HomeMy WebLinkAboutA8495 - ECS IMAGING INC. CONTRACT SERVICES AGREEMENT
Police Department Document Scanning and Indexing
THIS AGREEMENT FOR CONTRACT SERVICES ("Agreement') is made and entered
into on February 27, 2020, by and between the City of Palm Springs, a California charter city
and municipal corporation ("City"), and ECS Imaging, Inc., a California Corporation,
("Contractor"). City and Contractor are individually referred to as "Party and are collectively
referred to as the"Parties".
RECITALS
A. City requires document scanning and indexing,services, ("Project').
B. Contractor has submitted to City a proposal to provide Document Scanning and
Indexing Services to City under the terms of this Agreement.
C. Based on its experience, education, training, and reputation, Contractor is
qualified and desires to provide the necessary services to City for the Project.
D. City desires to retain the services of Contractor for the Project.
In consideration of these promises and mutual agreements, City agrees as follows:
AGREEMENT
1. CONTRACTOR SERVICES
1.1 Scope of Services. In compliance with all terms and conditions of this
Agreement, Contractor shall provide Enterprise Content Management System services to City as
described in the Scope of Services/Work attached to this Agreement as Exhibit "A" and
incorporated by reference (the "services" or "work"). Exhibit "A" includes the agreed upon
schedule of performance and the-schedule of fees. Contractor warrants that all services and work
shall be performed in a competent, professional, and satisfactory manner consistent with
prevailing industry standards. In the event of any inconsistency between the terms contained in
the Scope of Services/Work and the terms set_forth in this Agreement, the terms set forth in this
Agreement shall govern.
1.2 Compliance with Law. Contractor services rendered under this Agreement shall
comply with.all applicable federal, state, and local laws, statutes and ordinances and all lawful
orders, rules, and regulations.
1.3 Licenses and Permits. Contractor shall obtain at its sole cost and expense such
licenses, permits, and approvals as may be required by law for the performance of the services
required by this Agreement.
1.4 Familiarity with Work. By executing this Agreement, Contractor warrants that
it has carefully considered how the work should be performed-and fully understands the
facilities, difficulties, and restrictions attending performance of the work under this Agreement.
] Revised:1131118
720599.1
2. TIME FOR COMPLETION
The time for completion of the services to be performed by Contractor is an essential
condition of this Agreement. Contractor shall prosecute regularly and diligently the work of this
Agreement according to the agreed upon ,schedule of performance set forth in Exhibit "A."
Contractor shall not be accountable for delays in the progress of its work caused by any
condition beyond its control and without the fault or negligence of Contractor. Delays shall not
entitle Contractor to any additional compensation regardless of the party responsible for the
delay.
3. COMPENSATION OF CONTRACTOR
3.1 Compensation of Contractor. Contractor shall be compensated and reimbursed
for the services rendered under this Agreement in accordance with the schedule of fees set forth
in Exhibit"A". The total amount of Compensation shall not exceed $128,132.50.
3.2 Method of Payment. In any month in which Contractor wishes to receive
payment, Contractor shall submit to City an invoice for services rendered prior to the date of the
invoice, no later than the first working day of such month, in the form approved by City's
finance director. Payments shall be based on the hourly rates set forth in Exhibit "A" for
authorized services performed. City shall pay Contractor for all expenses stated in the invoice
that are approved by City and consistent with this Agreement, within thirty (30) days of receipt
of Contractor's invoice.
3.3 Chances. In the event any change or changes in the Scope of Services/Work is
requested by City, Parties shall execute a written amendment to this Agreement, specifying all
proposed amendments, including, but not limited to, any additional fees. An amendment may be
entered into:
A. To provide for revisions or modifications to documents, work product, or
work, when required by the enactment or revision of any subsequent law; or
B. To provide for additional services not included in this Agreement or not
customarily furnished in accordance with generally accepted practice in Contractor's profession..
3.4 Appropriations. This Agreement is subject to,and contingent upon, funds being
appropriated by the City Council of City.for each fiscal year. If such appropriations are not
made, this Agreement shall automatically terminate without penalty to City.
4. PERFORMANCE SCHEDULE
4.1 Time of Essence. Time is of the essence in the performance of this Agreement.
4.2 Schedule of Performance. All services rendered under this Agreement shall be
performed under the agreed upon schedule of performance set forth in Exhibit "A." Any time
period extension must be approved in writing by the Contract Officer.
2 Revised:1131/18
720599.1
4.3 Force Maieure. The time for performance of services to be rendered under this
Agreement may be extended because of any delays due to unforeseeable causes beyond the
control and without the fault or negligence of Contractor, if Contractor notifies the Contract
Officer within ten (10) days of the commencement of such condition. Unforeseeable causes
include, but are not limited to, acts of God or of a public enemy, acts of the government, fires,
earthquakes, floods, epidemic, quarantine restrictions, riots, strikes, freight embargoes, and
unusually severe weather. After Contractor notification, the Contract Officer shall investigate
the facts and the extent of any necessary.delay, and extend the time for performing the services
for the period of the enforced delay when and if, in the Contract Officer's judgment, such delay
is justified. The Contract Officer's determination shall be final and conclusive upon the parties
to this Agreement.
4.4 Term. Unless earlier terminated in accordance with Section 4.5 of this
Agreement, this Agreement shall continue in full force and effect for a period of twelve (12)
months, commencing on March 1, 2020, and ending on February 28, 2021, unless extended by
mutual written agreement of the parties.
4.5 Termination Prior to Expiration of Term. City may terminate this Agreement
at any time, with or without cause, upon thirty (30) days written notice to Contractor. Where
termination is due to the fault of Contractor and constitutes an immediate danger to health,
safety, and general welfare, the period of notice shall be such shorter time as may be determined
by the City. Upon receipt of the notice of termination, Contractor shall immediately cease all
services except such as may be specifically approved by the Contract Officer. Contractor shall
be entitled to compensation for all services rendered prior to receipt of the notice of termination
and for any services authorized by the Contract Officer after such notice. Contractor may
terminate this Agreement,with or without cause, upon thirty (30) days written notice to City.
5. COORDINATION OF WORK
5.1 Representative of Contractor. The following principal of Contractor is
designated as being the principal and representative of Contractor authorized to act and make all
decisions in its behalf with respect to the specified services and work: Debbie Bodewin,
Executive Vice President. It is expressly understood that the experience, knowledge, education,
capability, and reputation of the foregoing principal is a substantial inducement for City to enter
into this Agreement. Therefore, the foregoing principal shall be responsible during the term of
this Agreement for directing all activities of Contractor and devoting sufficient time to
personally supervise the services under this Agreement. The foregoing principal may not be
changed by Contractor without prior written approval of the Contract Officer.
5.2 Contract Officer. The Contract Officer shall be the City Manager or his/her
designee ("Contract Officer"). Contractor shall be responsible for keeping the Contract Officer
fully informed of the progress of the performance of the services. Contractor shall refer any
decisions that must be made by City to the Contract Officer. Unless otherwise specified, any
approval of City shall mean the approval of the Contract Officer.
5.3 Prohibition Against Subcontracting or Assignment. The experience,
knowledge, education, capability, and reputation of Contractor, its principals and employees,
3 'Revised:1131118
720599.1
were a substantial inducement for City to enter into this Agreement. Therefore, Contractor shall
not contract with any other individual or entity to perform any services required under this
Agreement without the City's express written approval. In.addition, neither this Agreement nor
any interest may be assigned or transferred, voluntarily or by operation of law, without the prior
written approval of City.
5.4 Independent Contractor. Neither City nor any of its employees shall have any
control over the manner, mode, or means by which Contractor, its agents or employees, perform
the services required, except as otherwise specified. Contractor shall perform all required
services as an independent contractor of City and shall not be an employee of City and shall
remain at all times as.to City a wholly independent contractor with only such obligations as are
consistent with that role; however, City shall have the right to review Contractor's work product,
result;and advice. Contractor shall not at any time or in any manner represent that it or any of its
agents or employees are agents or employees of City.
5.5 Personnel. Contractor agrees to assign the following individuals to perform the
services in this Agreement. Contractor shall not alter the assignment of the following personnel
without the prior written approval of the Contract Officer. Acting through the City Manager, the
City shall have the unrestricted tight to order the removal of any personnel assigned by
Contractor by providing written notice to Contractor.
Name: Title:
Debbie Bodewin Executive Vice President
Jamie Dunn Account Manager
6. INSURANCE
Contractor shall procure and maintain, at its sole cost and expense, policies of insurance
as set forth in the attached Exhibit "B", incorporated herein by reference.
7. INDEMNIFICATION.
7.1 Indemnification. To the fullest extent permitted by law, Contractor shall
defend (at Contractor's sole cost and expense), indemnify, protect, and hold harmless City, its
elected officials, officers, employees, agents, and volunteers (collectively the "Indemnified
Parties"), from and against any and all liabilities, actions, suits, claims, demands, losses, costs,
judgments, arbitration awards, settlements, damages, demands, orders, penalties, and expenses
including legal costs and attorney fees (collectively "Claims"), including but not limited to
Claims arising from injuries to or death of persons (Contractor's employees included), for
damage to property, including property owned by City, from any violation of any federal, state,
or local law or ordinance, and from errors and omissions committed by Contractor, its officers,
employees, representatives, and agents, that arise out of or relate to Contractor's performance
under this Agreement. This indemnification clause excludes Claims arising from the sole
negligence or willful misconduct of the City, its elected officials, officers, employees, agents,
and volunteers. Under no circumstances shall the insurance requirements and limits set forth in
this Agreement be construed to limit Contractor's indemnification obligation or other liability
q Revised:1131/18
720599.1
under this Agreement. Contractor's indemnification obligation shall survive the expiration or
earlier termination of this Agreement until all actions against the.Indemnified Parties for such
matters indemnified are fully and finally..barred by the applicable statute of limitations or, if an
action is timely filed, until such action is final. This provision is intended for the benefit of third
party Indemnified Parties not otherwise a party to this Agreement.
7.2 Design Professional Services Indemnification and Reimbursement. If the
Agreement is determined to be a "design professional services agreement" and Contractor is a
"design professional" under California Civil Code Section 2182.8,then:
A. To the fullest extent permitted by law, Contractor shall indemnify, defend
(at Contractor's sole cost and expense), protect and hold harmless City and its elected officials,
officers, employees, agents and volunteers and,all other public agencies whose approval of the
project is required; (individually"Indemnified Party'; collectively "Indemnified Parties") against
any and all liabilities, claims,judgments,.arbitration awards, settlements, costs, demands, orders
and penalties (collectively"Claims"), including but not limited to Claims arising from injuries or
death of persons (Contractor's employees included) and damage to property, which Claims arise
out of, pertain to, or are related to the negligence, recklessness or willful misconduct of
Contractor, its agents, employees, or subcontractors, or arise from Contractor's negligent,
reckless or willful performance of or failure to perform any term, provision, covenant or
condition of this Agreement ("Indemnified Claims"), but Contractor's liability for Indemnified
Claims shall be reduced to the extent such Claims arise from the negligence, recklessness or
willful misconduct of the City and its elected officials, officers, employees, agents and
volunteers.
B. The Contractor shall require all non-design-professional sub-contractors,
used or sub-contracted by Contractor to perform the Services or Work required under this
Agreement, to execute an Indemnification Agreement adopting the indemnity provisions in sub-
section 7.1 in favor of the Indemnified Parties. In addition, Contractor shall require all non-
design-professional sub-contractors, used or sub-contracted by Contractor to perform the
Services or Work required under this Agreement, to obtain insurance that is consistent with the
Insurance provisions as set forth in this Agreement, as well as any other insurance that may be
required by Contract Officer.
8. RECORDS AND REPORTS
8.1 Reports. Contractor shall periodically prepare and submit to the Contract Officer
reports concerning the performance of the services required by this Agreement, or as the
Contract Officer shall require.
8.2 Records. Contractor shall keep complete, accurate, and detailed accounts of all
time, costs, expenses, and expenditures pertaining in any way to this Agreement. Contractor
shall keep such books and records as shall be necessary to properly perform the services required
by this Agreement and enable the Contract Officer to evaluate the performance of such services.
The Contract Officer shall have full and.free access to such books and records at all reasonable
times, including the right to.inspect, copy, audit, and make records and transcripts from such
records.
5 -Revised:1/31118
720599.1
8.3 Ownership of Documents. All drawings, specifications, reports, records,
documents, and other materials prepared by Contractor in the performance ofthis Agreement
shall be the property of City. Contractor shall deliver all above-referenced.documents to City
upon request of the Contract Officer or upon the termination of this-Agreement. Contractor shall
have no claim for further employment or additional compensation.as a result of the exercise by
City of its full rights or ownership of the documents and materials. Contractor may retain copies
of such documents for Contractor's own use. Contractor shall have an unrestricted right to use
the concepts embodied in such documents.
8.4 Release of Documents. All drawings, specifications, reports, records,
documents, and other materials prepared by Contractor in the performance of services under this
Agreement shall not be released publicly without the prior written approval of the Contract
Officer.
8.5 Cost Records. Contractor shall maintain all books, documents, papers, employee
time sheets, accounting records, and other evidence pertaining to costs incurred while performing
under this Agreement. Contractor shall make such materials available at,its offices at all
reasonable times during the term of this Agreement_and for,three (3) years from the date of final
payment for inspection by City and copies shall be promptly furnished to City upon request.
9. ENFORCEMENT OF AGREEMENT
9.1 California Law. This Agreement shall be construed and interpreted both as to
validity and to performance of the parties in accordance with the laws of the State of California.
Legal actions concerning any dispute, claim, or matter arising out-of or in relation to this
Agreement shall be instituted in the Superior Court of the County of Riverside, State of
California, or any other appropriate court in such county, and Contractor covenants-and agrees to
submit to the personal jurisdiction of such court in the event of:such action.
9.2 Interpretation. This Agreement shall be construed as a whole according to its
fair language and common meaning to achieve the objectives and purposes of the Parties. The
terms of this Agreement are contractual and the result. of negotiation between the Parties.
Accordingly, any.rule of construction of contracts (including, without limitation, California Civil
Code Section 1654) that ambiguities are to be construed against the drafting party, shall not be
employed in the interpretation of this Agreement. The caption headings of the various sections
and paragraphs of this Agreement are for convenience and identification purposes only and shall
not be deemed to limit, expand, or define the contents of the respective sections or paragraphs.
9.3 Waiver. No delay or omission in the exercise of any right or remedy of a non-
defaulting party on any default shall impair such right or remedy or be construed as a waiver.
No consent or approval of City shall be deemed to waive or render unnecessary City's consent to
or approval of any subsequent act of Contractor. Any waiver by either party of any default must
be in writing. No such waiver shall be a waiver of any other default concerning the same or any
other provision of this Agreement.
9.4 Rights and Remedies are Cumulative. Except with respect to rights and
remedies expressly declared to be exclusive in this Agreement, the rights and remedies of the
6 Revised:1131/18 -
720599.1
parties are cumulative. The exercise by either party of one or more of such rights or remedies
shall not preclude the exercise by it, at the same or different times, of any other rights or
remedies for the same default or any other default by the other party.
9.5 Legal Action. In addition to any other rights or remedies, either party may take
legal action, in law or in equity, to cure, correct, or remedy any default, to recover damages for
any default, to compel specific performance of this Agreement, to obtain injunctive relief, a
declaratory judgment, or any other remedy consistent with the purposes of this Agreement.
10. CITY OFFICERS AND EMPLOYEES: NON-DISCRIMINATION
10.1 Non-Liability of City Officers and Employees. No officer or employee of City
shall be personally liable to the Contractor, or any successor-in-interest, in the event of any
default or breach by City or for any amount which may become due to the Contractor or its
successor, or for breach of any obligation of the terms of this Agreement.
10.2 Conflict.of Interest. Contractor acknowledges that no officer or employee of the
City has or shall have any direct or indirect financial interest in this Agreement nor shall
Contractor enter into any agreement of any kind with any such officer or.employee during the
term of this Agreement and for one year thereafter. Contractor warrants that Contractor has not
paid or given, and will not pay or give, any third party any money or other consideration in
exchange for obtaining this Agreement.
10.3 Covenant Against Discrimination. In connection with its performance under this
Agreement, Contractor shall not discriminate against any employee or applicant for employment
because of actual or perceived race, religion, color, sex, age, marital status, ancestry, national
origin (i.e.,place of origin, immigration status, cultural or linguistic characteristics;or ethnicity),
sexual orientation, gender identity, gender expression, physical or mental disability, or medical
condition (each a "prohibited basis"). Contractor shall ensure that applicants are employed, and
that employees are treated during their employment, without regard to any prohibited basis. As a
condition precedent to City's lawful capacity to enter this Agreement, and in executing this
Agreement, Contractor certifies that its actions and omissions hereunder shall not incorporate
any discrimination arising from or related to any prohibited basis in any Contractor activity,
including but not limited to the following: employment, upgrading, demotion or transfer;
recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of
compensation; and selection for training, including apprenticeship; and further, that Contractor is
in full compliance with the provisions of Palm Springs Municipal Code Section 7.09.040,
including without limitation the provision of benefits, relating to non-discrimination in city
contracting.
11. MISCELLANEOUS PROVISIONS
11.1 Notice. Any notice, demand, request, consent, approval, or communication that
either party desires, or is required to give to the other party or any other person shall be in
writing and either served personally or sent by pre-paid, first-class mail to the address set forth
below. Notice shall be deemed communicated seventy-two (72) hours from the time of mailing
7 Revised:1/31118
720599.1
if mailed as provided in this Section. Either party may change its address by notifying the other
party of the change of address in writing.
To City: City of Palm Springs
Attention: City Manager/City Clerk
3200 E. Tahquitz Canyon Way
Palm Springs, California 92262
To Contractor: ECS Imaging, Inc..
Attention: Executive Vice President
5905 Brockton Avenue, Suite C
Riverside, CA 92506
11.2 Integrated Agreement. . This Agreement contains all of the agreements of the
parties and supersedes,all other written agreements..
11.3 Amendment. No amendments or other modifications of this Agreement shall be
binding unless through written agreement by all Parties.
11.4 Severability. Whenever possible, each provision of this Agreement shall be
interpreted in such manner as to be effective and valid under applicable law. In the event that
any one or more of the phrases, sentences, clauses, paragraphs, or sections contained in this
Agreement shall be declared invalid or unenforceable by valid judgment or decree of a court of
competent jurisdiction, such invalidity or unenforceability shall not affect any of the remaining
phrases, sentences, clauses, paragraphs, or sections of this Agreement,which shall be interpreted
to carry out the intent of the parties.
11.5 Successors in Interest. This Agreement shall be binding upon'and inure to the
benefit of the Parties' successors and assignees.
11.6 Third Party Beneficiary. Except as may be expressly provided for in this
Agreement, nothing contained in this Agreement is intended to confer, nor shall this Agreement
be construed as conferring, any rights, including, without limitation, any rights as a third-party
beneficiary or otherwise,upon any entity or person not a party to this Agreement.
11.7 Recitals. The above-referenced Recitals are hereby incorporated into the
Agreement as though fully set forth in this Agreement and each Party acknowledges and agrees
that such Party is bound, for purposes of this Agreement,by the same.
11.8 Authority. The persons executing .this Agreement on .behalf of the Parties
warrant that they are duly authorized to execute this Agreement on behalf of Parties and that by
so executing this Agreement the Parties are formally bound to the provisions of this.Agreement.
8 Revised:1131/18
720599.1
IN WITNESS WHEREOF, the Parties have executed' this Agreement as of the dates
stated below.
"CITY"
City of Palm Springs
Date: / o By: /
David H.Ready, PhD
City Manager
APPROVED AS TO FORM: ATTEST
By. /l By.
Xeffreyofg. 11allingcZ' Jony M 'a
City Attorney: City Clerk
"CONTRACTOR"
ECS Imaging,'Inc.
Date: . 3'N' � By
Debbie.Bodewin
Executive Vice President
APPROVED BY WY COUNCIL
9 Revised:1/31/18
720599.1
EXHIBIT:"A"
CONTRACTOR'S
SCOPE OF SERVICES/WORK
Including,
Schedule of Fees
And .
Schedule of Performance
I 1 Revised:1/31/18
720599.1
ECS Imaging,Inc: Phone:
7-8768
. .
EC S
'' Ave, •0 Quote
Provider
012019 VI Quote Type- Scanning
Quotation For Quote lure
Name:. Anon Brown Dale: 2/17/2020
Company: City of Palm Springs Quote Number. 101820193
Phone: (760)323a234 Valid Through 3/31/2020,
E-mail: Armn.Bmwn@palmspringsca.gov Tens: Net 50/50
Account Manager.. Jamie Dunn
Phone: 760-41&3446
E-mail: Jamie ecsima in .com
Descd Lion of Product and Services
Job priced out as a per image cost. If any database can be used to assist With adding metadata to the images,ECS wilt create and implement a custom
workflow at no additional charge to expidite the scanning. Price per Image includes:Scanning,Indexing 2 fields,Quality Control,and Full Text OCR
Scanning Services
ECSS-REG-B&W ECS Black&White Document Scanning Services up to legal size $ 0.045 2622500.00 $ 118,012.50
ECSS-35MM-FICHE ECS Conversion Services for 35mm Microfiche images $ 0.025 388800.00 $ 9,720.00
ECSS-PICKUP ECS Pick Up Fee $ 400.000 1.00 $ 400.00
Scanning,Subtotal $ 128,132.50
Special Terms
Color and grayscale will be billed at$0.055 per image if needed.If additional indexing is required this will be billed hourly at$25/hr based on the actual
time spent on the project.
Subtotal $ 128,132.50
Tax Rate Software Only(Download Only) 0.00% Tax $ -
Total $ 128,132.50
Termsa[ondnions:
o Payment Terms:Net 20 after each batch returned. o Change orders after files have been returned are subject to restructuring/reladexing fee
a Laserfiche Tiffs In portable volumes to be attached to your laseKche system o OCRing can be done during scan process at no charge.Any verification time Is$30.00 Per Hour
o ECS will train customer on how to load data onto LF Server during first delivery,if needed aDVO Set=I Dan DVD,l Plus Viewer DVD-Plus Dub has retrieval engine an DVD:Regular size
o consulting of folder template and volume set ups included in project set up fee documents fit approximately 9Q000Images
o Items wlf be placed back Into original carrier(folder,sleeve,etc.) aCD Set=l Dan CO,l Plus Viewer W-Plus CD has retrieval engine on CO.Regular she rolls fit
o Items will be delivered free of charge after being scanned approximam 10,000 Images
o Items are scanned in order recoived.Any additional requests are subject to a charge o Boxes may be destioyedat the customers request at a cast of$16.00 a fox.A Destruction
o Scanning In Tiff Images is 2M300dpi depending on need certificate will be provided
o Paper/Plans:Indexing included is 2 field;-up to 20 characters and Unique Document Name o While documents are at ECS,we can provide an electronic copy for up to 4 per batch at no
up to 20 characters each charge.Additional special handling requests are subject to charge of$30/per hour
oMicrofiche:Indexing included Is the come on the Sleeve oIMPORTANT:Once the Imaged data has been delivered you will have 90 days on review all
o Microfilm:Indexing included is the wine on the Cartridge Images.After 90 days all original documents will be destroyed or a storage box fee will apply
o Images that have been fiched/filmed reverse have additional charge o ECS may choose to utilize a scanning partner to perform these services as quoted and ECS
o NJ prices listed above are for estimating purposes only.Actual prices may vary would..in the bllling agent
o Any upload fee Is for Sea per volume maximum
o Pick up/Delivery charges(pricing varies,based on location and quantity
Box Location Box Count Image Cc= Total Images
Police Department 1,049 2,500 2,622,500
Total Image Count 2,622,500
Total Boxes 1,049
EXHIBIT "B"
INSURANCE PROVISIONS
Including
Verification of Coverage,
Sufficiency of Insurers,
Errors and Omissions Coverage,
Minimum Scope of Insurance,
Deductibles and Self-Insured Retentions, and
Severability of Interests (Separation of Insureds)
12 Revised:1131/18
720599.1
INSURANCE
1. Procurement and Maintenance of Insurance. Contractor shall procure and
maintain public liability and property damage insurance against all claims for injuries against
persons or damages to property resulting from Contractor's performance under this Agreement.
Contractor shall procure and maintain all insurance at its sole cost and expense, in a form and
content satisfactory to the City, and submit concurrently with its execution of this Agreement.
Contractor shall also carry workers' compensation insurance in accordance with California
workers' compensation laws. Such insurance shall be kept in full force and effect during the
term of this Agreement, including any extensions. Such insurance shall not be cancelable
without thirty (30) days advance written notice to City of any proposed cancellation. Certificates
of insurance evidencing the foregoing and designating the City, its elected officials, officers,
employees, agents, and volunteers as additional named insureds by original endorsement shall be
delivered to and approved by City prior to commencement of services. The procuring of such
insurance and the delivery of policies, certificates, and endorsements evidencing the same shall
not be construed as a limitation of Contractor's obligation-to indemnify City, its elected officials,
officers, agents, employees, and volunteers.
2. Minimum Scope of Insurance. The minimum amount of insurance required
under this Agreement shall be as follows:
1. Comprehensive general liability and personal injury with limits of at least
one million dollars ($1,000,000.00) combined single limit coverage per occurrence and two
million dollars ($2,000,000) general aggregate;
2. Automobile liability insurance with limits of at least one million dollars
($1,000,000.00)per occurrence;
3. Professional liability (errors and omissions) insurance with limits of at
least one million dollars ($I,000,000.00) per occurrence and two million dollars ($2;000,000)
annual aggregate is:
required
X is not required;
4. Workers' Compensation insurance in the statutory amount as required by
the State of California and Employer's Liability Insurance with limits of at least one million
dollars $1 million per occurrence. If Contractor has no employees, Contractor shall complete the
City's Request for Waiver of Workers' Compensation Insurance Requirement form.
3. Primary Insurance. For any claims related to this Agreement, Contractor's
insurance coverage shall be primary with respect to the City and its respective elected officials,
officers, employees, agents, and volunteers. Any insurance or self-insurance maintained by City
and its respective elected officials, officers, employees, agents, and volunteers shall be in excess
of Contractor's insurance and shall not contribute with it. For Workers' Compensation and
Employer's Liability Insurance only, the insurer shall waive all rights of subrogation and
13 Revised:1131118
720599.1
contribution it may have against City, its elected officials, officers, employees, agents, and
volunteers.
4. Errors and Omissions Coverage. If Errors & Omissions Insurance is required,
and if Contractor provides claims made professional liability insurance, Contractor shall also
agree in writing either(1) to purchase tail insurance in the amount required by this Agreement to
cover claims made within three years of the completion of Contractor's services under this
Agreement, or (2) to maintain professional liability insurance coverage with the same carrier in
the amount required by this Agreement for at least three years after completion of Contractor's
services under this Agreement. Contractor shall also be required to provide evidence to City of
the purchase of the required tail insurance or continuation of the professional liability policy.
5. Sufficiency of Insurers. Insurance required in this Agreement shall be provided
by authorized insurers in good standing with the State of California. Coverage shall be provided
by insurers admitted in the State of California with an A.M. Best's Key Rating of B++, Class
VII, or better, unless,otherwise acceptable to the City.
6. Verification of Coverage. Contractor shall furnish City with both certificates of
insurance and endorsements, including additional insured endorsements, effecting all of the
coverages required by this Agreement. The certificates and endorsements are to be signed by a
person authorized by that insurer to bind coverage on its behalf. All proof of insurance is to be
received and approved by the City before work commences. City reserves the right to require
Contractor's insurers to provide complete, certified copies of all required insurance policies at
any time. Additional insured endorsements are not required for Errors and Omissions and
Workers' Compensation policies.
Verification of Insurance coverage may be provided by: (1) an approved General and/or
Auto Liability Endorsement Form for the City of Palm Springs or(2) an acceptable Certificate of
Liability Insurance Coverage with an approved Additional Insured Endorsement with the
following endorsements stated on the certificate:
1. "The City of Palm Springs, its officials, employees, and agents are named as an
additional insured... " ("as respects City of Palm Springs Contract No._" or 'for any and all
work performed with the City"may be included in this statement).
2. "This insurance is primary and non-contributory over any insurance or self-
insurance the City may have..." ("as respects City of Palm Springs Contract Na" or 'for any
and all work performed with the City" may be included in this statement).
3. "Should any of the above described policies be canceled before the expiration
date thereof, the issuing company will mail 30 days written notice to the Certificate Holder
named." Language such as, "endeavor to" mail and "but failure to mail such notice shall impose
no obligation or liability of any kind upon the company, its agents or representative" is not
acceptable and must be crossed out.
14 Revised:1131118
720599.1
4. Both the Workers' Compensation and Employers' Liability policies shall contain
the insurer's waiver of subrogation in favor of City, its elected officials, officers, employees,
agents, and volunteers.
In addition to the endorsements listed above, the City of Palm Springs shall be named the
certificate holder on the policies.
All certificates of insurance and endorsements are to be received and approved by the ;City
before work commences. All certificates of insurance must be authorized by a person with
authority to bind coverage, whether that is the authorized agent/broker or insurance underwriter.
Failure to obtain the required documents prior to the commencement of work shall not waive the
Contractor's obligation to provide them.
7. Deductibles and Self-Insured Retentions. Any deductibles or self-insured
retentions must be declared to and approved by the City prior to commencing any work or
services under this Agreement. At the option of the City, either (1) the insurer shall reduce or
eliminate such deductibles or self-insured retentions with respect to the City, its elected officials,
officers, employees, agents, and volunteers; or (2) Contractor shall procure a bond guaranteeing
payment of losses and related investigations, claim administration, and defense expenses.
Certificates of Insurance must include evidence of the amount of any deductible or self-insured
retention under the policy. Contractor guarantees payment of all deductibles and self-insured
retentions.
8. Severability of Interests (Separation of Insureds). This insurance applies
separately to each insured against whom claim is made or suit is brought except with respect to
the limits of the insurer's liability.
15 Revised:1131118
720599.1
AMENDMENT NO. 1 TO CONTRACT SERVICES AGREEMENT (A8495) WITH
ECS IMAGING, INC. FOR POLICE DEPARTMENT DOCUMENT SCANNING
AND INDEXING
This Amendment No. 1 to the ContRcs �jrvices Agreement (A8495),
("Amendment No. 1"), is made and entered into this? 2020, by and between the
City of Palm Springs, a California charter city and municipal corporation, ("City")
and ECS Imaging, Inc., a California Corporation ("Contractor"). City and Contractor
are individually referred to as "Party" and are collectively referred to as the
"Parties".
RECITALS
A. City required document scanning and indexing services ("Project").
B. Contractor submitted a proposal to provide document and scanning and
indexing services, and based on its experience, education, training, and reputation,
Contractor is qualified and desires to provide the necessary services to City, under
the terms of this Agreement.
C. On February 27, 2020, City Council approved a Contract Services
Agreement (A8495) with Contractor to provide the Police Department with
document scanning and indexing services for an amount not to exceed
$128,132.50 plus a 10% contingency for document conversion services.
D. City has determined there is a need to add 25 Laserfiche Rio Pilot
licenses, and remove the document scanning and indexing.
E. Contractor has submitted to City a proposal to provide 25 Laserfiche Rio
Pilot licenses under the terms of this Amendment No. 1, included as Attachment
1.
F. The parties wish to enter into this Amendment No. 1 to proceed with the
addition of 25 Laserfiche Rio Pilot licenses and removal of document scanning and
indexing services.
NOW, THEREFORE, in consideration of these promises and mutual
obligations, covenants, and conditions, the Parties agree as follows:
AGREEMENT
SECTION 1. The true and correct recitals above are incorporated by this
reference herein as the basis for this First Amendment.
SECTION 2. Section 3.1 Compensation of Contractor is hereby revised to
read:
Contractor shall be compensated and reimbursed for the services rendered
under this Agreement in accordance with the schedule of fees set forth in Exhibit
"A". The total amount of compensation shall not exceed $25,000.
SECTION 3. Section 4.4 Term is hereby revised to read:
Unless earlier terminated in accordance with Section 4.5 of this Agreement,
this Agreement shall continue in full force and effect for a period of twelve (12)
months, commencing on March 1, 2020, and ending on February 28, 2022, unless
extended by mutual written agreement of the parties.
SECTION 4. Exhibit "A" Scope of Services is replaced with Contractor's
proposal dated October 22, 2020, included at Attachment 1.
• 25 Laserfiche Rio Pilot Named Full User Licenses $20,825.00
• Annual Maintenance and Licensing of 25 Laserfiche
Rio Pilot Named Full Users $ 4,175.00
Total $25,000.00
SECTION 5. Full Force and Effect. All terms, conditions, and provisions of
the Consulting Services Agreement (A8495), unless specifically modified herein,
shall continue in full force and effect. In the event of any conflict or inconsistency
between the provisions of this Amendment No. 1 and any provisions of the
Consulting Services Agreement (A8495), the provisions of this Amendment No. 1
shall in all respects govern and control.
SECTION 6. The persons executing this Amendment No. 1 on behalf of the
Parties hereto warrant that (i) such party is duly organized and existing, (ii) they
are duly authorized to execute and deliver this Amendment No. 1 on behalf of said
party, (iii) by so executing this Amendment No. 1, such party is formally bound to
the provisions of this Amendment No. 1, and (iv) the entering into this Amendment
No. 1 does not violate any provision of any other agreement to which said Party is
bound.
[SIGNATURES ON FOLLOWING PAGE]
IN WITNESS WHEREOF, the Parties have executed this Amendment No.1 as of
the dates stated below.
Date: \1 I t ( Ze-- By:
APPROVED AS TO FORM:
By: By:
J linger
City Attorney
"CONSULTANT"
ECS IMAGING, INC.
5905 BROCKTON AVENUE, SUITE C
RIVERSIDE, CA 92506
"CITY„
City of Palm Springs
Arran Brown, Deputy City Manager
ATTEST:
k&Qffiony J M " MM
City Clerk
Date: r J B .
Y.
Signature
rf--&5 I- Jei&-
Printed Name/Title
APPROVED BY CRY COUNCIL
���s 12-z7Zo
Attachment No. 1
Contractor's Proposal for Services
Quotation For
Name:
Jonathan Ballard
Company
City of Palm Springs
Phone
760-323-8234
E-mail:
Jonathan.Ballard@paimspringsca.gov
V kAULC lykJl': 1\ll,
Quotc Info
Date. 102212U2U
Quote Number
102220204
Valid Through
1251J2020
Terms
Net 20
Account Manager
Jamie Dunn
Phone-
760-419-5446
E-mail
Jamie ecsima i Co-
D"cription of Product and Services
ECS Support can be utilized if assistance is needed with the installation of these additional licenses.
Software
No includes Workflow, Web Access, Mobile, Adv. Audit Trail, Digital Signatures, Discussions, Unlimited Servers, Forms Essentials
a •
ENFPL50 Laserfiche Rio Pilot Named Full Users (50-99 users) $ 833.00 25 $ 20,825.00
Software Subtotal $ 20,825.00
Annual Maintenance and Licensing
ENFPL50B Laserfiche Rio Pilot Named Full Users (50-99 users) LSAP $ 167.00 25 $ 4,175.00
Annual Maintenance Subtotal $ 4,175.00
Soecial Terins
Tax Rate Software Only (Download Only)
Software is only available via download and is not subject to CA sales tax
i3tlltt7li cA
Subtotal $ 25,000.00
0.000% Tax $ -
Shipping $
Total $ 25,000.00
`Sofirware & Maintenance billed 100%at project start. 'Services billed 5D%up front minimclly w/remaining Services as incurred. *Standard Processing fee added to credit card payments
Annual P R Coptract IrKkidm
o Maximum 4 Hour Response Time - Upgraded from 24 hours with traditional LSAP support o Two free admissions to the ECS Annual Customer Conference along with Free Admission to
o Live Hours of support are 700am - 5:00pm PST M-f Quarterly User Groups
o Unlimited Phone and E-mail Support O Monthly E-Newsletter
o Orrsite b me is calculated to the nearest half hour and minimum orsite calculation is o On-site/remote support hours included as quoted. On -site within next business day as
between 2-8 hours depending on the location needed. Additional hours of support purchased at a discounted hourly rate. Customers not
o On -site time can be used for remedial training, installing updates, and consulting, in addition under this plan can purchase on -site hours at 5250/haur with a 1 hour minimum for remote
to support support, and an 8 hour minimum onsite charge In addition to travel expenses.
o ECS may allow planned after hours support in rare circumstances. In these circumstances
Priority Support will be billed at double the hourly rate.
Hardware Return Policy:
Unopened boxed hardware may be exchanged for a full cash or credit refund within 7 days -a 1S%restocking fee may apply. Defective hardware will be exchanged for a replacement per
the terms and conditions specified on the product warranty card.
ORD
CERTIFICATE OF LIABILITY INSURANCE
A�yyS
DATE10/01/2022 n
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES
BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED
REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER.
IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If
SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this
certificate does not confer riahts to the certificate holder in lieu of such endorsement(s).
PRODUCER
Lockton Companies, LLC
3657 Briarpark Dr., Suite 700
Houston, TX 77042
INSURED
ECS IMAGING, INC.
5905 BROCKTON AVE STE C
RIVERSIDE, CA 92506-1887
888-828-8365
Ace American Insurance Co.
COVERAGES CERTIFICATE NUMBER: REVISION NUMBER:
22667
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
INSN TYPE OF INSURANCE NDLSU D POLICY NUMBER MPOLICYEXP
LSI N YEFF MPMn3DNYYYY LIMITS
COMMERCIAL GENERAL LIABILITY
EACH OCCURRENCE
$
CLAIMS -MADE — OCCUR
DAMAGE TO RENTED
PREMISES Ea occurrence
$
$
MED EXP (Any one person)
$
PERSONAL &ADV INJURY
GEN'L AGGREGATE LIMIT APPLIES PER:
$
GENERAL AGGREGATE
POLICY PRO ❑
JECT LOG
PRODUCTS-COMP/OP AGG
$
S
OTHER:
AUTOMOBILE LIABILITY
COMBINED SINGLE LIMIT
Ea accident
$
BODILY INJURY (Per parson)
$
ANY AUTO
BODILY INJURY (Per accidem)
$
ALL OWNED SCHEDULED
AUTOS UTOS
PROPERTY DAMAGE
Per accldant
$
NON -OWNED
HIRED AUTOS AUTOS
E
UMBRELLA LIAB
OCCUR
EACH OCCURRENCE
If
AGGREGATE
$
EXCESS LIAB
CLAIMS -MADE
DIED RETENTIONS
$
WORKERS COMPENSATION
AND EMPLOYERS' LIABILITY
ANY PROPRIETOR/PARTNERJEXECUTIVE Y /N
A OFEICER/MEMBER EXCLUDED?
(Mandatory in NH)
N/A
X
C51516138
10/01/2022
10/01/2023
X STATUTE ER
E.L EACH ACCIDENT
$ 1.000.000
E.L. DISEASE - EA EMPLOYE
$ 1.000,000
E.L. DISEASE- POLICY LIMB
$ 1 OW 000
II yes describe under
DESCRIPTION OF OPERATIONS below
DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101. Additional Remarks Schedule, may be attached if more space is required)
WAIVER OF SUBROGATION IN FAVOR OF City Of Palm Springs WHEN REQUIRED BY WRITTEN CONTRACT. RECEWED
SEP 19 2022
Office of the City Clerk
CERTIFICATE HOLDER _ CANCELLATION
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED
IN ACCORDANCE WITH THE POLICY PROVISIONS.
AUTHORIZED REPRESENTATIVE
CITY OF PALM SPRINGS
3200 E. TAHOUITZ CANYON WAY
PALM SPRINGS, CA 92262
ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD
Workers' Compensation and Employers' Liability Policy
Named Insured
Endorsement Number
ECS IMAGING, INC.
5905 BROCKTON AVE STE C
RIVERSIDE. CA 92506-1887
Policy Number
Symbol: RWC Number: C51516138
Policy Period
Effective Date of Endorsement
10/01/2022 TO 10/01/2023
10/01/2022
Issued By (Name of Insurance Company)
ACE AMERICAN INSURANCE COMPANY
Insert the policy number. The remainder of the information is to be completed only when this endorsement is issued subsequent to the preparation of the policy.
This endorsement changes the policy to which it is attached and is effective on the dale issued unless otherwise stated.
CALIFORNIA WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT
This endorsement applies only to the insurance provided by the policy because California is shown in Item 3.A. of
the Information Page.
We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not
enforce our right against the person or organization named in the Schedule, but this waiver applies only with
respect to bodily injury arising out of the operations described in the Schedule, where you are required by a written
contract to obtain this waiver from us.
You must maintain payroll records accurately segregating the remuneration of your employees while engaged in
the work described in the Schedule.
Schedule
1. ( X ) Specific Waiver
Name of person or organization:
City Of Palm Springs
3200 E. Tahquitz Canyon Way
Palm Springs, CA 92262
() Blanket Waiver
Any person or organization for whom the Named Insured has agreed by written contract to furnish this
waiver.
2. Operations:
3. Premium:
The premium charge for this endorsement shall be ]_JQ percent of the California premium developed on
payroll in connection with work performed for the above person(s) or organization(s) arising out of the
operations described.
4. Minimum Premium: $0
� A W? I� u
Authorized Agent