Loading...
HomeMy WebLinkAboutPR 17617: CONTRACT WITH TRIANGLE FIRE & SECURITY FOR INSTALLATION OF SECURITY CAMERA FOR OPERATIONS CENTERN P. R. 17617 03/19/13 aw PUBLIC WORKS DEPARTMENT COUNCIL ACTION MEMO TO: Floyd T. Johnson, City Manager FROM: Ross E. Blackketter, P.E., Director of Public Works DATE: March 28, 2013 SUBJECT: P.R. 17617 — Security Cameras for the Operation Center COMMENTS RECOMMENDATION: It is recommended that the City Council approve the purchase of a security camera system for the Public Works Operations Center from Triangle Fire & Security of Beaumont, Texas in the amount of $29,994. BACKGROUND: Currently the Operations Center has a security guard service that patrols the entire facility with only one guard per shift. This leaves many areas exposed and unprotected. On Wednesday, March 20, 2013, the Operations Center was burglarized. These security cameras would offer protection in areas the security guards were not allowed access. Five quotes were received on February 6, 2013 with Triangle Fire & Security of Beaumont, Texas being the lowest. BUDGETARY/FISCAL EFFECT: Funds are provided in account no. 001 - 1201 - 531.59.00 EMPLOYEE /STAFF EFFECT: None. SUMMARY: It is recommended that the City Council approve the purchase of a security camera system for the Public Works Operations Center from Triangle Fire & Security of Beaumont, Texas in the amount of $29,994. P. R. 17617 03/19/13 aw RESOLUTION NO. A RESOLUTION AUTHORIZING THE CITY MANAGER TO ENTER INTO A CONTRACT WITH TRIANGLE FIRE & SECURITY OF BEAUMONT, TEXAS FOR INSTALLATION OF A SECURITY CAMERA SYSTEM FOR THE PUBLIC WORKS OPERATIONS CENTER LOCATED AT 201 W. H. O. MILLS BLVD. IN AN AMOUNT NOT TO EXCEED $29,994. FUNDS ARE AVAILABLE IN ACCOUNT NO. 001-1201-531.59-00. WHEREAS, five quotes were received and opened on February 6, 2013 for the security camera system at the Public Works Operations Center; and, WHEREAS, the City of Port Arthur received a quote from Triangle Fire & Security of Beaumont, Texas in the amount of $29,994, as stated in Exhibit "A "; and, WHEREAS, the time table for the installation of the security camera system at the Public Works Operation Center will be approximately 30 days. NOW THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF PORT ARTHUR: THAT, the facts and opinions in the preamble are true and correct; and, THAT, the City Council approves and authorizes the City Manager to enter into a contract with Triangle Fire & Security of Beaumont, Texas, for installation of the security camera system at the Public Works Operations Center in an amount not to exceed $29,994, in substantially the same form as attached hereto as Exhibit "B "; and, ,I P. R. 17617 03/19/13 aw THAT, a copy of the caption of this Resolution be spread upon the Minutes of the City Council. READ, ADOPTED, AND APPROVED this the day of , A.D. 2013 at a meeting of the City of Port Arthur, Texas by the following vote: AYES: Mayor Councilmembers: Noes: Deloris "Bobbie" Prince Mayor ATTEST: Sherri Bellard City Secretary APPROVED AS TO FORM: // a-/ (9 Valecia Tizeno City Attorney APPROVED FOR ADMINISTRATION: APPROVED AS TO AVAILABILITY OF FUNDS: 41 .404/ 1 /( 1 Floyd T. Johnson Deborah Echols, CPA City anager Director of Finance 1 � � 1 / Ross E. Blackketter, P.E. Shawna Tubbs, CPPO Director of Public Works Purchasing Manager EXHIBIT A at e X ft c ° o, H Ua;UM� M o ° 4-"ii o am m H s, x 40 Cil Z I H i U° a 'o 0 w N M 0) O 69 O Ca E� isl 40 IZ on CO v. U ea , et ;r0 . 4: 8° 'L i rR o'° z0 z ! a t di o°' F ca X A r c L.W v q c am" H a) d UacIo e s U ti a A E~ 6e A CO � GO GO V V1 Oa Is a la I. s hed S 4., W I V) I a a 0 U g o 0 1 ; i ...---.%, ) t zi - 4 . Il i : ! 4t o C.1 e di 1 ~1 IAI 1 EXHIBIT B SECURITY CAMAERA CONTRACT FOR THE OPERATIONS CENTER THE STATE OF TEXAS: COUNTY OF JEFFERSON: This CONTRACT between the City of Port Arthur, a Municipal Corporation (hereinafter called "CITY "), AND Triangle Fire & Security (hereinafter called "CONTRACTOR "), A Business Corporation. WITNESSETH: 1. TERM OF CONTRACT The term of this Contract shall be for Forty -five (45) Calendar days from Notice to Proceed. 2. CONTRACT DOCUMENTS The Contract includes the following documents, copies being attached and incorporated herein, to wit: a). Notice to Bidders, issued January 18, 2013. b). Proposal of Triangle Fire & Security dated February 6, 2013. c). Specifications for Operations Center /Garage Video Security System in the Technical Specifications Section. 3. COMPENSATION CONTRACTOR agrees to perform all work described in the specifications and contract documents and comply with the terms herein, for the sum of $29,994 (Twenty -nine Thousand, Nine Hundred Ninety -four and 00 /100 Dollars). CONTRACTOR shall invoice the CITY once the project is completed and be paid in full within 30 days after receipt of a satisfactory invoice. In the event a daily record is disputed by the CONTRACTOR or the CITY, the questioning party shall within ten days receipt of said disputed record, provide a written notice to the other party setting forth in detail each matter in dispute and the reason therefore. Promptly after receipt of such written notice, a representative of the CONTRACTOR and the CITY (each of whom shall be duly authorized to agree upon a final resolution of any such disputed matters) shall meet and attempt to expeditiously resolve by mutual agreement all such disputes. All daily records, which are not disputed pursuant to the foregoing procedure, shall be deemed accepted as correct by the receiving party. 4. INSURANCE CONTRACTOR shall provide all insurance as required by Section 4 of the Information To Bidders. 5. INDEMNIFICATION CONTRACTOR shall be responsible for the use and employment of reasonable skill and care befitting the profession in performing the work required by this contract. CONTRACTOR shall comply with the requirements of all applicable laws, rules, and regulations, in connection with the services of CONTRACTOR and shall exonerate, indemnify and hold harmless the CITY, its officers, agents and all employees from any and all liability, loss or damage arising out of noncompliance with such laws, rules and regulations; without limitation. CONTRACTOR shall assume full responsibility for payment to Federal, State and Local or contributions imposed or required under the Social Security Worker's Compensation, and Income Tax Laws with respect to CONTRACTOR'S employees. Further, CONTRACTOR shall exonerate, indemnify and hold harmless the CITY, its officers, agents and all employees from any and all liability, loss, damages, expenses, or claims arising out of the negligence of CONTRACTOR its officers, agents and employees in connection with any of the work performed or to be performed under this Contract by CONTRACTOR or as a result of CONTRACTOR'S failure to use and employ reasonable skill and care befitting the profession in accordance with Paragraph 7 hereof. Further, CONTRACTOR shall exonerate, indemnify and hold harmless the CITY, its officers, agents, and all employees from any and all liability, loss damages, expenses or claims for infringement of any copyright of patent arising out of the use of any plans, design, drawings, or specifications furnished by CONTRACTOR in the performance of this Contract. 6. SUPERVISION CONTRACTOR shall supervise its employees to such a degree to ensure that they are performing the required services in accordance with these specifications and are not derelict in their duties. The CITY will, from time to time, make spot checks of the service being provided and will report any deficiencies to the CONTRACTOR. Repeated failure to live up to all terms and conditions set out herein may result in termination of the Contract. 7. PERSONNEL A. The CONTRACTOR will secure at his own expense all personnel required in performing the work under this Contract. Such personnel shall not be employees of or have any contractual relationship with the CITY. B. None of the work covered by the Contract shall be subcontracted without the prior written approval of the CITY. 8. CHANGES The CITY may, from time to time, request changes in the scope of the services of the CONTRACTOR to be performed hereunder. Such changes, including any increase or decrease in the amount of the CONTRACTOR'S compensation or extra work, which have mutually agreed upon by and between the CITY and CONTRACTOR, shall be incorporated in written amendments to the Contract. 9. FORCE MAJEURE "Force Majeure" shall mean acts of God, strikes, lockouts or other industrial disturbances, acts of the public enemy, laws, rules, regulations or orders of any applicable court or governmental authority, insurrections, riots, epidemics, landslides, lightning, earthquakes, fires, hurricanes, storms, floods, washouts, restrain of government and people, civil disturbances, explosions, unavoidable breakage or accidents to machinery, equipment or plants, and any other events which, whether similar to those enumerated or otherwise, are not reasonably within the control of the part affected. In the event either party is rendered unable, wholly or in part by Force Majeure to carry out its obligations under this Contract, then the obligations of such party, to the extent effected by such Force Majeure and to the extent that due diligence is being used to resume performance at the earliest practical time, shall be suspended during the continuance of any inability so caused to the extent provided but for no longer period. Any time that a party intends to rely on Force Majeure to suspend obligations as provided in Section 7.1, such party shall notify the other party as soon as reasonably possible, setting forth the particulars of the situation. Notice shall then be given when the effect of the Force Majeure event has ceased. 10. TERMINATION OF CONTRACT FOR CAUSE If, through any cause, the CONTRACTOR shall fail to fulfill in timely and proper manner his obligation under this Contract, or if the CONTRACTOR shall violate any of the covenants, agreements or stipulations of this Contract, the CITY shall thereupon have the right to terminate this Contract, by giving written notice to the CONTRACTOR of such termination and specifying the effective date thereof, at least five (5) days before the effective date of such termination. Notwithstanding the above, the CONTRACTOR shall not be relieved of liability to the CITY for damages sustained by the CITY by virtue of any breach of the Contract by the CONTRACTOR, and the CITY may withhold any payments to the CONTRACTOR for the purpose of set -off until such time as the exact amount of damages due the CITY from the CONTRACTOR is determined. 11. TERMINATION FOR CONVENIENCE OF THE CITY The CITY may terminate this Contract at any time by giving at least thirty (30) days notice in writing to the CONTRACTOR. If the Contract is terminated by the CITY as provided herein, the CONTRACTOR will be paid for the time provided and expenses incurred up to the termination date. 12. ADDRESSES AND NOTICE Unless otherwise provided in this Contract, any communication, request, reply, advice or other notice herein provided or permitted to be given, made or accepted by either party to the other, must be in writing and may be given or be served by depositing the same with the United States Postal Service postpaid and registered or certified and addressed to the party to be notified, with return receipt requested, or by delivering the same to an officer or official of such party, or by prepaid telegram, addressed to the party to be notified. For purposes of notice, the addresses of the parties shall be: If to the CITY: Ross E. Blackketter, P. E. Director of Public Works City of Port Arthur P.O. Box 1089 Port Arthur, Texas 77641 -1089 If to the CONTRACTOR: Triangle Fire & Security Attn: David Huber 5955 Caswell Rd., Suite F Beaumont, TX 77708 The parties may at any time change their respective addresses by at least fifteen (15) days written notice to the other party. Routine operational communications need not be communicated in writing but may be exchanged verbally between the designated supervisory personnel of the parties. 13. COMPLIANCE WITH LAWS The CONTRACTOR shall comply with all applicable laws, ordinances, rules, order, regulations and codes of federal, state and local governments relating to performance of work herein, including those that became effective during the terms of the Contract, at no additional expense to CITY during the term of this Contract, save and except for any increases in personnel costs due to increases in Federal minimum wage, whereupon the CONTRACTOR will notify the CITY of the additional cost to be due for the remainder of the contract year and the commencing date of such increase cost to the CITY. 14. CIVIL RIGHTS ACT OF 1964 Under the Title VI of the Civil Rights Act of 1964, no person shall, on the grounds of race, color, or national origin, be excluded from participation in, be denied the benefits of, or be subjected to discrimination under any program or activity receiving Federal financial assistance. The CONTRACTOR will carry out its work under this Contract in a manner which will permit full compliance by the CITY with the Statute and the regulations adopted thereunder. 15. INCORPORATION OF PROVISIONS REQUIRED BY LAW Each provision and clause required by law to be inserted into the Contract shall be deemed to be enacted herein and the Contract shall be read and enforced as though each were included herein. If, through mistake or otherwise, any such provision is not inserted or is not correctly inserted, the Contract shall be amended to make such insertion on application by either side. 16. INTERPRETATION This Contract and all terms and provisions hereof shall be liberally construed to effectuate the purposes set forth herein and to sustain the validity of this Contract. 17. SEVERABILITY The provisions of this Contract are severable, and if any word, phrase, clause, sentence, paragraph, section or other part of this Contract of the application thereof to any person or circumstance shall ever be held by any court or regulatory authority or competent jurisdiction to be invalid or unconstitutional for any reasons, the remainder of this Contract and the application of such word, phrase, clause, sentence, paragraph, section or other part of this Contract to other persons or circumstances shall not be affected thereby, unless in the opinion of the CONTRACTOR and CITY the purpose of this Contract are frustrated. 18. BINDING EFFECT Each party represents and warrants to the other that this Contract is binding upon and enforceable against such party. 19. ASSIGNABILITY This Contract shall be binding upon and inure to the benefit of the parties hereto and their successors and assigns and this Contract may be assignable by the CONTRACTOR upon written notice to the CITY. IN WITNESS WHEREOF the City of Port Arthur has caused this Contract to be executed this day of , A.D., 20 . THE CITY OF PORT ARTHUR BY: Floyd T. Johnson City Manager ATTEST: Sherri Bellard City Secretary APPROVED AS TO FORM: Valecia Tizeno City Attorney IN WITNESS WHEREOF Triangle Fire & Security has caused this Contract to be executed this day of , A.D., 20 TRIANGLE FIRE & SECURITY BY: Signature NAME: TITLE: ATTEST: Secretary Cliff Williams From: Clifton Williams [cwilliams @portarthur.net] Sent: Friday, January 18, 2013 5:08 PM To: 'beaumont @patriotsecurityinc.com'; 'slee @patriotsecurityeoc.com'; 'vnewsome @vision- security.com'; 'seanr9 @swbell.net; 'HENRY @EYEONSYSTEMS.COM'; 'vnewsome @vision - security.com'; ' ALOVE @SOUTHWESTBUILDINGSYSTEMS.COM'; 'LEE @ALLIEDELECTRICAL.COM'; 'ttsi @ttsi.cc'; 'info @prodefense.com'; ' Brad .cates @redhawkindustries.com'; 'info @newagesecurityinc.com'; 'brett @maverickinc.com'; ' protect @protectyourempire.com'; 'mdavis @alliedelectrical.com'; 'd. lane @guardianforcesecurity.com'; 'jeremy @txfireinc.com'; ' emurray @southwestbldgsystems.com' Cc: 'agcsetx' Subject: Security Camera For Operation Center Specs and Drawing Attachments: Security Cameras at Operation Center.pdf; Security Camera For Operation Center.pdf Clifton Williams Senior Purchasing Assistant City of Port Arthur Phone: 409 - 983 -8161 Fax: 409 - 983 -8291 1 CITY OF PORT ARTHUR car. of QUOTE SHEET �� ��� (Specifications are attached) D� V o . 4t rth u Texas Date of Request: January 18, 2013 Department Requesting Quote: Public Works Services Needed: Security Cameras for Operation Center Quote Due Date & Time: Wednesday, January 30, 2013 by 3:00 P.M. Mandatory Pre -Bid Date: Thursday, January 24, 2013 @ 2:00 P.M. @ Operation Center, 201 H. O. Mills Road, Port Arthur, TX 77640 Delivery: Quotes are to be faxed to (409) 983 -8291, E- mailed to cwilliams @portarthur.net Delivered to the Purchasing Div., 2 floor, City Hall. Questions, Please contact: Clifton Williams, Sr. Purchasing Asst., (409) 983 -8160 Allison Walker, PW Administrative Asst., (409) 983 -8511 Total Cost $ Number of Days to Complete Company Name Signature Printed Name Phone Address Fax City, State, Zip E -mail Shawna Tubbs, CPPO, CPPB, Purchasing Manager Date 1 Page 1 of 10 I SPECIFICATIONS FOR OPERATION CENTER/GARAGE VIDEO SECURITY SYSTEM Camera System The Operation Center and the Garage's camera system will consist of new fixed color cameras within and around the center and garage. Camera type is a color Day/Night High- Resolution equipped with a Premium Plus IR corrected, a spherical, varifocal lens. Cameras mounted outdoors will be inside a camera enclosure equipped with a heater and blower. These cameras should provide visibility without sufficient lighting. The Operation Center will consist of new fixed indoor Dome Type cameras to monitor personnel access doors near the time clock and the access door in the class room. A 32 channel digital video recorder (DVR) with 4GB hard drive capacity will provide video recording, archiving, with additional channels for future expansion of camera system. The DVR will be configured to record on video motion thereby saving hard drive space and provide for 30 days of video storage. The DVR will be located in the Server Room. System is to be configured to be viewed on Administration's computer(s). The Contractor should submit service hours for repairs and approximate response time. Camera System Hardware Installation: (Drawing Attached) 1. Install one (1) exterior bullet camera attached to building near Gate No. 3. (FOV position to view Gate No. 3) 2. Install one (1) interior dome camera near entrance Class Room. (FOV position to view entire room) 3. Install one (1) exterior bullet camera near Drainage office. (FOV position to view sidewalk) 4. Install one (1) interior bullet camera near Tool Room/Men's Restroom. (FOV positioned to view the break room) 5. Install one (1) interior dome camera near time clock/double door entrance. (FOV position to view the entrance doors) 6. Install one (1) exterior bullet camera near double door entrance. (FOV position to view sidewalk, both directions) 7. Install one (1) exterior bullet camera near double door entrance. (FOV position to view sidewalk, opposite direction of camera no. 6) 8. Install one (1) interior bullet camera near entrance for Tool Room. (FOV position to view entire room) Page 2 of 10 9. Install one (1) interior bullet camera near entrance for Streets bay area. (FOV position to view entire room) 10. Install one (1) interior bullet camera near entrance for Parks bay area. (FOV position to view entire room) 11. Install one (1) interior bullet camera near Server Room. (FOV position to view entrance to Server Room) 12. Install one (1) interior bullet camera near Drainage bay area. (FOV position to view entire room) 13. Install one (1) exterior bullet camera at Gate No. 2. (FOV position to view Gate No. 2) 14. Install one (1) exterior bullet camera near Drainage bay area. (FOV position to view sidewalk) 15. Install one (1) exterior bullet camera on the farthest end of the Garage. (FOV position to view Gate No. 2) 16. Install one (1) exterior bullet camera at Gate No. 1. (FOV position to view Gate No. 1) 17. Install one (1) exterior bullet camera on the Garage's storage building. (FOV position to view activity at the garage) 18. Install one (1) exterior bullet camera at employee parking lot. (FOV position to view entire area) 19. Install (1) exterior bullet camera in the equipment parking lot on the pole. (FOV position to view all Fleet). If contractors are unable to provide two cameras on the single pole the one camera will be sufficient. 20. Install (1) exterior bullet camera in the equipment parking lot on the same pole as camera 19. (FOV position to view all Fleet). If contractors are unable to provide two cameras on the single pole the one camera will be sufficient. 21. Install two (2) exterior bullet cameras at wash rack. (FOV position to view both sides of vehicles at rack) System pricing includes equipment, installation and training on DVR system. WARRANTY CLAUSE 1. The Manufacturer offers a minimum five (5) year warranty on the video surveillance system includes all cameras, camera enclosures, lens, power supplies and camera mounts. 2. The Manufacturer offers a minimum one (1) year warranty on the digital recording of video surveillance video which includes one 32 channel digital video recorder and monitor. Page 3of10 AFFIDAVIT All pages in Offeror's Responses containing statements, letters, etc., shall be signed by a duly authorized officer of the company whose signature is binding. The undersigned offers and agrees to one of the following: I hereby certify that I do not have outstanding debts with the City of Port Arthur. I further agree to pay succeeding debts as they become due. I hereby certify that I do have outstanding debts with the City of Port Arthur and agree to pay said debts prior to execution of this agreement. I further agree to pay succeeding debts as they become due. I hereby certify that I do have outstanding debts with the City of Port Arthur and agree to enter into an agreement for the payment of said debts. I further agree to pay succeeding debts as they become due. Firm Name Date Authorized Signature Title Name (please print) Telephone Email STATE: COUNTY: SUBSCRIBED AND SWORN to before me by the above named on this the day of , 20 Notary Public RETURN THIS AFFIDAVIT AS PART OF THE BID PROPOSAL Page 4 of 10 CONFLICT OF INTEREST QUESTIONNAIRE FORM CIQ For Vendor or other person doing business with local governmental entity This questionnaire reflects changes made to the law by H.B. 1491, 80"' Leg., Regular Session. This questionnaire is being filed in accordance with Chapter 176, Local Government Code by a person who has a business relationship as defined by Section 176.001 (1 -a) with a local governmental entity and the person meets requirements under Section 176.006 (a). By law this questionnaire must be filed with the records administrator of the local governmental entity not later than the 7 business day after the date the person becomes aware of facts that require the statement to be filed. See Section 1.76.006, Local Government Code. A person commits an offense if the person knowingly violates Section 176.006, Local Government Code. An offense under this section is a Class C misdemeanor. 1. Name of person who has a business relationship with local governmental entity. 2. Check this box if you are filing an update to a previously filed questionnaire. (The law requires that you file an updated completed questionnaire with the appropriate filing authority not later than 7 business day after the date the originally filed questionnaire becomes incomplete or inaccurate.) 3. Name of a local government officer with whom filer has employment or business relationship. Name of Officer This section (item 3 including subparts A, B, C, & D) must be completed for each officer with whom the filer has an employment or other business relationship as defined by Section 176.001 (1 -a), Local Government Code. Attach additional pages to this Form CIQ as necessary. A. Is the local government officer named in this section receiving or likely to receive taxable income, other than investment income, from the filer of the questionnaire? Yes 1 No B. Is the filer of the questionnaire receiving or likely to receive taxable income, other than investment income, from or at the direction of the local government officer named in this section AND the taxable income is not received from the local governmental entity? Yes No C. Is the filer of this questionnaire employed by a corporation or other business entity with respect to which the local government Officer serves as an officer or director, or holds an ownership of 10 percent or more? Yes No D. Describe each employment or business relationship with the local government officer named in this section. 4. Signature of person doing business with the governmental entity Date Page 5of10 GENERAL INFORMATION: NOTE: It is extremely important that the Vendor, Bidder, and /or Contractor furnish the City of Port Arthur the required information specified in Bid or Proposal Specifications listed in this Bid Package. All bids meeting the intent of this request for bid will be considered for award. BIDDERS TAKING EXCEPTION TO THE SPECIFICATIONS, OR OFFERING SUBSTITUTIONS, SHALL STATE THESE EXCEPTIONS BY ATTACHMENT AS PART OF THE BID. The absence of such a list shall indicate that the bidder has not taken exceptions and the City shall hold the bidder responsible to perform in strict accordance with the specifications of the invitation. The City reserves the right to accept any and all or none of the exception(s) /substitutions(s) deemed to be in the best interest of the City of Port Arthur. ALTERING BIDS: Bids cannot be altered or amended after submission deadline. Any interlineations, alteration, or erasure made before opening time must be initialed by the signer of the bid, guaranteeing authenticity. BID AWARD: The City of Port Arthur will review all bids for responsiveness and compliance with these specifications. The award shall be made to the responsive, responsible bidder who submits the best value bid. The City reserves the right to: 1. Reject any and all bids and to make no award if it deems such action to be in its best interest. 2. Award bids on the lump sum or unit price basis, whichever is in the best interest of the City. 3. Reject any or all bids and to waive informalities or defects in bids or to accept such bids as it shall deem to be in the best interests of the City. 4. Award bids to bidders whose principal place of business is in the City of Port Arthur and whose bid is within 5% of the lowest bid price, as provided by Section 271.905 of the Texas Government Code. TERMINOLOGY: "Bid" vs. "Proposal " - -For the purpose of this ITB, the terms "Bid" and Proposal" shall be equivalent. Bidders are cautioned to read the information contained in this ITB carefully and to submit a complete response to all requirements and questions as directed. CONFLICT OF INTEREST: No public official shall have interest in this contract, in accordance with Vernon's Texas Code Annotated, Local Government Code Title 5, Subtitle C, Chapter 171. ETHICS: The bidder shall not offer or accept gifts or anything of value nor enter into any business arrangement with any employee, official or agent of the City of Port Arthur. MINIMUM STANDARDS FOR RESPONSIBLE PROSPECTIVE BIDDERS: A prospective bidder must affirmatively demonstrate bidder's responsibility. A prospective bidder must meet the following requirements: 1. Be able to comply with the required or proposed delivery schedule. 2. Have a satisfactory record of performance. 3. Have a satisfactory record of integrity and ethics. 4. Be otherwise qualified and eligible to receive an award. Page 6 of 10 5. Be engaged in a full time business and can assume liabilities for any performance or warranty service required. 6. The City Council shall not award a contract to a company that is in arrears in its obligations to the City. 7. No payments shall be made to any person of public monies under any contract by the City with such person until such person has paid all obligations and debts owed to the City, or has made satisfactory arrangements to pay the same. ADDENDA: Any interpretations, corrections or changes to the ITB and Specifications will be made by addenda. Sole issuing authority of addenda shall be vested in the City of Port Arthur Purchasing Manager. The City assumes no responsibility for the bidder's failure to obtain and /or properly submit any addendum. Failure to acknowledge and submit any addendum may be cause for the bid to be rejected. It is the vendor's responsibility to check for any addendums that might have been issued before bid closing date and time. PORT ARTHUR PRINCIPAL PLACE OF BUSINESS: Any bona fide business that claims the City of Port Arthur as its principal place of business must have an official business address (office location and office personnel) in Port Arthur, the principal storage place or facility for the equipment shall be in Port Arthur and/or the place of domicile for the principal business owner(s) shall be in Port Arthur or such other definition or interpretation as is provided by state law. Contractors outside the City of Port Arthur are allowed to bid. PRICES: The bidder should show in the proposal both the unit price and total amount, where required, of each item listed. In the event of error or discrepancy in the mathematics, the unit price shall prevail. PURCHASE ORDER: A purchase order(s) shall be generated by the City of Port Arthur to the successful bidder. The purchase order number must appear on all itemized invoices. INVOICES: All invoices shall be mailed directly to the City of Port Arthur, Attn.: Public Works Department P.O. Box 1089, Port Arthur, Texas 77641. PAYMENT: Payment will be made upon receipt of the original invoice and the acceptance of the goods or services by the City of Port Arthur, in accordance with the State of Texas Prompt Payment Act, Article 601f V.T.C.S. The City's standard payment terms are net 30, i.e. payment is due 30 days from the date of the invoice. SALES TAX: The City of Port Arthur is exempt by law from payment of Texas Sales Tax and Federal Excise Tax; therefore the proposal shall not include Sales Tax. VENUE: This agreement will be governed and construed according to the laws of the State of Texas. This agreement is performable in Port Arthur, Texas, Jefferson County. COMPLIANCE WITH LAWS: The Contractor shall comply with all applicable laws, ordinances, rules, orders, regulations and codes of the federal, state and local governments relating to performance of work herein. INTEREST OF MEMBERS OF CITY: No member of the governing body of the City, and no other officer, employee or agent of the City who exercises any functions or responsibilities in connection with Page 7 of 10 the planning and carrying out of the program, shall have any personal financial interest, direct or indirect, in this Contract; and, the Contractor shall take appropriate steps to assure compliance. DELINQUENT PAYMENTS DUE CITY: The City of Port Arthur Code of Ordinances prohibits the City from granting any license, privilege or paying money to any -one owing delinquent taxes, paving assessments or any money to the City until such debts are paid or until satisfactory arrangements for payment has been made. Bidders must complete and sign the AFFIDAVIT included as part of this ITB. QUANTITIES: Quantities shown are estimated, based on projected use. It is specifically understood and agreed that these quantities are approximate and any additional quantities will be paid for at the quoted price. It is further understood that the contractor shall not have any claim against the City of Port Arthur for quantities less than the estimated amount. SHIPPING INFORMATION: All bids are to be F.O.B., City of Port Arthur, Port Arthur, TX 77640 INCORPORATION OF PROVISIONS REQUIRED BY LAW: Each provision and clause required by law to be inserted into the Contract shall be deemed to be enacted herein and the Contract shall be read and enforced as though each were included herein. If, through mistake or otherwise, any such provision is not inserted or is not correctly inserted the Contract shall be amended to make such insertion on application by either party. CONTRACTOR'S OBLIGATIONS: The Contractor shall and will, in good workmanlike manner, perform all work and furnish all supplies and materials, machinery, equipment, facilities and means, except as herein otherwise expressly specified, necessary or proper to perform and complete all the work required by this Contract, in accordance with the provisions of this Contract and said specifications. The apparent silence of these specifications as to any detail or to the apparent omission from it of a detailed description concerning any point shall be regarded as meaning that only the best commercial practices are to prevail. While the purpose of the specifications is to indicate minimum requirements in the way of capability, performance, construction, and other details, its use is not intended to deprive the City of Port Arthur the option of selecting goods which may be considered more suitable for the purpose involved. In the event of conflicts between the written bid proposal and information obtained verbally, the vendor is specifically advised that the written bid proposal will prevail in the determination of the successful bidder. Under the Title VI of the Civil Rights Act of 1964, no person shall, on the grounds of race, color, or national origin, be excluded from participation in, be denied the benefits of, or be subjected to discrimination under any program or activity receiving Federal financial assistance. TERMINATION FOR CAUSE: If, through any cause, the Contractor shall fail to fulfill in a timely and proper manner his obligations under this contract, or if the Contractor shall violate any of the covenants, agreements or stipulations of this contract, the City shall thereupon have the right to terminate this contract by giving written notice to the Contractor of such termination and specifying the effective date thereof, at least fifteen (15) days before the effective date of such termination. Notwithstanding the above, the Contractor shall not be relieved of liability to the City for damages sustained by the City b Y Y g Y Y Y virtue of any breach of the contract by the Contractor, and the City may withhold any payments to the Page 8 of 10 Contractor for the purpose of set -off until such time as the exact amount of damages due the City from the Contractor is determined. TERMINATION FOR CONVENIENCE: The City may terminate this contract at any time giving at least thirty (30) days notice in writing to the Contractor. If the Contract is terminated by the City as provided herein, the Contractor will be paid for the service that it has performed up to the termination date. If this contract is terminated due to fault of the Contractor, the previous paragraph hereof relative to termination shall apply. RELEASES AND RECEIPTS: The City of Port Arthur before making payments may require the Contractor to furnish releases or receipts for any or all persons performing work and supplying material or service to the Contractor, or any sub - contractors for work under this contract, if this is deemed necessary to protect its interests. CARE OF WORK: The Contractor shall be responsible for all damages to person or property that occurs as a result of his fault or negligence in connection with the work performed until completion and final acceptance by the City. SUB - CONTRACTS: The Contractor shall not execute an agreement with any sub - contractor or permit any sub - contractor to perform any work included in this Contract until he has received from the City of Port Arthur written approval of such agreement. INSURANCE: All insurance must be written by an insurer licensed to conduct business in the State of Texas, unless otherwise permitted by Owner. The Contract shall, at his own expense, purchase, maintain and keep in force insurance that will protect against injury and /or damages which may arise out of or result from operations under this contract, whether the operations be by himself or by any subcontractor or by anyone directly or indirectly employed by any of them, or by anyone for whose acts any of them may be liable, of the following types and limits 1. Commercial General Liability occurrence type insurance City of Port Arthur, its officers, agents, and employees must be named as an additional insured): a. Bodily injury $500,000 single limit per occurrence or $500,000 each person/$500,000 per occurrence for contracts of $100,000 or less; or Bodily injury $1,000,000 single limit per occurrence or $500,000 each person /$1,000,000 per occurrence for contracts in excess of $100,000; and, b. Property Damage $100,000 per occurrence regardless of contract amount; and, c. Minimum aggregate policy year limit of $1,000,000 for contracts of $100,000 or less; or, Minimum aggregate policy year limit of $2,000,000 for contracts in excess of $100,000. 2. Commercial Automobile Liability Insurance (Including owned, non -owned and hired vehicles coverage's). a. Minimum combined single limit of $500,000 per occurrence, for bodily injury and property damage. Page 9 of 10 b. If individual limits are provided, minimum limits are $300,000 per person, $500,000 per occurrence for bodily injury and $100,000 per occurrence for property damage. Contractor shall cause Contractor's insurance company or insurance agent to fill in all information required (including names of insurance agency, contractor and insurance companies, and policy numbers, effective dates and expiration dates) and to date and sign and do all other things necessary to complete and make into valid certificates of insurance and pertaining to the above listed items, and before commencing any of the work and within the time otherwise specified, Contractor shall file completed certificates of insurance with the Owner. None of the provisions in said certificate of insurance should be altered or modified in any respect except as herein expressly authorized. Said CERTIFICATE OF INSURANCE Form should contain a provision that coverage afforded under the policies will not be altered, modified or canceled unless at least fifteen (15) days prior written notice has been given to the City of Port Arthur. Contractor shall also file with the City of Port Arthur valid CERTIFICATE OF INSURANCE on like form from or for all Subcontractors and showing the Subcontractor (s) as the Insured. Said completed CERTIFICATE OF INSURANCE Form (s) shall in any event be filed with the City of Port Arthur not more than ten (10) days after execution of this Contract. NOTICE TO PROCEED: Notice to Proceed shall be issued within ten (10) days of the execution of the Contract by OWNER. Should there be any reasons why Notice to Proceed cannot be issued within such period, the time may be extended by mutual agreement between OWNER and CONTRACTOR. CELL PHONE OR PAGER: The Contractor must have a working cell phone or pager available Monday through Friday from 8:00 a.m. to 5:00 p.m. so that the City will be able to contact the contractor. Page 10 of 10 CITY OF PORT ARTHUR, TEXAS ort rth e L r ADDENDUM NO. ONE (1) T ows January 29, 2013 Bid Proposal For: Security Camera for Operation Center The following clarifications, amendments, deletions, additions, revision and/or modifications are made a part of the contract documents and change the original documents only in the manner and to the extent hereinafter stated and shall be incorporated in the contract documents. Provisions of this addendum shall take precedence over requirements of the original contract documents and all BIDDERS ARE REQUESTED TO ACKNOWLEDGE SAID - PROVISIONS IN THE SUBMISSION OF THEIR BID. Addendum as follows: 1. The Camera system will be an analog system 2. The DVR will be a 4TB hard drive capacity. 3. Delete camera #11 4. Contractors are responsible for the wiring not the City. 5. The poles by the parking lot are for the City of Port Arthur and Contractors can use the power there. 6. Quotes are due on February 6, 2013 at 12:00 p.m. If you have any questions, please contact the Purchasing Division at 409 - 983 -8160. NOTE: ALL PAGES OF ADDENDA MUST BE SIGNED AND SUBMITTED WITH YOUR BID DOCUMENTS. Shawna Tubbs, CPPO, CPPB Purchasing Manager Signature of Proposer Date CITY OF PORT ARTHUR • f QUOTE SHEET Cos of : j (Specifications are attached) ort rthur"" Texes Date of Request: January 18, 2013 Department Requesting Quote: Public Works Services Needed: Security Cameras for Operation Center Quote Due Date & Time: Wednesday, January 30, 2013 by 3:00 P.M. Mandatory Pre -Bid Date: Thursday, January 24, 2013 @ 2:00 P.M. @ Operation Center, 201 H. 0. Mills Road, Port Arthur, TX 77640 Delivery: Quotes are to be faxed to (409) 983 -8291, E- mailed to cwilliams@portarthur.net Delivered to the Purchasing Div., 2" floor, City Hall. Questions, Please contact: Clifton Williams, Sr. Purchasing Asst., (409) 983 -8160 Allison Walker, PW Administrative Asst., (409) 983 -8511 Total Cost $ .29 990; mC ` Number of Days to Complete 4 o Da 7Z .A ,4 lie 14 Ra. .icfr rd / Li Companyfilame / Signature .7 AC 44) +so 9 - P‘O / Printed Name Phone Address Fax • . I•r ezl7 1 51 7 770 of / •t v . j CP 71r, of e0 4 e r e fig City, State, Zip E-mail b L / 3 Shawna Tubbs, CPPO, CPPB, Purchasing Manager Date • Page 1 of 10 SINCE 1989 y; r Honeywell Authorized Security Dealer FIRE and SECURITY Offers this CCTV Proposal For City of Port Arthur Operations Center 201 H.O. Mills Road Port Arthur, Texas 77642 Presented to: Shawna Tubbs,CPPO, CPPB, Purchasing Manager Presented by: David Huber, General Manager Main. (409) 860 -1616 Houston (713) 871 -0515 Lake Charles (337) 240 -9399 Fax. (409) 899 -2292 February 6, 2013 ALL INFORMATION & SPECIFICATIONS CONTAINED IN THIS PROPOSAL ARE THE CONFIDENTIAL & PROPRIETARY INFORMATION & PROPERTY OF TRIANGLE COMPUTER AND TELEPHONOE CORPORATION. IT IS NOT TO BE REPRODUCED OR DISSEMINATED TO ANY OTHER PARTY WITHOUT THE EXPRESS WRITTEN CONSENT OF TRIANGLE COMPUTER AND TELEPHONE COPRORATTOIN . & IF REQUESTED, THIS PROPSAL MUST BE RETURNED, IN ITS ENTIRETY, TO TRIANGLE COMPUTER AND TELEPHONE CORPORATION. CITY OF PORT ARTHUR, TEXAS • City of - ert rthrs� ADDENDUM NO. ONE (1) Tugs January 29, 2013 Bid Proposal For: Security Camera for Operation Center The following clarifications, amendments, deletions, additions, revision and/or modifications are made a part of the contract documents and change the original documents only in the manner and to the extent hereinafter stated and shall be incorporated in the contract documents. Provisions of this addendum shall take precedence over requirements of the original contract documents and all BIDDERS ARE REQUESTED TO ACKNOWLEDGE SAID - PROVISIONS IN THE SUBMISSION OF THEIR BID. Addendum as follows: 1. The Camera system will be an analog system 2. The DVR will be a 4TB hard drive capacity. 3. Delete camera #11 4. Contractors are responsible for the wiring not the City. 5. The poles by the parking lot are for the City of Port Arthur and Contractors can use the power there. 6. Quotes are due on February 6, 2013 at 12:00 p.m. If you have any questions, please contact the Purchasing Division at 409 -983 -8160. NOTE: ALL PAGES OF ADDENDA MUST BE SIGNED AND SUBMITTED WITH YOUR BID DOCUMENTS. Shawna Tubbs, CPPO, CPPB Purchasing Manager c:1111m)/14L-- •›—O -3 Signature of Proposer DEe l � 1ser � 1 AFFIDAVIT All pages in Offeror's Responses containing statements, letters, etc., shall be signed by a duly authorized officer of the company whose signature is binding. The undersigned offers and agrees to one of the following: . tt I hereby certify that I do not have outstanding debts with the City of Port Arthur. I further agree to pay succeeding debts as they become due. I hereby certify that I do have outstanding debts with the City of Port Arthur and agree to pay said debts prior to execution of this agreement. I further agree to pay succeeding debts as they become due. I hereby certify that I do have outstanding debts with the City of Port Arthur and agree to enter into an agreement for the payment of said debts. I further agree to pay succeeding debts as they become due. ^ Zooft+4. F i !a.. su/ts sk.\'1 2.16‘ V3 . Firm Nagle Date rCLA9 L ILF Authorized Signature Title Clr1 ,'rc.44 STRabi i139 860 ` t C I l Name (please print) Telephone hnirc.41 R .4.e. . ts• r .' Email MMY 5N STATE: AS ° _ � Notary Public, St E a lTgN te of Texas Commissio Expi res COUNTY: PAW September 09, 2013 SUBSCRIBED AND SWORN to before me by the above named /4 J 'a/f .S7724966 a2 b on this the G '( day of /R ,01AQf , 20�. t- 111/XJar.t Notary Pu lic RETURN THIS AFFIDAVIT AS PART OF THE BID PROPOSAL Page 4 of 10 CONFLICT OF INTEREST QUESTIONNAIRE FORM CIQ For Vendor or other person doing business with Local governmental entity This questionnaire reflects changes made to the law by H.B. 1491, 80 Leg., Regular Session. This questionnaire is being filed in accordance with Chapter 176, Local Government Code by a person who has a business relationship as defined by Section 176.001 (1 -a) with a local governmental entity and the person meets requirements under Section 176.006 (a). By law this questionnaire must be filed with the records administrator of the local governmental entity not later than the 7 business day after the date the person becomes aware of facts that require the statement to be filed. See Section 176.006, Local Government Code. A person commits an offense if the person knowingly violates Section 176.006, Local Government Code. An offense under this section is a Class C misdemeanor. 1. Name of person who has a business relationship with local governmental entity. N‘" 2. Check this box if you are filing an update to a previously filed questionnaire. 1v (The law requires that ou file an updated completed questionnaire with the appropriate filing authority not than Y 7` business day after the date the originally filed questionnaire becomes incomplete or inaccurate.) 3. Name of a local government officer with whom filer has employment or business relationship. Name of Officer � 1 This section (item 3 including subparts A, B, C, & D) must be completed for each officer wi whom the filer has an employment or other business relationship as defined by Section 176.001(1 -a), Local Government Code. Attach additional pages to this Form CIQ as necessary. A. Is the local government officer named in this section receiving or likely to receive taxable income, other than investment income, from the filer ler + of the questionnaire? U Yes No B. Is the filer of the questionnaire receiving or likely to receive taxable income, other than investment income, from or at the direction of the local government officer named in this section AND the taxable income is not received from the local governmental entity? 1 1 Yes No C. Is the filer of this questionnaire employed by a corporation or other business entity with respect to which the local government Officer serves as an officer or director, or holds an ownership of 10 percent or more? Yes No D. Describe each employment or business relationship with the local government officer named in this section. 4. Signature of person doing business with the governmental entity Date Page 5 of 10