jk: 10-4-2007 - san antonio

13
JK: 10-4-2007 Item # 8 Page 1 of2 AN ORDINANCE 2 Q Q 7 - 1 Q _ Q 4 - 1 Q 4 1 AUTHORIZING THE ACCEPTANCE OF A CONTRACT WITH HAGEMEYER, NORTH AMERICA, INC., TO PROVIDE THE FIRE DEPARTMENT WITH UPGRADES AND EXPANSION TO THE INCIDENT COMMAND TRAINING SYSTEM FOR A TOTAL COST OF $96,898.80 TO BE FUNDED BY 2006 URBAN AREA SECURITY INITIATIVE (DASI) GRANT FUNDS. * * * * * WHEREAS, The Fire Department desires to upgrade the existing Incident Command Training System simulator; and WHEREAS, upgrades are available which will enable the Fire Academy to simulate additional incidents for the purpose of training local and regional first responders on how to efficiently and effectively respond during these incidents, NOW THEREFORE: BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF SAN ANTONIO: SECTION 1. The contract with Hagemeyer, North America, Inc., utilizing US Communities Contract # RQ06-814063-1 0A and administered in accordance with the US Communities Cooperative Program, is hereby accepted. A copy of the contract, bid tabulation and quote are attached hereto and incorporated herein as Attachment 1. SECTION 2. Fund 26065000 entitled "Department Of Homeland Security" and Internal Order 120000000041 entitled "UASI", are hereby designated for use in the accounting for the fiscal transaction in the acceptance of this bid. SECTION 3. The sum of $96,898.80 is hereby appropriated in the above designated fund and will be disbursed from GL 5501000 "Capital Outlay - Computer Equipment". Payment is authorized to Hagemeyer, North America, Inc. upon issuance of a Purchase Order and receipt of goods. SECTION 4. The financial allocations in this Ordinance are subject to approval by the Director of Finance, City of San Antonio. The Director of Finance may, subject to concurrence by the City Manager or the City Manager's designee, correct allocations to specific SAP Fund Numbers, SAP Project Definitions, SAP WBS Elements, SAP Internal Orders, SAP Fund Centers, SAP Cost Centers, SAP Functional Areas, SAP Funds Reservation Document Numbers, and SAP GL Accounts as necessary to carry out the purpose of this Ordinance.

Upload: others

Post on 25-Nov-2021

2 views

Category:

Documents


0 download

TRANSCRIPT

JK: 10-4-2007 Item # 8 Page 1 of2

AN ORDINANCE 2 Q Q 7 - 1 Q _ Q 4 - 1 Q 4 1 AUTHORIZING THE ACCEPTANCE OF A CONTRACT WITH HAGEMEYER, NORTH AMERICA, INC., TO PROVIDE THE FIRE DEPARTMENT WITH UPGRADES AND EXPANSION TO THE INCIDENT COMMAND TRAINING SYSTEM FOR A TOTAL COST OF $96,898.80 TO BE FUNDED BY 2006 URBAN AREA SECURITY INITIATIVE (DASI) GRANT FUNDS.

* * * * *

WHEREAS, The Fire Department desires to upgrade the existing Incident Command Training System simulator; and

WHEREAS, upgrades are available which will enable the Fire Academy to simulate additional incidents for the purpose of training local and regional first responders on how to efficiently and effectively respond during these incidents, NOW THEREFORE:

BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF SAN ANTONIO:

SECTION 1. The contract with Hagemeyer, North America, Inc., utilizing US Communities Contract # RQ06-814063-1 0A and administered in accordance with the US Communities Cooperative Program, is hereby accepted. A copy of the contract, bid tabulation and quote are attached hereto and incorporated herein as Attachment 1.

SECTION 2. Fund 26065000 entitled "Department Of Homeland Security" and Internal Order 120000000041 entitled "UASI", are hereby designated for use in the accounting for the fiscal transaction in the acceptance of this bid.

SECTION 3. The sum of $96,898.80 is hereby appropriated in the above designated fund and will be disbursed from GL 5501000 "Capital Outlay - Computer Equipment". Payment is authorized to Hagemeyer, North America, Inc. upon issuance of a Purchase Order and receipt of goods.

SECTION 4. The financial allocations in this Ordinance are subject to approval by the Director of Finance, City of San Antonio. The Director of Finance may, subject to concurrence by the City Manager or the City Manager's designee, correct allocations to specific SAP Fund Numbers, SAP Project Definitions, SAP WBS Elements, SAP Internal Orders, SAP Fund Centers, SAP Cost Centers, SAP Functional Areas, SAP Funds Reservation Document Numbers, and SAP GL Accounts as necessary to carry out the purpose of this Ordinance.

JK: 10-4-2007 Item # 8 Page 2 of2

SECTION 5. This ordinance shall take effect on October 14, 2007.

PASSED AND APPROVED this 4th day of October,~~ y

Attest: ~ 1 Ji ,fey '.tiL!_(_IJ I( . flU:J/) PHIL HAROBERGER ty ClefJ<.

/ ') '• ·-·•

CITY OF SAN ANTONIO PURCHASING AND CONTRACT SERVICES DEPARTMENT

Issued l3y: WJ! . · COOPERATIVE CONTRACT NO,: RQ06-814063-10A

PROCURING ENTITY/COOPERATIVE U.S. Communities

· . ;· ........ , .. _ .... TERMS & CONDITIONS FOR CONTRACT FOR SIMULATIONlJNIT UPGRADE AND EXPANSION

D.aterssued: August.21, 200'1

Pagel.JlL2

Contract Documents: The terms and conditions for performance and payment of c.ompensatlon for this contract are set fqrth in tlte following contract documents, true i+nd. correct copies of which are attached hereto and fully incorporated

· ·herein for all purposes: · ·

a. Thls TerJl!s and Conditions Dooument; .

b. Any :Purchase Orde-tS Issued hereunder by the City of San Antonio ("City"); and . . . . .

c. Exhibit I -All applio~.ble terms and conditions of Contraot #RFP06-814063-10, procured by Fairfax County, Virginia, and made available to looal governmental entities through U.S. Communities. ·

-- - ·-- --- .. -·- - _____ ., ___ . ___ .. _ - --· --· ----·-----· - -·-·--··- ------- -- --Shopld a conflict arise among the provisions of the contract documents, this Terms and Conditions Docwnent and any · Puroha~e Order issued hereunder shall govern over Exhibit I> unless otherwise specifically-provided herein.

IJds'Tenns & Conditions Document includes the following: General Terms and Conditions, P,roduot Speoificatfons and • Desoription of Services, Prlce Schedule, any Attachments identified l1erein ·

The City's Purchasing Division is wllling to assist any vendor(s) .in the interpretation of this Terms and Conditions . Document. Assistance may 'be received by visitll}g the Purchasing Office in the City Hall :Annex> 131 W. Nueva, or bY. oa11ing (210) 207"7260. · ·

It is ·the policy of the City of San Antonio to involve qualified Small, Minority, Woman-owned, and local business in construction, procurement, professional services> and leases and coµ.cessions contracting.. The City of San .Antonio has established. the following·minorlty business enterprise (MBE), woman business enterprise (WBB), African-American business enterprise (AABE), and small business enterprise (SBE) utili2~tion goals: MBE Goal:.15~; WBE Goal: 10½; AABB Goal: lli, SBE Goal:~

The undersigned> by his/he1• signature~ represents that he/sh~ is authorized to bind the.Vendor to fully comply with the contraot for the amount(s) shown on the accompanying Price S?hednle. A signature below indicates that.the Vendor has read the entire document, wltl~h is incorporated herein, and agreed -to the terms th~rein. ·

Sigtter)sName: /,Ji// LVL.-f ?-;, · (Please P1'lnt Ol' Typ~ )·

FihnName:·\~~e-K&)0'_'...\.-0. ~.tic.a.. I {ne:.. ..

Address: IL\La,O Tdo,o;.s;. ~ b\\Jd,.

Signa City, ~tate, Zip_ Code: W ( (-e:'...-,Sb'\ , S L-J:'.J 407

Email Address: \fV \uiz-6 ,,~ 6cof-jrr\Cl ,Wrn ~elephone No.: ~ St 3 - 7 lf S - Z._l{J 3 . . · Fax No.: "b O _:_ .. 7 S?; - lo (j '&

Please complete the following:

.FOR CITY'USE ONLY AWARD

Items Acc~pted: Ordinance No: Dato: Amount:

Approved: ___ .c:.._ ______ _ CITY OF SAN .ANTONIO

Attachment I

,,··)

CITY COm:AACT NO,: 07-152-WJ! Pagel of2

Prompt Payment Discount: __:_% ___ days. (If no discount is· offorea, Net 30 will apply,) Please cheok the following blanks which apply to your o.ompany; . . . . ~;~!:::~:::(51% ~:~:, •:•,• ~~~a~-::~~;~:l'f•:••:•\_'"•~~~~~-~~,~~;~;•(~;~•~~;~••,_. •"; ,•,. • . .-: ,• •, ... ,,.••••:•• ,1 " .. •,. ';:•., s•~•'," ;•; • •

_Female OMted _Handicapped Owned _Small Business (less t!1an $1 miUion annual receipts or 100 employees) . Indicate Status: _Partners~lp LL,_ Corporation Sole Proprietorship __ Other (specify) __ . _. __ _ Tax Identification Number: Sk ~ :}.4~\S::],- · .

.. . .

) ,l )

CITY CONT.RACTNO,i 07M152-WF Page3 of2

I .. GENEML TERMS .AND CONDITIONS

1. The·terms cibidder'\ "contraotor", arid "vendor" all mean th~ plll'ty provldmg goods or servi~es to the City pursuant to ,this contract, . . . . . . . . . : .. · .. r ·,, .. . : . I' "I ... _.,,,': .... , . .. , •• • : "•,:. : . .... ·,.'::'" ·~· ' • • ... -.: ·,~

2. B,ejeciion of Disclaimers of Warranties & !,imitations ofl,iabilitt. Any te1•m or condition in Exhibit I, oi' any document furnished by Vendor, disclaiming the implied warranty of merchantabillty or of fitness for a particular pm•pos.e, or attempting to limit Vendor's liability shall be of no force or effect1 and shall be .stricken from the contract documents as if neve:r contained therein.

3. Acoe.ptance of Offer, By signing and submitting this docum~nt, Vendor is ~aking an offer to City. A witten award ·of acceptance (manifested by a.City Ordinance) and appropriation or purchase order mailed or othenvJse furnished to the . . Vendor results ht a. binding oontract without further action by eitheq~arcy. . . . · .

4. Vendors shall make all investigations necessary to thoroughly inform -themselves regarding plant and facilities for delivel'y of n,atedal and equipment as required by the contract documents. No plea of ignorance ~Y the vendor of conditions that exist or that may hereafter exist as a result of failure or omission on the part·of the vendor to make the necessary examinations and investigations, or failure to fulfill in every detail the.-requiremel}ts of the contract documentsj wlll be accepted as a basis for varying the requirements of the City or the compensation to the vendor: .

5. ~. Vendor shall not include federal taxes nor State of Texas limited sales ~oiae and use taxes in prices, sfnce the City of San Antonio is exempt from payment of such taxes. An exemption oertifioate wiU l>e signed by City where applioa~le upo~ request by Vendor.

6. Point of Destination. All goods, materials and equipment sh~ll be delive1·ed FOB Destination, City of San Antonio•s. designated faoilityt or to the "s~ip to" address indioated on the purcha~e order, inside delivery.

7. Deliyezy Times.· Proposed delivery time must be shQWn and shalt include weekends and holidays, unless speoified otherwise herein. ·

8. Failure to Meat Deliyezy Schedule, Wlien delivel'y·is not met as provided for in the conti:act, the .Administrative Services Department reserves the tlght to make the pur~hase on the open market, wlth any cost in excess of the contract price paid by the vendor, in addition to any other damages, direct, in~irect, consequential, or incidental incurred by ihe City as a result thereof.

. . . · 9. Acceptance By City .. The City shall have· a. reasonable t,ime (but :q.ot less than. 30 da.ys) after receipt to inspect the goods and services tendel'ed by Vendo1·. The City at its option maY reject ~11 or any portion of such goods or services which do not, in- City's sole discretion> comply m eve1y.res_pect with all terms and conditions of the contract. .The City may eleot tC? 1"tSjeot t'4e entire goods and services tendered· even if. only a portion thereof is nonconfonning. If the City eleots to accept nonconforming goods and services, the City, in addition to its other.reme'dies, •shall he entitled to deduct a reasonable amount from the price thereof to compensat!) the City for the nonconformity. Any acceptance by the City, oven if nonft conditional, shall not be deemea. a:waiver or settlement of any defeot in such ·goods and services,

10. Watranty. Unless a specific warranty is provided elsewhere ·in these contract dooulllents> the supP,lies or .services. ·fumished under this contract shall be covered by the most favorable commercial warranties given to any customer for

· same 01.'simllar supplies or services,

11. Change Orders. In order-to comply with Texas law governing purchases made bymnnicipalities. the follow rules shall govem all change otders made UJ!der this contract,

)

CITY CONTRACT NO,: OM5Z..WF Page 4<>f2

(a) Any ohange orders that become necessary durJng the term of this oontraot as a result of ohanges in plans, · . specifications, quantity of work to be performed; materials, equipment or supplies to be furnished may be

· approved by t~e Director of 'the Purchasing Dlvlsion of the A~;ninistr~tive St1~ices Department ("Pqrohas~g . . · Director,.). cir her designee;provid~d:fhat siloh·oharige ·otders: ... ':··., · ·._,:·.-•.: ... ,_. ... ,: ,:' ... ':':": ··.·---.·· .. y_:,.: · •.·. ': ,·::..._,., •::·, , ... , .. ::·:·

(1) are made in writing, signed by the Purchasing Director.or her designee; (2) do not 1nvolv~ an inorease or deorease in con.tract prl~e of :tnore than $25,000; and

. (3) sufficient funds ha'\le already been allocated by City 01· are available to the Purchasing Director to cover any increase in contraot.pr~ce. ·

(b) Any other change will require appro\lal oftbe City Council, City of San Antonio. .

( o) In the case of an ·1no~ease, the sum of: a~l chang~ order~ cannot exceed 25% of the ·011ginal contract.price.

( d) Changes that do not jnvolve an increase in contract price ma.y1·however. be made by the Purchasing Director,

12. Contract Tennination

TERMINATION-BREACH:

(a) • Shoul(I. Veud~r ·fail to fulfill in a timely and proper manner, as detennined solely by the .Director 9f Administtative Services, its obligations under this contract, or violate. any of the matel'ial- terms of this contract, the City shall.have the right to immediately terminate the contract. Notice of tennination shall be provided in writing to the contractor, effeotive llpon the date set forth in the notice. Suoh te1mination shall not refowe tl1e vendor of any liability to the City for damages sustained by·virtue of any breach by the· vendor . .

TERMINATION-NOTICE:

(b) The City ·may cancel thfa cnntt'aot for convenience up.on ten days p~ior wl'i~en notice.

TBRMIN:ATION .. FUNDING:

(c) City i:etains the l'lght to te1'Dlinate this contract at the expiration-of eaoh of Cityls budget periods. Tflis · contract is conditioned on a best efforts attempt by City to obtain and appropriate funds for payment of any

. • debt due by City herein. •.

13. I@EMNIFICATION

(a) QONTRACTOR covenants and agrees to FULLY INDE~Y and HOLD HARMLESS, the CITY a~d the elected officials, e~ployees, officersfdirectors, voh,nteers. and l'ep1·esentatiyes of tire CITY, individually and coJlectively, from and against any and •all costs, claims, lio11s, damages,. ·losses, expenses, fees, ftnes, penaltfes, proceedings, actions, demands, causes of action, liability and suits of any mnd and nature, including but not llmlted to, personal or· bodi,ly h1ju1,y, death and ,property damage, made upon the CITY directly or indirectly adsJng out of, resulting fl'om or related to CONTRACTOR's activities under this Contract. to the extent and deg1•ee that such a1:e caused by the negligent ·acts or omissions or willful misconduct of CONTRACTOR, any agent1 officer, director, represontative, employee> consultant or. subcontractor of CONTRACTOR, and their · respective officers1 agents employees, directo1•s and representatives while in the exercise of peJ.'formance of the rlgh1s or duties under this CONTRACT. The indemnity provided for in this paragraph shall not apply to any Jlabillty resulting from the neg11gence of Cl'l'Y, it s officers or employees, in• Instances where

)

:Pages of2

: such negligence causes pe1·sonal ·injuk'y', death, or prope1·ty damage. IN TlIE EVENT CONTRACTOR AND CITY ARE 1l'O"OND JOINTLY LIABLE BY A COURT O.F COMPETENT JURISDICTION, ·LIAlllLITY SHALL BE APPROTIONED COMPARATIVELY lN ACCORDANCE WITH THE

· · · · · · ·· · ... ·,. LAWS · '•:FOR·· 'TBE · STATE OF · TEXAS, WIT.I:IOUT, "HOWEVER, WAIVING · ANY · GOVERNMENTAL IMMlJN.lTY AVAILABLE TO TBE CITY UNDER "TEXAS LAW AND WITHOUT WAIVING ~DEFENSES OF THE :PARTillS 'UNDER TEXAS LAW,

(b) The provisions of this INDEMNIFICATION are solely for the benefit of ihe parties hereto and not intende~ to create or grant any rights, conh·actual or otherwise, to any other person or entitr,

· (c) Vendor shall advise the City in writing ,vithit1 24 hours of any claim or demand against the City.01• Vendor known to Vendor relatelf to or arising ,out of Ve:ridol·'s activities 'Under this contract. ·

14. A_sslgnmentand Subconiraoting ·

(a) Vendor shall not sen) assign) pledge. transfer or convey any interest jn this contract; nor delegate the performance· of any duties hereunder, by transfer, by subcontracting or any other means, without the consent of the Direoto1· of qity!s Purchasing Division, As a. condition of suoh consent, if such consent is granted, Vendor shall remain liable for completiOJ?. oft~e services outlined iri this contract in the event of default by the successor consultant, assignee, transferee or subcontractor. .

(b) Any work or services approved for subcontractil}g hereunder shall be subcon1taoted only by w:r!tten oontraot and, unless speoiflo waivet is granted in writing by the City, shall be supjeot by its terms to each and every provision of this Contract, Compliance by subcontractors with. this contract shall be the 1·esponsibility of Vendor: City shall in ·no event be obligated to any third party, including any ~uboontraotor of Vendor, for performance of s~rvioes or payment of f~s. ·

(o) Any attempt to.transfe1·1 pledge or othexwise assign this contraot without said written approval, shall be void ab initio, and shall con:fel' no rights upon any1hird person. Should Vendor'assign, transfer, convey, delegate, or otherwise ·dispose of any part 'of all or any part of its i'ight, title or interest iri this contract. City may, at its .option, cancel this contract and all rights, titles and interest of Vendor shl\11 thereupon cease and te1minate, notwithstanding any other remedy available to City. The violation. of this provision by Vendol' shall in no . event releRse Vendor from any obligation under the te1'JllS of this contract, nor shaTI it relieve or release Vendor from the payment of any d~ages to City, ,vhic~ City.sustains as a l'esult of such violation. ·

15. Independent Contractor. Vendol' covenants and agrees that it is an ingependent oontractor and not an officer, agent, servant or employee of City; City sl1all not be liable for-any claims which. may be asselied by-any third parly occurring in oonneoti~n with the servlqes to be perfo~ed by the vendor under this contract and that the ven~or has no authority to · bind the City. . . · ·. . . . ·· . · . . · . . . .

16, Patents/Copyrights .. The Vendor agrees to indemnify and hol~ the City hat'.mless from any claim involving patent infi'ingentent or copyrights on goods supplied. . . · . · ·

• t)S.• •

17,.}>qt,Iic Infonnation Act, Vendor is advis~d that an City contracts are subject to a11 legat'requirements provided for in the City Charter and/or applicable City Ordinances) state and federal statutes. All contracts are sul;ljeot to the'Publio Infom'lation. Act, T1'xas Government Code Chapte1· 552; therefore Vendor must clearly indicate any.portion of the oontraot documents that Vendor claims is not subject to public inspection undel' the Public Infonnation Act. ·

18. Conflict of Interest. No officer or ~inployee of the Ci~ shall have a financial interest, direct or indirect, in any contract with the City, OJ' shall benefit financially, direotly ot· indirectly, in the sale to the City of any ~aterials) supplies or servicesJ except on b~half of the City as an officer or employee, This prohibition extends to the City .P.ublio Service

. ) )

Page 6 of:J,

Board, Sau Antoniq Water Sylltem. and alt City boa1·ds and CQmmisslons· otl1er than those which are purely.advisory, In this instance a City employee is d~fmed as any ~mployee of the City who is required to file a financial involvement report pursuant to the City's ethics ordinance. . . . . : • ·.. . . . . : . .

. . . . ':: ·: ·:· ··· · •'lo "•": ·:····· .. \·····, ....... -•:· . ..... . : -. ::·

19. Seyerabi1ity.1f any olause or provision of this. contract i~ held invalid, illegal or uneJ:iforoeable under present or future federal, state. or local laws> including but not limited to the City, Charter, City Code, or ordinances of the Qity of San Antonio, Texas, then and in that event .it is the intention of the ~arties hereto that such invalidity, jllegaUty or -utienforoeability shall not affect any other clause or provision· hereof and that the remainder of this contract shall be . construed as lt such invalid, illegal 01· unenforceable olause or provision .wap, never contained herein; it fa also the · intention of the parties hereto that in lieu of eaoh 'clause or provlsion of this contract that is invalid, illegal, or unenforceable, there be added as a part of the contract a clause or provision as similar in terms to suoh.invalid, illegal or lll).!n~orceable clause or provision as ma.y be possi~le, legal> valid an~ enforceable. . · · ·

20, ;Nonwaiyer of Performance. Un1ess otherwise specifically provided fol' in this contract, a waiver by eit~er Party of a · breach of any of the tenns, conditions, covenants or guarantees of this contract shall not be construed or-held to be a. waiver of any succeeding or preoeding breach of the same or any other term, condition, covenant or.guarantee herein contained, Further, ahy failure of either Party to jnsist In any one or more oases Upon the strict perfom)ance of any of the .covenants of this contt'aot, or to exercise any option herein contained, shall in no event be construed as,a waiver or relinquishment for the future of such covenant or option. ·

21. Non-disorlmination Poli(O:. It is .the City's policy that Small and/or Minorlty· Business Bnte!prises shall have the maximum practicable opportunity to participate in the perfo1mtµtce of public contracts. Vendor agrees fuat ifthls offer is accepted, .he/she will not engage in employment praotioes which have the effect of discriminating against employees or prospective employees because of race, color1 religion, national ol'igin, sex; age, handicap or political belief or ~Hation.

22. Compliance with Law. Vendor sha11 provide and perform all services required under this contract in oomplianoe with all applicable federal, state and local laws, rules and regulations, . ·

23, ~. Venue of any court action brought directly or indirectly by reason of this contract shall be in Bexar County, Texas. This contt·aot is made and is to be performed·in Bexar County, Texas. and is governed by .the laws of the. State of Texas.• ·

24. ):mtire Agree~ent, This contract, togeilier with its authorizing ordinance and its. attaohmentst purchase ~'del's, and . . exhibits,.Jf any, constitute the fiqaI and entire agreement between the parties hereto 'and contain all of.the terms and

conditions agreep. upon. No ofiier agreements, oral or oth~rwise,·rogarding the subject matter of this contract shall be deemed·to exist or to bind the parties liereto. unless same be in writing, dated subsequent to the date hereto, and duly . executed by th~ parties, ·m accordance with the Change Ord el' P!'ovjsi?11 herein,

) ( )

CITY CONTRACT NO.: 07-152 .. WF P11ge7 of2

ll, PRODUCT SPECIFICATIONS & DESCRIPTION OF SERVICES

1. Period of Contract. Co11traot shall be fo1• the pel'~od "Qegil)njng 1,Jpon Aw~cl. and tenhi~ating upon. completion pf the project and aO<:eptan,oo byth~ City. · · · ·· · :._-:;: ·::·.:·· ,··: :--:,.\ · .. :,:,:,: .. ,:_, .... .-:, :·-:i:.-·:•-.-.:/:: .:--.,·,; •.'·. ··>:,_ ... ;1.,,r:.; .. ,<,_:i,• . .-,.:, ... _ :·i .. :,.\'.,:-~i ... :·. ·=- : •

•.

) ( ) --- •·

CITY CONTRACT NO,: 07"152-WF Page8of,2

. Statement:· "Effective January 1, 2006, Chapter 176 of the Texas Local Government Code requires that persons, .

. or their agents, who seek to contract for the sale or purchase of property, goods, or services with the ··c1ty,''sh-all filetii"1i::ompieted .. corifHc1 of Interest questio·nna'lre with t!ie· City Clerk not later than the ih business day after the date that the person: (~) begins contract discussions or negotiations with the City; or (2) submits to the City an applloation, response to a re.quest for proposals or bids, correspondence, or another writing related to a potential agreement with the City. The conflict of. Interest questionnaire form Is available. from the Texas Ethics Commission at www.ethlcs.state.tx.us <http~//www.ethfcs.state.tx.us>, Completed conflict of Interest questionnaires ·may be mailed or dellvered by hand to the Office of the City Clerk. If malling a .completed conflict of interest questionnaire, mail to: ·Office of the· City Clerk, P:O. Box 839966, San Antonio, TX 78283-39~6. If dellvsring a completed conflict of interest que~tionnaireJ deliver to: Office.of tne City Clerk, City Hal11

2nd floor, 100 Military Plaza, San Antonio! TX 78205."

) )

CITY CONTRACT NO.: 07wl52--WF :Page9 of2

IMPORTANT MAILING INSTRUCTIONS: .. . . . ·· . . . : ·: .. ; , . .

MAIL TO: . CITY PF SAN .ANTONIO 1 · •• , .. :.,: •• ';_ .. . :,•i:·,•:::,•: ~-:-.\t.::'':=-~-~0·:'.,:::.':::;-~:•1·•:· ·0 ••• . :.~., •',~ :: ,: :· · :;_:: ·~ : ; .. : ·:· :-: \::::

.PURCHASING AND CONTRACT SERVICES DEPARTMENT P.O. BOX 839966 SAN ANTONIO, TX 78283.:3966

PHYSICAL ADDRESS: PURCHASING AND CQNTRACT SERVICES DEPARTMENT CITY HALL ANNEX 131W.NUEVA SAN ANTONIO, TEXAS 78204

. FA?( QUOTES TO: A'ITENTION:"WILLIM1"FLI~'T

REMARI'8:

PURCHASING AND CONTRACT SERVICES DEPARTMENT FAXNO. 210~207-7270

'Ti 0 r C m ;;a (') 0 ~

' ! ..

'

~ - : ,' ~ HAGEMEYER

I

~HAGEl:1,!tYER I

.

.

! 0Government a es 1V1s1on . '

/ -...... ' 1460 Tobias Gadson Blvd Company: City of San Antonio ' Charleston, SC 29407 Attention: William Flint

: Cathy Rife

Project P 888-745-6486 F 800-745-4374 [email protected] ; I

! Phone : 210 207 4285 i use contract #RQ06-814063-10A

\.. Fax:

' i Fed ID# 56-2281578 ; i Date Aug 1,2007 I

Item Quantitv Stock# Descriptio'h 111 I' Unit Price Unit Extended

1 1 UPGRADE/ENHANCEMENT TO SAN ANTQNIO FIRE DEPrs n COMMAND $96,898.80 ea $96,898.80 INCIDENT COMMAND TRAINING SYSTEM;~S P~ BELOW: Scenario Development Service ( qty 3 ea) :I I'' d A total of 3 custom oraohicallv simulated environmefits will be develooed to support incident simulation scenarios on th:e nCori'i'mand training system. A minimum of one scenario will be included with eacl:i developed environ-ment. Initial design for scenarios shall be guided by the following San Antonio Scenario Desil:m Seocification. lihe environments and scenarios developed as a result of this proiect will Ml made available to all customers of F AAC's nCommand training .~vstem'.1( A discount for each of the environments/scenarios develoned ha~ been .;t'i:>olied here.) nCOMMAND Participant Sound booth (3 ea)! 111

4'X4' sound booth with casters, seating and pl~sma disolav nCOMMAND Incident Commander Sound Bcibth (1 ~a) 6'x4' sound booth with casters double seatinit and Plf]sma display PROJECTION SYSTEM w/Manual Pull-Down Screen (1 ea) Minimum 60 inch screen w/2000+ lumens pr~iector ~vstem (mounted) nCommand Participant Software License (up Jo 5) JI!

Transoort Cases for nCommand System (2 ea) p: ,, Miscellaneous Cabling and Hardware (1) I :1· Wireless router, network cabling and other hardwarello support installation and operation of all items. :j I! Labor, Deliverv and Installation. ' II

ii II I' -..... Pllc:os subjoct IO chungow,'lhout1101lco u·•,_ ~ela(od.

SUBTOTAL $96,898.80 Notes: My direct number is 843-745-2934 Nt> FodGPll, Stnto crMIJl\lelpal lmcl>o lncludod unloss d'of"111,' oly epedflod.

AllordoruubkctlO<ro\litd'o-'! ___ , __ I ! . . FRT NONE M;,: e-mail is [email protected]~erna.com

THANK YOU GRAND TOTAL $96,898.80

'- _/

i 71m1 :

\

/

. } ·-

City of San Antonio Bid Tabulation

Opened: August 21, 2007 US Communities Simulation Unit Upgrade and Expansion at Fire Hagem~yer, N.A. Department Training Academy

07-152 WF 1460 Tobias Gadson Blvd

Description Qty Charleston, SC 29407 P: 888-745-6486

Upgrade/Enhancement to San Antonio Fire Department's Incident Command Training System 1 Job $96,898.80

-

Total I $96,898.BOI