HomeMy WebLinkAboutQuetel Inc; 2013-05-29;AMENDMENT NO. 1 TO EXTEND AND AMEND AGREEMENT FOR
SUPPORT SERVICES
QUETEL, INC.
mendment No.1 is entered into and effective as of the l tJtf' day of
-::-:--:-:--:-:--4----!....!o<:...-¥---:::-----' 2016, extending and amending the agreement dated May 29,
2013 (the 'Agree ent") by and between the City of Carlsbad, a municipal corporation, ("City"),
and Quetel, Inc., ("Contractor") (collectively, the "Parties") for support services.
RECITALS
A. The Parties desire to alter the Agreement's scope of work to change the Quetel
phone numbers to be contacted by the City to obtain support service after normal business hours
and to extend and fund the Agreement for a period of _three years; and
B. The Parties desire to extend the Agreement for a period of three years; and
C. The Parties have negotiated and agreed to a supplemental scope of work and fee
schedule, which is attached to and incorporated in by this reference as Exhibit "A-1 ", Scope of
Services and Fee.
NOW, THEREFORE, in consideration of these recitals and the mutual covenants
contained herein, City and Contractor agree as follows:
1. That the Agreement, as may have been amended from time to time, is hereby
extended for a period of three years ending on May 29, 2019.
2. In addition to those services contained in the Agreement, Contractor will provide
those services described in Exhibit "A-1".
3. City will pay Contractor for services as specified in Exhibit "A-1 ".
4. All other provisions of the Agreement, as may have been amended from time to
time, will remain in full force and effect.
5. All requisite insurance policies to be maintained by the Contractor pursuant to the
Agreement, as may have been amended from time to time, will include coverage for this
Amendment.
Ill
Ill
Ill
Ill
City Attorney Approved Version 1/30/13
5. The individuals executing this Amendment and the instruments referenced in it on
behalf of Contractor each represent and warrant that they have the legal power, right and actual
authority to bind Contractor to the terms and conditions of this Amendment.
,,/' (sign here) t
Jar;;es R. Cleaveland I President
(print name/title)
By:
,/ (sign here) )
Laura Campbell/ Secretary
(print name/title)
CITY OF CARLSBAD, a municipal
corporation of the State of California
By:~
City Manager or1JFaY'6'r or Director
ATTEST:
BAR ARA ENGLESON
City Clerk
If required by City, proper notarial acknowledgment of execution by Contractor must be attached.
If a corporation, Agreement must be signed by one corporate officer from each of the following
two groups:
Group A
Chairman,
President, or
Vice-President
Group B
Secretary,
Assistant Secretary,
CFO or Assistant Treasurer
Otherwise, the corporation must attach a resolution certified by the secretary or assistant
secretary under corporate seal empowering the officer(s) signing to bind the corporation.
APPROVED AS TO FORM:
CELIA A. ~REWER, 'Ci~ Attorney . "~~c.~;c_ ;]
BY. C7c <=-
~ JJ. , Assistant City Attorney
City Attorney Approved Version 1/30/13
2
EXHIBIT "A-1"
SCOPE OF SERVICES AND FEE
Service will be provided by the Contractor as defined in the original Agreement for an annual fee
of $14,475.
The following contact numbers for priority one failures are updated as follows:
1. If the City experiences a priority one failure that occurs outside of contractor business
hours, City will contact Contractor at 202-651-0958.
2. If the City experiences a priority one failure that occurs during contractor business
hours, City will contact Contractor at 800-354-6777 (Option 2 for support)
City Attorney Approved Version 1/30/13
3
General Receipts
BUSLIC -BUS LICENSE
license#: 1230701
last Name: QUETEl CORPORATION
Address:
14100 SUllYFIElD CIR STE 700
City/St: CHANTillY,\!
Zip: 20151-1668
Amt: 1@81.17
Sub Total: 81.17
Tot: 81.17
Srce: Walk-In
<149/1#10-1>
1610601-215Apr1610:09AM 81.17
*0011 *
11TEMS: AMT DUE $81.17
Card#:************8747
Auth#: 07869G Action: Sale
81.17 Credit Card
AGREEMENT FOR SOFTWARE SUPPORT SERVICES
QUETEL, INC.
THIS AGREEMENT is made and entered into as of the ~C[-Ift day of
f(\ a. , 2013, by and between the CITY OF CARLSBAD, a municipal
corporation, 'City"), and Quetel, Inc., a corporation organized and existing under the laws of the
Commonwealth of Virginia, (hereinafter "Quetel" or "Contractor").
RECITALS
A. The City issued a Request for Proposals for an electronic Police Evidence
System and Quetel, Inc. was awarded the contract. The Police Evidence System was
successfully installed, tested, and accepted by City. After the warranty period concluded, the
Police Evidence System is maintained and software is upgrade pursuant to an annual
maintenance agreement. Quetel is most qualified to maintain the City's Police Evidence System
pursuant to an annual maintenance agreement.
B. Quetel has affirmed its willingness and ability to perform such work.
NOW, THEREFORE, in consideration of these recitals and the mutual covenants
contained herein, City and Contractor agree as follows:
1. SCOPE OF WORK
City retains Contractor to perform, and Contractor agrees to render, those services (the
"Services") that are defined in attached Exhibit "A", which is incorporated by this reference in
accordance with this Agreement's terms and conditions.
2. STANDARD OF PERFORMANCE
While performing the Services, Contractor will exercise the reasonable professional care and
skill customarily exercised by reputable members of Contractor's profession practicing in the
Metropolitan Southern California Area, and will use reasonable diligence and best judgment
while exercising its professional skill and expertise.
3. TERM
The term of this Agreement will be effective for a period of three (3) years from the date first
above written so long as the City needs the services of Contractor and funds are appropriated
on an annual basis to fund the second and third year of this Agreement. The City Manager may
amend the Agreement to extend it for one additional three year period or parts thereof in an
amount not to exceed fourteen thousand four hundred and seventy five dollars ($14,475) per
Agreement year. Extensions will be based upon a satisfactory review of Contractor's
performance, City needs, and annual appropriation of funds by the City Council. The parties will
prepare a written amendment indicating the effective date and length of the extended
Agreement.
4. TIME IS OF THE ESSENCE
Time is of the essence for each and every provision of this Agreement.
5. COMPENSATION
The total not-to-exceed fee payable for the Services to be performed during the initial
Agreement term will be fifty one thousand eight hundred and sixty seven dollars ($51 ,867). The
total fee will be paid in three annual payments of $17,289 each per Agreement year on the first
City Attorney Approved Version 1/30/13
day of June of each subsequent Agreement year. Annual payments will be made based upon a
satisfactory review of Contractor's performance, appropriation of funds by the City council and
determination of the City's need for support services. No other compensation for the Services
will be allowed except for items covered by subsequent amendments to this Agreement.
6. STATUS OF CONTRACTOR
Contractor will perform the Services in Contractor's own way as an independent contractor and
in pursuit of Contractor's independent calling, and not as an employee of City. Contractor will be
under control of City only as to the result to be accomplished, but will consult with City as
necessary. The persons used by Contractor to provide services under this Agreement will not
be considered employees of City for any purposes.
The payment made to Contractor pursuant to the Agreement will be the full and complete
compensation to which Contractor is entitled. City will not make any federal or state tax
with holdings on behalf of Contractor or its agents, employees or subcontractors. City will not be
required to pay any workers' compensation insurance or unemployment contributions on behalf
of Contractor or its employees or subcontractors. Contractor agrees to indemnify City within
thirty (30) days for any tax, retirement contribution, social security, overtime payment,
unemployment payment or workers' compensation payment which City may be required to
make on behalf of Contractor or any agent, employee, or subcontractor of Contractor for work
done under this Agreement. At the City's election, City may deduct the indemnification amount
from any balance owing to Contractor.
7. SUBCONTRACTING
Contractor will not subcontract any portion of the Services without prior written approval of City.
If Contractor subcontracts any of the Services, Contractor will be fully responsible to City for the
acts and omissions of Contractor's subcontractor and of the persons either directly or indirectly
employed by the subcontractor, as Contractor is for the acts and omissions of persons directly
employed by Contractor. Nothing contained in this Agreement will create any contractual
relationship between any subcontractor of Contractor and City. Contractor will be responsible for
payment of subcontractors. Contractor will bind every subcontractor and every subcontractor of
a subcontractor by the terms of this Agreement applicable to Contractor's work unless
specifically noted to the contrary in the subcontract and approved in writing by City.
8. OTHER CONTRACTORS
The City reserves the right to employ other Contractors in connection with the Services.
9. INDEMNIFICATION
Contractor agrees to indemnify and hold harmless the City and its officers, officials, employees
and volunteers from and against all claims, damages, losses and expenses including attorneys'
fees arising out of the performance of the work described herein caused by any negligence,
recklessness, or willful misconduct of the Contractor, any subcontractor, anyone directly or
indirectly employed by any of them or anyone for whose acts any of them may be liable.
The parties expressly agree that any payment, attorney's fee, costs or expense City incurs or
makes to or on behalf of an injured employee under the City's self-administered workers'
compensation is included as a loss, expense or cost for the purposes of this section, and that
this section will survive the expiration or early termination of this Agreement.
10. INSURANCE
City Attorney Approved Version 1/30/13
2
Contractor will obtain and maintain for the duration of the Agreement and any and all
amendments, insurance against claims for injuries to persons or damage to property which may
arise out of or in connection with performance of the services by Contractor or Contractor's
agents, representatives, employees or subcontractors. The insurance will be obtained from an
insurance carrier admitted and authorized to do business in the State of California. The
insurance carrier is required to have a current Best's Key Rating of not less than "A-:VII". OR
with a surplus line insurer on the State of California's List of Eligible Surplus Line Insurers
(LESLI) with a rating in the latest Best's Key Rating Guide of at least "A:X".
10.1 Coverage and Limits.
Contractor will maintain the types of coverage and minimum limits indicated below, unless Risk
Manager or City Manager approves a lower amount. These minimum amounts of coverage will
not constitute any limitations or cap on Contractor's indemnification obligations under this
Agreement. City, its officers, agents and employees make no representation that the limits of
the insurance specified to be carried by Contractor pursuant to this Agreement are adequate to
protect Contractor. If Contractor believes that any required insurance coverage is inadequate,
Contractor will obtain such additional insurance coverage, as Contractor deems adequate, at
Contractor's sole expense.
1 0.1.1 Commercial General Liability Insurance. $1,000,000 combined single-limit
per occurrence for bodily injury, personal injury and property damage. If the submitted policies
contain aggregate limits, general aggregate limits will apply separately to the work under this
Agreement or the general aggregate will be twice the required per occurrence limit.
1 0.1.2 Automobile Liability. (if the use of an automobile is involved for
Contractor's work for City). $1,000,000 combined single-limit per accident for bodily injury and
property damage.
1 0.1.3 Workers' Compensation and Employer's Liability. Workers' Compensation
limits as required by the California Labor Code. Workers' Compensation will not be required if
Contractor has no employees and provides, to City's satisfaction, a declaration stating this.
1 0.1.4 Professional Liability. Errors and omissions liability appropriate to
Contractor's profession with limits of not less than $1 ,000,000 per claim. Coverage must be
maintained for a period of five years following the date of completion of the work.
City's Initials Contractor's Initials
D If box is checked, Professional Liability
Insurance requirement is waived.
10.2. Additional Provisions. Contractor will ensure that the policies of insurance required under
this Agreement contain, or are endorsed to contain, the following provisions:
1 0.2.1 The City will be named as an additional insured on Commercial General
Liability which shall provide primary coverage to the City.
1 0.2.2 Contractor will obtain occurrence coverage, excluding Professional
Liability, which will be written as claims-made coverage.
1 0.2.3 This insurance will be in force during the life of the Agreement and any
extensions of it and will not be canceled without thirty (30) days prior written notice to City sent
by certified mail pursuant to the Notice provisions of this Agreement.
City Attorney Approved Version 1/30/13
3
10.3 Providing Certificates of Insurance and Endorsements. Prior to City's execution of this
Agreement, Contractor will furnish certificates of insurance and endorsements to City.
10.4 Failure to Maintain Coverage. If Contractor fails to maintain any of these insurance
coverages, then City will have the option to declare Contractor in breach, or may purchase
replacement insurance or pay the premiums that are due on existing policies in order to
maintain the required coverages. Contractor is responsible for any payments made by City to
obtain or maintain insurance and City may collect these payments from Contractor or deduct the
amount paid from any sums due Contractor under this Agreement.
10.5 Submission of Insurance Policies. City reserves the right to require, at any time,
complete and certified copies of any or all required insurance policies and endorsements.
11. BUSINESS LICENSE
Contractor will obtain and maintain a City of Carlsbad Business License for the term of the
Agreement, as may be amended from time-to-time.
12. ACCOUNTING RECORDS
Contractor will maintain complete and accurate records with respect to costs incurred under this
Agreement. All records will be clearly identifiable. Contractor will allow a representative of City
during normal business hours to examine, audit, and make transcripts or copies of records and
any other documents created pursuant to this Agreement. Contractor will allow inspection of all
work, data, documents, proceedings, and activities related to the Agreement for a period of
three (3) years from the date of final payment under this Agreement.
13. OWNERSHIP OF DOCUMENTS
All work product produced by Contractor or its agents, employees, and subcontractors pursuant
to this Agreement is the property of City. In the event this Agreement is terminated, all work
product produced by Contractor or its agents, employees and subcontractors pursuant to this
Agreement will be delivered at once to City. Contractor will have the right to make one (1) copy
of the work product for Contractor's records.
14. COPYRIGHTS
Contractor agrees that all copyrights that arise from the services will be vested in City and
Contractor relinquishes all claims to the copyrights in favor of City.
15. NOTICES
The name of the persons who are authorized to give written notices or to receive written notice
on behalf of City and on behalf of Contractor under this Agreement.
For City
Name Maria Callander
Title Public Safety IT Manager
Department __.P .... o.;;.;l~ic;.;:;e.__ _____ _
City of Carlsbad
Address 2560 Orion Way
Phone No. (760) 931-2176
For Contractor
Name James Cleaveland
Title President
Address 141 00 Sullyfield Circle, Suite 100
Chantilly, VA 20151
Phone No. (800) 354-6777
Email jcleaveland@guetel.com
City Attorney Approved Version 1/30/13
4
Each party will notify the other immediately of any changes of address that would require any
notice or delivery to be directed to another address.
16. CONFLICT OF INTEREST
Contractor shall file a Conflict of Interest Statement with the City Clerk in accordance with the
requirements of the City of Carlsbad Conflict of Interest Code. The Contractor shall report
investments or interests in all four categories.
17. GENERAL COMPLIANCE WITH LAWS
Contractor will keep fully informed of federal, state and local laws and ordinances and
regulations which in any manner affect those employed by Contractor, or in any way affect the
performance of the Services by Contractor. Contractor will at all times observe and comply with
these laws, ordinances, and regulations and will be responsible for the compliance of
Contractor's services with all applicable laws, ordinances and regulations.
Contractor will be aware of the requirements of the Immigration Reform and Control Act of 1986
and will comply with those requirements, including, but not limited to, verifying the eligibility for
employment of all agents, employees, subcontractors and consultants whose services are
required by this Agreement.
18. DISCRIMINATION AND HARASSMENT PROHIBITED
Contractor will comply with all applicable local, state and federal laws and regulations prohibiting
discrimination and harassment.
19. DISPUTE RESOLUTION
If a dispute should arise regarding the performance of the Services the following procedure will
be used to resolve any questions of fact or interpretation not otherwise settled by agreement
between the parties. Representatives of Contractor or City will reduce such questions, and their
respective views, to writing. A copy of such documented dispute will be forwarded to both
parties involved along with recommended methods of resolution, which would be of benefit to
both parties. The representative receiving the letter will reply to the letter along with a
recommended method of resolution within ten (1 0) business days. If the resolution thus
obtained is unsatisfactory to the aggrieved party, a letter outlining the disputes will be forwarded
to the City Manager. The City Manager will consider the facts and solutions recommended by
each party and may then opt to direct a solution to the problem. In such cases, the action of the
City Manager will be binding upon the parties involved, although nothing in this procedure will
prohibit the parties from seeking remedies available to them at law.
20. TERMINATION
In the event of the Contractor's failure to prosecute, deliver, or perform the Services, City may
terminate this Agreement for nonperformance by notifying Contractor by certified mail of the
termination. If City decides to abandon or indefinitely postpone the work or services
contemplated by this Agreement, City may terminate this Agreement upon written notice to
Contractor. Upon notification of termination, Contractor has five (5) business days to deliver any
documents owned by City and all work in progress to City address contained in this Agreement.
City will make a determination of fact based upon the work product delivered to City and of the
percentage of work that Contractor has performed which is usable and of worth to City in having
the Agreement completed. Based upon that finding City will determine the final payment of the
Agreement.
City Attorney Approved Version 1/30/13
5
Either party upon tendering thirty (30) days written notice to the other party may terminate this
Agreement. In this event and upon request of City, Contractor will assemble the work product
and put it in order for proper filing and closing and deliver it to City. Contractor will be paid for
work performed to the termination date; however, the total will not exceed the lump sum fee
payable under this Agreement. City will make the final determination as to the portions of tasks
completed and the compensation to be made.
21. COVENANTS AGAINST CONTINGENT FEES
Contractor warrants that Contractor has not employed or retained any company or person, other
than a bona fide employee working for Contractor, to solicit or secure this Agreement, and that
Contractor has not paid or agreed to pay any company or person, other than a bona fide
employee, any fee, commission, percentage, brokerage fee, gift, or any other consideration
contingent upon, or resulting from, the award or making of this Agreement. For breach or
violation of this warranty, City will have the right to annul this Agreement without liability, or, in
its discretion, to deduct from the Agreement price or consideration, or otherwise recover, the full
amount of the fee, commission, percentage, brokerage fees, gift, or contingent fee.
22. CLAIMS AND LAWSUITS
By signing this Agreement, Contractor agrees that any Agreement claim submitted to City must
be asserted as part of the Agreement process as set forth in this Agreement and not in
anticipation of litigation or in conjunction with litigation. Contractor acknowledges that if a false
claim is submitted to City, it may be considered fraud and Contractor may be subject to criminal
prosecution. Contractor acknowledges that California Government Code sections 12650 et seq.,
the False Claims Act applies to this Agreement and, provides for civil penalties where a person
knowingly submits a false claim to a public entity. These provisions include false claims made
with deliberate ignorance of the false information or in reckless disregard of the truth or falsity of
information. If City seeks to recover penalties pursuant to the False Claims Act, it is entitled to
recover its litigation costs, including attorney's fees. Contractor acknowledges that the filing of a
false claim may subject Contractor to an administrative debarment proceeding as the result of
which Contractor may be prevented to act as a Contractor on any public work or improvement
for a period of up to five (5) years. Contractor acknowledges debarment by another jurisdiction
is grounds for City to terminate this Agreement.
23. JURISDICTIONS AND VENUE
Any action at law or in equity brought by either of the parties for the purpose of enforcing a right
or rights provided for by this Agreement will be tried in a court of competent jurisdiction in the
County of San Diego, State of California, and the parties waive all provisions of law providing for
a change of venue in these proceedings to any other county.
24. SUCCESSORS AND ASSIGNS
It is mutually understood and agreed that this Agreement will be binding upon City and
Contractor and their respective successors. Neither this Agreement nor any part of it nor any
monies due or to become due under it may be assigned by Contractor without the prior consent
of City, which shall not be unreasonably withheld.
25. ENTIRE AGREEMENT
This Agreement, together with any other written document referred to or contemplated by it,
along with the purchase order for this Agreement and its provisions, embody the entire
Agreement and understanding between the parties relating to the subject matter of it. In case of
conflict, the terms of the Agreement supersede the purchase order. Neither this Agreement nor
any of its provisions may be amended, modified, waived or discharged except in a writing
signed by both parties.
City Attorney Approved Version 1/30/13
6
26. AUTHORITY
The individuals executing this Agreement and the instruments referenced in it on behalf of
Contractor each represent and warrant that they have the legal power, right and actual authority
to bind Contractor to the terms and conditions of this Agreement.
CONTRACTOR
6"4nze, tJ2 C-c~
(print name/title) 'rRe.> 1 o e-"-r
By~c£ ~,Jtu__Q
(sign here) f -
CITY OF CARLSBAD, a municipal
corporation of the State of California
BARBARA ENGLESON
~ft--~ ~p~GLc . CityCierk
Pi~titl~~.uc('
If required by City, proper notarial acknowledgment of execution by contractor must be
attached. If a corporation, Agreement must be signed by one corporate officer from each of the
following two groups.
Group A
Chairman,
President, or
Vice-President
Group B
Secretary,
Assistant Secretary,
CFO or Assistant Treasurer
Otherwise, the corporation must attach a resolution certified by the secretary or assistant
secretary under corporate seal empowering the officer(s · ing to bind the corporation.
torney
7
JAI D. KOHLI
Notary Public
ommonweallh of Vlrglnlo
123236
My Commission Expires Mar 31, 201
'D A._~ 7 os; /rs [:2o 11
City Attorney Approved Version 1/30/13
EXHIBIT "A"
SCOPE OF SERVICES
The purpose of this Exhibit is to define the level of service to be provided by Contractor
for as long as there is a software support agreement between the parties.
1. TERMS OF AGREEMENT
The annual cost of software support services shall be $17,289. Subject to appropriations of
funds by the City Council and a satisfactory review of Contractors performance, payment for
software support services will be paid annually. Either party at the end of the annual term or any
renewal period can cancel this software support service with respect to all or any of the
Software by giving the other party a 60-days written notice. Contractor may, in addition, cancel
software support services with respect to any Software that, in its good faith judgment has
become excessively abused, modified by other than Contractor personnel, or obsolete, and
return any unused funds to the Client.
2. SERVICE OBLIGATIONS
Contractor shall use its best efforts to remedy any failure or malfunction as follows:
2.1 Priority one failures:
2.1.1 For purposes of this Agreement, a priority one failure will have occurred if (a) the City
has essentially no effective use of the Police Evidence system and/or (b) the Police
Evidence system does not allow officers to enter data in the system, and after a
journeyman-level IT Administrator has rebooted the server, they are still unable to
enter data.
2.1.2 Contractor will respond with as many qualified and knowledgeable representatives as
necessary within sixty (60) minutes after notification by the City.
2.1.3 Contractor will furnish uninterrupted, continuous efforts to remedy priority one failures
on an emergency basis.
2.1.4 Contractor will be available 24 hours per day, seven days per week, 365 days per year
for resolution of Priority one failures
2.1.5 Priority one failures which, in Contractor's good faith judgment, are due to the City's
sole negligence, operation error, abnormal use, or alteration or repairs not performed
or authorized by Contractor, may be repaired by Contractor, the City agrees to pay for
such services at Contractor's current time and material rates. Contractor will not
perform any such services without prior consent and knowledge of the City.
2.1.6 If the City experiences a priority one failure that occurs outside of contractor business
hours, City will contact Contractor at 860-869-1254.
2.1.7 If the City experiences a priority one failure that occurs during contractor business
hours, City will contact Contractor at 800-354-6777 (Option 2 for support or Ext 777)
2.2 Major errors and/or malfunctions
2.2.1 For purposes of this Agreement, a major error or malfunction will have occurred if a
key function or operation of the Police Evidence system is substantially impaired but
the City still has effective use of the Police Evidence system.
2.2.2 Contractor will respond with as many qualified and knowledgeable representatives as
necessary within four hours after notification by the City.
2.2.3 Contractor will be available from 8:00am to 6:00pm (EST) Monday through Friday for
resolution of major errors and/or malfunctions.
City Attorney Approved Version 1/30/13
8