Loading...
HomeMy WebLinkAboutRes 2018-08-469 Faro 3D Crime Scene MappingCITY OF ANNA, TEXAS RESOLUTION NO. I9- P�- A RESOLUTION OF THE CITY OF ANNA, TEXAS APPROVING AND AUTHORIZING THE CITY MANAGER TO PURCHASE A FARO 3D CRIME SCENE MAPPING SYSTEM AND ACCESSORY ITEMS FROM FARO TECHNOLOGIES, INCORPORATED THROUGH THE GSA COOPERATIVE PURCHASING SYSTEM. WHEREAS, a FARO 3D Mapping System is a crucial piece of equipment needed for the Police Department's accident and crime scene investigations and emergency response; and, WHEREAS, City staff has proposed the purchase of a new FARO 3D Mapping System and accessory items (the "Equipment"); and WHEREAS, the City Council of the City of Anna, Texas (the "City Council") finds that the purchase of a FARO 3D Mapping System and accessory items for the purpose of enhancing the police department's ability to more efficiently and accurately document accident and crime scenes is in the interest of the residents of the City of Anna, Texas (the "City"); and, WHEREAS, the procurement through a purchasing cooperative complies with the Texas Local Government Code and ensures a competitive price; and, WHEREAS, there are funds allocated for this equipment in the 2018 Fiscal Year budget reallocation approved by the City Council; and, WHEREAS, the City Council desires to authorize the City Manager to purchase the equipment; NOW THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF ANNA, TEXAS, THAT: Section 1. Recitals Incorporated. The recitals above are incorporated herein as if set forth in full for all purposes. Section 2. Authorization of Contract Award. The City Council hereby authorizes the City Manager to purchase the FARO 3D Mapping System and accessory items from FARO Incorporated for a total sum of $59,997.54, consistent with the GSA Cooperative Purchasing system proposal attached hereto as Exhibit A. The City Manager is hereby authorized to execute all documents and to take all other actions necessary to procure the equipment. RESOLUTION NO.0 OINY- 4 PAGE 1 OF 2 FARO 3D Mapping System Purchase PASSED AND APPROVED by the City Council of the City of Anna, Texas, on this 14th day of August, 2018. ATTEST: APPROVED: 00 OF qN City Secretary arrie L. Sm -1....••• ••�.,.jVayor N to Pike .``,``, RESOLUTION NO.&18-6 18-6 - FARO 3D Mapping System Purchase PAGE 2OF2 F AM 3D VISIONARY FARO Technologies Inc 250 Technology Park Lake Mary FL 32746-7115 Phone No: 866-869-8111 Fax No: Email: Ronnie.Pina@faro.com Bill To: Anna Police Department PO Box 776 Anna TX 75409-0776 US Remit to: Quotation No: FARO Technologies, Inc. Quote Date: P.O. Box 116908 Expiration Date: Atlanta, GA 30368-6908 Regional Manager: Account Manager: Sales Support: Ship: Ship To: Payment Terms: Anna Police Department Pete Copin Delivery Terms: PO Box 776 Delivery Date: Anna TX 75409-0776 US Page: 1 20197860 07/23/2018 08/22/2018 Scott Schacht Melvin Clay Lawson Reynaldo Pina Ground Net due in 30 days with approved credit EXW Origin 4-6 Weeks Qty Item No. Description Unit Price Discount Ext. Price 1 LS -8-S-150 3D_HW_LS_FocusS 150 47,600.00 3,831.80 43,768.20 Laser Scanner FocusS 150 ships with: 1 FocusS 150, with HDR photography, with GPS, compass, altimeter (barometer), dual -axis compensator, WLAN, accessory bay, IP rating 54, on-site compensation functionality, 1x Battery Power Block, 1 x Battery Power Dock, 1x 90W Power Supply, 1x Optic Cleaning Fluid, 3x Optic Cleaning Tissues, 1x 32GB SD card, 1x SD card reader, 1x SD card cover, 1x Allen wrench, 1x rugged transport case, calibration certificate and a quick start guide. Please notice: the lead-time may take 6 weeks or more after receipt of written order. PURCHASE AGREEMENT AND CONDITIONS OF SALE Customer will pay any federal, state and local taxes. All conditions of sale, service and warranty as described in FARO standard purchase conditions currently on file with FARO are made as part of this Quotation and are incorporated herein by reference (02FRM522). DR12 PLEASE REFERENCE FARO QUOTE NUMBER ON ALL DOCUMENTS. BY REFERENCING FARO QUOTE, CUSTOMER AGREES TO SAID TERMS AND CONDITIONS AS LISTED ON FARO QUOTATION. FAMO /\n 3D VISIONARY Page: 2 Quote no. 20197860 Qty Item No. Description Unit Price Discount Ext. Price 1 TR-SCN-POS Laser Scanner Tr. - FARO Fac. - 0.00 0.00 0.00 Inc Three-day course for two (2) trainee at an approved FARO training facility that discusses LS operation, setup, and basic measurements. NOTE: Classroom trainings are limited to six (6) trainees and are scheduled on a first come, first served basis. Classes can be canceled within two weeks of the scheduled date if sufficient enrollment is not met. NOTE: Training will expire if not taken within 90 -days of receipt of equipment. No charge item applicable only with purchase of Laser Scanner. OPEN MARKET ITEM 1 SOFTS0302 3D—SW—SC—SCENE 5,431.74 271.59 5,160.15 SCENE software is designed for viewing, administration and working on, of extensive 3D scan points. It allows the user to manipulate raw 3D scan points and acquire with analysis functions initial point cloud data comprehension. Complete workspace creation and manipulation tool. Contains all functionality of FARO Scout plus functions required for scan placement. 1 ACCSS8001 3D—AC _ LS_FocusS Battery 525.94 26.30 499.64 Power Block Power Block battery for FARO Focus S and Scan Localizer lop AM 0 `I` 3D VISIONARY Page: 3 Quote no. 20197860 Qty Item No. Description Unit Price Discount Ext. Price 1 ACCSS8032 3D AC_LS_Standard Carbon 997.42 49.87 947.55 Fiber Tripod Super lightweight, highly stable, low -vibration, tailored carbon fiber tripod, For perfect performance and increased durability customized for Focus Scanners. OPEN MARKET ITEM 1 SOFTL0001 Single User Soft Lock 0.00 0.00 0.00 Soft lock for one single user license.# Software licenses purchased separately. Can be used together with CAM2, FaroZone or As -Built Software products OPEN MARKET ITEM 1 SOFTD51002-XGD FARO Zone 3D Advanced 1,495.00 0.00 1,495.00 Crossgrade Digital Customer loyalty pricing for existing FARO software customers who want to switch to FARO Zone 3D Advanced with point cloud compatibility. Includes one (1) year of maintenance. Digital Download. OPEN MARKET ITEM 1 TR-SCN-POS-O Laser Scanner Tr. - Upg to OnSite 4,207.56 0.00 4,207.56 Upgrade your three-day FARO facility Laser Scanner training to a customer site course for up to four (4) people. Customer site training are designed for up to four (4) trainees to endure proper transfer of knowledge and understanding. Price per class. NOTE: This part number is to be sold only with the purchase of new equipment and is meant to replace training at a FARO facility (TR-LS-SCN-POS).Training will expire if not taken within 90 -days of receipt of equipment. Additional travel and lodging fees may be required for travel outside the US and Canada.# AM 0 R, I` 3D VISIONARY Page: 4 Quote no. 20197860 Qty Item No. Description Unit Price Discount Ext. Price 1 COMP0123X64 VR Ready Notebook 4,125.94 206.30 3,919.64 High-end notebook computer. Contact your FARO representative for current specifications. Order Total: 64,383.60 Discount Amount: -4,385.86 Shipping Total: 0.00 Total in USD: 59,997.74 F A A� 3D VISIONARY Additional Information QUOTE TERMS To accurately and promptly process your order, the following information is required with your Purchase Order: 1. Purchase Order Number (PO#) 2. Bill To AND Ship To Address (even if they are the same) 3. Net 30 or Sooner Payment Terms 4. Prepay and Add Freight Charges OR Collect (with your shippers Account #) 5. Method of Shipment (Best Way, Ground, Overnight, 2DAY) 6. FOB Origin or Destination (for GSA and Warranty ONLY Customers) 7. FARO Quote Number 8. PO Signed and Dated 9. Ship To State Tax Exemption Certificate OR acknowledgement to charge tax 10. Signed Credit Application (New Customers ONLY) Quoted delivery terms are contingent upon timely receipt of all above listed items. CALIBRATION CAPABILITIES Page: 5 Quote no. 20197860 FARO meets the calibration requirements of ISO 17025 for FARO USB FaroArms and Bluetooth Gage, and Laser Trackers (when B89 or Standard Calibration for Vantage is requested). If another calibration standard is required please discuss with your Customer Service representative. FARO USB FaroArms and Bluetooth Gage are certified using calibration procedures developed in accordance with ASME B89.4.22. FARO Laser Trackers are certified following FARO internal procedures developed in accordance with ISO9001:2008. The ASME 889.4.19 System Calibration (Part #: 960-02589) is an additional calibration process to our FARO Standard Calibration (Part # :ACC -00). The tracker must be put through our standard calibration first before an ASME 889.4.19 System Calibration. FARO follows the recommendation of the ASME 889.4.22-2004, Appendix J, In the application of the decision rule to testing results. This appendix states "B89 standards that adopt standards referencing ISO 14253-1 as a normative standard shall explicitly state a different default decision rule, where the 4:1 simple acceptance and rejection rule from B89.7.3.1 shall be the default rule unless a different rule is specified. GSA QUOTE Pricing, terms and conditions per GSA contract GS07F197GA. Expiration of contract 9/27/2022. Page: 6 Quote no. 20197860 GSA STANDARD TERMS AND CONDITIONS OF SALE AUTHORIZED FEDERAL SUPPLY SCHEDULE PRICE LIST FSC GROUP: 66 FSC CLASSES SPECIAL ITEM NUMBER 627-1007 # Scientific Equipment and Services FARO TECHNOLOGIES, INC Faro Technologies, Inc. 250 Technology Park Lake Mary, FL 32746 T: 407-333-9911 F: 407-333-4181 www.faro.com Contract Number: GS07F197GA Period Covered by Contract: _9/28/2017 # 9/27/2022 General Services Administration Federal Acquisition Service Products and ordering information in this Authorized FSS Information Technology Schedule Pricelist are also available on the GSA Advantage System. Agencies can browse GSA Advantage by accessing the Federal Acquisition Service's Home Page via the Internet at http://W.rAv.fss.gsa.gov/ INFORMATION FOR ORDERING ACTIVITIES 1. GEOGRAPHIC SCOPE OF CONTRACT: Domestic delivery is deliverywithin the 48 contiguous states, Alaska, Hawaii, Puerto Rico, Washington, DC, and U.S. Territories. Domestic delivery also includes a port or consolidation point, within the aforementioned areas, for orders received from overseas activities. Overseas delivery is delivery to points outside of the 48 contiguous states, Washington, DC, Alaska, Hawaii, Puerto Rico, and U.S. Territories. Offerors are requested to check one of the following boxes: [) The Geographic Scope of Contract will be domestic and overseas delivery. [ ] The Geographic Scope of Contract will be overseas delivery only. [X] The Geographic Scope of Contract will be domestic delivery only. 2. CONTRACTOR'S ORDERING ADDRESS AND PAYMENT INFORMATION: Lockbox Address Faro Technologies, Inc. PO Box 116908 Atlanta, GA Contractor must accept the credit card for payments equal to or less than the micro -purchase for oral or written orders under this contract. The Contractor and the ordering agency may agree to use the credit card for dollar amounts over the micro -purchase threshold (See GSAR 552.232-79 Payment by Credit Card. Wire transfer information can be obtained from the local sales representative or the accounting department. 3. LIABILITY FOR INJURY OR DAMAGE The Contractor shall not be liable for any injury to ordering activity personnel or damage to ordering activity property arising from the use of equipment maintained by the Contractor, unless such injury or damage is due to the fault or negligence of the Contractor. 4. STATISTICAL DATA FOR GOVERNMENT ORDERING OFFICE COMPLETION OF STANDARD FORM 279: Block 9: G. Order/Modification Under Federal Schedule Block 16: Data Universal Numbering System (DUNS) Number: _61-730-8929 Block 30: Type of Contractor # C A. Small Disadvantaged Business B. Other Small Business C. Large Business G. Other Nonprofit Organization L. Foreign Contractor Block 31: Woman -Owned Small Business - YES Block 36: Contractor's Taxpayer Identification Number (TIN): 19.0296514 4a. CAGE Code: OVGY2 4b. Contractor has registered with the Central Contractor Registration Database. 5. FOB DESTINATION 6. DELIVERY SCHEDULE a. TIME OF DELIVERY: The Contractor shall deliver to destination within the number of calendar days after receipt of order (ARO), as set forth below: SPECIAL ITEM NUMBER DELIVERY TIME (Days ARO) 627-1007 30-45_ Days b. URGENT REQUIREMENTS: When the Federal Supply Schedule contract delivery period does not meet the bona fide urgent delivery requirements of an ordering activity, ordering activities are encouraged, if time permits, to contact the Contractor for the purpose of obtaining accelerated delivery. The Contractor shall reply to the inquiry within 3 workdays after receipt. (Telephonic replies shall be confirmed by the Contractor in writing.) If the Contractor offers an accelerated delivery time acceptable to the ordering activity, any order(s) placed pursuant to the agreed upon accelerated delivery time frame shall be delivered within this shorter delivery time and in accordance with all other terms and conditions of the contract. 7. DISCOUNTS: Prices shown are NET Prices; Basic Discounts have been deducted. a. Prompt Payment: Net 30 Days from receipt of invoice or date of acceptance b. Quantity none c. Dollar Volume none d. Government Educational Institutions Same e. Other none Page: 7 Quote no. 20197860 8. TRADE AGREEMENTS ACT OF 1979, as amended: 9. SMALL REQUIREMENTS: The minimum dollar value of orders to be issued is $100.00. 10. MAXIMUM ORDER (All dollar amounts are exclusive of any discount for prompt payment.) a. The Maximum Order value for the following Special Item Numbers (SINS) is $500,000: Special Item Number 627-1007 #New Equipment 11. ORDERING PROCEDURES FOR FEDERAL SUPPLY SCHEDULE CONTRACTS Ordering activities shall use the ordering procedures of Federal Acquisition Regulation (FAR) 8.405 when placing an order or establishing a BPA for supplies or services. These procedures apply to all schedules. a. FAR 8.405-1 Ordering procedures for supplies, and services not requiring a statement of work. b. FAR 8.405-2 Ordering procedures for services requiring a statement of work. 12. CONTRACT ADMINISTRATION FOR ORDERING ACTIVITIES: Any ordedng activity, with respect to any one or more delivery orders placed by it under this contract, may exercise the same rights of termination as might the GSA Contracting Officer under provisions of FAR 52.212.4, paragraphs (1) Termination for the ordering activity's convenience, and (m) Termination for Cause (See 52.212-4) 13. GSA ADVANTAGE! GSA Advantage! is an on-line, interactive electronic information and ordering system that provides on-line access to vendors' schedule prices with ordering information. GSA Advantage! will allow the user to perform various searches across all contracts including, but not limited to: 1 Manufacturer; 2 Manufacturer's Part Number; and 3) Product categories. Agencies can browse GSA Advantage! by accessing the Internet World Wide Web utilizing a browser (ex.: Net Scape). The Internet address is http:/Avvw.gsaadvantage.gov 14. PURCHASE OF OPEN MARKET ITEMS NOTE: Open Market Items are also known as incidental items, noncontract items, non -Schedule items, and items not on a Federal Supply Schedule contract. ODCs (Other Direct Costs) are not part of this contract and should be treated as open market purchases. Ordering Activities procuring open market items must follow FAR 8.402(f). For administrative convenience, an ordering activity contracting officer may add items not on the Federal Supply Multiple Award Schedule (MAS) -- referred to as open market items -- to a Federal Supply Schedule blanket purchase agreement (BPA) or an individual task or delivery order, only!f- (1) All applicable acquisition regulations pertaining to the purchase of the items not on the Federal Supply Schedule have been followed (e.g., publicizing (Part 5), competition requirements (Part 6), acquisition of commercial items (Part 12), contracting methods (Parts 13, 14, and 15), and small business programs (Part 19)); (2) The ordering activity contracting officer has determined the price for the items not on the Federal Supply Schedule is fair and reasonable; (3) The items are clearly labeled on the order as items not on the Federal Supply Schedule; and (4) All clauses applicable to items not on the Federal Supply Schedule are included in the order. 15. CONTRACTOR COMMITMENTS, WARRANTIES AND REPRESENTATIONS a. For the purpose of this contract, commitments, warranties and representations include, in addition to those agreed to for the entire schedule contract: (1) Time of delivery/installation quotations for individual orders; (2) Technical representations and/or warranties of products concerning performance, total system performance and/or configuration, physical, design and/or functional characteristics and capabilities of a product/equipment/ service/software package submitted in response to requirements which result In orders under this schedule contract. (3) Any representations and/or warranties concerning the products made in any literature, description, drawings and/or specifications furnished by the Contractor. b. The above is not intended to encompass items not currently covered by the GSA Schedule contract. 16. OVERSEAS ACTIVITIES The terms and conditions of this contract shall apply to all orders for installation, maintenance and repair of equipment in areas listed in the pricelist outside the 48 contiguous states and the District of Columbia, except as indicated below: NOT OFFERED Upon request of the Contractor, the ordering activity may provide the Contractor with logistics support, as available, in accordance with all applicable ordering activity regulations. Such ordering activity support will be provided on a reimbursable basis, and will only be provided to the Contractor's technical personnel whose services are exclusively required for the fulfillment of the terms and conditions of this contract. 17. BLANKET PURCHASE AGREEMENTS (BPAs) The use of BPAs under any schedule contract to fill repetitive needs for supplies or services is allowable. BPAs may be established with one or more schedule contractors. The number of BPAs to be established is within the discretion of the ordering activity establishing the BPA and should be based on a strategy that is expected to maximize the effectiveness of the BPA(s). Ordering activities shall follow FAR 8.405-3 when creating and implementing BPA(s). 18. CONTRACTOR TEAM ARRANGEMENTS Contractors participating in contractor team arrangements must abide by all terms and conditions of their respective contracts. This includes compliance with Clauses 552.238-74, Industrial Funding Fee and Sales Reporting, i.e., each contractor (team member) must report sales and remit the IFF for all products and services provided under its individual contract. 19. SECTION 508 COMPLIANCE. I certify that in accordance with 508 of the Rehabilitation Act of 1973, as amended (29 U.S.C. 794d), FAR 39.2, and the Architectural and Transportation Barriers Compliance Board Electronic and Information Technology (EIT) Accessibility Standards (36 CFR 1194) General Services Administration (GSA), that all IT hardware/software/services are 508 compliant: Yes X No The EIT standard can be found at: w,uw.Section508.gov/. Page: 8 Quote no. 20197860 20. PRIME CONTRACTOR ORDERING FROM FEDERAL SUPPLY SCHEDULES Prime Contractors (on cost reimbursement contracts) placing orders under Federal Supply Schedules, on behalf of an ordering activity, shall follow the terms of the applicable schedule and authorization and include with each order (a) A copy of the authorization from the ordering activity with whom the contractor has the prime contract (unless a copy was previously furnished to the Federal Supply Schedule contractor); and (b) The following statement: This order is placed under written authorization from dated . In the event of any inconsistency between the terms and conditions of this order and those of your Federal Supply Schedule contract, the latter will govern. 21. SOFTWARE INTEROPERABILITY. Offerors are encouraged to identify within their software Items any component Interfaces that support open standard interoperability. An Item's Interface may be identified as interoperable on the basis of participation in a Government agency -sponsored program or in an independent organization program. Interfaces may be identified by reference to an interface registered in the component registry located at http:l/www.core.gov. 22. ADVANCE PAYMENTS A payment under this contract to provide a service or deliver an article for the United States Government may not be more than the value of the service already provided or the article already delivered. Advance or pre -payment is not authorized or allowed under this contract. (31 U.S.C. 3324) TERMS AND CONDITIONS APPLICABLE TO PURCHASE OF Scientific Equipment and Services (SPECIAL ITEM NUMBER 627-1007) 1. MATERIAL AND WORKMANSHIP All equipment furnished hereunder must satisfactorily perform the function for which it is intended. 2. ORDER Written orders, EDI orders (GSA Advantage! and FACNET), credit card orders, and orders placed under blanket purchase agreements (BPA) agreements shall be the basis for purchase in accordance with the previsions of this contract. If time of delivery extends beyond the expiration date of the contract, the Contractor will be obligated to meet the delivery and installation date specified in the original order. For credit card orders and BPAs, telephone orders are permissible. 3. TRANSPORTATION OF EQUIPMENT FOB DESTINATION. Prices cover equipment delivery to destination, for any location within the geographic scope of this contract. 4. INSTALLATION AND TECHNICAL SERVICES a. INSTALLATION. When the equipment provided under this contract is not normally self -installable, the Contractor's technical personnel shall be available to the ordering activity, at the ordering activity's location, to install the equipment and to train ordering activity personnel in the use and maintenance of the equipment. The charges, if any, for such services are listed below, or in the price schedule: b. INSTALLATION, DEINSTALLATION, REINSTALLATION. The Davis -Bacon Act (40 U.S.C. 276a - 276a -7) provides that contracts in excess of $2,000 to which the United States or the District of Columbia is a party for construction, alteration, or repair (including painting and decorating) of public buildings or public works with the United States, shall contain a clause that no laborer or mechanic employed directly upon the site of the work shall received less than the prevailing wage rates as determined by the Secretary of Labor. The requirements of the Davis -Bacon Act do not apply if the construction work is incidental to the furnishing of supplies, equipment, or services. For example, the requirements do not apply to simple installation or alteration of a public building or public work that is incidental to furnishing supPplies or equipment under a supply contract. However, if the construction, alteration or repair is se, regable and exceeds $2,000, then the requirements of the Davis -Bacon Act applies. The ordering activity issuing the task order against this contract will be responsible for proper administration and enforcement of the Federal labor standards covered by the Davis -Bacon Act. The proper Davis -Bacon wage determination will be issued by the ordering activity at the time a request for quotations is made for applicable construction classified installation, de -installation, and reinstallation services under SIN 132-8 or SIN 132-9. c. OPERATING AND MAINTENANCE MANUALS. The Contractor shall furnish the ordering activity with one (1) copy of all operating and maintenance manuals which are normally provided with the equipment being purchased. 5. INSPECTION/ACCEPTANCE The Contractor shall only tender for acceptance those items that conform to the requirements of this contract. The ordering activity reserves the right to inspect or test any equipment that has been tendered for acceptance. The ordering activity may require repair or replacement of nonconforming equipment at no increase in contract price. The ordering activity must exercise its post acceptance rights (1) within a reasonable time after the defect was discovered or should have been discovered; and (2) before any substantial change occurs in the condition of the item, unless the change is due to the defect in the item. 6. WARRANTY a. Unless specified otherwise in this contract, the Contractors standard commercial warranty as stated in the contract's commercial pricelist will apply to this contract. Warranty Coverage The limited warranty covers defects in materials and workmanship In our customers' brand products or other products sold by FARO to the customer. All products sold by FARO will include a of one year standard warranty under this contract. This warranty can be extended via purchasing additional warranty coverage while in the warranty period. b. The Contractor warrants and implies that the items delivered hereunder are merchantable and fit for use for the particular purpose described in this contract. c. Limitation of Liability. Except as otherwise provided by an express or Implied warranty, the Contractor will not be liable to the ordering activity for consequential damages resulting from any defect or deficiencies in accepted items. d. If inspection and repair of defective equipment under this warranty will be performed at the Contractor's plant, the address is as follows: FARO Arm and FARO Gage: 125 Technology Park, Lake Mary, FL 32746 FARO Laser Tracker and Focus 3D Scanner: 290 National Rd,Exton, PA 19341 7. PURCHASE PRICE FOR ORDERED EQUIPMENT The purchase price that the ordering activity will be charged will be the ordering activity purchase price in effect at the time of order placement, or the ordering activity purchase price in effect on the installation date (or delivery date when installation is not applicable), whichever is less. 8. RESPONSIBILITIES OF THE CONTRACTOR The Contractor shall comply with all laws, ordinances, and regulations (Federal, State, City or otherwise) covering work of this character, and shall include all costs, if any, of such compliance in the prices quoted in this offer.