CITY, MO 65109 Item Description Qty Rate Total Rev 3 CF-33RZ-0BVM Panasonic PUBLIC SECTOR SPECIFIC, WIN10 PRO, INTEL CORE I5-10310U 1.7GHZ (4.4GHZ), VPRO, 12.0" QHD GLOVED MULTI TOUCH+DIGITIZER, 16GB, 512GB OPAL SSD, INTEL WI-FI 6, BLUETOOTH, 4G LTE BAND 14 (EM7511), DGPS, DUAL PASS (CH1:WWAN/CH2:DGPS), INFRARED WEBCAM, 8MP REAR CAMERA, CONTACTLESS SMARTCARD, STANDARD BATTERIES (2), TPM 2.0, FLAT, CF-SVCPDEP3Y - TOUGHBOOK TOUGHPAD PREMIER DEPLOYMENT - INCLUDES IMAGING, CUSTOMER PORTAL ACCESS, MULTILOCATION SHIPPING AND DISK IMAGE MANAGEMENT AT THE PANASONIC NATIONAL SERVICE CENTER (YEARS 1,2,3), FZ-SVC512SSD3Y - 512GB SSD - TOUGHPAD NO RETURN OF DEFECTIVE DRIVE (YEARS 1,2, 3), FZ-SVCTPNF3YR - PROTECTION PLUS WARRANTY - TABLET PC (YEARS 1, 2, 3), CF-SVCBIOS1 - NSC CUSTOM BIOS POST SALE ENTITLEMENT., CF-SVCADDPRM12B - ABSOLUTE RESILIENCE - 12 MONTH TERM - PANASONIC PS BUNDLE SLED CUSTOMER ONLY. 260 2,736.00 711,360.00 CF-VPF34U Panasonic 12.0" Screen Protector for CF-33 300 74.00 22,200.00 CF-SVCADDPRM... Panasonic ABSOLUTE RESILIENCE 48MO UPG TERM PANASONICPS BNDL SLED CUSTONLY 260 0.00 0.00 Page 1 Attachment B: Bid/Pricing ScheduleDocuSign Envelope ID: C4C3DE8B-21AE-42FE-8795-6CB8D54BC0F1DocuSign Envelope ID: 329F4648-B63B-4C0F-9E9B-A29E7B3B9506 Invoice Date 9/9/2021 Invoice # 34228 Bill To City of Corpus Christi Accounts Payable PO Box 9277 Corpus Christi, TX 78469-9277 Ship To City of Corpus Christi Attn Greg Johnson 321 John Sartain 5 Flr Admin Corpus Chris, TX 78401 Turn-Key Mobile, Inc. ISS Terry Terms Net 30 Due Date 10/9/2021 Sales Rep LJA PO# Shipping is included. 573-893-9888 Total Balance Due Payments/Credits 4510 Country Club Dr Jefferson City, MO 65109 Fax 314-754-9794 ***PLEASE NOTE - EFFECTIVE 7/1/2021 OUR NEW ADDRESS WILL BE*** 4510 COUNTRY CLUB DR, JEFFERSON CITY, MO 65109 Item Description Qty Rate Total CF-SVCPSY5 Panasonic Service Bundle 4th and 5th years Public Safety Service Bundle Add on (Year 4 & 5 only). Must be purchased in conjunction with PS bundle base unit.Includes Premier, Protection Plus, Customer Portal, Disk Image Management, HDD No Return 260 578.00 150,280.00 GJT-33-TVD0-L-L... Panasonic Gamber-Johnson Trimline Lite Tablet Vehicle Dock (no pass) for the CF-33 tablet only with LIND power supply. USB 2.0 (4), USB 3.0 (2), Serial, Ethernet (2), Docking Connector, Power, Release Lever, Lock 251 996.00 249,996.00 PAN WARRANTY 2 TKM - GAMBER JOHNSON Dock 4th and 5th year extended Warranty per dock 251 0.00 0.00 7160-0936 Gamber Johnson Mounting Bracket Assembly for the Lind Power Supply (to a flat surface) 251 0.00 0.00 IK-88-TP-USB-P Panasonic iKey Full Travel Keyboard - Cable Connectivity - USB InterfaceTouchPad - Emergency, Adjustable Backlighting Hot Key(s) INTEGRATED TOUCHPAD & USB CABLE 259 325.00 84,175.00 CP-I90010M5YFA Panasonic Cradlepoint 5-yr NetCloud Mobile FIPS Essentials and Advanced Plans and IBR900 FIPS router with WiFi (1000Mbps modem), no AC power supply or antennas, North America. Includes power/GPIO cable only; includes a single embedded 1200BM modem module; FIPS Restricted SKU 251 1,832.50 459,957.50 AP-MMF-CCWW... Airgain MULTIMAX FV 5-in-1 High Performance Up to 5-in-1 Compact External IP67 Antenna with Dual Cell/LTE, Dual Wi-Fi & GNSS. Mesh sleeving around all cables including the GPS AP-MMF-CCWWG-Q-S22222-RP34-MS-BL-15 251 0.00 0.00 Page 2 DocuSign Envelope ID: C4C3DE8B-21AE-42FE-8795-6CB8D54BC0F1DocuSign Envelope ID: 329F4648-B63B-4C0F-9E9B-A29E7B3B9506 Invoice Date 9/9/2021 Invoice # 34228 Bill To City of Corpus Christi Accounts Payable PO Box 9277 Corpus Christi, TX 78469-9277 Ship To City of Corpus Christi Attn Greg Johnson 321 John Sartain 5 Flr Admin Corpus Chris, TX 78401 Turn-Key Mobile, Inc. ISS Terry Terms Net 30 Due Date 10/9/2021 Sales Rep LJA PO# Shipping is included. 573-893-9888 Total Balance Due Payments/Credits 4510 Country Club Dr Jefferson City, MO 65109 Fax 314-754-9794 ***PLEASE NOTE - EFFECTIVE 7/1/2021 OUR NEW ADDRESS WILL BE*** 4510 COUNTRY CLUB DR, JEFFERSON CITY, MO 65109 Item Description Qty Rate Total CP-I170012M5YFA Panasonic Cradlepoint 5-yr NetCloud Mobile FIPS Essentials and Advanced Plans and IBR1700 FIPS router with WiFi (1200Mbps modem), no AC power supply or antennas, North America. Includes power/GPIO cable only; includes a single embedded 1200BM modem module; FIPS Restricted SKU 26 2,342.00 60,892.00 AP-C4W4G-Q-SM... Airgain CENTURNION 9-in-1 High Performance External IP67 Antenna with 4x4 LTE, 4x4 Wi-Fi and GNSS with mesh sleeving around all cables including the GPS *** If going on 2020 Ford PIU will need -QR- for modified gasket.*** AP-C4W4G-Q-SMA-RP5678-MS-BL-15 26 0.00 0.00 Subtotal 1,738,860.50 Installation - Contr... INSTALL DOCK CF33 tablet mount, keyboard attachment and power supply. This includes shop supplies used on install 240 181.00 43,440.00 Installation - Contr... INSTALL Cradlepoint and antenna. This includes shop supplies used on install 263 231.00 60,753.00 Installation - Contr... INSTALL MANUFACTURE/ MODIFY BRACKETS FOR ON DASH MOUNTS TO ATTACH TO PLASTIX PLUS CONSOLES 96 70.00 6,720.00 Installation - Contr... INSTALL CUSTOMER SUPPLIED CENTER CONSOLES IN FORD PIU. 20 175.32 3,506.40 Subtotal 114,419.40 Crown Vic 2008-11 Intercepter 2013-15 Solution for vehicles with consoles. DS-138 GAMBER JOHNSON Universal vertical surface mount, small 11 43.00 473.00 Page 3 DocuSign Envelope ID: C4C3DE8B-21AE-42FE-8795-6CB8D54BC0F1DocuSign Envelope ID: 329F4648-B63B-4C0F-9E9B-A29E7B3B9506 Invoice Date 9/9/2021 Invoice # 34228 Bill To City of Corpus Christi Accounts Payable PO Box 9277 Corpus Christi, TX 78469-9277 Ship To City of Corpus Christi Attn Greg Johnson 321 John Sartain 5 Flr Admin Corpus Chris, TX 78401 Turn-Key Mobile, Inc. ISS Terry Terms Net 30 Due Date 10/9/2021 Sales Rep LJA PO# Shipping is included. 573-893-9888 Total Balance Due Payments/Credits 4510 Country Club Dr Jefferson City, MO 65109 Fax 314-754-9794 ***PLEASE NOTE - EFFECTIVE 7/1/2021 OUR NEW ADDRESS WILL BE*** 4510 COUNTRY CLUB DR, JEFFERSON CITY, MO 65109 Item Description Qty Rate Total 7160-0178 GAMBER JOHNSON 7" Center Upper Pole 11 53.00 583.00 7170-0513-01 Gamber Johnson Tall Tablet Display Mount Kit: Quad-Motion TS5 and Quick Release Keyboard Tray 11 202.00 2,222.00 Transits 2017-20 qty 3 7160-0537 Gamber Johnson 2015+ Ford Transit and 2016+ Mercedes-Benz Metris Van Base 3 50.00 150.00 DS-LOWER-9 GAMBER JOHNSON 9" Lower Tube Assembly 3 37.00 111.00 7160-0178 GAMBER JOHNSON 7" Center Upper Pole 3 53.00 159.00 7170-0512-01 GAMBER JOHNSON Tall Tablet Display Mount Kit: Mongoose and Quick Release New Keyboard Tray 3 395.00 1,185.00 7160-0231 GAMBER JOHNSON Adjustable Support Brace - Long 3 54.00 162.00 DS-STEP GAMBER JOHNSON, LOW PROFILE ADJUSTABLE MOUNTING BRACKET 3 40.00 120.00 Animal Control qty 4 2008 F250 7160-0045 GAMBER JOHNSON 1999-2008 Ford F-250 to F-750 Super Duty Vehicle base 4 83.00 332.00 DS-LOWER-9 GAMBER JOHNSON 9" Lower Tube Assembly 4 37.00 148.00 QADJ-UPPER-M GAMBER JOHNSON 8" long quick adjust upper tube assembly 4 69.00 276.00 7170-0512-01 GAMBER JOHNSON Tall Tablet Display Mount Kit: Mongoose and Quick Release New Keyboard Tray 4 395.00 1,580.00 7160-0230 GAMBER JOHNSON Short Support Brace (10.3" - 16.3") 4 45.00 180.00 Animal Control qty 5 2016 F-250 7160-0281 GAMBER JOHNSON Ford F-250-550 Super Duty (2011-2016) and F-650/750 Super Duty (2011+) Vehicle Base 5 92.00 460.00 Page 4 DocuSign Envelope ID: C4C3DE8B-21AE-42FE-8795-6CB8D54BC0F1DocuSign Envelope ID: 329F4648-B63B-4C0F-9E9B-A29E7B3B9506 Invoice Date 9/9/2021 Invoice # 34228 Bill To City of Corpus Christi Accounts Payable PO Box 9277 Corpus Christi, TX 78469-9277 Ship To City of Corpus Christi Attn Greg Johnson 321 John Sartain 5 Flr Admin Corpus Chris, TX 78401 Turn-Key Mobile, Inc. ISS Terry Terms Net 30 Due Date 10/9/2021 Sales Rep LJA PO# Shipping is included. 573-893-9888 Total Balance Due Payments/Credits 4510 Country Club Dr Jefferson City, MO 65109 Fax 314-754-9794 ***PLEASE NOTE - EFFECTIVE 7/1/2021 OUR NEW ADDRESS WILL BE*** 4510 COUNTRY CLUB DR, JEFFERSON CITY, MO 65109 Item Description Qty Rate Total DS-LOWER-9 GAMBER JOHNSON 9" Lower Tube Assembly 5 37.00 185.00 7160-0178 GAMBER JOHNSON 7" Center Upper Pole 5 53.00 265.00 7170-0512-01 GAMBER JOHNSON Tall Tablet Display Mount Kit: Mongoose and Quick Release New Keyboard Tray 5 395.00 1,975.00 7160-0230 GAMBER JOHNSON Short Support Brace (10.3" - 16.3") 5 45.00 225.00 Ford F150 2009-10 DS-124 GAMBER JOHNSON Vehicle base for Ford F-150 (New Body Style 2004-2014) 3 89.00 267.00 DS-LOWER-9 GAMBER JOHNSON 9" Lower Tube Assembly 3 37.00 111.00 7160-0178 GAMBER JOHNSON 7" Center Upper Pole 3 53.00 159.00 7170-0513-01 Gamber Johnson Tall Tablet Display Mount Kit: Quad-Motion TS5 and Quick Release Keyboard Tray 3 202.00 606.00 7160-0230 GAMBER JOHNSON Short Support Brace (10.3" - 16.3") 3 45.00 135.00 Ford F-150 2020 7160-0554 GAMBER JOHNSON Ford F-150 Aluminum Body (2015+), F-250 to 550 (2017+) & Super Duty (2017+) Vehicle Base 3 95.00 285.00 DS-LOWER-9 GAMBER JOHNSON 9" Lower Tube Assembly 3 37.00 111.00 7160-0178 GAMBER JOHNSON 7" Center Upper Pole 3 53.00 159.00 7170-0513-01 Gamber Johnson Tall Tablet Display Mount Kit: Quad-Motion TS5 and Quick Release Keyboard Tray 3 202.00 606.00 7160-0230 GAMBER JOHNSON Short Support Brace (10.3" - 16.3") 3 45.00 135.00 Explorer 2016-2018 This will not work if any of these are civilian models. Page 5 DocuSign Envelope ID: C4C3DE8B-21AE-42FE-8795-6CB8D54BC0F1DocuSign Envelope ID: 329F4648-B63B-4C0F-9E9B-A29E7B3B9506 Invoice Date 9/9/2021 Invoice # 34228 Bill To City of Corpus Christi Accounts Payable PO Box 9277 Corpus Christi, TX 78469-9277 Ship To City of Corpus Christi Attn Greg Johnson 321 John Sartain 5 Flr Admin Corpus Chris, TX 78401 Turn-Key Mobile, Inc. ISS Terry Terms Net 30 Due Date 10/9/2021 Sales Rep LJA PO# Shipping is included. 573-893-9888 Total Balance Due Payments/Credits 4510 Country Club Dr Jefferson City, MO 65109 Fax 314-754-9794 ***PLEASE NOTE - EFFECTIVE 7/1/2021 OUR NEW ADDRESS WILL BE*** 4510 COUNTRY CLUB DR, JEFFERSON CITY, MO 65109 Item Description Qty Rate Total 7160-0878 GAMBER JOHNSON Ford Police Interceptor Utility On-Dash Mount 108 207.00 22,356.00 7160-0884 GAMBER JOHNSON Ford Police Interceptor Utility On-Dash Keyboard Mount 108 69.00 7,452.00 7160-0220 GAMBER JOHNSON Mongoose 9" locking slide arm with 360 degree clevis 108 205.00 22,140.00 7160-0857 GAMBER JOHNSON Low Profile Quick Release Keyboard Tray 108 92.00 9,936.00 Ford E-350 2009 & E-150 2010-11 7160-1624 Gamber Universal Adjustable Seat Base 4 95.00 380.00 7160-0178 GAMBER JOHNSON 7" Center Upper Pole 4 53.00 212.00 7170-0512-01 GAMBER JOHNSON Tall Tablet Display Mount Kit: Mongoose and Quick Release New Keyboard Tray 4 395.00 1,580.00 7160-0231 GAMBER JOHNSON Adjustable Support Brace - Long 4 54.00 216.00 Ford PIU 2020+ 7170-0735-04 Gamber Johnson 2020+ Ford Police Interceptor® Utility Short Console Box with Cup Holder, Armrest, and 9" Locking Slide Arm with Short Clevis 33 607.00 20,031.00 7160-1346-01 Gamber Johnson 2020+ Ford Police Interceptor® Utility On-Dash Mount with 3" Extension Arm 33 231.00 7,623.00 7160-0857 GAMBER JOHNSON Low Profile Quick Release Keyboard Tray 33 92.00 3,036.00 Tahoe 2011-2016 DS-144 GAMBER JOHNSON 2007 GMC/Chevrolet truck and SUV vehicle base 28 75.00 2,100.00 Page 6 DocuSign Envelope ID: C4C3DE8B-21AE-42FE-8795-6CB8D54BC0F1DocuSign Envelope ID: 329F4648-B63B-4C0F-9E9B-A29E7B3B9506 Invoice Date 9/9/2021 Invoice # 34228 Bill To City of Corpus Christi Accounts Payable PO Box 9277 Corpus Christi, TX 78469-9277 Ship To City of Corpus Christi Attn Greg Johnson 321 John Sartain 5 Flr Admin Corpus Chris, TX 78401 Turn-Key Mobile, Inc. ISS Terry Terms Net 30 Due Date 10/9/2021 Sales Rep LJA PO# Shipping is included. 573-893-9888 Total Balance Due Payments/Credits 4510 Country Club Dr Jefferson City, MO 65109 Fax 314-754-9794 ***PLEASE NOTE - EFFECTIVE 7/1/2021 OUR NEW ADDRESS WILL BE*** 4510 COUNTRY CLUB DR, JEFFERSON CITY, MO 65109 Item Description Qty Rate Total 7160-0510 GAMBER JOHNSON Chevrolet Silverado 1500 / GMC Sierra 1500 (2014-2018) / 2500/3500/HD (2015+), Tahoe/Suburban/Yukon/Yukon XL (2015+) 4 103.00 412.00 DS-LOWER-9 GAMBER JOHNSON 9" Lower Tube Assembly 32 37.00 1,184.00 7160-0178 GAMBER JOHNSON 7" Center Upper Pole 32 53.00 1,696.00 7170-0512-01 GAMBER JOHNSON Tall Tablet Display Mount Kit: Mongoose and Quick Release New Keyboard Tray 32 395.00 12,640.00 7160-0231 GAMBER JOHNSON Adjustable Support Brace - Long 32 54.00 1,728.00 Chargers and Challenger- 7170-0512-01 GAMBER JOHNSON Tall Tablet Display Mount Kit: Mongoose and Quick Release New Keyboard Tray 4 395.00 1,580.00 7160-0454 GAMBER JOHNSON Universal Adapter 4 32.00 128.00 FREIGHTLIN MT55 2013 7160-0036 GAMBER JOHNSON Sprinter Van Base - Vehicle Base for Dodge Sprinter (2004-2009), Freightliner Sprinter (2004-2014), 1 35.10 35.10 DS-LOWER-5 GAMBER JOHNSON, 5" Lower Tube Assembly 1 37.00 37.00 7160-0177 GAMBER JOHNSON 5" Center Upper Pole 1 53.00 53.00 7170-0512-01 GAMBER JOHNSON Tall Tablet Display Mount Kit: Mongoose and Quick Release New Keyboard Tray 1 395.00 395.00 7160-0231 GAMBER JOHNSON Adjustable Support Brace - Long 1 54.00 54.00 Tahoe 2014 FD Airport 7160-0454 GAMBER JOHNSON Universal Adapter 2 32.00 64.00 7160-0529 GAMBER JOHNSON Tablet Display Mount - TALL 2 52.00 104.00 7160-0857 GAMBER JOHNSON Low Profile Quick Release Keyboard Tray 2 92.00 184.00 Page 7 DocuSign Envelope ID: C4C3DE8B-21AE-42FE-8795-6CB8D54BC0F1DocuSign Envelope ID: 329F4648-B63B-4C0F-9E9B-A29E7B3B9506 Invoice Date 9/9/2021 Invoice # 34228 Bill To City of Corpus Christi Accounts Payable PO Box 9277 Corpus Christi, TX 78469-9277 Ship To City of Corpus Christi Attn Greg Johnson 321 John Sartain 5 Flr Admin Corpus Chris, TX 78401 Turn-Key Mobile, Inc. ISS Terry Terms Net 30 Due Date 10/9/2021 Sales Rep LJA PO# Shipping is included. 573-893-9888 Total Balance Due Payments/Credits 4510 Country Club Dr Jefferson City, MO 65109 Fax 314-754-9794 ***PLEASE NOTE - EFFECTIVE 7/1/2021 OUR NEW ADDRESS WILL BE*** 4510 COUNTRY CLUB DR, JEFFERSON CITY, MO 65109 Item Description Qty Rate Total Fire Engines and Trucks qty 51 DS-56 GAMBER JOHNSON, HORIZONTAL SURFACE BASE 27 29.00 783.00 7160-0454 GAMBER JOHNSON Universal Adapter 10 32.00 320.00 7160-0529 GAMBER JOHNSON Tablet Display Mount - TALL 12 52.00 624.00 7160-0775 Gamber Johnson Short Clevis VESA 75mm & Gamber-Johnson Hole Pattern 2 55.00 110.00 7170-0512-01 GAMBER JOHNSON Tall Tablet Display Mount Kit: Mongoose and Quick Release New Keyboard Tray 34 395.00 13,430.00 7160-0857 GAMBER JOHNSON Low Profile Quick Release Keyboard Tray 6 92.00 552.00 DS-LOWER-9 GAMBER JOHNSON 9" Lower Tube Assembly 2 37.00 74.00 7160-0178 GAMBER JOHNSON 7" Center Upper Pole 2 53.00 106.00 Subtotal 146,720.10 Contract-Texas DI... Texas DIR Contract # DIR-TSO-4025 - Appendix C Pricing Gamber Johnson parts ( See below for the website to check MSRP ) https://www.gamberjohnson.com 0.00 Page 8 $2,000,000.00 $2,000,000.00 $0.00 DocuSign Envelope ID: C4C3DE8B-21AE-42FE-8795-6CB8D54BC0F1DocuSign Envelope ID: 329F4648-B63B-4C0F-9E9B-A29E7B3B9506 Attachment C: Insurance and Bond Requirements A.CONTRACTOR’S LIABILITY INSURANCE 1.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. 2.Contractor must furnish to the City’s Risk Manager and Contract Administer one (1) copy of Certificates of Insurance (COI) with applicable policy endorsements showing the following minimum coverage by an insurance company(s) acceptable to the City’s Risk Manager. The City must be listed as an additional insured on the General liability and Auto Liability policies by endorsement, and a waiver of subrogation is required on all applicable policies. Endorsements must be provided with COI. Project name and or number must be listed in Description Box of COI. TYPE OF INSURANCE MINIMUM INSURANCE COVERAGE Commercial General Liability Including: 1.Commercial Broad Form 2.Premises – Operations 3.Products/ Completed Operations 4.Contractual Liability 5.Independent Contractors 6.Personal Injury- Advertising Injury $1,000,000 Per Occurrence AUTO LIABILITY (including) 1.Owned 2.Hired and Non-Owned 3.Rented/Leased $500,000 Combined Single Limit WORKERS’ COMPENSATION EMPLOYER’S LIABILITY Statutory $500,000 /$500,000 /$500,000 GARAGE KEEPERS PHYSICAL DAMAGE COVERAGE including: Physical Damage on a Direct Primary Basis Actual Cash Value of Vehicles While in Care, Custody or Control 3.In the event of accidents of any kind related to this agreement, Contractor must furnish the Risk Manager with copies of all reports of any accidents within 10 days of the accident. Page 1 of 3 DocuSign Envelope ID: C4C3DE8B-21AE-42FE-8795-6CB8D54BC0F1DocuSign Envelope ID: 329F4648-B63B-4C0F-9E9B-A29E7B3B9506 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 an amount sufficient to assure that all workers’ compensation obligations incurred by the Contractor will be promptly met. 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 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 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, 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. 5.Within 5 calendar days of a cancellation, non-renewal, material change or termination of coverage, Contractor shall provide a replacement Certificate of Insurance and applicable endorsements to City. City shall have the option to suspend Contractor's performance should there be a lapse in coverage at any time during this contract. Page 2 of 3 DocuSign Envelope ID: C4C3DE8B-21AE-42FE-8795-6CB8D54BC0F1DocuSign Envelope ID: 329F4648-B63B-4C0F-9E9B-A29E7B3B9506 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 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. 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 agreement. 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 agreement. 9.It is understood and agreed that the insurance required is in addition to and separate from any other obligation contained in this agreement. 2021 Insurance Requirements Ins. Req. Exhibit Contracts for General Services – Services Performed Onsite – Garage Keepers 03/26/2021 Risk Management – Legal Dept. No bond is required for this agreement. Page 3 of 3 DocuSign Envelope ID: C4C3DE8B-21AE-42FE-8795-6CB8D54BC0F1DocuSign Envelope ID: 329F4648-B63B-4C0F-9E9B-A29E7B3B9506 Attachment D: Warranty Requirements No warranty is required for this service agreement. Page 1 of 1 DocuSign Envelope ID: C4C3DE8B-21AE-42FE-8795-6CB8D54BC0F1DocuSign Envelope ID: 329F4648-B63B-4C0F-9E9B-A29E7B3B9506