HomeMy WebLinkAboutR2025-019 20250127RESOLUTION NO. R2025-19
A Resolution of the City Council of the City of Pearland, Texas, authorizing
participation in an interlocal cooperative purchasing program for the purchase
of Security Entry and Surveillance supply/installation services (Shadow Creek
Ranch, Southdown and Garden Road Water Plants), from Convergint
Technologies, LLC, in the estimated amount of $65,874.00.
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF PEARLAND, TEXAS:
Section 1. That the purchase of Security Entry and Surveillance supply/installation
services from Convergint Technologies, LLC, in the estimated amount of $65,874.00, is hereby
approved.
Section 2. That the City Manager or his designee is hereby authorized to execute an
agreement for the purchase of Security Entry and Surveillance supply/installation services.
PASSED, APPROVED and ADOPTED this the 27th day of January, A.D., 2025.
________________________________
J.KEVIN COLE
MAYOR
ATTEST:
________________________________
FRANCES AGUILAR, TRMC, MMC
CITY SECRETARY
APPROVED AS TO FORM:
________________________________
DARRIN M. COKER
CITY ATTORNEY
Docusign Envelope ID: 4B59CF15-3263-4904-93FC-DCD3C2ED4CA8
Service Contract Standard Form. Approved as to Legal
Form 6.28.2021 with contract clause addendum 2024 Page 1 of 7
City of Pearland
3519 Liberty Drive
Pearland, TX 77581
SERVICE CONTRACT NO. C1225-12
Water Production Facility Security Entry & Surveillance
THIS CONTRACT ("Contract") is entered into by and between the City of Pearland, a Texas home-rule
municipal corporation (“City”) and Convergint Technologies, LLC (“Contractor"), and consisting of the
following parts:
I. Summary of Contract Terms
II. Signatures
III. Standard Contractual Provisions
IV. Special Terms and Conditions
V. Additional Contract Attachments
I. Summary of Contract Terms.
Contractor: Convergint Technologies, LLC
4250 N. Sam Houston Pkwy E, Suite 180
Houston, TX 77032
Description of Services: Contractor will provide Security Entry and Surveillance
Installation for the City’s Shadow Creek Ranch, Southdown, and
Garden Water Plants, per the specifications of Sourcewell RFP
#030421.
Contract Amount: $65,874.00
Effective Date: January 28, 2025
End Date: January 27, 2026
Renewals: 0
Resolution No/Bid No: R2025-19 / Sourcewell RFP #030421-CTL
II. Signatures
CITY OF PEARLAND CONTRACTOR
Purchasing Officer Date
Title:
Date:
*Signed by: Date
Superintendent/Manager
Director
Deputy/Assistant City Manager
City Manager
*City Contract Signature Authority: Superintendent/Manager – up to $10,000
Director - $10,001 - $30,000
City Manager/Deputy/Assistant City Manager - $30,001 +
City Council Resolution over $50,000
01/14/2025
O.M.
Digitally signed by Joseph Forsythe
DN: C=US, E=Joseph.Forsythe@convergint.com, O=Convergint
Technologies, OU=Operations Manager, CN=Joseph Forsythe
Date: 2025.01.14 20:56:55-06'00'
Docusign Envelope ID: 382FBE80-9FAF-4BD2-AB0C-904C675C171E
1/29/2025 | 8:31 AM CST
1/29/2025 | 2:20 PM CST
Service Contract Standard Form. Approved as to Legal
Form 6.28.2021 with contract clause addendum 2024 Page 2 of 7
II.a. Signatures - Contract Clause Addendum
State of Texas laws require that entities utilizing public funds incorporate the following contract clauses into
all agreements involving the distribution of such funds.
Please sign to acknowledge compliance with the conditions below.
Name of Authorized Contractor Representative: _____________________________________
Signature: ______________________________________
Date: ________________
Required Contract Clauses
A. Texas Government Code - Chapter 2271. Prohibition on Contracts with Companies that Boycott
Israel. By signing this Agreement, the CONTRACTOR/CONSULTANT certifies that, if it is a
company with at least 10 full-time employees and has a value of at least
$100,000 that is paid wholly or partly from public funds, that it:
a. does not boycott Israel; and
b. will not boycott Israel during the term of the contract.
B. Texas Government Code - Chapter 2274. Prohibition on Contracts with Companies that
Discriminate Against Firearm and Ammunition Industries. By signing this Agreement, the
CONTRACTOR/CONSULTANT certifies that, if it is a company with at least 10 full-time
employees and has a value of at least $100,000 that is paid wholly or partly from public funds,
that it:
a. does not have a practice, policy, guidance, or directive that discriminates against a firearm
entity or firearm trade association; and
b. will not discriminate during the term of the contract against a firearm entity or firearm trade
association.
C. Texas Government Code - Chapter 2276. Prohibition on Contracts with Companies Boycotting
Certain Energy Companies. By signing this Agreement, the CONTRACTOR/CONSULTANT
certifies that, if it is a company with at least 10 full-time employees and has a value of at least
$100,000 that is paid wholly or partly from public funds, that it:
a. does not boycott energy companies; and
b. will not boycott energy companies during the term of the contract.
III. Standard Contract Provisions
WHEREAS, Contractor has bid to provide Services (“Services”) in response to Request for
Bid/Proposal/Sourcewell RFP #030421-CTL (“Solicitation”), which Solicitation includes the required
scope of work and all specifications and which Solicitation and the Contractor’s bid or proposal
response, as applicable, are incorporated by reference in this Contract as Exhibits 1 and 2,
respectively, as if each were fully set out here in its entirety.
NOW, THEREFORE, City and Contractor agree as follows:
1. Scope. Contractor will provide Services in accordance with the attached Scope of Work, as
detailed in Attachment A, the content of which is incorporated by reference into this Contract
as if fully set out here in its entirety, and in accordance with Exhibit 2.
01/14/2025
J. D. Forsythe
Digitally signed by Joseph Forsythe
DN: C=US, E=Joseph.Forsythe@convergint.com,
O=Convergint Technologies, OU=Operations
Manager, CN=Joseph Forsythe
Date: 2025.01.14 20:58:05-06'00'
Docusign Envelope ID: 382FBE80-9FAF-4BD2-AB0C-904C675C171E
Service Contract Standard Form. Approved as to Legal
Form 6.28.2021 with contract clause addendum 2024 Page 3 of 7
2. Term. This Contract is for one (1) year, with performance commencing upon the effective
date or the date of issuance of the notice to proceed issued by the Contract Administrator or
the Purchasing Division, or upon the performance date listed in the notice to proceed,
whichever is later. The parties may mutually extend the Term of this Contract for up to zero
(0) additional one-year periods (“Option Period(s)”), provided, the parties do so by written
amendment prior to the expiration of the original term or the then-current Option Period. The
City’s extension authorization must be executed by the City Manager or designee.
3. Compensation and Payment. This Contract is for an amount not to exceed $65,874.00,
subject to approved extensions and changes. Payment will be made for Services completed
and accepted by the City within thirty (30) days of acceptance, subject to receipt of an
acceptable invoice. Contractor shall invoice no more frequently than once per month. All
pricing must be in accordance with the attached Bid/Pricing Schedule, as shown in
Attachment B, the content of which is incorporated, in its entirety, by reference into this
Contract. Any amount not expended during the initial term or any option period may, at the
City’s discretion, be allocated for use in the next option period.
Invoices will be emailed to the following email address with a copy provided to the Contract
Administrator:
City of Pearland
Attn: Accounts Payable
Email: accountspayable@pearlandtx.gov
4. Contract Administrator. The Contract Administrator designated by the City is responsible
for approval of all phases of performance and operations under this Contract, including
deductions for non-performance and authorizations for payment. The City’s Contract
Administrator for this Contract is as follows:
Name: City of Pearland – Purchasing Officer
For Department: Utilities – Pearland Water – Water Production
Phone: 281.652.1600
Email: purchasing@pearlandtx.gov
5. Insurance; Bonds.
(A) Before performance can begin under this Contract, the Contractor must deliver a
Certificate of Insurance (“COI”), as proof of the required insurance coverages, to the
City’s Contract Administrator. Additionally, the COI must state that the City shall be
provided no less than thirty (30) days’ advance written notice of cancellation, material
change in coverage, or intent not to renew any of the policies. The City must be named
as an additional insured. The City Attorney must be given copies of all insurance
policies within ten (10) days of the City Manager or his designee’s written request.
Insurance requirements are as stated in Attachment C, the entirety of which is
incorporated by reference into this Contract.
(B) Contractor shall provide any required payment bond, performance bond, or both, prior
to commencement of performance under this Contract. The terms, conditions, and
amounts of the bonds and appropriate surety information shall be included in the
RFB/RFP or as may be added to Attachment C, and such content, the entirety of
which, shall be incorporated into this Contract.
6. Purchase Release Order. For multiple-release purchases of Services provided by the
Contractor over a period of time, the City will exercise its right to specify time, place and
Docusign Envelope ID: 382FBE80-9FAF-4BD2-AB0C-904C675C171E
Service Contract Standard Form. Approved as to Legal
Form 6.28.2021 with contract clause addendum 2024 Page 4 of 7
quantity of Services to be delivered in the following manner: the authorized City department
or division shall send to Contractor a purchase release order signed by an authorized agent
of the department or division. The purchase release order shall refer to this Contract, and
Services shall not be rendered until the Contractor receives the signed purchase release
order.
7. Inspection and Acceptance. City may inspect all Services and products supplied before
acceptance. Any Services or products that are provided but not accepted by the City must be
corrected or re-worked immediately at no charge to the City. If immediate correction or re-
working at no charge cannot be made by the Contractor, a replacement service may be
procured by the City on the open market and any costs incurred, including additional costs
over the item’s bid/proposal price, shall be paid by the Contractor within thirty (30) days of
receipt of City’s invoice.
8. Warranty.
(A) The Contractor warrants that all products supplied under this Contract are new, quality
items that are free from defects, fit for their intended purpose, and of good material and
workmanship. The Contractor warrants that it has clear title to the products and that
the products are free of liens or encumbrances.
(B) In addition, the products purchased under this Contract shall be warranted by the
Contractor or, if indicated in Attachment D by the manufacturer, for the period stated
therein. Attachment D, the entirety of which, is attached to this is incorporated into this
Contract.
(C) Contractor warrants that all Services will be performed in accordance with the standard
of care used by similarly situated contractors performing similar services.
9. Quality/Quantity Adjustments. Any Service quantities indicated on the Bid/Pricing Schedule
are estimates only and do not obligate the City to order or accept more than the City’s actual
requirements nor do the estimates restrict the City from ordering less than its actual needs
during the term of the Contract including any Option Period. Substitutions and deviations from
the City’s product requirements or specifications are prohibited without the prior written
approval of the Contract Administrator.
10. Non-Appropriation. The continuation of this Contract after the close of any fiscal year of the
City, which fiscal year ends on September 30th annually, is subject to appropriations and
budget approval specifically covering this Contract as an expenditure in said budget, and it is
within the sole discretion of the City’s City Council to determine whether or not to fund this
Contract. The City does not represent that this budget item will be adopted, as said
determination is within the City Council's sole discretion when adopting each budget.
11. Independent Contractor. Contractor shall perform all work required by this Contract as an
independent contractor and will furnish such Services in its own manner and method, and
under no circumstances or conditions will any agent, servant or employee of the Contractor
be considered an employee of the City.
12. Subcontractors. In performing the Services, the Contractor will not enter into subcontracts
or utilize the services of subcontractors unless the subcontractors were identified in the
bid/quote/proposal or approved by the Contract Administrator.
13. Amendments. This Contract may be amended or modified only in writing and executed by
authorized representatives of both parties.
Docusign Envelope ID: 382FBE80-9FAF-4BD2-AB0C-904C675C171E
Service Contract Standard Form. Approved as to Legal
Form 6.28.2021 with contract clause addendum 2024 Page 5 of 7
14. Waiver. No waiver by either party of any breach of any term or condition of this Contract
waives any subsequent breach of the same.
15. Taxes. The Contractor covenants to pay payroll taxes, Medicare taxes, FICA taxes,
unemployment taxes and all other applicable taxes. Upon request, the City Manager shall be
provided proof of payment of these taxes within 15 days of such request.
16. Notice. Any notice required under this Contract must be given by hand delivery, or certified
mail, postage prepaid, and is deemed received on the day hand-delivered or on the third day
after postmark if sent by certified mail. Notice must be sent as follows:
IF TO CITY:
City of Pearland
Attn: Will Marquez
Title: Water Production Supervisor
Address: 2016 Old Alvin Road, Pearland, TX 77581
Phone: 281.652.1900
IF TO CONTRACTOR:
Convergint Technologies, LLC
Attn: Michael Huffman
Title: Senior Account Executive
Address: 4250 N. Sam Houston Pkwy E., Suite 180, Houston, TX 77032
Phone: 832.524.6024
17. Liability and Indemnity. ANY PROVISION OF ANY ATTACHED CONTRACT
DOCUMENT THAT LIMITS THE CONTRACTOR’S LIABILITY TO THE CITY OR
RELEASES THE CONTRACTOR FROM LIABILITY TO THE CITY FOR ACTUAL OR
COMPENSATORY DAMAGES, LOSS, OR COSTS ARISING FROM THE
PERFORMANCE OF THIS CONTRACT OR THAT PROVIDES FOR
CONTRACTUAL INDEMNITY BY ONE PARTY TO THE OTHER PARTY TO THIS
CONTRACT IS NOT APPLICABLE OR EFFECTIVE UNDER THIS CONTRACT.
EXCEPT WHERE AN ADDITIONAL CONTRACT DOCUMENT PROVIDED BY THE
CITY PROVIDES OTHERWISE, EACH PARTY TO THIS CONTRACT IS
RESPONSIBLE FOR DEFENDING AGAINST AND LIABLE FOR PAYING ANY
CLAIM, SUIT, OR JUDGMENT FOR DAMAGES, LOSS, OR COSTS ARISING FROM
THAT PARTY'S NEGLIGENT ACTS OR OMISSIONS IN THE PERFORMANCE OF
THIS CONTRACT IN ACCORDANCE WITH APPLICABLE LAW. THIS PROVISION
DOES NOT AFFECT THE RIGHT OF EITHER PARTY TO THIS CONTRACT WHO
IS SUED BY A THIRD PARTY FOR ACTS OR OMISSIONS ARISING FROM THIS
CONTRACT TO BRING IN THE OTHER PARTY TO THIS CONTRACT AS A THIRD-
PARTY DEFENDANT AS ALLOWED BY LAW.
18. Dispute Resolution Procedures. The Contractor and City desire an expeditious means to
resolve any disputes that may arise between them regarding this Contract. If either party
disputes any matter relating to this Contract, the parties agree to try in good faith, before
bringing any legal action, to settle the dispute by submitting the matter to mediation before a
third party who will be selected by agreement of the parties. The parties will each pay one-half
of the mediator’s fees.
19. Attorney’s Fees. Should either party to this Contract bring suit against the other party for
Docusign Envelope ID: 382FBE80-9FAF-4BD2-AB0C-904C675C171E
Service Contract Standard Form. Approved as to Legal
Form 6.28.2021 with contract clause addendum 2024 Page 6 of 7
breach of contract or for any other cause relating to this Contract, neither party will seek or be
entitled to an award of attorney’s fees or other costs relating to the suit.
20. Termination.
(A) City Termination for Convenience. Under this paragraph, the City may terminate this
Contract during its term at any time for the City’s own convenience where the
Contractor is not in default by giving written notice to Contractor. If the City terminates
this Contract under this paragraph, the City will pay the Contractor for all services
rendered in accordance with this Contract to the date of termination.
(B) Termination for Default. Either party to this Contract may terminate this Contract as
provided in this paragraph if the other party fails to comply with its terms. The party
alleging the default shall provide the other party notice of the default in writing citing
the terms of the Contract that have been breached and what action the defaulting party
must take to cure the default. If the party in default fails to cure the default as specified
in the notice, the party giving the notice of default may terminate this Contract by written
notice to the other party, specifying the date of termination. Termination of this Contract
pursuant this paragraph does not affect the right of either party to seek remedies for
breach of the Contract as allowed by law, including any damages or costs suffered by
either party.
21. Owner’s Manual and Preventative Maintenance. Contractor agrees to provide a copy of
the owner’s manual and/or preventative maintenance guidelines or instructions if available for
any equipment purchased by the City pursuant to this Contract. Contractor must provide such
documentation upon delivery of such equipment and prior to receipt of the final payment by
the City.
22. Limitation of Liability. The City’s maximum liability under this Contract is limited to the total
amount of compensation listed in this Contract. In no event shall the City be liable for
incidental, consequential or special damages.
23. Assignment. No assignment of this Contract by the Contractor, or of any right or interest
contained herein, is effective unless the City Manager first gives written consent to such
assignment. The performance of this Contract by the Contractor is of the essence of this
Contract, and the City Manager's right to withhold consent to such assignment is within the
sole discretion of the City Manager on any ground whatsoever.
24. Severability. Each provision of this Contract is considered to be severable and, if, for any
reason, any provision or part of this Contract is determined to be invalid and contrary to
applicable law, such invalidity shall not impair the operation of nor affect those portions of this
Contract that are valid, but this Contract shall be construed and enforced in all respects as if
the invalid or unenforceable provision or part had been omitted.
25. Order of Precedence. In the event of any conflicts or inconsistencies between this Contract,
its attachments, and exhibits, such conflicts and inconsistencies will be resolved by reference
to the documents in the following order of priority:
A. this Contract (excluding attachments and exhibits);
B. its attachments;
C. the bid solicitation document including any addenda (Exhibit 1); then,
D. the Contractor’s bid response (Exhibit 2).
Docusign Envelope ID: 382FBE80-9FAF-4BD2-AB0C-904C675C171E
Service Contract Standard Form. Approved as to Legal
Form 6.28.2021 with contract clause addendum 2024 Page 7 of 7
26. Certificate of Interested Parties. Contractor agrees to comply with Texas Government Code
Section 2252.908, as it may be amended, and to complete Form 1295 “Certificate of
Interested Parties” as part of this Contract if required by said statute for items approved by
the City Council.
27. Governing Law. Contractor agrees to comply with all federal, Texas, and City laws in the
performance of this Contract. The applicable law for any legal disputes arising out of this
Contract is the law of the State of Texas, and such form and venue for such disputes is the
appropriate district, county, or justice court in and for Brazoria County, Texas.
28. H.B. 89. In accordance with Chapter 2270 of the Texas Government Code, the signatory
executing this contract on behalf of company verifies that the company does not boycott Israel
and will not boycott Israel during the term of this contract. This clause is subject to companies
with ten or more full time employees and the contract value is $100,000 or more that is to be
paid wholly or partially with public funds of the governmental entity.
29. Public Information Act Requirements. This paragraph applies only to Contracts that have
a stated expenditure of at least $1,000,000 or that result in the expenditure of at least
$1,000,000 by the City. The requirements of Subchapter J, Chapter 552, Government Code,
regarding certain entities requirement to provide contracting information to governmental
bodies in connection with a public information request, may apply to this contract and the
Contractor agrees that the contract can be terminated if the Contractor knowingly or
intentionally fails to comply with a requirement of that subchapter.
30. Entire Agreement. This Contract constitutes the entire agreement between the parties
concerning the subject matter of this Contract and supersedes all prior negotiations,
arrangements, agreements, and understandings, either oral or written, between the parties.
IV. Special Terms and Conditions. None.
V. Additional Contract Documents
Attached and Incorporated by Reference:
Attachment A: Scope of Work
Attachment B: Bid/Pricing Schedule
Attachment C: Insurance and Bond Requirements
Attachment D: Warranty Requirements
Incorporated by Reference Only:
Exhibit 1: RFB/BID/Sourcewell RFP #030421-CTL
Exhibit 2: Contractor’s Bid/Proposal Response
Docusign Envelope ID: 382FBE80-9FAF-4BD2-AB0C-904C675C171E
ATTACHMENT A – SCOPE OF WORK
Scope of services shall consist of the contractor furnishing, installing, programming, and
commissioning the system for door access control, video surveillance camera system, and
provide the camera licensing required for inclusion in the City’s centralized video surveillance
system at 1907 Almeda Rd. (Shadow Creek Ranch Water Plant), 1003 E. Belgravia Dr.
(Southdown Water Plant), and 13711 Garden Rd. (Garden Water Plant) for the City of Pearland,
as needed, per the specifications of RFP #030421-CTL. Pricing is as follows per contractor’s
response to the same, as listed per Attachment B.
Docusign Envelope ID: 382FBE80-9FAF-4BD2-AB0C-904C675C171E
ATTACHMENT B – BID/PRICING SCHEDULE
Docusign Envelope ID: 382FBE80-9FAF-4BD2-AB0C-904C675C171E
Materials
Line Qty Part Description Unit Price Extended
Price
1 Sourcewell - Contract-030421-CTL
2 List Pricing
3 Access Control Modules
4 1.00
SY-
CLOUDLIN
K-G2
Synergis™ Cloud Link with 4GB of RAM, 16GB
Flash, second generation, installed with
Synergis™ access control firmware, four RS-485
ports, PoE.
$ 1,290.11 $ 1,290.11
5 1.00 SY-LP1502
Mercury Intelligent Controller, Linux Based,
8In/4Out/2Rd (2 reader licence connections
included)
$ 1,804.21 $ 1,804.21
6 1.00 SY-MR52-
S3
Mercury MR52 2-reader interface module Series
3 (8 inputs, 6 relays, PCB only, 2 reader licence
connections included). Add GSC-SY-X-1RE if
more reader connections are needed.
$ 869.22 $ 869.22
7 Batteries
8 2.00 PW-
PS1270 12V 7AH SLA BATTERY F1 $ 35.40 $ 70.80
9 REX Motion to shunt door switch
10 1.00 BOS-
DS160
PIR REQUEST TO EXIT SENSOR WITH
SOUNDER $ 84.88 $ 84.88
11 Standard Card Reader
12 2.00 40NKS-00-
000000
HID SIGNO PROFILE 00 - MULTI-TECH
READERS with BLE, MOBILE READY Signo40,
Wall mount, 13.56mHz &125kHz,
OSDP/Wiegand, Pigtail, Mobile Ready, BLE
(NON-STOCK ITEM)
$ 266.46 $ 532.92
13 Camera Mounts and IP LIcenese
14 2.00 Z4-
01513001 T94N01D PENDANT KIT $ 93.13 $ 186.26
15 2.00 5507-641 T91H61 Wall Mount $ 187.20 $ 374.40
16 2.00 5017-641 T91A64 Corner Bracket $ 83.72 $ 167.44
17 2.00 GSC-Om-
E-1C
1 Enterprise camera connection, mandatory
Genetec Advantage $ 242.50 $ 485.00
18 2.00 ADV-CAM-
E-1Y
Genetec Advantage for 1 Omnicast™ Enterprise
Camera 1 year $ 49.47 $ 98.94
19 Long Range Tags
20 50.00 AH-
WSUHF UHF LONG RG WINDSHIELD TAG $ 12.77 $ 638.50
21 Tag reader mounting bracket
22 1.00 AH-
LRMB00 MOUNTING BRACKET FOR LRREADERS $ 68.66 $ 68.66
23 Cabling
24 1.00 714510VN
Q 18-08 OAS STR DB TC Quad -Blk Jkt $ 1,432.56 $ 1,432.56
25 1.00 556609 23-4P Unshielded Solid Plenum Cat6 Blu Jkt $ 443.81 $ 443.81
Docusign Envelope ID: 382FBE80-9FAF-4BD2-AB0C-904C675C171E
Line Qty Part Description Unit Price Extended
Price
26 Open Market Items
27 Door contact
28 1.00 4400 INDUSTRIAL SWITCH SET WITH 36
JACKETED $ 38.91 $ 38.91
29 Card reader pedestal & accessories
30 1.00 PM-729CIN 72 PEDSTL INGRD MNT STL BLK $ 171.22 $ 171.22
31 1.00 PM-
SQUO2787 OMNI-4W5T-BLK 7 $ 227.68 $ 227.68
32 1.00 PM-
CSABP0505 BFFR PLATE TYP CRD RDR-STYLE $ 79.98 $ 79.98
33 1.00
PM-
HDCS045X
6
HOOD PRTRAIT 4.5 X 6 X 3 $ 80.35 $ 80.35
34 Tag Reader
35 1.00 AH-
LR3000BU LR-3000 WH LNG RNGE AWID LOGO $ 2,442.97 $ 2,442.97
36 Door strike
37 1.00 5200-
12/24D-630
5200-12/24D-630HORIZONTAL
ADJUST,FSE/FS,3/4KNO FP 10590400 $ 141.75 $ 141.75
38 Panel Enclosure
39 1.00
FPO75-
B100C8PD8
PE4M
POWER SUPPLY BOARD 75W 6A/12V OR
3A/24V SECONDARY VOLTAGE POWER $ 654.00 $ 654.00
40 Multi-sensor camera
41 2.00 Z4-
02634001 P3737-PLE Multidireccional Panoramic Camera $ 1,761.74 $ 3,523.48
42 Labor is quoted Sourcewell - Contract -030421-CTL
Equipment Total $ 15,908.05
Total Labor/Other Costs $ 14,091.26
Freight/Warranty $ 1,336.69
Tax if Applicable $ 0.00
Total Project Price $ 31,336.00
Docusign Envelope ID: 382FBE80-9FAF-4BD2-AB0C-904C675C171E
Clarifications and Exclusion
1. All pricing is in accordance with Sourcwell cooperative purchasing contract –
Contract # 030412-CTL.
2. The access control and video surveillance will tied into the City of Pearland existing
systems.
3. All work proposed herein, shall be performed during normal business hours Monday
through Friday 8:00am- 5:00pm.
4. Low voltage wiring will be burial rated cabling for underground purposes.
5. A new dual card reader pedestal will be installed in the same place the existing
keypad gate reader pedestal resides. City of Pearland will remove existing pedestal.
6. Convergint will tie into the existing gate controller operator to control the gates.
Convergint assumes the existing controllers are operational.
7. Customer to provide (4) static IP addresse and (4) network connections at panel
locations
8. Fifty percent (50%) of the proposed sell price shall be payable to Convergint for
project mobilization. Mobilization shall be invoiced and due upon customer
acceptance of this proposal.
9. Proposal does not include sales tax unless otherwise noted.
10. Anything in the Contract Documents notwithstanding, in no event shall either
Contractor or Subcontractor be liable for special, indirect, incidental or consequential
damages, including commercial loss, loss of use, or lost profits, even if either party
has been advised of the possibility of such damages.
11. Convergint reserves the right to negotiate mutually acceptable contract terms and
conditions with customer by making mutually agreeable changes to the formal
contract included in the Bid Documents.
12. Customer acknowledges that supply-chain and shipping difficulties may result in
unavoidable delays in deliveries of materials despite timely placement of orders and
efforts by Convergint and its suppliers to avoid such delays. Customer agrees to
provide Convergint with reasonable extensions of time to the extent of any such
delays and Convergint agrees to make reasonable efforts to avoid or minimize such
delays..
Performance Items
Items Included
Freight (prepaid) Installation of Cameras
Installation of Control Equipment Enclosures Installation of Low Voltage Wire
Installation of Cabling to Card Readers Installation of Network Cabling to IP Cameras
Material (listed in the BOM) Mounting/Termination of Proposed Devices
One-Year Warranty on Labor One-Year Warranty on Parts
Owner to Provide Static IP Addresses Project Management
Servers by Others System is Design-Build
System Meets Plans/Drawings System Programming
Testing of all Proposed Devices
Docusign Envelope ID: 382FBE80-9FAF-4BD2-AB0C-904C675C171E
Total Project Investment: $ 31,336.00
Thank you for considering for your Security needs. If you have any questions or would
like additional information, please don't hesitate to contact me immediately. If you would
like to proceed with the scope of work as outlined in this proposal, please s ign below and
return to my attention.
Sincerely,
Michael Huffman
Convergint
Michael Huffman
By signing below, I accept this proposal and agree to the Terms and Conditions contained
herein
November 1, 2024
Customer Name (Printed) Date
Authorized Signature Title
Docusign Envelope ID: 382FBE80-9FAF-4BD2-AB0C-904C675C171E
Docusign Envelope ID: 382FBE80-9FAF-4BD2-AB0C-904C675C171E
Docusign Envelope ID: 382FBE80-9FAF-4BD2-AB0C-904C675C171E
4250 N. Sam Houston Pkwy E. Suite 180, Houston, Texas 77032
Phone 832-327-3700 Mobile 832-524-6024
michael.huffman@convergint.com
November 13, 2024
City of Pearland Quotation: MH03752493P
FM521 Water Site
Attention: Jullian Kelly
Reference: Shadow Creek Ranch Water Site-Long Range Reader
The following security proposal is specifically designed to meet your needs. As your single
point of contact, please feel free to contact me with any additional questions you may have.
Thank you again for trusting Convergint as your partner.
Scope of Work
Convergint scope of work includes furnishing, installing, programming, and commissioning the
material listed as outlined below and with regards to the data listed in the clarifications and
exclusions sections of this proposal.
Project Overview
Convergint is pleased to submit this proposal to provide and install a long range tag reader at
the front gate.
Access Control System
(1) long-range tag reader will be mounted on the concrete wall
(Reference photo for security layout)
Docusign Envelope ID: 382FBE80-9FAF-4BD2-AB0C-904C675C171E
Materials
Line Qty Part Description Unit Price Extended
Price
1 Sourcewell - Contract-030421-CTL
2 List Pricing
3 Access Control Modules
4 1.00 SY-MR52-
S3
Mercury MR52 2-reader interface module Series
3 (8 inputs, 6 relays, PCB only, 2 reader licence
connections included). Add GSC-SY-X-1RE if
more reader connections are needed.
$ 869.22 $ 869.22
5 Tag reader mounting bracket
6 1.00 AH-
LRMB00 MOUNTING BRACKET FOR LRREADERS $ 68.66 $ 68.66
7 Cabling
8 1.00 714510VN
Q 18-08 OAS STR DB TC Quad -Blk Jkt $ 1,432.56 $ 1,432.56
9 Open Market Items
10 Tag Reader and Power Supply
11 1.00 AH-
LR3000BU LR-3000 WH LNG RNGE AWID LOGO $ 2,442.97 $ 2,442.97
12 1.00 AH-
PS1233A POWER SUPPLY FOR LR READER 12 $ 63.06 $ 63.06
13 Labor is quoted according to Sourcewell contract-030421-CTL
Equipment Total $ 4,876.47
Total Labor/Other Costs $ 1,603.36
Freight/Warranty $ 408.17
Tax if Applicable $ 0.00
Total Project Price $ 6,888.00
Docusign Envelope ID: 382FBE80-9FAF-4BD2-AB0C-904C675C171E
Clarifications and Exclusion
1. All pricing is in accordance with Sourcwell cooperative purchasing contract –
Contract # 030412-CTL.
2. The access control will be tied into the City of Pearland existing systems.
3. All work proposed herein, shall be performed during normal business hours Monday
through Friday 8:00am- 5:00pm.
4. Low voltage wiring will be burial rated cabling for underground purposes.
5. The tag reader will be mounted above the existing standard card reader on the gate
to capture the city vehicle windshield tags at they enter the gate.
6. Convergint will need to pull an additional cable through he existing conduit from the
gate to the building to add the tag reader.
7. Convergint will tie into the existing gate controller operator to control the gates.
Convergint assumes the existing controllers are operational.
8. Convergint will add an additional card reader module in the existing access control
panel in order to add the tag reader.
9. Fifty percent (50%) of the proposed sell price shall be payable to Convergint for
project mobilization. Mobilization shall be invoiced and due upon customer
acceptance of this proposal.
10. Proposal does not include sales tax unless otherwise noted.
11. Anything in the Contract Documents notwithstanding, in no event shall either
Contractor or Subcontractor be liable for special, indirect, incidental or consequential
damages, including commercial loss, loss of use, or lost profits, even if either party
has been advised of the possibility of such damages.
12. Convergint reserves the right to negotiate mutually acceptable contract terms and
conditions with customer by making mutually agreeable changes to the formal
contract included in the Bid Documents.
13. Customer acknowledges that supply-chain and shipping difficulties may result in
unavoidable delays in deliveries of materials despite timely placement of orders and
efforts by Convergint and its suppliers to avoid such delays. Customer agrees to
provide Convergint with reasonable extensions of time to the extent of any such
delays and Convergint agrees to make reasonable efforts to avoid or minimize such
delays..
Docusign Envelope ID: 382FBE80-9FAF-4BD2-AB0C-904C675C171E
Performance Items
Items Included
Freight (prepaid) Installation of Wire and Cable
Material (listed in the BOM) Mounting/Termination of Proposed Devices
One-Year Warranty on Labor One-Year Warranty on Parts
Owner Training Project Management
System is Design-Build System Programming
Termination of Control Equipment Enclosures Testing of all Proposed Devices
Docusign Envelope ID: 382FBE80-9FAF-4BD2-AB0C-904C675C171E
Total Project Investment: $ 6,888.00
Thank you for considering for your Security needs. If you have any questions or would
like additional information, please don't hesitate to contact me immediately. If you would
like to proceed with the scope of work as outlined in this proposal, please sign below and
return to my attention.
Sincerely,
Michael Huffman
Convergint
Michael Huffman
By signing below, I accept this proposal and agree to the Terms and Conditions contained
herein
November 13, 2024
Customer Name (Printed) Date
Authorized Signature Title
Docusign Envelope ID: 382FBE80-9FAF-4BD2-AB0C-904C675C171E
Docusign Envelope ID: 382FBE80-9FAF-4BD2-AB0C-904C675C171E
Docusign Envelope ID: 382FBE80-9FAF-4BD2-AB0C-904C675C171E
4250 N. Sam Houston Pkwy E. Suite 180, Houston, Texas 77032
Phone 832-327-3700 Mobile 832-524-6024
michael.huffman@convergint.com
November 1, 2024
City of Pearland Quotation: MH03749147P
Southdown Water Site RFP#:
License/Cert
Sourcewell Contract
030421-CTL
Attention: Jullian Kelly
Reference: Southdown Water Site Access Control & Video Surveillance
The following security proposal is specifically designed to meet your needs. As your single
point of contact, please feel free to contact me with any additional questions you may have.
Thank you again for trusting Convergint as your partner.
Scope of Work
Convergint scope of work includes furnishing, installing, programming, and commissioning the
material listed as outlined below and with regards to the data listed in the clarifications and
exclusions sections of this proposal.
Project Overview
Convergint is pleased to submit this proposal to provide and install Genetec Video
Surveillance and Access Control for Garden Water Plant
Video Surveillance
(1) Outdoor multi-sensor camera mounted on existing pole near mechanical building (360*) to
cover front gates and surrounding areas of the sites.
Access Control System
(1) Standard card reader and electric strike on the mechanical room door
(1) Dual mount pedestal at front gate for standard card reader and long-range tag reader
(Reference photo for security layout)
Docusign Envelope ID: 382FBE80-9FAF-4BD2-AB0C-904C675C171E
Materials
Line Qty Part Description Unit Price Extended
Price
1 Sourcewell - Contract-030421-CTL
2 List Pricing
3 Access Control Modules
4 1.00
SY-
CLOUDLIN
K-G2
Synergis™ Cloud Link with 4GB of RAM, 16GB
Flash, second generation, installed with
Synergis™ access control firmware, four RS-485
ports, PoE.
$ 1,290.11 $ 1,290.11
5 1.00 SY-LP1502
Mercury Intelligent Controller, Linux Based,
8In/4Out/2Rd (2 reader licence connections
included)
$ 1,804.21 $ 1,804.21
6 1.00 SY-MR52-
S3
Mercury MR52 2-reader interface module Series
3 (8 inputs, 6 relays, PCB only, 2 reader licence
connections included). Add GSC-SY-X-1RE if
more reader connections are needed.
$ 869.22 $ 869.22
7 Batteries
8 2.00 PW-
PS1270 12V 7AH SLA BATTERY F1 $ 35.40 $ 70.80
9 REX Motion to shunt door switch
10 1.00 BOS-
DS160
PIR REQUEST TO EXIT SENSOR WITH
SOUNDER $ 84.88 $ 84.88
11 Standard Card Reader
12 2.00 40NKS-00-
000000
HID SIGNO PROFILE 00 - MULTI-TECH
READERS with BLE, MOBILE READY Signo40,
Wall mount, 13.56mHz &125kHz,
OSDP/Wiegand, Pigtail, Mobile Ready, BLE
(NON-STOCK ITEM)
$ 266.46 $ 532.92
13 Camera Mounts and IP LIcenese
14 1.00 Z4-
01513001 T94N01D PENDANT KIT $ 93.13 $ 93.13
15 1.00 5507-641 T91H61 Wall Mount $ 187.20 $ 187.20
16 1.00 5017-641 T91A64 Corner Bracket $ 83.72 $ 83.72
17 1.00 GSC-Om-
E-1C
1 Enterprise camera connection, mandatory
Genetec Advantage $ 242.50 $ 242.50
18 1.00 ADV-CAM-
E-1Y
Genetec Advantage for 1 Omnicast™ Enterprise
Camera 1 year $ 49.47 $ 49.47
19 Long Range Tags
20 50.00 AH-
WSUHF UHF LONG RG WINDSHIELD TAG $ 12.77 $ 638.50
21 Tag reader mounting bracket
22 1.00 AH-
LRMB00 MOUNTING BRACKET FOR LRREADERS $ 68.66 $ 68.66
23 Cabling
24 1.00 714510VN
Q 18-08 OAS STR DB TC Quad -Blk Jkt $ 1,432.56 $ 1,432.56
25 1.00 556609 23-4P Unshielded Solid Plenum Cat6 Blu Jkt $ 443.81 $ 443.81
Docusign Envelope ID: 382FBE80-9FAF-4BD2-AB0C-904C675C171E
Line Qty Part Description Unit Price Extended
Price
26 Open Market Items
27 Door contact
28 1.00 4400 INDUSTRIAL SWITCH SET WITH 36
JACKETED $ 38.91 $ 38.91
29 Card reader pedestal & accessories
30 1.00 PM-729CIN 72 PEDSTL INGRD MNT STL BLK $ 171.22 $ 171.22
31 1.00 PM-
SQUO2787 OMNI-4W5T-BLK 7 $ 227.68 $ 227.68
32 1.00 PM-
CSABP0505 BFFR PLATE TYP CRD RDR-STYLE $ 79.98 $ 79.98
33 1.00
PM-
HDCS045X
6
HOOD PRTRAIT 4.5 X 6 X 3 $ 80.35 $ 80.35
34 Tag Reader
35 1.00 AH-
LR3000BU LR-3000 WH LNG RNGE AWID LOGO $ 2,442.97 $ 2,442.97
36 Door strike
37 1.00 5200-
12/24D-630
5200-12/24D-630HORIZONTAL
ADJUST,FSE/FS,3/4KNO FP 10590400 $ 141.75 $ 141.75
38 Panel Enclosure
39 1.00
FPO75-
B100C8PD8
PE4M
POWER SUPPLY BOARD 75W 6A/12V OR
3A/24V SECONDARY VOLTAGE POWER $ 654.00 $ 654.00
40 Multi-sensor camera
41 1.00 Z4-
02634001 P3737-PLE Multidirectional Panoramic Camera $ 1,761.74 $ 1,761.74
42 Labor is quoted Sourcewell - Contract -030421-CTL
Equipment Total $ 13,490.29
Total Labor/Other Costs $ 13,029.37
Freight/Warranty $ 1,130.34
Tax if Applicable $ 0.00
Total Project Price $ 27,650.00
Docusign Envelope ID: 382FBE80-9FAF-4BD2-AB0C-904C675C171E
Clarifications and Exclusion
1. All pricing is in accordance with Sourcwell cooperative purchasing contract –
Contract # 030412-CTL.
2. The access control and video surveillance will tied into the City of Pearland existing
systems.
3. All work proposed herein, shall be performed during normal business hours Monday
through Friday 8:00am- 5:00pm.
4. Low voltage wiring will be burial rated cabling for underground purposes.
5. A new dual card reader pedestal will be installed in the same place the existing
keypad gate reader pedestal resides. City of Pearland will remove existing pedestal.
6. Convergint will tie into the existing gate controller operator to control the gates.
Convergint assumes the existing controllers are operational.
7. Customer to provide (4) static IP addresse and (4) network connections at panel
locations
8. Fifty percent (50%) of the proposed sell price shall be payable to Convergint for
project mobilization. Mobilization shall be invoiced and due upon customer
acceptance of this proposal.
9. Proposal does not include sales tax unless otherwise noted.
10. Anything in the Contract Documents notwithstanding, in no event shall either
Contractor or Subcontractor be liable for special, indirect, incidental or consequential
damages, including commercial loss, loss of use, or lost profits, even if either party
has been advised of the possibility of such damages.
11. Convergint reserves the right to negotiate mutually acceptable contract terms and
conditions with customer by making mutually agreeable changes to the formal
contract included in the Bid Documents.
12. Customer acknowledges that supply-chain and shipping difficulties may result in
unavoidable delays in deliveries of materials despite timely placement of orders and
efforts by Convergint and its suppliers to avoid such delays. Customer agrees to
provide Convergint with reasonable extensions of time to the extent of any such
delays and Convergint agrees to make reasonable efforts to avoid or minimize such
delays..
Performance Items
Items Included
Freight (prepaid) Installation of Cameras
Installation of Low Voltage Wire Installation Cabling to Card Readers
Material (listed in the BOM) Mounting/Termination of Proposed Devices
One-Year Warranty on Labor One-Year Warranty on Parts
Owner to Provide Static IP Addresses Servers by Others
System is Design-Build System Meets Plans/Drawings
System Programming Testing of all Proposed Devices
Docusign Envelope ID: 382FBE80-9FAF-4BD2-AB0C-904C675C171E
Total Project Investment: $ 27,650.00
Thank you for considering for your Security needs. If you have any questions or would
like additional information, please don't hesitate to contact me immediately. If you would
like to proceed with the scope of work as outlined in this proposal, please s ign below and
return to my attention.
Sincerely,
Michael Huffman
Convergint
Michael Huffman
By signing below, I accept this proposal and agree to the Terms and Conditions contained
herein
November 1, 2024
Customer Name (Printed) Date
Authorized Signature Title
Docusign Envelope ID: 382FBE80-9FAF-4BD2-AB0C-904C675C171E
Docusign Envelope ID: 382FBE80-9FAF-4BD2-AB0C-904C675C171E
Docusign Envelope ID: 382FBE80-9FAF-4BD2-AB0C-904C675C171E
ATTACHMENT C – INSURANCE REQUIREMENTS
Contractors performing work on City property or public right-of-way for the City of Pearland shall
provide the City a certificate of insurance or a copy of their insurance policy(s) evidencing the
coverages and coverage provisions identified herein. Contractors shall provide the City
evidence that all subcontractors performing work on the project have the same types and
amounts of coverages as required herein or that the subcontractors are included under the
contractor’s policy.
All insurance companies and coverages must be authorized by the Texas Department of
Insurance to transact business in the State of Texas and must be acceptable to the City of
Pearland.
Listed below are the types and amounts of insurances required. The City reserves the right to
amend or require additional types and amounts of coverages or provisions depending on the
nature of the work.
Type of Insurance Amount of Insurance Provisions
1. Workers’ Compensation
Employers’ Liability
Statutory Limits
$100,000 per occurrence
City to be provided a WAIVER
OF SUBROGATION and 30-
day notice of cancellation or
material change in coverage.
2. Commercial General
(Public) Liability to include
coverage for:
a) Premises/Operations
b) Products/Completed
Operations
c) Independent
Contractors
d) Personal Injury
e) Contractual Liability
Personal Injury - $1,000,000
per person; Property Damage
- $1,000,000 per occurrence;
General Aggregate -
$1,000,000
City to be listed as additional
insured and provided 30-day
notice of cancellation or
material change in coverage.
City shall be provided 30-day
notice of cancellation or
material change in coverage.
3. Business Auto Liability to
include coverage for:
a) Owned/Leased
vehicles
b) Non-owned vehicles
c) Hired vehicles
Combined Single Limit -
$1,000,000
Certificate of Insurance forms may be sent to Purchasing Department.
Docusign Envelope ID: 382FBE80-9FAF-4BD2-AB0C-904C675C171E
ATTACHMENT D – WARRANTY
One-Year Warranty on Labor; One-Year Warranty on Parts. Items or services shall conform to
the proposed specifications and all warranties as stated in the Uniform Commercial Code and
be free from all defects in material, workmanship, and title.
Docusign Envelope ID: 382FBE80-9FAF-4BD2-AB0C-904C675C171E