Loading...
HomeMy WebLinkAboutTHINKCP Technologies - Purchase Agreement - 4-24-2023UUI.UJ I I�f. I I I -I IV wupt:: I U. Uum I r /-VF1- I UL 1-'i IJU I -/100V-V UCriJDrJU I LG COOPERATIVE PURCHASE AGREEMENT THIS AGREEMENT is made and entered into on April 24,2023 by and between CITY OF FRESNO, a California municipal corporation H.CO. COMPUTER PRODUCTS, a California corporation dba TECHNOLOGIES (Vendor). AGREEMENT (City), and THINKCP NOW, THEREFORE, in consideration of the foregoing and of the covenants, conditions, and promises hereinafter contained to be kept and performed by the respective parties, it is mutually agreed as follows: 1. The Charter for the City allows for cooperative purchase agreements for materials, supplies, and equipment. The City may use another government agency's agreement, as an exception to the competitive bid process. The parties agree that the Vendor has entered into a Master Procurement Agreement with the County of Fresno Internal Services Department (Original Government Contract) which is attached hereto as Exhibit A and is incorporated herein by reference. 2. Vendor's Obligation: The Vendor shall provide those services and products as described in the Original Government Contract, subject to all the terms and conditions contained or incorporated herein. 3. Cit 's Obligation- The City shall make to the Vendor those payments as described in any itemized invoice resulting from orders placed under the Original Government Contract subject to all the terms and conditions contained or incorporated herein. 4. Notwithstanding the requirements that the Original Government Contract is fully binding on the parties, the parties have agreed to modify certain non- material provisions of the Original Government Contract as applied to this Cooperative Purchase Agreement (Agreement) between the Vendor and the City, as follows: a) City's Insurance and Indemnity provisions attached as Exhibit B b) Address change for the City: Notwithstanding the address and contract information for the government entity as set out in the Original Government Contract, the Vendor agrees that notices and invoices will be sent to: City of Fresno Attention: Anita Luera 1626 E Street Fresno, CA 93706 Phone: (559) 621-1625 c) Notwithstanding anything in Exhibits A and B to the contrary, this Agreement shall be governed by, and construed and enforced in Page: 1 of 3 UVVUJIYII CIIVCIuytC IU. V.7C 1 ! 4WA- I VL 1IGL accordance with, the laws of the State of California, excluding however, any conflict of laws rule which would apply the law of another jurisdiction. Venue for purposes of the filing of any action regarding the enforcement or interpretation of this Agreement and any rights and duties hereunder shall be Fresno County, California. d) All other provisions in the Original Government Contract are fully binding on the parties and will represent the Agreement between the City and the Vendor. 5. The City Manager, or designee, is hereby authorized and directed to execute and implement this Agreement. [Signatures follow on the next page.] Page: 2 of 3 Llul.uolyl l CI lvulupu 1L). U.`7C I I Gym- I VG 1-+%,LI! -P%00V-.7UC/10Or0V IGL IN WITNESS WHEREOF, the parties have executed this Agreement at Fresno, California, the day and year first above written. CITY OF FRESNO, a California municipal corporation B: Bryon l4forn, CISSP, PMP Director Information Services Department APPROVED AS TO FORM: ANDREW JANZ City fnWedby: W" By: 6 A.Iti.JhV', C,Otu,I 4/24/2023 Brandon M. Collet Date Supervising Deputy City Attorney ATTEST: TODD STERMER, CMC City Signed by: �lirt.A M- i�bUY' 4/24/2023 By: iars���acdF± Deputy Date Tina M Your Addresses: CITY: City of Fresno Attention: Anita Luera, Supervising Engineering Technician 1626 E Street Fresno, CA 93706 Phone: (559) 621-1625 Facsimile: (559) 498-4126 E-mail: anita.luera@fresno.gov Page: 3 of 3 H.CO. COMPUTER PRODUCTS, a Califon r:-pemtion dba THINKCP VLL� By: 4/19/2023 Name: Bill Hojreh Title: SALES MANAGER (If corporation or LLC., Board Chair, Pres. or Vice Pres.) OocuStgned by: RJk 4/19/2023 By: Name: Sye Hojreh Title: vice President (If corporation or LLC., CFO, Treasurer, Secretary or Assistant Secretary) CONSULTANT: H.CO. COMPUTER PRODUCTS, dba THINKCP Attention: Bill Hojreh, President 16812 Hale Avenue, Irvine, CA 92606 Phone: (800) 726-2477 X104 Facsimile: (949) 833-3389 E-mail: bill@thinkcp.com Uuuu Jlly.l I CIIvuluptl IU. U5C 1 / L71-%- 1 VG 1-•FVU/-M00O-VL/CM00r JU I LL EXHIBIT A t O� � 5 O �FRE`'� County of Fresno INTERNAL SERVICES DEPARTMENT Facilities - Fleet - Graphics • Purchasing • Security - Technology MASTER PROCUREMENT AGREEMENT Agreement Number P-21-039 March 3. 2021 The County of Fresno (County) hereby contracts with various vendors (Contractors) to provide Hardware, Software, and Miscellaneous IT Products in accordance with the text of this agreement and the vendor's corresponding Attachment, by this reference made a part hereof. TERM: This Agreement shall become effective March 7, 2021 and shall remain in effect through March 6, 2024. EXTENSION: This Agreement may be extended for two (2) additional one (1) year periods by the mutual written consent of all parties. MINIMUM ORDERS: Unless stated otherwise there shall be no minimum order quantity. The County reserves the right to increase or decrease orders or quantities. ORDERS: Orders will be placed on an as -needed basis by Internal Services -IT Division and the Sheriff's Office under this contract. PRICES: Prices shall be firm for the contract period. Any pricing changes which may take place during the life of the contract must be submitted in writing to the County of Fresno Purchasing Manager and received no less than thirty (30) days prior to becoming effective. MAXIMUM: In no event shall services performed and/or fees paid under this Master Agreement be in excess of Twenty -Three Million Five Hundred Thousand Dollars ($23,500,000.00). ADDITIONAL ITEMS: The County reserves the right to negotiate additional items to this Agreement as deemed necessary. Such additions shall be made in writing and signed by both parties. DELIVERY: The F.O.B. Point shall be the destination within the County of Fresno. All orders shall be delivered complete as specified. All orders placed before Agreement expiration shall be honored under the terms and conditions of this Agreement. DEFAULT: In case of default by Contractor, the County may procure the articles/services from another source and may recover the loss occasioned thereby from any unpaid balance due the Contractor or by any other legal means available to the County. The prices paid by County shall be considered the prevailing market price at the time such purchase is made. Inspection of deliveries or offers for delivery, which do not meet specifications, will be at the expense of Contractor. INVOICING: An itemized invoice in duplicate shall be mailed to requesting County department in accordance with invoicing instructions included in each order referencing this Agreement. The Agreement number must appear on all shipping documents and invoices. Invoice terms shall be Net 45 Days. INVOICE TERMS: Net forty-five (45) days from the receipt of invoice. 333 W. Pontiac Way, Clovis, CA 93612 / (559) 600-7110 * The County of Fresno is an Equal Employment Opportunity Employer * Uuuu Jlly.l I CI IvCIuptJ ILJ. Liva I / eum- I VL I"t%,LJ/-MOOu-. LJCMJOrou ILL PROCUREMENT AGREEMENT NUMBER: P-21-039 March 3, 2021 Page 2 TERMINATION: The County reserves the right to terminate this Agreement upon thirty (30) days written notice to the Contractor. In the event of such termination, the Contractor shall be paid for satisfactory services or supplies provided to the date of termination. LAWS AND REGULATIONS: The Contractor shall comply with all laws, rules and regulations whether they be Federal, State or municipal, which may be applicable to Contractor's business, equipment and personnel engaged in service covered by this Agreement. AUDITS AND RETENTION: Terms and conditions set forth in the agreement associated with the purchased goods are incorporated herein by reference. In addition, the Contractor shall maintain in good and legible condition all books, documents, papers, data files and other records related to its performance under this contract. Such records shall be complete and available to Fresno County, the State of California, the federal government or their duly authorized representatives for the purpose of audit, examination, or copying during the term of the contract and for a period of at least three years following the County's final payment under the contract or until conclusion of any pending matter (e.g., litigation or audit), whichever is later. Such records must be retained in the manner described above until all pending matters are closed. LIABILITY: The Contractor agrees to: Pay all claims for damage to property in any manner arising from Contractor's operations under this Agreement. Indemnify, save and hold harmless, and at County's request defend the County, its officers, agents and employees from any and all claims for damage or other liability, including costs, expenses (including attorney's fees and costs), causes of action, claims or judgments resulting out of or in any way connected with Contractor's performance or failure to perform by Contractor, its agents, officers or employees under this Agreement, and from any and all costs and expenses (including attorney's fees and costs), damages, liabilities, claims, and losses occurring or resulting to any person, firm or corporation who may be injured or damaged by the performance, or failure to perform, of Contractor, its officers, agents, or employees under this Agreement. INSURANCE: Without limiting the COUNTY's right to obtain indemnification from CONTRACTOR or any third parties, CONTRACTOR, at its sole expense, shall maintain in full force and effect, the following insurance policies or a program of self-insurance, including but not limited to, an insurance pooling arrangement or Joint Powers Agreement (JPA) throughout the term of the Agreement: A. Commercial General Liability: Commercial General Liability Insurance with limits of not less than Two Million Dollars ($2,000,000.00) per occurrence and an annual aggregate of Four Million Dollars ($4,000,000.00). This policy shall be issued on a per occurrence basis. County may require specific coverage including completed operations, product liability, contractual liability, Explosion -Collapse - Underground, fire legal liability or any other liability insurance deemed necessary because of the nature of the contract. B. Automobile Liability: Comprehensive Automobile Liability Insurance with limits of not less than One Million Dollars ($1,000,000.00) per accident for bodily injury and for property damages. Coverage should include any auto used in connection with this Agreement. C. Professional Liability: If Contractor employs licensed professional staff, (e.g., Ph.D., R.N., L.C.S.W., M.F.C.C.) in providing services, Professional Liability Insurance with limits of not less than One Million Dollars ($1,000,000.00) per occurrence, Three Million Dollars ($3,000,000.00) annual aggregate. D. Worker's Compensation: A policy of Worker's Compensation insurance as may be required by the California Labor Code. Additional Requirements Relating to insurance: Contractor shall obtain endorsements to the Commercial General Liability insurance naming the County of Fresno, its officers, agents, and employees, individually and collectively, as additional insured, but only insofar as the operations under this Agreement are concerned. Such coverage for additional insured shall apply as primary insurance and any other insurance, or self-insurance, maintained by County, its officers, agents and employees shall be excess only and not contributing with insurance provided under Contractor's G:\PUBLIC\CONTRACTS & DCTRACTS\2021 CONTRACTS\P-21-039 MASTER IT\P-21-039 MASTER AGREEMENT FOR IT PRODUCTS - EDITED CDW HP INSIGHT PANASONIC SHI.DOCx VuL;u J I y I I CI Iv CIupt; Iu. Livr- I I1-um- Iu/- I-+%,Lj!-moo u-.7u CMJOrou ILL PROCUREMENT AGREEMENT NUMBER: P-21-039 March 3, 2021 Page 3 policies herein. This insurance shall not be cancelled or changed without a minimum of thirty (30) days advance written notice given to County. Contractor hereby waives its right to recover from County, its officers, agents, and employees any amounts paid by the policy of worker's compensation insurance required by this Agreement. Contractor is solely responsible to obtain any endorsement to such policy that may be necessary to accomplish such waiver of subrogation, but Contractor's waiver of subrogation under this paragraph is effective whether or not Contractor obtains such an endorsement. Within Thirty (30) days from the date Contractor signs and executes this Agreement, Contractor shall provide certificates of insurance and endorsement as stated above for all of the foregoing policies, as required herein, to the County of Fresno, ISD-IT, 333 W. Pontiac Ave, Clovis, CA 93612, stating that such insurance coverage have been obtained and are in full force; that the County of Fresno, its officers, agents and employees will not be responsible for any premiums on the policies; that such Commercial General Liability insurance names the County of Fresno, its officers, agents and employees, individually and collectively, as additional insured, but only insofar as the operations under this Agreement are concerned; that such coverage for additional insured shall apply as primary insurance and any other insurance, or self- insurance, maintained by County, its officers, agents and employees, shall be excess only and not contributing with insurance provided under Contractor's policies herein; and that this insurance shall not be cancelled or changed without a minimum of thirty (30) days advance, written notice given to County. In the event Contractor fails to keep in effect at all times insurance coverage as herein provided, the County may, in addition to other remedies it may have, suspend or terminate this Agreement upon the occurrence of such event. All policies shall be with admitted insurers licensed to do business in the State of California. Insurance purchased shall be purchased from companies possessing a current A.M. Best, Inc. rating of A FSC VII or better. COMING ON COUNTY PROPERTY TO DO WORK: Contractor agrees to provide maintain and furnish proof of Comprehensive General Liability Insurance with limits of not less than $500,000 per occurrence. INDEPENDENT CONTRACTOR: In performance of the work, duties and obligations assumed by Contractor under this Agreement, it is mutually understood and agreed that Contractor, including any and all of Contractor's officers, agents, and employees will at all times be acting and performing as an independent contractor, and shall act in an independent capacity and not as an officer, agent, servant, employee, joint venturer, partner, or associate of the County. Furthermore, County shall have no right to control or supervise or direct the manner or method by which Contractor shall perform its work and function. However, County shall retain the right to administer this Agreement so as to verify that Contractor is performing its obligations in accordance with the terms and conditions thereof. Contractor and County shall comply with all applicable provisions of law and the rules and regulations, if any, of governmental authorities having jurisdiction over matters the subject thereof. Because of its status as an independent contractor, Contractor shall have absolutely no right to employment rights and benefits available to County employees. Contractor shall be solely liable and responsible for providing to, or on behalf of, its employees all legally -required employee benefits. In addition, Contractor shall be solely responsible and save County harmless from all matters relating to payment of Contractor's employees, including compliance with Social Security, withholding, and all other regulations governing such matters. It is acknowledged that during the term of this Agreement, Contractor may be providing services to others unrelated to the County or to this Agreement. NON -ASSIGNMENT: Neither party shall assign, transfer or sub -contract this Agreement nor their rights or duties under this Agreement without the written consent of the other party. AMENDMENTS: This Agreement constitutes the entire Agreement between the Contractors and the County with respect to the subject matter hereof and supersedes all previous negotiations, proposals, commitments, writings, advertisements, publications, Request for Proposals, Bids and understandings of any nature whatsoever unless expressly included in this Agreement. This Agreement supersedes any and all terms set GAPUBLIC\CONTRACTS & EXTRACTS\2021 CONTRACTS\P-21-039 MASTER IT\P-21-039 MASTER AGREEMENT FOR IT PRODUCTS - EDITED CDW HP INSIGHT PANASONIC SHI.DOCX LJUUU0Ily.1I CI Ivtnuyt! IU. LJuC I l zzlm- I UG 1-4lJUl-MOOU-M-JmMJorJL. 144 PROCUREMENT AGREEMENT NUMBER: P-21-039 Page 4 March 3, 2021 forth in Contractor's invoice. This Agreement may be amended only by written addendum signed by both parties. INCONSISTENCIES: In the event of any inconsistency in interpreting the documents which constitute this Agreement, the inconsistency shall be resolved by giving precedence in the following order of priority: (1) the text of this Agreement and (2) the vendor's corresponding Attachment. GOVERNING LAWS: This Agreement shall be construed, interpreted and enforced under the laws of the State of California. Venue for any action shall only be in County of Fresno. ELECTRONIC SIGNATURES: The parties agree that this Agreement may be executed by electronic signature as provided in this section. A. An "electronic signature" means any symbol or process intended by an individual signing this Agreement to represent their signature, including but not limited to (1) a digital signature; (2) a faxed version of an original handwritten signature; or (3) an electronically scanned and transmitted (for example by PDF document) of a handwritten signature. B. Each electronic signature affixed or attached to this Agreement (1) is deemed equivalent to a valid original handwritten signature of the person signing this Agreement for all purposes, including but not limited to evidentiary proof in any administrative or judicial proceeding, and (2) has the same force and effect as the valid original handwritten signature of that person. C. The provisions of this section satisfy the requirements of Civil Code section 1633.5, subdivision (b), in the Uniform Electronic Transaction Act (Civil Code, Division 3, Part 2, Title 2.5, beginning with section 1633.1). D. Each party using a digital signature represents that it has undertaken and satisfied the requirements of Government Code section 16.5, subdivision (a), paragraphs (1) through (5), and agrees that each other party may rely upon that representation. This Agreement is not conditioned upon the parties conducting the transactions under it by electronic means and either party may sign this Agreement with an original handwritten signature. Please acknowledge your acceptance by returning your corresponding signature page of this Agreement to my office via email. Please refer any inquiries in this matter to Heather Stevens, Purchasing Technician, at 559-600-7115 or heasteve ns(& FresnoCountyCA.gov. FOR THE COUNTY OF FRESNO Digitally signed by Gary Cornuelle Gary CornUelle Date: 2021.03.03 11:41:40 -08'00' Gary E. Cornuelle Purchasing Manager 333 W. Pontiac Way Clovis, CA 93612 GEC:HS G:\PUBLIC\CONTRACTS & EXTRACTS\2021 CONTRACTS\P-21-039 MASTER IT\P-21-039 MASTER AGREEMENT FOR IT ITEMS-DOCX L./000ol II CI IVCIUF/C IL/. LJuC I /G7M-IUL 141- PROCUREMENT AGREEMENT NUMBER: P-21-039 March 3, 2021 CONTRACTOR TO COMPLETE: Company: CDW Government LLC Type of Entity: ❑ Individual ❑ Sole Proprietorship ❑ Corporation 200 N. Milwaukee Avenue Address 847-465-6000 TELEPHONE NUMBER FAX NUMBER Page 5 ❑■ Limited Liability Company ❑ Limited Liability Partnership ❑ General Partnership Vernon Hills IL 60061 City State Zip psp@cdwg.com E-MAIL ADDRESS Print Name & Title: Dario Bertocchi Director, Program SaINnt Name & Title: ,lwy� a6 to AIL.-.- Signature: Dario Be/tocthi il.l a•/ 10,202117:37 ED is Signature: G:\PUBLIC\CONTRACTS & EXTRACTS\2021 CONTRACTS\P-21-039 MASTER IT\P-21-039 MASTER AGREEMENT FOR IT PRODUCTS - EDITED CDW HP INSIGHT PANASONIC SHI.DOO< UUUU01yjI CI IVCIUpU IU. L./Z;C I /L.7F1—IUL 1-4l,IJ/—M000—yVCH0Dr0U ILL PROCUREMENT AGREEMENT NUMBER: P-21-039 March 3, 2021 CONTRACTOR TO COMPLETE: Company: Graybar Electric Company Type of Entity: ❑ Individual ❑ Sole Proprietorship ❑■ Corporation 6781 N. Palm Ave, Suite 101 Address 559-489-3106 TELEPHONE NUMBER Print Name & Title: FAX NUMBER Page 6 ❑ Limited Liability Company ❑ Limited Liability Partnership ❑ General Partnership Fresno CA 93704 City State Zip jason.ghent@graybar.com E-MAIL ADDRESS Najam Chohan - Director Finance Print Name & Title: DgIW ly sign.d by Naj— Cb°b°n Na am Chohan�. Signature: Signature: G:\PUBLIC\CONTRACTS & EXTRACTS\2021 CONTRACTS\P-21-039 MASTER IT\P-21-039 MASTER AGREEMENT FOR IT ITEMS.D00< L/UUUJIIy.II CI IVCIUI./C IU. L/:JC I /GyM-IUG I-'4l.LI/-F1000-UUCMJDrJL/ IGG PROCUREMENT AGREEMENT NUMBER: P-21-039 March 3, 2021 CONTRACTOR TO COMPLETE: Company. HP Inc. Type of Entity: ❑ Individual ❑ Sole Proprietorship I] Corporation d r.nd Dnric Hill Rnarl Qr1(1 QQQ q(17d AAA 7nA 799A TELEPHONE NUMBER Print Name & Title: Signature: FAX NUMBER Page 7 ❑ Limited Liability Company ❑ Limited Liability Partnership ❑ General Partnership Palo Alto CA 94304 City State Zip rick.mendoza@hp.com E-MAIL ADDRESS Rick Mendoza Contract Administrator Print Name &Title: Signature: _ G:\PUBLIC\CONTRACTS & EXTRACTS\2021 CONTRACTS\P-21-039 MASTER IT\P-21-039 MASTER AGREEMENT FOR IT PRODUCTS CORRECTED INSIGHT.DOOC UUUU01yII CI IVCIUyU IU. UJC I /L:7/1-IUL ILL PROCUREMENT AGREEMENT NUMBER: P-21-039 March 3, 2021 CONTRACTOR TO COMPLETE: Company: Insight Public Sector, Inc. Type of Entity: ❑ Individual ❑ Sole Proprietorship A Corporation 6820 S. Harl Ave. Address 480-409-6775 TELEPHONE NUMBER Page 8 ❑ Limited Liability Company ❑ Limited Liability Partnership ❑ General Partnership Tempe AZ 85283 City State Zip 480-760-8532 christopher.robertson@insight.com FAX NUMBER E-MAIL ADDRESS Print Name & Scott Friedlander, President Title: Print Name & Title: Signature: Scott friedlandcv ldara.2o2116;54EST) Signature: G:\PUBLIC\CONTRACTS & EXTRACTS\2021 CONTRACTS\P-21-039 MASTER IT\P-21-039 MASTER AGREEMENT FOR IT PRODUCTS CORRECTED INSIGHT.DOOC Lluuu, Iy I I I -I IV Cluptl IL/. UzjC I I GUM- I UL I-'41+V (-M000-y LICMJDF0LI ILL PROCUREMENT AGREEMENT NUMBER: P-21-039 March 3, 2021 CONTRACTOR TO COMPLETE: jr Company: MaIIObOrO Type of Entity: ❑ Individual le Proprietorship Corporation 4 3 9 E 3)FCATER Avg Address _may- 3i- TELEPHONE NUMBER FAX NUMBER Page 9 ❑ Limited Liability Company ❑ Limited Liability Partnership ❑ General Partnership C 6?3 71 C;ty State Zip, E-MAIL ADDRESS Print Name & L AP `? R� j eCAI % Title: Print Name & Title: . / ��� /-/9 `� l q e4 Su R F)q Signature: %ram [ Signature: C G:\PJBLIC\CWMCrS & DMRAC7S\2021 ODNTRACTS\P-21-039 MASTER IT\P-21-039 MASTER AGREEMENT FOR IT ITFMs.DOCX UVVU0IIyI CI Ivulupl7 IU. UuC I /L.7I1-IVG I-'4VUI-MOOV-yU CMJD rJU ILL PROCUREMENT AGREEMENT NUMBER: P-21-039 Page 10 March 3, 2021 CONTRACTOR TO COMPLETE: Panasonic System Solutions Company of North America, Division of Panasonic Corporation of North America Company: Type of Entity- ❑ Individual ❑ Limited Liability Company ❑ Sole Proprietorship ❑ Limited Liability Partnership 0 Corporation ❑ General Partnership Two Riverfront Plaza Address 201-348-7000 TELEPHONE NUMBER FAX NUMBER Print Name & Title: Faisal Pandit Newark NJ 07102 City State Zip contracts(dus. panasonic.com E-MAIL ADDRESS Print Name & Title: Rick Elliott A/ aI 9Z & dit 6Z1tt- Signature: M N[so I Pa rxlil(Mar 30. 2021 EA 41 C DT I Signature. G:\PUBLIC\CONTRACTS & DM ACTS\2021 CONTRACTS\P-21-039 MASTER IT\P-21-039 MASTER AGREEMENT FOR IT PRODUCTS - EDITED HP INSIGHT PANASONIC.DOCX LIUUU, Ij II rI IvCIUpU IL/. L/7C I!L7M-IUL I-1+%,L)/-M000-UL/CM0DrJU IGL PROCUREMENT AGREEMENT NUMBER: P-21-039 March 3, 2021 CONTRACTOR TO COMPLETE: CUI Ir,+err»+inn l r nrr► Company: v Type of Entity: ❑ Individual ❑ Sole Proprietorship ru-1 Corporation 408-232-0855 TELEPHONE NUMBER Print Name & Title: Signature,: ❑ Limited Liability Company ❑ Limited Liability Partnership ❑ General Partnership 888-764-8889 FAX NUMBER Elisabeth Arnold - Lead Contracts Specialist Print Name & Title: qh,sJ-k Ckw&b,(- Signature. Page 11 Debbie—Bieber@SHI.com E-MAIL ADDRESS G:\PUBLIC\CONTRACTS & EXTRACTS\2021 CONTRACTS\13-21-039 MASTER IT\P-21-039 MASTER AGREEMENT FOR IT PRODUCTS - EDITED HP INSIGHT PANASONIC SHI.DOOC UUOUJ I y II CI IV "I LyI IU. L.JyC Il Lyh1-I UL 1-' %,Li I-/y000-UVCMJDrJU ILL PROCUREMENT AGREEMENT NUMBER: P-21-039 March 3, 2021 CONTRACTOR TO COMPLETE: Company: ThinkCP Type of Entity: ❑ Individual ❑ Sole Proprietorship !M Corporation ❑ Limited Liability Company ❑ Limited Liability Partnership ❑ General Partnership Page 12 16812 HALE AVE IRVINE CA 92606 Address City stow zip 800-726-2477 X 104 949-833-3389 BILL@THI NKCP. COM TELEpmoNE NUMBER Fax NUMBER E-MAIL ADDRESS Print Name & BILL HOJREH PRESIDENT MARK Title: Print Name & Title: Signature:f ' ACCOUNTING USE ONLY ORG No.: 8905, 31112425 Account No.: 7308 Requisition No.: 8905210567, 8905210569, 3111217243,3111217270 (2/2021) H CFO G:\R0-1C\aWR8CM R8CM & wWCM\2021 aW ACrS\P-21-039 WSTER MP-21-039 M*7M AGREaFM FOR IT ITEM. DOD( LiuLmo IIy. I I CI Iv CIupt: IU. U5C I l zum- I VG I-'4l.iV I -F100V-W V CMJOrJU ILL PROCUREMENT AGREEMENT NUMBER: P-21-039 Attachment Page 1 of 8 March 3, 2021 CDW-G ATTACHMENT 'A " CDW-G Pricing Based off Omnia Partners Contract Contract Number: 2018011 (the "Underlying Agreement") Expires: 2/28/2023 Solicitation by: City of Mesa, AZ Link to Contract Information and Documents: htt s:/1 ublic.omnia artners.com/su Hers/cdw- /contract -documentation Link to Pricing: htt s:/! ublic.omnia artners.com/fileadminl ublic-sector/su hers/A-D/CDW- G/Contract ❑ocuments/2018011-01/CDW-G Pricinq.pdf The County of Fresno accepts the following changes to the Procurement Agreement: TERMINATION: The County reserves the right to terminate this Agreement upon thirty (30) days written notice to the Contractor, as further described in the Underlying Agreement. In the event of such termination, the Contractor shall be paid for satisfactory services or supplies provided to the date of termination. AUDITS AND RETENTION: Terms and conditions set forth in the agreement associated with the purchased goods are incorporated herein by reference. In addition, the Contractor shall maintain in good and legible condition all books, documents, papers, data files and other records related to its performance under this contract, as more specifically described in Section 13 of the Underlying Agreement. Such records shall be complete and available to Fresno County, the State of California, the federal government or their duly authorized representatives for the purpose of audit, examination, or copying during the term of the contract and for a period of at least three years following the County's final payment under the contract or until conclusion of any pending matter (e.g., litigation or audit), whichever is later. Such records must be retained in the manner described above until all pending matters are closed. DEFAULT: In case of default by Contractor, the County's remedies shall be governed by Sections 16 and 17 of the Underlying Agreement, and not by any language contained in this Agreement. LIABILITY: The liability language in this Agreement is struck; Contractor's indemnification obligations shall be in accordance with the agreed -upon terms of the Section 24 of the Underlying Agreement. Notwithstanding the Term of this Agreement or any Extensions thereto, except for those obligations which explicitly survive termination, Contractor's rights and obligations under this Agreement and this Attachment shall terminate as of the expiration date set forth above. G:\PUBLIC\CONTRACTS & EXTRACTS\2021 CONTRACTS\P-21-039 MASTER IT\P-21-039 MASTER AGREEMENT FOR IT PRODUCTS - EDITED CDW HP INSIGHT PANASONIC SHI.DOCX L/UI:Uol I I CI IVCIVF/u IL/. L/yC I 1/-Um- I UL I -'+UL/ I-M00V-y L/CMJDrJL/ I el - PROCUREMENT AGREEMENT NUMBER: P-21-039 Attachment Page 2 of 8 March 3, 2021 GRA YBAR A TTACHMENT 'A " Graybar Electric Company, Inc. Pricing Based off Omnia Partners Contract Contract Number: EV2370 Expires: 1 /31 /2023 Fully extended: 1 /31 /2029 Solicitation by: City of Kansas City, MO Link to Contract Information and Documents: htt s:ll ublic.omnia artners.com/su liersl ra bar/contract-documentation Link to Pricing: htti2s://Public.omniapartners.com/suppliers/ra barl ricin -shi in G:\PUBLIC\CONTRAcrs & EXTRACT5\2021 CONTRACTS\P-21-039 MASTER IT\P-21-039 MASTER AGREEMENT FOR IT ITEMS.DOCX L/UUU01y1] CI IVCIUp, ILJ. LIUF I /Ly/1-IUL I-'41+V I-r1000-yVCNJDrJU ILL PROCUREMENT AGREEMENT NUMBER: P-21-039 Attachment Page 3 of 8 March 3, 2021 HP, INC. ATTACHMENT 'A'• HP, Inc. Pricing Based off Omnia Partners Contract Contract Number: R160203 Expires: 7/31 /2021 Solicitation by: Region 4 Education Services Center - TX Link to Contract Information and Documents: htts:/I ublic.omnia artners.com/su liers/h -inc/contract-documentation Link to Pricing: htt sill ublic.omnia artners.com/fileadminl ublic-sector/su liers/E- J/HP Inc/Contract DocumentslR160203/R160203- Price List 12-5-19 df This Master Procurement Agreement is subject to the Terms and Conditions (including but not limited to as it relates to Pricing) of, and is coterminous with, HP Omnia Partners Contract R160203. Notwithstanding template language to the contrary in the Master Procurement Agreement, it is the Parties' intent that the terms of this Attachment shall supersede those in the Master Procurement Agreement. The Parties hereby amend the Master Procurement Agreement as follows: Inconsistencies: In the event of any inconsistency in interpreting the documents which constitute this Agreement, the inconsistency shall be resolved by giving precedence in the following order of priority: (1) this Attachment, (2) the Master Procurement Agreement, and (3) HP Ornma Partners Contract R160203. Insurance: HP's General Liability insurance does not contain an aggregate limit. Default: The Parties' remedies in the event of default are in accordance with OMNIA Contract Article 5.2 Termination for Cause. Termination: The Parties' rights to terminate this Agreement are in accordance with OMNIA Contract Article 5 Termination of Contract. Audits and Retention: Contractor's obligations with regards to the retention of records related to this Agreement and the County's rights to audit such records are in accordance with OMNIA Contract Article 10.1 Audit Rights. Liability: Contractor's liability to the County under this Agreement shall be limited in accordance with OMNIA Contract Attachment 7 Additional Terms and Conditions Section 15 Limitation of Liability. Contractor's indemnification obligations shall be in accordance with OMNIA Contract Article 13.3 Indemnity, except that indemnification obligations with regards to Intellectual Property Rights Infringement shall be in accordance with OMNIA Contract Attachment 7 Additional Terms and Conditions Section 12 Intellectual Property Rights Infringement Indemnification. G:\PUBLIC\CONTRACTS & EXTRACTS\2021 CONTRACTS\P-21-039 MASTER IT\P-21-039 MASTER AGREEMENT FOR IT PRODUCTS CORRECTED INSIGHT.DOOC L/UUU01yjI CI IVCIUFIC IL1. L1.7CIlL,IH-IUL 1-'4lJV!-M000-5L1C/1JDrJL1 ILG PROCUREMENT AGREEMENT NUMBER: P-21-039 Attachment Page 4 of 8 March 3, 2021 INSIGHT A TTACHMENT 'A " Insight Public Sector, Inc. Pricing Based off Omnia Partners Contract Contract Number: 4400006644 Expires: 4/30/2023 Solicitation by: Fairfax County, VA Link to Contract Information and Documents: httsill ublic.omnia artners.com/su liers/insi ht- ublic-sector-inc/contract-documentation Link to Pricing: https://www.ips.insi.ght.com/contenttd2m/insight/en US/i s/us-communities/01- I nsiq htO M N I A4400006644 Prod u ctDiscou ntsV4. Of G:\PUBLIC\CONTRACTS & EXTRACTS\2021 CONTRACTS\P-21-039 MASTER IT\P-21-039 MASTER AGREEMENT FOR IT PRODUCTS CORRECTED INSIGHT.DOCX LlUUU01Y1I CIIVCIUpt; IU. Wur- I / Lt7h1- IUL 1-1%-,LI!-F1000-y L/Cr10DrJL/ IGL PROCUREMENT AGREEMENT NUMBER: P-21-039 Attachment Page 5 of 8 March 3, 2021 MALIOBORO A TTACHMENT 'A " Items below at a discount of 5% - 25% off regular pricing: • Polywell Computers Inc. customize servers • Security video camera • ExacgVision security IP camera licenses • Computer parts (power supply, switches, hard drive, memory, video card, network card.) • Fujitsu Scanners • Toshiba Startup UPS systems, software, Toshiba onsite service • POE • Computer Accessories G:\PUBLIC\CONTRACTS & EXTRACT5\2021 CONTRACTS\P-21-039 MASTER IT\P-21-039 MASTER AGREEMENT FOR IT ITEMS.D000 L/UI:U0I{J.1I CI Ivt IluyC IL/. U:/C I I L.7M- I UL 1-1+%,Ll/-M00U'y L/CMJDr JL/ ILL PROCUREMENT AGREEMENT NUMBER: P-21-039 Attachment Page 6 of 8 March 3, 2021 PANASONX A TTACHMENT 'A " Panasonic. Pricing Based off Omnia Partners Contract Contract Number: 171725 Expires: 10/9/2021 Solicitation by: City of Tucson, AZ Link to Contract Information and Documents: htts:/1 ublic.omnia artners.com/su liers/ anasonic/contract-documentation Link to Pricing: htt sill ublic.ornnia artners.com/fiileadminl ublic-sector/su liers/O- S/Panasonic/Contract Documents/171725- 01/Panasonic National IPA Master Price List 02.04.2021. df Contractor (Panasonic) will fulfill sales and delivery of products/services through its distributors and Authorized Resellers. The County of Fresno accepts the following paragraph to replace the insurance paragraph located on page 2 of this Procurement Agreement: INSURANCE: CONTRACTOR, at its sole expense, shall maintain in full force and effect, the following insurance policies or a program of self-insurance, including but not limited to, an insurance pooling arrangement or Joint Powers Agreement (JPA) throughout the term of the Agreement G:\PUBLIC\CONTRACTS & EXTRACTS\2021 CONTRACTS\P-21-039 MASTER IT\P-21-039 MASTER AGREEMENT FOR IT PRODUCTS - EDITED HP INSIGHT PANASONIC.DOOC LIVL;u,D1y. I I CI IvC-,upu ILI. u=- I / zum- I VL ILL PROCUREMENT AGREEMENT NUMBER: P-21-039 Attachment Page 7 of 8 March 3, 2021 5HI A TTACHMENT 'A " SHI Pricing Based off Omnia Partners Contract Contract Number: 2018011 Expires: 2/28/2023 Solicitation by: City of Mesa, AZ Link to Contract Information and Documents: htt s:/1 ublic.omnia artners.com/su liers/shi/contract-documentation Link to Pricing: htt s:// ublic.omnia artners.com/fileadmin/ ublic-sector/su liers/O- S/SHI/Contract Documents/2018011/SHI Updated Pricinq.pdf County approved edits to Procurement Agreement Terms LIABILITY: The Contractor agrees to: Pay all claims for damage to property in any manner arising from Contractor's operations under this Agreement. Indemnify, save and hold harmless, and at County's request defend the County, its officers, agents and employees from any and all claims for damage or other liability, including costs, expenses (including attorney's fees and costs), causes of action, claims or judgments resulting out of or in any way connected with Contractor's performance or failure to perform by Contractor, its agents, officers or employees under this Agreement. G:\PUBLIC\CONTRACTS & EXTRACTS\2021 CONTRACTS\P-21-039 MASTER IT\P-21-039 MASTER AGREEMENT FOR IT PRODUCTS - EDITED HP INSIGHT PANASONIC SHI.DOCX VUUU01 II CI Ivulupu 1L1. LR7C I/L7/1- VG �-VIiUl-M000-.7UGMJ�rJU �cL PROCUREMENT AGREEMENT NUMBER: P-21-039 March 3, 2021 THINK cP A TTACHMENT "A " All Software and Licensing All Hardware (Computers, Laptops, printers, Scanners, etc.) All Components (Spare Parts, Hard drives, memory, etc.) All Other Items Attachment Page 8 of 8 List price or up to 5% below list price 5% - 25% off list price 5% - 25% off list price 5% - 25% off list price G:\PUBLIC\CONTRACTS & EXTRACTS\2021 CONTRACTS\P-21-039 MASTER IT\P-21-039 MASTER AGREEMENT FOR IT ITEMS.D000 VUI:UJl II CI IV CIUFIC IV. VyC I /GU/i-IUL I-'FI..V I-I1000-yVC.NJDrJL/ ILL EXHIBIT B INSURANCE REQUIREMENTS Cooperative Purchase Agreement between City of Fresno (CITY) and H.CO. Computer Products (SERVICE PROVIDER) Software Licenses & Subscriptions This Exhibit B shall be attached to the Cooperative Purchase Agreement and shall contain the insurance requirements for SERVICE PROVIDER to perform the services. SERVICE PROVIDER shall comply with the insurance requirements contained in this Exhibit. MINIMUM SCOPE OF INSURANCE Coverage shall be at least as broad as: The Insurance Services Office (ISO) Commercial General Liability Coverage Form CG 00 01, providing liability coverage arising out of your business operations. The Commercial General Liability policy shall be written on an occurrence form and shall provide coverage for "bodily injury," "property damage" and "personal and advertising injury" with coverage for premises and operations (including the use of owned and non -owned equipment), products and completed operations, and contractual liability (including indemnity obligations under the Agreement) with limits of liability not less than those set forth under "Minimum Limits of Insurance." 2, The ISO *Commercial Auto Coverage Form CA 00 01, providing liability coverage arising out of the ownership, maintenance or use of automobiles in the course of your business operations. The Automobile Policy shall be written on an occurrence form and shall provide coverage for all owned, hired, and non -owned automobiles or other licensed vehicles (Code 1- Any Auto). If personal automobile coverage is used, the CITY, its officers, officials, employees, agents and volunteers are to be listed as additional insureds. 3. Workers' Compensation insurance as required by the State of California and Employer's Liability Insurance. 4. Professional Liability (Errors and Omissions) insurance appropriate to SERVICE PROVIDER'S profession. 5. Technology Liability (Errors and Omissions) insurance appropriate to SERVICE PROVIDER'S profession. Coverage shall be sufficiently broad to respond to duties and obligations as is undertaken by SERVICE PROVIDER in this agreement and shall include but not be limited to, claims involving infringement of intellectual property, including but not limited to infringement of copyright, trademark, trade dress, invasion of privacy violations, information theft, damage to or destruction of electronic information, release of private information, alteration of electronic information, extortion and network security. The policy shall provide coverage for breach response costs as well as regulatory fines penalties and credit monitoring expenses. Page 1 of 5 L/UI.UJIyII CI IV CIL)p" ILi. Liu C I IeuM-IUG I--+ULJ I -MOO U-:7LICM0Dr0U IGL MINIMUM LIMITS OF INSURANCE SERVICE PROVIDER, or any party the SERVICE PROVIDER subcontracts with, shall maintain limits of liability of not less than those set forth below. However, insurance limits available to CITY, its officers, officials, employees, agents and volunteers as additional insureds, shall be the greater of the minimum limits specified herein or the full limit of any insurance proceeds available to the named insured: 1. COMMERCIAL GENERAL LIABILITY: (i) $1,000,000 per occurrence for bodily injury and property damage; (ii) $1,000,000 per occurrence for personal and advertising injury; (iii) $2,000,000 aggregate for products and completed operations; and, (iv) $2,000,000 general aggregate. 2. COMMERCIAL AUTOMOBILE LIABILITY: $1,000,000 per accident for bodily injury and property damage. 3. WORKERS' COMPENSATION INSURANCE as required by the State of California with statutory limits. 4. EMPLOYER'S LIABILITY: (i) $1,000,000 each accident for bodily injury; (ii) $1,000,000 disease each employee; and, (iii) $1,000,000 disease policy limit. 5. CYBER LIABILITY (i) $1,000,000 per claim/occurrence; and, (ii) $2,000,000 policy aggregate. 6. TECHNOLOGY PROFESSIONAL LIABILITY insurance with limits of not less than- (i) $1,000,000 per claim/occurrence; and, (ii) $2,000,000 policy aggregate UMBRELLA OR EXCESS INSURANCE In the event SERVICE PROVIDER purchases an Umbrella or Excess insurance policy(ies) to meet the "Minimum Limits of Insurance," this insurance policy(ies) shall "follow form" and afford no less coverage than the primary insurance policy(ies). In addition, such Umbrella or Excess insurance policy(ies) shall also apply on a primary and non-contributory basis for the benefit of the CITY, its officers, officials, employees, agents and volunteers. Page 2 of 5 LJUUUJIIJ. I I CI IVCIUFIC ILJ. UyC I ! LuM- I UG I-41.iV I-MOOU-SLJCMJDrJU I GL DEDUCTIBLES AND SELF -INSURED RETENTIONS SERVICE PROVIDER shall be responsible for payment of any deductibles contained in any insurance policy(ies) required herein and SERVICE PROVIDER shall also be responsible for payment of any self -insured retentions. (i) At no time shall CITY be responsible for the payment of any deductibles or self - insured retentions. OTHER INSURANCE PROVISIONS/ENDORSEMENTS The General Liability and Automobile Liability insurance policies are to contain, or be endorsed to contain, the following provisions: 1. CITY, its officers, officials, employees, agents and volunteers are to be covered as additional insureds. SERVICE PROVIDER shall establish additional insured status for the City and for all ongoing and completed operations by use of ISO Form CG 20 10 and CG 20 37 or by an executed manuscript insurance company endorsement providing additional insured status as broad as that contained in ISO Form CG 20 10 and CG 20 37. 2. Any available insurance proceeds in excess of the specified minimum limits and coverage shall be available to the Additional Insured. 3. For any claims relating to this Agreement, SERVICE PROVIDER'S insurance coverage shall be primary insurance with respect to the CITY, its officers, officials, employees, agents and volunteers. Any insurance or self-insurance maintained by the CITY, its officers, officials, employees, agents and volunteers shall be excess of SERVICE PROVIDER'S insurance and shall not contribute with it. SERVICE PROVIDER shall establish primary and non-contributory status by using ISO Form CG 20 01 04 13 or by an executed manuscript insurance company endorsement that provides primary and non-contributory status as broad as that contained in ISO Form CG 20 01 04 13. The Workers' Compensation insurance polite is to contain, or be endorsed to contain, the following provision: SERVICE PROVIDER and its insurer shall waive any right of subrogation against CITY, its officers, officials, employees, agents and volunteers. If the TechnologV OR C ber Liability insurance policy is written on a claims -made form. 1. The retroactive date must be shown, and must be before the effective date of the Agreement or the commencement of work by SERVICE PROVIDER. 2. Insurance must be maintained and evidence of insurance must be provided for at least five (5) years after completion of the Agreement work or termination of the Agreement, whichever occurs first, or, in the alternative, the policy shall be endorsed to provide not less than a five (5) year discovery period. 3. If coverage is canceled or non -renewed, and not replaced with another claims - Page 3 of 5 U UUUJ IIJ. I I M I V C I U pt; I U. L). F_ [ I L.'7/1- I UL 1 -Yl, U I -MOO U-.7 V GM0 D r J L/ ILL made policy form with a retroactive date prior to the effective date of the Agreement or the commencement of work by SERVICE PROVIDER, SERVICE PROVIDER must purchase "extended reporting" coverage for a minimum of five (5) years completion of the Agreement work or termination of the Agreement, whichever occurs first. 4. These requirements shall survive expiration or termination of the Agreement. All policies of insurance required herein shall not be cancelled, non -renewed, reduced in coverage or in limits except after thirty (30) calendar days written notice by SERVICE PROVIDER. Upon issuance by the insurer, broker, or agent of a notice of cancellation, non - renewal, or reduction in coverage or in limits, SERVICE PROVIDER shall furnish CITY with a new certificate and applicable endorsements for such policy(ies). In the event any policy is due to expire during the work to be performed for CITY, SERVICE PROVIDER shall provide a new certificate, and applicable endorsements, evidencing renewal of such policy not less than five (5) calendar days following the expiration date of the expiring policy. Should any of these policies provide that the defense costs are paid within the Limits of Liability, thereby reducing the available limits by defense costs, then the requirement for the Limits of Liability of these polices will be twice the above stated limits. The fact that insurance is obtained by SERVICE PROVIDER shall not be deemed to release or diminish the liability of SERVICE PROVIDER, including, without limitation, liability under the indemnity provisions of this Agreement. The policy limits do not act as a limitation upon the amount of indemnification to be provided by SERVICE PROVIDER. Approval or purchase of any insurance contracts or policies shall in no way relieve from liability nor limit the liability of SERVICE PROVIDER, its principals, officers, agents, employees, persons under the supervision of SERVICE PROVIDER, vendors, suppliers, invitees, consultants, sub -consultants, subcontractors, or anyone employed directly or indirectly by any of them. SUBCONTRACTORS - If SERVICE PROVIDER subcontracts any or all of the services to be performed under this Agreement, SERVICE PROVIDER shall require, at the discretion of the CITY Risk Manager or designee, subcontractor(s) to enter into a separate side agreement with the City to provide required indemnification and insurance protection. Any required side agreement(s) and associated insurance documents for the subcontractor must be reviewed and preapproved by CITY Risk Manager or designee. If no side agreement is required, SERVICE PROVIDER shall require and verify that subcontractors maintain insurance meeting all the requirements stated herein and SERVICE PROVIDER shall ensure that CITY, its officers, officials, employees, agents, and volunteers are additional insureds with the exception of workers compensation and employer's liability insurance. The subcontractors' certificates and endorsements shall be on file with SERVICE PROVIDER, and CITY, prior to commencement of any work by the subcontractor. VERIFICATION OF COVERAGE SERVICE PROVIDER shall furnish CITY with all certificate(s) and applicable endorsements effecting coverage required hereunder. All certificates and applicable endorsements are to be received and approved by the CITY'S Risk Manager or his/her designee prior to CITY'S execution of the Agreement and before work commences. All non -ISO endorsements amending Page 4 of 5 LJL)L;U,D 19 11 CI IVCIUPU IU. LJz7C I J L.7M- I VL I-YIi LJI -MOOD-ULJCMJDrJLJ 1 LL policy coverage shall be executed by a licensed and authorized agent or broker. In the event of a claim, and upon request of CITY, SERVICE PROVIDER shall immediately furnish City with a complete copy of any insurance policy required under this Agreement, including all endorsements. This requirement shall survive expiration or termination of this Agreement. INDEMNITY To the furthest extent allowed by law, SERVICE PROVIDER shall indemnify, hold harmless and defend CITY and each of its officers, officials, employees, agents and volunteers from any and all loss, liability, fines, penalties, forfeitures, costs and damages (whether in contract, tort or strict liability, including but not limited to personal injury, death at any time and property damage) incurred by CITY, SERVICE PROVIDER or any other person, and from any and all claims, demands and actions in law or equity (including reasonable attorney's fees, litigation expenses and cost to enforce this agreement), arising or alleged to have arisen directly or indirectly out of performance of this Agreement. SERVICE PROVIDER'S obligations under the preceding sentence shall apply regardless of whether CITY or any of its officers, officials, employees, agents or volunteers are negligent, but shall not apply to any loss, liability, fines, penalties, forfeitures, costs or damages caused solely by the gross negligence, or caused by the willful misconduct, of CITY or any of its officers, officials, employees, agents or volunteers. If SERVICE PROVIDER should subcontract all or any portion of the work to be performed under this Agreement, SERVICE PROVIDER shall require each subcontractor to indemnify, hold harmless and defend CITY and each of its officers, officials, employees, agents and volunteers in accordance with the terms of the preceding paragraph. This section shall survive termination or expiration of this Agreement. Page 5 of 5