Loading...
HomeMy WebLinkAboutContract 56142 CSC No. 56142 . w;ORT WORTH CITY OF FORT WORTH COOPERATIVE PURCHASE AGREEMENT This Cooperative Purchase Agreement ("Agreement") is entered into by and between SIEMENS INDUSTRY, INC ("Vendor") and the CITY OF FORT WORTH, ("City"), a Texas home rule municipality. The Cooperative Purchase Agreement includes the following documents which shall be construed in the order of precedence in which they are listed: 1. This Cooperative Purchase Agreement; 2. Exhibit A—Seller's Quote, Scope of Services or Purchase Order; 3. Exhibit B—Cooperative Agency Contract(e.g.,NJPA, DIR,BuyBoard); and 4. Exhibit C—Conflict of Interest Questionnaire. Exhibits A, B, and C which are attached hereto and incorporated herein, are made a part of this Agreement for all purposes. Vendor agrees to provide City with the services and goods included in Exhibit A pursuant to the terms and conditions of this Cooperative Purchase Agreement, including all exhibits thereto. 15. If any provisions of the attached Exhibits or associated terms conflict with the terms herein, are prohibited by applicable law, conflict with any applicable rule,regulation or ordinance of City,the terms in this Agreement shall control. City shall pay Vendor in accordance with the fee schedule in Exhibit and in accordance with the provisions of this Agreement. Total payment made under this Agreement for.the first year by City shall be in the amount not to exceed $2,950.00 (two thousand nine hundred and fifty dollars). Vendor shall not provide any additional items or services or bill for expenses incurred for City not specified by this Agreement unless City requests and approves in writing the additional costs for such services. City shall not be liable for any additional expenses of Vendor not specified by this Agreement unless City first approves such expenses in writing. The term of this Agreement shall be from June 1, 2021 and ending on August 31, 2022. City shall be able to renew this agreement for the number of renewals allowed in cooperative one (1)-year renewal options by written agreement of the parties. Vendor agrees that City shall,until the expiration of three(3)years after final payment under this Agreement, or the final conclusion of any audit commenced during the said three years, have access to and the right to examine at reasonable times any directly pertinent books,documents,papers and records, including, but not limited to, all electronic records, of Vendor involving transactions relating to this Agreement at no additional cost to City. Vendor agrees that City shall have access during normal working hours to all necessary Vendor facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this section. City shall give Vendor reasonable advance notice of intended audits. Notices required pursuant to the provisions of this Agreement shall be conclusively determined to have been delivered when (1) hand-delivered to the other party, its agents, employees, servants or City of Fort Worth and SIEMENS OFFICIAL RECORD GSA Contract#GS-07F-217CA CITY SECRETARY FT. WORTH, TX representatives, (2) delivered by facsimile with electronic confirmation of the transmission, or (3) received by the other party by United States Mail, registered, return receipt requested, addressed as follows: To CITY: To VENDOR: City of Fort Worth Siemens Industry, Inc. Attn: Jesus J. Chapa, Deputy City Manager 200 Texas Street 1000 Deerfield Parkway Fort Worth, TX 76102-6314 Buffalo Grove, IL 60089 Facsimile: (817) 392-8654 Facsimile: 571-379-1092 With copy to Fort Worth City Attorney's Office at same address The undersigned represents and warrants that he or she has the power and authority to execute this Agreement and bind the respective Vendor. Termination. a. Convenience. Either City or Vendor may terminate the Agreement at any time and for any reason by providing the other party with 30 days written notice of termination. b. Breach. If either party commits a material breach of the Agreement, the non-breaching Party must give written notice to the breaching party that describes the breach in reasonable detail. The breaching party must cure the breach ten (10) calendar days after receipt of notice from the non- breaching party, or other time frame as agreed to by the parties. If the breaching party fails to cure the breach within the stated period of time, the non-breaching party may, in its sole discretion, and without prejudice to any other right under the Agreement, law, or equity, immediately terminate the Agreement by giving written notice to the breaching party. C. Fiscal Funding Dut. In the event no funds or insufficient funds.are appropriated by City in any fiscal period for any payments due hereunder, City will notify Vendor of such occurrence and the Agreement shall terminate on the last day of the fiscal period for which appropriations were received without penalty or expense to the City of any kind whatsoever, except as to the portions of the payments herein agreed upon for which funds have been appropriated. d. Duties and Obligations of the Parties. In the event that the Agreement is terminated prior to the Expiration Date, City shall pay Vendor for services actually rendered up to the effective date of termination and Vendor shall continue to provide City with services requested by City and in accordance with the Agreement up to the effective date of termination. Upon termination of the Agreement for any reason, Vendor shall provide City with copies of all completed or partially completed documents prepared under the Agreement. In the event Vendor has received access to City information or data as a requirement to perform services hereunder, Vendor shall return all City provided data to City in a machine readable format or other format deemed acceptable to City. Page 2 of 19 City of Fort Worth and SIEMENS GSA Contract#GS-07F-217CA No Boycott of Israel. If Vendor has fewer than 10 employees or the Agreement is for less than $100,000, this section does not apply. Vendor acknowledges that in accordance with Chapter 2270 of the Texas Government Code, City is prohibited from entering into a contract with a company for goods or services unless the contract contains a written verification from the company that it: (1) does not boycott Israel; and(2)will not boycott Israel during the term of the contract. The terms "boycott Israel" and "company" shall have the meanings ascribed to those terms in Section 808.001 of the Texas Government Code. By signing this Agreement, Vendor certifies that Vendor's signature provides written verification to City that Vendor: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the Agreement. [SIGNATURE PAGE FOLLOWS] Page 3 of 19 City of Fort Worth and SIEMENS GSA Contract#GS-07F-217CA ACCEPTED AND AGREED: CITY OF FORT WORTH CONTRACT COMPLIANCE MANAGER: By signing I acknowledge that I am the person responsible for the monitoring and administration of this contract, including By: Jesus J.Chapa(Aug 9,202114:10 CDT) ensuring all performance and reporting Name: Jesus J. Chapa requirements. Title: Deputy City Manager APPROVAL RECOMMENDED: /li9i[4[ C�G✓G�il�'I� Kelly Cleveland(Aug 4,2021 13:23 CDT) By: Name: Sasha Kane NiZ Noalos Title: Sr. Contract Compliance Specialist By: Neil Noakes(Aug 9,202114:05 CDT) Name: Neil Noakes APPROVED AS TO FORM AND Title: Chief of Police LEGALITY: ATTEST: By: Ronald P Cronzales,A&ina C/fiv secr&Mjar Name: Taylor Paris By: Ronald P.Gonzales,Acting City Secretary(�107:38CDT) Title: Assistant City Attorney Name: Mary J. Kayser dA�F OR) ��a Title: City Secretary ,r ojo°°°°° °�'d CONTRACT AUTHORIZATION: pro°° ° ate° °0 D M&C: N/A p v o o=d Date Approved: N/A �d ��*00 00, � �L000000�° ap Form 1295 Certification No.: N/A EXp5.o4' SIEMENS INDUSTRY, INC By: r�� Name: = -�>A 1v A �7, C oL--L A N Title: Sales a inatw� OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX age 4 o City of Fort Worth and SIEMENS GSA Contract#GS-07F-217CA Exhibit A SIEMENS i pu utalron GS-O7F-217GA: 37emenr Gwemment7efirw!o9lrin<, Slerrenstndushy,Inc: 1000 Deerfield Parkmy Buffalo Grove,IL 60069 So!d`TOV C3yof FWtWurth.:. PD Fume Hood Cerhicdion`. Sales.Rep ,Jef Grind aff -'Phone':972-20T-6145' .Email ditess:.jettrey.gindstaft@siemens.com 'Quote bale: 9420(21 PaymenFTeons:. :NET 30 'llne'i GSAContradNranber SIN Part#' SalesOrc�ritemDescrip0on Notes :QuwW -llRA GSAUntPdrt EzkndedPrice': I TXMAS-17.8401 1334.290 :BAIJSER PROJECT MPNAGER'1 ;BPll SeiHce Projed.Managerl j 2i HR 22332. 446.64; 2,TXMAS-17-840t (334290. ;BPll SERSPECIAUST 1 BFJJSertice Spedafist l 13 HR 187 80; 2 441.40 - . - 3 OPEN MPRKET .OM ,MISC-MAT" MscdlaneousMetedal 1- EA 61 96. 619671 Tb's ot(ensvatri!tw60 days7mm Che quote da�or the sfatadvaMrty penod m the sobctabon -Total QrMatton 2,950.60.i Based oats lea son ablernq'nty'Siemens represents that 9 does notprovide orus6(or a se.any equ);ment ststern�orservice that uses)covered tekcommunicationaequjsmont or services as h part.of 'ts oaredpmdudss orserwces tothe aviernmenth the performance or any contisct sukoorad,,'or'oth8reantmWaliistaJmen{.in 061hg si,.Skmensreks on the:nipreseetah'oasolAS subcontractors mceking FAR 52,204-25(Ptohrbrtnn on Contracting for Celia»Telecommunications and Video StWeiAaxe Sowkes,or Fqupmentl as 4 fbw-down-H Siemens'subcontracts in .accordance w$ti action(e)oftAe cxtuse:In ifoft.q,Siemens aiso�'assumes that tAere ara no pr,'oN6,ted subsid r.Hs or atE�3ates.ig lAe FAR,52.20425 de(»rtun o(.`1Govered tekcomrrrunicatians eqummerd orscrvices"tAatara_nai ake$ay.7Jsted as erc..ludedpartes the Sy#em foiAwardManagement(S, Siemens Industry;inc:DUNS 01-094-4650 GSA Contract Expiration Dater 20-Aug31 Pnme Contract TXMAS-178401 Feiieral TaxlD.# .132762488, .:Werrenty. standard commercial FnmFd Price:. :CageGode'9 1HLQ3. Page 5of19 City of Fort Worth and SIEMENS GSA Contract#GS-07F-217CA Exhibit B SIEM NS SIEMENS INDUSTRY, INC FEDERAL SUPPLY SERVICE AUTHORIZED FEDERAL SUPPLY SERVICE PRICE LIST On-line access to contract ordering information,terms and conditions,up-to-date pricing,and the option to create an electronic delivery order are available through GSA Advantagel"M,a menu-driven database system.The INTERNET address GSA Advantage!'""is:httoJlwww.GSAAdvantage.gov MULTIPLE AWARD SCHEDULE(MAS) PSC Codes:R425,6350,R425,R408,N063,J035,R404,R799 NAICS Codes:238910,334290,334612,641330,641613,641590,561210 Contract Number:GS-07F-217CA Contract 9ffective:September 1,2016 to August 31,2025 Modification:Through PO-0074 Effective bate:February 19,2021 For more information on ordering from the Federal Supply Schedules please refer to hfto:/Iwww.gaa.gov/portal/content[200369 Siemens Industry,Inc 1000 Deerfield Parkway Buffalo Grove,IL 60089 GSA Contact:Beverly Lester Title:Sr Government Contracts Manager Phone:571-379-1092 Fax:703.483.2100 email: beverlv.lesterO—siemenscovt.com Website Address: http://www.usa.siemens.com/industryiusien/ Business size: Large (Ordering information can be found in the enclosed Terms and Conditions) Contract Administration: Siemens Industry,Inc Attn:Beverly Lester 1881 Campus Commons Drive,Suite 200 Reston,VA 20191 "Prices Shown Herein are net(discount deducted)" Siemens also participates in the following GSA Contracts as an Authorized Reseller: UTC Fire&Security GS-07F-0450K Page 6 of 19 City of Fort Worth and SIEMENS GSA Contract#GS-07F-217CA Pelco GS-07F-93233 Bosch GS--07F-206.GA Altronix GS-0717-6062P Aiphone GS-35F-0065L. Genetec GS-35F-0284U CUSTOMER INFORMATION 1 a.SPECIAL ITEM NUMBERS SIN 561210SB Smart Buildings Systems Integrator 334290 Security and Detection Systems 334290L Other Communications Equipment Manufacturing 834290PACS Physical Access Control Systems(PACs)-FIPS 201 334512 Total Solution Support Products for Facilities Management Systems 238910 Installation and Site Preparation Services 541330L Security system Integration,Design,Management,and Life Cycle 541330SEC _ Security System Integration,Design,,Management,and Life Cycle Support SIN 561210SB Smart Buildings Systems Integrator-Includes the comprehensive integration of building systems and technology using a non-proprietary,open architecture.Typical building systems to be integrated include:building automation,telecommunications,security;energy and environmental control,HVAC,etc. Tasks may include,but are not limited to:requirements analysis,integration planning,testing,operational training and support,cybersecurity for building control systems,etc. NOTE:Subject to Cooperative Purchasing Tasks for these and related services may be ordered. Orders shall be placed In accordance with FAR 8A—Federal Supply Schedules. Prime contractors may subcontract services ordered under this Special Item Number unless specifically prohibited by the contracting officer issuing,the delivery order against this Multiple Award Schedule contract. The prime contractor shall be responsible,accountable,and liable for all work performed by any subcontractor,level,or tier. SIN 334290 Security and Detection Systems—Includes security and detection systems and devices, such as gas detectors,pressure level monitoring,patienttdetalnee monitoring systems, etc. NOTE:Excludes vehicular alarms. NOTE:Subject to Cooperative Purchasing SIN 334290L Other Communications Equipment Manufacturing-Includes physical access control systems(PALS),such as card-controlled access,biometrics,security barriers,etc. NOTE,Subject to Cooperative Purchasing 2 Page 7of19 City of Fort Worth and SIEMENS GSA Contract#GS-07F-217CA SIN 334290PACS Physical Access Control Systems(PALS)-FIPS 201—Includes physical access control systems(PACS),such as card-controlled access,biometrics,security barriers, etc. NOTE:The GSA FIPS 201 Evaluation Program defines product categories for the FIPS 201 APL as required to implement the mandates in OMB Memoranda M-05-24 and M-06-18.For the avoidance of doubt,ONLY THOSE PRODUCTS FOUND ON THE GSA APL ARE FIPS 201 COMPLIANT. All approved products can be found on the APL(Approved Products List)at idmanagement.gov. Instructions: Offerors submitting an offer of products under the 334290PACS SIN must have all necessary products listed on the GSA"Approved Products List"(the"APL')maintained in the IDManagement.gov website(instructions for necessary products and application to the APL are found on that site as well)_ NOTE:Subject to Cooperative Purchasing SIN 334612 Total Solution Support Products for Facilities Management Systems--Includes products to support facilities management systems,such as repair parts,surveillance systems,security functions,energy functions,building comfort systems,etc. This SIN is used for ESPC contracts and the use of the DoE ENABLE Program. NOTE:Subject to Cooperative Purchasing Department of Energy(DOE)Energy Savings Performance Contracts(ESPC)ENABLE Program- Includes, but not limited to projects using appropriated funds as well as alternative financing methods through the use of Energy Savings Performance Contracts(ESPC's)in accordance with the National Energy Conservation Policy Act(NECPA)as amended by the Energy Policy Act of 2005(EPACT). Projects include energy audits,project management,and energy upgrades of HVAC,Lighting,Controls, etc. FACILITY ENERGY SAVINGS UPGRADES AND IMPROVEMENTS PERFORMED UNDER THIS SIN SHALL COMPLY WITH ALL APPLICABLE PROVISIONS SET FORTH IN 42.U.S.C,§8287 ET SEQ AND 10 C.F.R§436.30 ET SEQ INCLUDING,AND IN ADDITION TO,THE FOLLOWING REQUIREMENTS: Agencies may enter into energy savings performance contracts(ESPCs)under this SIN for a period not to exceed 25 years without funding of cancellation charges. : Annual Energy Measurement and Verification(M&V)are required. The M&V is required to be performed utilizing the International Performance Measurement and Verification Protocol (IPMVP), Steps in the process include:baseline verification,post-installation verification,and regular interval post-installation verification. Required M&V shall be included In the financing payment quoted by the contractor in response to the agency's SOW. • Annual Energy Audits are to be performed utilizing the M&V Protocol issued by the Department of Energy's Federal Energy Management Program(FEMP). Required energy audits may be performed by the agency. Annual energy audits performed by the contractor shall be included in the payment quoted by the contractor in response to the agency's SOW. Terms and Conditions of the Performance Guarantee shall be specified by the contractor in its response to the agency's SOW. This guarantee shall,at a minimum,provide that the contractor is responsible for maintenance and repair services for any energy related equipment installed under this agreement(including computer software systems). The contractor shall guarantee a minimum amount of energy cost savings per year. Shall the minimum savings amount not be met;the difference shall be paid to the agency within 30 days of the end of the yearly period.An 3 Page 8 of 19 City of Fort Worth and SIEMENS GSA Contract#GS-07F-217CA analysis shall be performed to determine if a contract change is requited in the event that the guaranteed minimum amount is:not met. Aggregate annual payments made by an agency to both the utility and energy savings performance contract may not exceed the amount that the agency would have paid for utilities in the absence of the ESPC during the life of the agreement. • Guaranteed cost savings must,exceed the debt service requirements. Customer agencies shall have the right to place additional requirements within the scope of this contract in their SOW: Any maintenance agreement performed under this provision shall be effective for the duration of the project,unless otherwise specified by the agency in their scope of work. The agency shall have the option of"buying out"the contract at any period during the project. The buy-out amount shall be the equitable adjustment(GSAM 552.24341)and pricing proposal, (GSMA 552.243.70),based on the evaluation of the ESCO's proposal. SPECIAL PROVISIOiVS Contracts awarded under this SIN are to be for the number of years stated in the task order, The Government has the right to terminate this contract for convenience or default in accordance with Federal Acquisition Regulation Part 49. CANCELLATION CEILING In the event of a partial termination for convenience,the Government shall negotiate a reasonable equitable adjustment,(GSAM 552.243-71)and pricing proposal(GSAM 552.243-70).based on the evaluation of the ESCO's proposal PERFORMANCE DELAYS The Contractor shall be liable for default unless nonperformance is caused by an occurrence beyond the reasonable control of the Contractor and without its fault or negligence such as,acts of God or the public enemy,acts of the:Government in either its sovereign or contractual capacity,fires;floods,epidemics, quarantine,restrictions,strikes, unusually severe weather,and delays of common carriers. The Contractor shall notify the Contracting Officer in writing as soon as it is reasonably possible after the commencement of any excusable delay,setting forth the full particulars in connection therewith,shall remedy such occurrence. Any delays caused by the Government in its contractual capacity shall be dealt with in accordance with Federal Acquisition Regulation 42A3. Notwithstanding this provision,the Contractor shall not be entitled to any adjustment in the term or price of the ESPC arising from delays caused by the Government unless a detailed Critical Path Method Schedule was provided to the Government at the start of the project and updated regularly by the Contractor. ESPC ENABLE PROCESS-Overview The Department of Energy's(DOE)Federal Energy Management Program(FEMP)is facilitating a fast- track approach to ESPCs referred to as the:ESPC Enable process tailored for small Federal facilities (under 200,000 square feet)to implement targeted energy conservation measures(ECMs)including but not limited to lighting,water,and controls..The ESPC ENABLE process provides a standardized process to quickly award and install projects with basic levels of measurement and verification(M&V). The ESPC ENABLE process provides: • A streamlined and standardized selection and acquisition process. • Defined parameters for savings and scope,and. • M&V appropriate for the project size and scope. 4 Page 9 of 19 City of Fort Worth and SIEMENS GSA Contract#GS-07F-217CA For vendors who wish to participate in the ESPC ENABLE Process,current SIN 334512 Schedule 84 contract holders can modify their contracts to annotate participation in the ESPC ENABLE Process. All Schedule 84 contract terms and conditions will still apply when utilizing the ESPC ENABLE Process to the extent that such terms and conditions are not inconsistent with the ESPC authority(42 U,S.C.§ 8287 etseq; 10 C.F,R§436.30 et seq.).Additionally,vendors utilizing the ESPC ENABLE Process may be required to provide various data elements to FEMP as described and incorporated into any resultant MAS Task Order placed against Schedule 84 utilizing the ESPC ENABLE Process. ESPC ENABLE PROCESS STREAMLINED ORDERING PROCEDURES: Contractor expresses interest to the Agency Request for Quotation/Notice of Opportunity(for Schedules—posted on GSA eBuy)* Contractor and Agency enter into agreement for the Contractor to perform a detailed Investment Grade Energy Audit(IGA). The contractor shall utilize the templates and tools provided by the DOE's Federal Energy Management Program(FEMP)to perform the IGA. • Contractor shall present a final proposal which includes an overview of the proposed project,the audit findings and savings guarantees(generated from FEMP tool),M&V plan(generated from TEMP template)and a price proposal(including FEMP ESPC schedules).The price proposal shall consist of product prices,and labor prices(to be negotiated in accordance with awarded contract terms and conditions). The periodic payment shall be calculated by the Contractor utilizing the contractual rate of interest. In addition to the Final Proposal the ESCO will also present the scope of work,which may include preliminary drawings/plans. • Upon agreement to the price proposal and SOW,an ESPC MAS task order shall be issued by the ordering agency. • Upon acceptance of the work,the guarantee period shall begin. `Agency will determine which contractor offers the best value after this step, No cost to the agency for this service. SIN 334612 »Energy Savings Performance Contracts Financing Agreement Federal Reserve Treasury Bill rate closest to Project Terms(i.e.5-year TB rate for 5-year project term). Rates can be found at: hftp:/Iwww.federaireserve.gov/releases/hIS/updat Total Financed Amount +Basis Points Projected Contract Term Projects under$1 M +457 5 Year �457 10 Year Projects from$1 M $2,5 M +270 5 Year +270 10 Year +37€1 _ 15 Year Projects over$2.5 M +270 5 Year +270 10 Yc +370 15 Yew At the time of task order award,Siemens will negotiate with financial institutions to get the most competitive terms subject to prevailing market and project conditions. SIN 238910 Installation and Site Preparation Services—Include installation and site preparation services ordered in conjunction with buildings and structures,building materials,storage tanks/systems, e Page 10 of 19 City of Fort Worth and SIEMENS GSA Contract#GS-07F-217CA services for alternative energy solutions or power distribution equipment,and fuel dispensing and management systems purchased under this schedule contract. For ordering limitations and information, refer to the Special Ordering Procedures/Ordering Guide posted on www.gsa.gov NOTE:When used in conjunction with a Cooperative Purchasing eligible SIN,this SIN is Cooperative Purchasing Eligible. Instructions: Installation and Site Preparation services provided under this SIN must be purchased in conjunction with products offered under the Facilities subcategory titled"Structures"and the Industrial Products and Services subcategory titled"Industrial Products".In addition,the services provided under this SIN must be ancillary to products or services purchased fonder these 2 subcategories. Applicable clauses associated with FAR Subpart 22.4 have been incorporated Into-this SIN;however,specificwage determinations are not included and ordering activities are directed to review the FAR,agency supplemental regulations and any other relevant guidance to ensure that all applicable clauses and other requirements are Incorporated at the order level based on the specific circumstances of their-requirement.Agencies executing orders under the contract must observe.any agency-specific approvals, thresholds,or funding restrictions associated with real property work,such as/for example,the use of operation and maintenance(O&M)funds for unspecified military construction. This SIN excludes services including(1)major or new construction of buildings,roads, parking lots and other facilities; (2)complex R&A of entire facilities or significant portions of facilities,and(3)Architectural Engineering Services(A&E)under the Brooks Architect-Engineers Act as stated in Federal Acquisition Regulation(FAR)Part 36, Ancillary services,incidentals,and equipment rental rrayonly be ordered in conjunction with or in support of products or services purchased under the Federal Supply Schedule contract. For ordering limitations and information,refer to the Special Ordering Procedures/Ordering Guide:posted on www.gsa.gov. SIN 641330L Security System Integration,Design,.Management,and Life Cycle Support-Includes services involving the security integration/management discipline,which supports security products and systems throughout their lifecycie.Services may include, butare not limited to;testing,production, fielding,process improvement,disposal,etc; NOTE:Subject to Cooperative Purchasing 51N 541330$EC- Security System Integration,Design,Management,and Life Cycle.Support- Includes services related to PACS design, integration,and implementation,and installation/testing. Offerors under this SIN have at least one employee who is CSEIP(Certified System Engineer ICAM PACs)certified and such certification can be verified at lDmanagment.gov. NOTE:Subject to Cooperative Purchasing Instructions: Offerors submitting an offer of services under the 541330SEC must have at least one person(and update GSA of any replacement person or other change in the disclosed person's status)in their organization certified and listed at IDManagement.gov as a"Certified System Engineer ICAM PACS"("CSEIP%details about obtaining certification are found at IDManagernent.gov. s Page 11 of 19 City of Fort Worth and SIEMENS GSA Contract#GS-07F-217CA NOTE:Subject to Cooperative Purchasing 1 b.LOWEST PRICED ITEMS.This price is the Government price based on a unit of one,exclusive of any quantity/dollar volume,prompt payment,or any other concession affecting price.Those contracts that have unit prices based on the geographic location of the customer,should show the range of the lowest price,and cite the areas to which the prices apply. Lowest priced item under: SIN 561210SB is Electrical Installer(Tier 5)at$95.72 SIN 334290 is Electrical Installer Crier 5)at$95.72 SIN 334290L is 1326CG8MV at$2.06 SIN 334290PACS is CC9000-DRU-CD at$36.16 SIN 334512 is Electrical Installer Crier 5)at$95.72 SIN 238910 is Electrical Installer(Tier 5)at$95.72 SIN 541330L is Electrical Installer(Tier 5)at$95,72 SIN 541330SEC is Security Solution Specialist Crier 4)at$100.76 1 c.The hourly rates for the labor categories listed vary based on the geographic location of the Siemens Field office. Please refer to Attachment A for a labor rate table by field location.Please contact beverly.lester(cDsiemensgovt.com if you have questions regarding the labor rate tables. Labor Category: BAU Service Specialist* Functional Responsibility:performs on-site service for the repair and maintenance of equipment associated with Automatic Building Control Systems and Energy Management Systems. Experience: requires 1-5 years Building Automation service experience and all certifications and licenses. Good written and verbal communication skills. Education:Associates degree or 1-2 years of vocational technical training or equivalent combination of education and experience. Labor Category:BAU Service Project Manager* Functional Responsibility:oversees teams or groups responsible for executing project service jobs associated with Automatic Building Control Systems and Energy Management Systems.Plans the account management,design,engineering,and systems installation of field projects.Impacts P&L and is responsible for resource allocation and financial forecasting. Experience:8.10 years'experience managing projects. Education:BS/BA in related discipline,or advanced degree or equivalent combination of education and experience. Labor Category: BAU Solution Specialist** Functional Responsibility:performs on-site technical services to install and implement the equipment associated with Automatic Building Control Systems and Energy Management Systems. Ex e�rien_ce:requires 1-5 years Building Automation service experience and all certifications and licenses,Good written and verbal communication skills, Education:Associates degree or 1-2 years of vocational technical training or equivalent combination of education and experience. Labor Category:BAU Solution Project Manager" Functional Responsibility:oversees teams or groups responsible for executing project(solutions)jobs associated with Automatic Building Control Systems and Energy Management Systems.Plans the account management,design,engineering,and systems installation of field projects.Impacts P&L and is responsible for resource allocation and financial forecasting. 7 Page 12 of 19 City of Fort Worth and SIEMENS GSA Contract#GS-07F-217CA Experience:8-10 years'experience managing projects. Education:BS/BA in related discipline,or advanced degree or equivalent combination of education and experience. Labor Category: BAU Engineer Functional Responsibility:performs on-site technical and operational support In the design,development, Installation and maintenance of equipment and systems of a complex nature associated with Automatic Building Control Systems and Energy Management Systems. Experience:5-8 years'experience in Building Automation or Energy systems. Education:BS/BA in related discipline,or advanced degree or equivalent combination of education and experience Labor Category:FIS Service Specialist* Functional Responsibility:performs on-site service for the repair and maintenance of equipment associated with Fire alarm systems. Experience,requires 1-5 years Fire service experience and all certifications arid licenses.Good written and verbal communication skills.. Education:Associates degree or 1-2 years of vocational technical training or equivalent combination of education and experience. Labor Category: FIS Service Project Manager* Functional Responsibility:oversees teams or groups responsible for executing project service jobs associated with Fire alarm installation,repair,and maintenance.flans the account management,design,, engineering,.and systems installation of field projects.impacts P&L and is responsible.for resource allocation and financial forecasting. Experience;840 years'experience managing projects. Education;BSBA in related discipline,or advanced degree or equivalent combination of education and experience. Labor Category: FIS Solution Specialist** Functional Responsibility:performs on-site technical services to install and implement the equipment associated with Fire alarm systems. Experience:requires 1-5 years Fire service experience and all certifications and licenses.Good:written and verbal communication skills. Education:Associates degree or 1-2 years of vocational technical training or equivalent combination of education and experience. Labor Category: FIS Solution Project Manager" Functional Responsibility:oversees teams or groups responsible for executing project(solutions)jobs associated with Fire alarm installation,repair,and maintenance.Plans the account management,design; engineering,and systems installation of field projects.Impacts P&L and is responsible for resource allocation and financial forecasting. Experience:8-10 years'experience managing projects. Education:BS/BA in related discipline,or advanced degree or equivalent combination of education and experience. Labor Category; FIS Engineer Functional Responsibility:performs on-site technical and operational support In the design;development, Installation and maintenance of equipment and.systems of a complex nature associated with Fire Systems. Experience:5-8 years'experience in Fire systems. Education:BS/BA in related discipline,or advanced degree or equivalent combination of education and experience, s Page 13 of 19 City of Fort Worth and SIEMENS GSA Contract#GS-07F-217CA Labor Category:SES Service Specialist* Functional Responsibility:performs on-site service for the repair and maintenance of equipment associated with Security and CCTV Systems. Experience: requires 1-5 years Security service experience and all certifications and licenses.Good written and verbal communication skills. Education:Associates degree or 1-2 years of vocational technical training or equivalent combination of education and experience. Labor Category:SES Service Project Manager* Functional Responsibility:oversees teams or groups responsible for executing project service jobs associated with Security and CCTV Systems installation, repair,and maintenance.Plans the account management,design,engineering,and systems installation of field projects. Impacts P&L and is responsible for resource allocation and financial forecasting. > xperiencw 8-10 years'experience managing projects. Education:BS/BA in related discipline,or advanced degree or equivalent combination of education and experience. Labor Category:SES Solution Specialist" Functional Responsibility:performs on-site technical services to install and implement the equipment associated with Security and CCTV Systems installation, repair,and maintenance. Experience: requires 1-5 years Security service experience and all certifications and licenses.Good written and verbal communication skills. Education:Associates degree or 1-2 years of vocational technical training or equivalent combination of education and experience. Labor Category:SES Solution Project Manager' Functional Resoonsibility:oversees teams or groups responsible for executing project(solutions)jobs associated with Security and CCTV Systems installation, repair,and maintenance.Plans the account management,design,engineering,and systems installation of field projects,Impacts P&L and is responsible for resource allocation and financial forecasting. Experience:8-10 years'experience managing projects. Education:BS/SA in related discipline,or advanced degree or equivalent combination of education and experience. Labor Category:SES Engineer Functional Responsibility:performs on-site technical and operational support in the design,development, installation and maintenance of equipment and systems of a complex nature associated with Security Systems. Experience:5-8 years'experience in Security systems, Education:BS/BA in related discipline,or advanced degree or equivalent combination of education and experience Labor Category: Electrical Service Specialist Functional Responsibility;performs on-site technical and operational support in the design,development, Installation and maintenance of equipment and systems of a complex nature associated with Electrical Services. Experience:Successfully demonstrates thorough advanced knowledge of a technical or specialty area. Generally,must have 5-8 years'experience in electrical service or engineer responsibility and successful demonstration of Key Responsibilities and Knowledge as presented above. Education:Associates degree or 1-2 years of vocational technical training preferred.BS degree or equivalent experience preferred.Specialized skill training/certification may be required. Labor Category: Electrical Installer 8 Page 14 of 19 City of Fort Worth and SIEMENS GSA Contract#GS-07F-217CA Functional Responsibility:Performs or assists with installation and checkout of electric and electronic components for systems and service installed jobs and service agreements associated with automatic building control systems,fire management,security CCTV,audio and energy management systems. Installs or assist with the installation of conduit,wire,cable,equipment,components and devices associated with fire,security;and energy management systems. Installs and mounts electric/electronic controls,devices,panels,sensors,and components. Performs interlock wiring as required. Performs wiring check.out and assists with,systems start up,Performs tasks related to the panel fabrication. Disconnects and dismantles:electric/electronic instruments,panels,sensors, components,etc.as necessary.Coordinates with or advises supervision about the requirements for material and supplies to ensure timely delivery to the job site. Experience:requires 1-5 years electrical installation service experience and all certifications and licenses.Good written and verbal communication skills. Education:Associates degree or 1-2 years of vocational technical training or equivalent combination of education and experience. Labor Category:bower System Engineer Functional Responsibility:This person performs applications engineering and analytical studies on Medium Voltage and Low Voltage electrical power distribution systems for industrial,commercial, institutional and government customers in metropolitan area.Principal activity is preparation of snort circuit,device.evaluation;protective device coordination and arc flash studies, Experience:Typically 8-10 years of successful experience in related field and successful demonstration of Key Responsibilities and Knowledge as presented above.Advanced degree MAY be substituted for experience,where applicable.Prior experience performing electrical power systems analysis is required. Preferred candidate will have current P.E.registration,experience using SKM product suite and have electrical power systems. Education:All qualified candidates should have the following: Bachelor Degree In Electrical Engineering;MSEE preferred. Hold a Professional Engineer License in the USA.. •Expertise on Arc Flash and power system studies,including short circuit,protective device coordination,load flow,grounding,harmonic and power quality studies. •Experience using SKM,EasyPower,or ETAP power system analysis product suites. •Power systems applications engineering,design,testing and installation supervision background desired. •Ability to provide hard copies of power system analysis,reports,and calculations completed. •Broad industry experience is desired-working with Low Voltage and.Medium Voltage installations at utilities,industrial plants,commercial sites. Labor Category:Mechanic Functional Responsibility,performs the installation and repair of various types of automation systems, HVAC and associated components.. Ex e�nce:Knowledge of automation systems,HVAC,electrical concepts and building operations. Skilled in programming,job startup,checkout and troubleshooting.Proficient in Microsoft Office:Word and Excel. Education:Associate degree in electronics or other related field.5+years engineertservice experience or equivalent combination of education and experience. Labor Category: Energy Engineer Functional Responsibility:performs complex design,development,testing and modifications of solutions. Completes recommendations for complex new designs,new processes,or design changes to:meet energy requirements. Experience:Demonstrates a good grasp of knowledge and principles of field of specialization and applies through successful completion of assignments.Successfully applies knowledge of fundamental concepts, practices,and procedures of particular area of specialization. 10 Page 15 of 19 City of Fort Worth and SIEMENS GSA Contract#GS-07F-217CA Education.BS/BA in related discipline,or advanced degree,where required,or equivalent combination of education and experience 5—8 years. Labor Category:Energy Project Manager Functional Responsibility:oversees teams or groups responsible for executing project(solutions)and service jobs associated with Energy systems installation, repair,and maintenance.Plans the account management,design,engineering,and systems installation of field projects.Impacts P&L and is responsible for resource allocation and financial forecasting. Experience:6-10 years'experience managing projects. Education:BS/BA in related discipline,or advanced degree or equivalent combination of education and experience. Labor Category:Energy Specialist Functional Responsibility:performs on-site service for the repair and maintenance of equipment associated with Energy Management Systems. Experience:.requires 1-5 years Energy system service experience and all certifications and licenses. Good written and verbal communication skills. Education:Associates degree or 1-2 years of vocational technical training or equivalent combination of education and experience. "Service rates apply to the repair and maintenance of equipment and systems. This includes but is not limited to maintenance/service agreements and training. "Solution rates app/y to the services associated with equipment and related installation. This includes but is not limited to the services necessary to install and implement the systemslproducts on GSA contract from design through execution. All labor rates are subject regular overtime and premium overtime rates in the following manner- Straight Time— 1,0(Monday through Friday, 8 am to 5 pm excluding Holidays) Regular Time—1.5(Monday through Saturday, 5 pm to 8 am excluding Holidays) Premium Overtime—2.0(Sundays and Holidays) 2. Maximum order limitation: o 561210SB: $1,000,000 o 334290: $250,000 o 33429OL: $250,000 o 334290PACS: $250,000 o 238910: $250,000 o 334512: $250,000 o 54133OL: $250,000 o 541330SEC: $250,000 3. Minimum order:$100 4,Geographic coverage (delivery area):Continental US,Alaska,Hawaii and PR and Overseas locations, 5. Point(s)of production: o Siemens-Buffalo Grove, IL;San,lose,CA;Zug,Switzerland;Germany;Australia; Sweden o Sensormatic—Atlanta,GA;Winthrop,ME o Designed Security—Bastrop,TX HiD—Irvine,CA;Lake in the Hills,IL o AES Corporation—US and Canada o Milestone-US ti Page 16 of 19 City of Fort Worth and SIEMENS GSA Contract#GS-07F-217CA 6. Prices herein are net:discount has been applied See Attachment B for product pricing. 7.Quantity discount:At the time of task order award,Siemens'GSA customers are eligible for an additional 5%discount on orders in excess of$500K and will be negotiated upon request. S. Prompt payment terms:Net 30 days 9a.Government purchase cards are accepted up to the micro-purchase threshold. 9b.Government purchase cards are accepted above the micro.-purchase threshold, 10.Foreign items:Switzerland,Belgium,Israel,Germany,Sweden,Australia,Canada,Italy,Japan, Mexico 11a,Time of delivery: 15-60 days ARO 11 b.Expedited Delivery:Available at expedited commercial shipping charges for in-stock items,contact Siemens field offices,Attachment G for item availability information. 11 c.Overnight and 2�day delivery:Overnight and 2=day delivery are available at standard commercial shipping rates,if item is available in stock.Contact Siemens office or GSA Contract Administrator. 11d.Urgent.Requirements:Contact Beverly Lester,beverly.lester@siemensgovt.com.for faster delivery and express shipping pricing. 12.F.O.B,point(s):Destination-48 contiguous states,Origin-Overseas,Alaska,Hawaii and Puerto Rico. 1.3.Ordering addresses:Refer to Attachment C-Siemens field offices, For additional information contact: SIEMENS INDUSTRY,INC Beverly Lester 1881 Campus Commons Drive Suite 200 Reston,VA 20191 Office/Cell;571-379.1092 Email: beverly.lester(&siemensctovt.com 13b.Ordering procedures:.For supplies and services,the ordering procedures,information on.Blanket Purchase Agreements(SPA'S)are found in Federal Acquisition regulations(FAR)8,405-3 14.Payment address(es):Per Siemens Field Offices,Attachment C 15.Warranty provision:Standard Commercial Warranty. 16.Export packing charges:Open Market,contact Beverly!_ester,beverly.lester :siemensclovt.com 17.Terms and conditions of Government purchase card acceptance:Accepted 18.Terms and conditions of rental,maintenance,and repair: NIA 19.Terms and conditions of installation:NIA. 12 Page 17 of 19 City of Fort Worth and SIEMENS GSA Contract#GS-07F-217CA 20.Terms and conditions of repair parts:Open market.Contact Beverly Lester, beveriy.lesterD,siemensaovt.co m 20a.Terms and conditions for any other services:N/A 21.List of service and distribution points:Refer to listing of Siemens Field Offices,Attachment C 22,List of participating dealers: N/A 23. Preventive maintenance:N/A 24a. Environmental attributes,e.g.,recycled content,energy efficiency,and/or reduced pollutants:N/A 24b.Section 508 Compliance for EIT:N/A 25.Data Universal Number System (DUNS) number:01-094-4650 26.Siemens Industry,Inc. is registered in the System for Award Management(SAM)database:CAGE Code1HLQ3 13 Page 18 of 19 City of Fort Worth and SIEMENS GSA Contract#GS-07F-217CA Exhibit C Conflict of Interest Questionnaire. CONFLICT OF INTEREST QUESTIONNAIRE FORM CIO For.wriclor doing business witk.local governmental entlty This questionnaire reflects changes made ro the taw:by.H.R:23,a4th Leg.,Regular session. Or#iCEWEONLY This questionnaireis being fled in accordance with Chapter 176,Local Govemment Code;. pate Reo�- byaveniiortvho has abusiitess telafionship as defined by Seetion 178.00i(1-a)with a bcat governmental entity and the-4endormeets requliements.underSection 1176.005(4). BY fawthis.questionnaire must be filedwith the records adminfstratorof the.locai governmental entity nottaterthan the:7th business day atferthe date the vendor becomes:aware of#acts, that require the'statement to be'filed.See.Sectioir176,006(a-i);LocafGovernmeniCode. A vartdor commits an offense if the vendor knowingly violates Section 176.006,Lobar Government Code:An oftenseunder this section is a misdemeanoe. !J Namsofvendofwhohaspbusinessrefationshipwith local goveimmentafehuty 2.Lj Qheck this box If you are filing an update toapreyioualy filed queattonnaire (The-law requires thatyou•file an updated completed questionnaire:with:the'appropriate tiling.authority not laterthan the7th business day after the date on which you became awarefhat the'odgmaliy filed:questionnaire was incomplete or Inaccurate.) 3 Name of local government officer about whom theifrformation in this section is befhg disclosed. Name of Officer Thisaection{item 3 including subparts A,B 0,&D) must be completed for each officer with whom the vendor'has;am employment or other-business relationship as detlned by Section 176.001(1-a),Local Government Code.Attach additional pages to this Form CIO.as necessary. A: Is the local government officer named In this section receiving or likely to receive taxable income,other than investment income;from ttie vendor? F7 Yes a No 6:1s the vendor receiving or likely:to recevve taxable_income,otherthan investment income,from or at the direction of the focal govemment,officer named in this section AND lip taxable income is not received from,the local governmentaf'.entity? Yes a No C; is the filer:of this:questionnaire employed by a corporation or other business amity with respect 19 which the local: govemmernt officer serves as_an officar or director,.or holds an ownership interest ofone percent ormore? Dyes- ED No O:.Describe each-employment or business and family relationship with the local government officer named in this section. a skloaturwof vendor doing business With the govammomai entity Date Adopted817/26 15 Page 19 of 19 City of Fort Worth and SIEMENS GSA Contract#GS-07F-217CA