Loading...
HomeMy WebLinkAbout24C243 - Motorola Solutions, Inc.CONTRACT ABSTRACT Contract/Amendment Name of Contract: Company Name: Company Contact: Email: Summary of Services: Contract Price: Contract Term: Public Integrity/ Business Disclosure Forms: Contract Administration Lead Department: Contract Administrator/ Ext: Contract Approvals Council/City Manager Approval Date: Agreement Number: Amendment Number: Contract Compliance Exhibits: Insurance: Routed By: Bonds: Business License: Sole Source Co-Op CoOp Agmt #: Sole Source Documents: CoOp Name: CoOp Pricing: By: Submitted on: Contract Abstract Form Rev 8.16.23 Authorized Signers: Name, Email (Corporations require 2 signatures) Purchase of VideoManager El Cloud with Integrated in-car video systems Motorola Solutions, Inc. Sean Heieck, Area Sales Manager sean.heieck@motorolasolutions.com purchase of videomanager el cloud with integrated in-car video systems for 9 patrol units $72,260.13 One-year N/A Sean Heieck; sean.heieck@motorolasolutions.com Norberto Colon; norberto.colon@motorolasolutions.com Public Works/Fleet David McAbee / Daniel Martinez 24C243 Yes Yes Yes Procurement N/A No 042021-MOT Sourcewell Yes 9/23/2024 Tabitha Richards Docusign Envelope ID: 3EDDC485-84E8-4729-ADEF-63F4B20A6E0E 9/25/2024 4.13.2023 COOPERATIVE PURCHASE OF VIDEOMANAGER EL CLOUD WITH INTEGRATED IN-CAR VIDEO SYSTEMS AGREEMENT NO. 24C243 This Cooperative Purchase of VideoManager EL Cloud Agreement (“Agreement”) is entered into by and between the City of Palm Springs, a California charter city and municipal corporation (“City”) and Motorola Solutions, Inc., a Delaware corporation with its principal place of business at 500 West Monroe Street Chicago, IL 60661 (“Contractor”). City and Contractor are sometimes individually referred to as “Party” or collectively as “Parties” in this Agreement. 1. Background. a. This Agreement is made and entered into in reference to the competitively solicited Sourcewell Contract No. 042021-MOT (“Cooperative Agreement”). b. The City desires to purchase VideoManager El Cloud solution attached hereto as Attachment “A”, the content of which is incorporated by reference to this Agreement as if fully set out her in its entirety. c. Contractor desires to perform said services on the terms and conditions set forth in this Agreement. 2. Term. The term of this Agreement is one-year beginning on the date provided in the Notice to Proceed for the City’s Public Works Department. The parties may mutually extend the term of this Agreement for up to two (2) additional one (1) year periods (“Option Period(s)”), provided, the parties do so in writing prior to the expiration of the original term of the then-current Option Period. 3. Compensation and Payment. This Agreement is for an amount not to exceed $72,260.13, subject to approved amendments and changes. All pricing must be in accordance with the attached Quote, as shown as Attachment “B”, the content of which is incorporated by reference into this Agreement as if fully set out here in its entirety. 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. 5. Insurance. Contractor shall procure and maintain, at its sole cost and expense, policies of insurance as set forth in the attached Attachment "C", incorporated herein by reference. If no insurance is required Attachment “C” will reflect that there are no requirements. Docusign Envelope ID: 3EDDC485-84E8-4729-ADEF-63F4B20A6E0E 4.13.2023 6. 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, for any violation of any federal, state, or local law or ordinance or in any manner arising out of, pertaining to, or incident to any acts, errors or omissions, or willful misconduct committed by Contractor, its officers, employees, representatives, and agents, that arise out of or relate to Contractor’s performance of Services or this Agreement. This indemnification clause excludes Claims arising from the sole negligence or willful misconduct of the Indemnified Parties. 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 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. 7. 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 THE CITY: IF TO THE CONTRACTOR: City of Palm Springs Motorola Solutions, Inc. Attn: Scott Stiles Attn: Norberto Colon Title: City Manager Title: VP MSSSI & Director of Sales Address: 3200 E Tahquitz Canyon Way Address: 500 W Monroe Street Palm Springs, CA 92262 Chicago, IL 60661 8. Compliance with Law. Contractor shall comply with all applicable federal, state, and local laws, statutes and ordinances and all lawful orders, rules, and regulations when performing the Services. Contractor shall be liable for all violations of such laws and regulations in connection with this Agreement. Docusign Envelope ID: 3EDDC485-84E8-4729-ADEF-63F4B20A6E0E 4.13.2023 9. Changes. In the event any change or changes in the 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 work not included in this Agreement or not customarily furnished in accordance with generally accepted practice in Contractor’s profession. 10. 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. City shall not be liable for any costs other than the charges or portions thereof which are specified herein. Contractor shall not be entitled to payment for unperformed Services and shall not be entitled to damages or compensation for termination of Work. If the termination is for cause, the City shall have the right to take whatever steps it deems necessary to correct Contractor's deficiencies and charge the cost thereof to Contractor, who shall be liable for the full cost of the City's corrective action. Contractor may not terminate this Agreement except for cause, upon 30 days written notice to City. 11. 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. Docusign Envelope ID: 3EDDC485-84E8-4729-ADEF-63F4B20A6E0E 4.13.2023 12. Compliance with Economic Sanctions in Response to Russia's Actions in Ukraine. When funding for the services is provided, in whole or in part, by an agency controlled of the State of California, Consultant shall fully and adequately comply with California Executive Order N-6-22 (“Russian Sanctions Program”). As part of this compliance process, Consultant shall also certify compliance with the Russian Sanctions Program by completing the form located in Attachment “D” (Russian Sanctions Certification), attached hereto and incorporated herein by reference. Consultant shall also require any subconsultants to comply with the Russian Sanctions Program and certify compliance pursuant to this Section. 13. Entire Agreement. This Agreement, along with the Cooperative 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. In the event of conflict or inconsistency between this Agreement and the Cooperative Agreement, this terms and conditions in this Agreement shall prevail. [Signature Page Follows] Docusign Envelope ID: 3EDDC485-84E8-4729-ADEF-63F4B20A6E0E 4.13.2023 SIGNATURE PAGE TO COOPERATIVE PURCHASE OF VIDEOMANAGER EL CLOUD WITH INTEGRATED IN-CAR VIDEO SYSTEMS AGREEMENT BETWEEN THE CITY OF PALM SPRINGS AND MOTOROLA SOLUTIONS, INC. IN WITNESS WHEREOF, the Parties have executed this Agreement as of the dates stated below. CONTRACTOR: By: _____________________________ By: _____________________________ Signature Signature (2nd signature required for Corporation) Date: ___________________________ Date: ___________________________ CITY OF PALM SPRINGS: APPROVED BY CITY COUNCIL: Date: _N/A______ Item No. _N/A_______ APPROVED AS TO FORM: ATTEST: By: _____________________________ By: _____________________________ City Attorney City Clerk APPROVED: By: _____________________________ Date: ____________________________ David McAbee, Director of Public Works By: _____________________________ Date: ____________________________ City Manager – over $50,000 Deputy/Assistant City Manager – up to $50,000 Director – up to $25,000 Manager – up to $5,000 Docusign Envelope ID: 3EDDC485-84E8-4729-ADEF-63F4B20A6E0E 9/25/2024 9/25/2024 9/25/2024 9/25/2024 4.13.2023 ATTACHMENT A SCOPE OF WORK Contractor shall procure and install VideoManager El Cloud with intergrate in-car video systems on nine (9) vehicles as defined in Attachment B, for an amount not to exceed $73,260.13. Docusign Envelope ID: 3EDDC485-84E8-4729-ADEF-63F4B20A6E0E 4.13.2023 ATTACHMENT B QUOTE / PRICING Docusign Envelope ID: 3EDDC485-84E8-4729-ADEF-63F4B20A6E0E 4.13.2023 Docusign Envelope ID: 3EDDC485-84E8-4729-ADEF-63F4B20A6E0E 4.13.2023 Docusign Envelope ID: 3EDDC485-84E8-4729-ADEF-63F4B20A6E0E 4.13.2023 Docusign Envelope ID: 3EDDC485-84E8-4729-ADEF-63F4B20A6E0E 4.13.2023 Docusign Envelope ID: 3EDDC485-84E8-4729-ADEF-63F4B20A6E0E 4.13.2023 Docusign Envelope ID: 3EDDC485-84E8-4729-ADEF-63F4B20A6E0E 4.13.2023 Docusign Envelope ID: 3EDDC485-84E8-4729-ADEF-63F4B20A6E0E 4.13.2023 Docusign Envelope ID: 3EDDC485-84E8-4729-ADEF-63F4B20A6E0E 4.13.2023 Docusign Envelope ID: 3EDDC485-84E8-4729-ADEF-63F4B20A6E0E 4.13.2023 Docusign Envelope ID: 3EDDC485-84E8-4729-ADEF-63F4B20A6E0E 4.13.2023 Docusign Envelope ID: 3EDDC485-84E8-4729-ADEF-63F4B20A6E0E 4.13.2023 Docusign Envelope ID: 3EDDC485-84E8-4729-ADEF-63F4B20A6E0E 4.13.2023 Docusign Envelope ID: 3EDDC485-84E8-4729-ADEF-63F4B20A6E0E 4.13.2023 Docusign Envelope ID: 3EDDC485-84E8-4729-ADEF-63F4B20A6E0E 4.13.2023 Docusign Envelope ID: 3EDDC485-84E8-4729-ADEF-63F4B20A6E0E 4.13.2023 Docusign Envelope ID: 3EDDC485-84E8-4729-ADEF-63F4B20A6E0E 4.13.2023 Docusign Envelope ID: 3EDDC485-84E8-4729-ADEF-63F4B20A6E0E 4.13.2023 Docusign Envelope ID: 3EDDC485-84E8-4729-ADEF-63F4B20A6E0E 4.13.2023 Docusign Envelope ID: 3EDDC485-84E8-4729-ADEF-63F4B20A6E0E 4.13.2023 Docusign Envelope ID: 3EDDC485-84E8-4729-ADEF-63F4B20A6E0E 4.13.2023 Docusign Envelope ID: 3EDDC485-84E8-4729-ADEF-63F4B20A6E0E 4.13.2023 Docusign Envelope ID: 3EDDC485-84E8-4729-ADEF-63F4B20A6E0E 4.13.2023 Docusign Envelope ID: 3EDDC485-84E8-4729-ADEF-63F4B20A6E0E 4.13.2023 Docusign Envelope ID: 3EDDC485-84E8-4729-ADEF-63F4B20A6E0E 4.13.2023 Docusign Envelope ID: 3EDDC485-84E8-4729-ADEF-63F4B20A6E0E 4.13.2023 Docusign Envelope ID: 3EDDC485-84E8-4729-ADEF-63F4B20A6E0E 4.13.2023 ATTACHMENT C Docusign Envelope ID: 3EDDC485-84E8-4729-ADEF-63F4B20A6E0E 4.13.2023 INSURANCE REQUIREMENTS Docusign Envelope ID: 3EDDC485-84E8-4729-ADEF-63F4B20A6E0E 4.13.2023 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 ($1,000,000.00) 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 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 Docusign Envelope ID: 3EDDC485-84E8-4729-ADEF-63F4B20A6E0E 4.13.2023 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, affecting 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: A. "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). B. "This insurance is primary and non-contributory over any insurance or self-insurance the City may have..." ("as respects City of Palm Springs Contract No.___" or "for any and all work performed with the City" may be included in this statement). C. "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. D. 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, Docusign Envelope ID: 3EDDC485-84E8-4729-ADEF-63F4B20A6E0E 4.13.2023 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. Docusign Envelope ID: 3EDDC485-84E8-4729-ADEF-63F4B20A6E0E 4.13.2023 ATTACHMENT D EXECUTIVE ORDER N-6-22 CERTIFICATION Executive Order N-6-22 issued by Governor Gavin Newsom on March 4, 2022, directs all agencies and departments that are subject to the Governor’s authority to (a) terminate any contracts with any individuals or entities that are determined to be a target of economic sanctions against Russia and Russian entities and individuals; and (b) refrain from entering into any new contracts with such individuals or entities while the aforementioned sanctions are in effect. Executive Order N-6-22 also requires that any contractor that: (1) currently has a contract with the City of Palm Springs funded through grant funds provided by the State of California; and/or (2) submits a bid or proposal or otherwise proposes to or enter into or renew a contract with the City of Palm Springs with State of California grant funds, certify that the person is not the target of any economic sanctions against Russia and Russian entities and individuals. The contractor hereby certifies, SUBJECT TO PENALTY FOR PERJURY, that a) the contractor is not a target of any economic sanctions against Russian and Russian entities and individuals as discussed in Executive Order N-6-22 and b) the person signing below is duly authorized to legally bind the Contractor. This certification is made under the laws of the State of California. Signature: Printed Name: Title: Firm Name: Date: Docusign Envelope ID: 3EDDC485-84E8-4729-ADEF-63F4B20A6E0E Norberto Colon TVP, MSSSI 9/25/2024 Motorola Solutions, Inc. Docusign Envelope ID: 3EDDC485-84E8-4729-ADEF-63F4B20A6E0E Docusign Envelope ID: 3EDDC485-84E8-4729-ADEF-63F4B20A6E0E Docusign Envelope ID: 3EDDC485-84E8-4729-ADEF-63F4B20A6E0E Docusign Envelope ID: 3EDDC485-84E8-4729-ADEF-63F4B20A6E0E Docusign Envelope ID: 3EDDC485-84E8-4729-ADEF-63F4B20A6E0E Docusign Envelope ID: 3EDDC485-84E8-4729-ADEF-63F4B20A6E0E Docusign Envelope ID: 3EDDC485-84E8-4729-ADEF-63F4B20A6E0E Docusign Envelope ID: 3EDDC485-84E8-4729-ADEF-63F4B20A6E0E Docusign Envelope ID: 3EDDC485-84E8-4729-ADEF-63F4B20A6E0E