Ordinance No. 16,327 (Item 9.ii.)ORDINANCE NO. 16,327
AN ORDINANCE OF THE CITY COUNCIL OF THE CITY OF BAYTOWN,
TEXAS, AUTHORIZING THE PAYMENT OF FOUR HUNDRED NINE
THOUSAND FOUR HUNDRED SEVENTY-SIX AND 10.100 DOLLARS
($409,476.10) TO PREFERRED TECHNOLOGIES, LLC., FOR THE
PURCHASE OF A PROGRAMMABLE LOGIC CONTROLLER AND
INTERCOM EQUIPMENT SERVICES FOR THE CITY OF BAYTOWN JAIL
THROUGH THE TEXAS DEPARTMENT OF INFORMATION RESOURCES
COOPERATIVE PURCHASING CONTRACT; MAKING OTHER
PROVISIONS RELATED THERETO; AND PROVIDING FOR THE
EFFECTIVE DATE THEREOF.
WHEREAS, the City of Baytown has entered into an interlocal cooperative contract with
the Texas Department of Information Resources ("DIR") for cooperative purchasing; and
WHEREAS, the DIR's purchasing process includes posting the request on the Electronic
State Business Daily (ESBD), gathering and reviewing the vendors' responses to the posting,
negotiating with selected vendors, and managing vendor contracts; and
WHEREAS, such process, in combination with the interlocal cooperative contract, allows
the City to purchase automated information systems products and::or services in an efficient, cost-
effective, and competitive procurement method; and
WHEREAS, the City of Baytown, in making a purchase under a DIR contract through its
interlocal cooperation contract, satisfies state law requiring municipalities to seek competitive bids
for the purchase of the item; NOW THEREFORE,
BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF BAYTOWN, TEXAS:
Section 1: That the City Council of the City of Baytown hereby authorizes the payment
of FOUR HUNDRED NINE THOUSAND FOUR HUNDRED SEVENTY-SIX AND 10. 100
DOLLARS ($409,476.10) to Preferred Technologies, LLC, for the purchase of a Programmable
Logic Controller and intercom equipment services for the City of Baytown Jail through the Texas
Department of Information Resources cooperative purchasing contract.
Section 2: That the City Manager is hereby granted general authority to approve any
change order involving a decrease or an increase in costs of FIFTY THOUSAND AND NOA00
DOLLARS ($50,000.00) oar less, provided that the original contract pace may not be increased by
more than twenty-five percent (251-0') or decreased by more than twenty-five percent (251 o) without
the consent of the contractor to such decrease.
Section 3: This ordinance shall take effect immediately from and after its passage by the
City Council of the City of Baytown.
INTRODUCED, READ, and PASSED by the affirmative vote of the City Council of the
City of Baytown this the 13t1' day of November, 2025.
C RLES 3O 1- , Mayor
AT EST:.YTpi;f��
z,-
- 4
ANGEL CKSON'City,"
x `
APPROVEAA TO FORM:
SCOTT LMOND, City Attorney
R. Ordinances and Resolutions Ordinance Drafts 2025-11-13 9.ii - Ordinance to Purchase of of a Programmable Logic Controller from Preferred
Technologies. LLC through the DIR Cooperative Purchasing Contract.vh doex
EXHIBIT "A"
AGREEMENT FOR BAYTOWN JAIL PLC AND INTERCOM MODERNIZATION
SERVICES
STATE OF TEXAS
COUNTY OF HARRIS
This Agreement (this "Agreement") is entered into by and between Preferred Technologies, LLC,
(hereinafter "Vendor") and the City of Baytown, a home -rule municipality located in Harris and
Chambers Counties, Texas (the "City").
1, Scope of ServicesNendor Fees
a. This Agreement authorizes Vendor to perform PLC and Intercom Modernization
services for the Baytown Jail (the "Work") for and on behalf of the City as specified
in the Scope of Work attached as Exhibit "A."
b. This Agreement shall commence on the date of execution by the City Manager or
his designee and (if not terminated in accordance with paragraph 10) shall
terminate:
® upon completion of the Work in accordance with this Agreement, including
Exhibits;
C number of monthsidays (spelled out) (number of months;"days [numerical])
months/days following execution by the City Manager or his designee,
allowing for up to number of renewals (spelled out) annual renewals;
L the earlier of (a) completion of the Work in accordance with this Agreement,
including Exhibits; (b) number of monthsidays (spelled out) (number of
monthsidays [numerical]) months::days following execution by the City
Manager or his designee, allowing for up to number of renewals (spelled out)
annual renewals.
The scope of the Work is detailed in Exhibit "A."
d. The time schedules for the Work are specified in Exhibit "B."
e. Vendor has agreed to execute a payment bond in the amount of THREE
H'LFKDP,ED NINETY -NNE THOUSAND FOUR HUNDRE6 EIGHTY-EIGHT
AND 88.100 DOLLARS ($399,488.88) and performance bond in the amount of
THREE HUNDRED NINETY-NINE THOUSAND FOUR HUNDRED EIGHTY-
EIGHT AND 88. 100 DOLLARS ($399,488.88) in relation to the Work to be
completed under the terms of this agreement. Notwithstanding Section 6 below, the
Work authorized by this Agreement shall not commence unless and until the City
receives from the Vendor an executed payment bond and performance bond. The
executed payment and performance bonds shall be attached hereto as Exhibit "C"
and "D", respectively, and incorporated herein.
f. Each of these Exhibits "A" through "D" is incorporated into this Agreement by
reference for all purposes.
2. Compensation and Fees
a. The City shall pay the Vendor based upon detailed invoices submitted by the
Vendor based upon the following:
i. Baytown Jail PLC & Intercom Services.....................................$399,488.88
ii. Payment and Performance Bond.....................................................$9,987.22
iii. NIA.........................................................................................................$0.00
iv. NIA ..... ................. ......... ......................................................... I .............. $0.00
V. NIA ......... ........................ __........................ .................................. I ........ $0.00
vi. Total Not to Exceed...................................................................$409,476.10
b. If this Agreement allows for annual renewals, Compensation and Fees -1 shall i
❑ shall not increase annually based upon year-to-year changes in the Consumer
Price Index Urban ("CPN"). CPN increases under this agreement shall be
adjusted to reflect the CPIU sixty-four (64) days prior to the effective date of the
renewed contract. Vendor understands and agrees that CPN increases under this
Agreement are not automatic. Vendor shall not be entitled to a CPN increase
unless, at least sixty-four (64) days prior to the effective date of each renewed
contract, Vendor notifies the City, in writing in accordance with Paragraph 1(b), of
its desire to obtain a CPN increase.
C. Vendor shall not exceed the fixed contractual amount without written authorization
in the form of a contract amendment.
d. Vendor shall invoice based upon total services actually completed during the
applicable month. Invoices and all required or requested backup information shall
be tendered no more often than once a month. Vendor shall not invoice the City
for services or expenses that were incurred more than sixty (60) days before the
date of the invoice. Failure to timely invoice the City for services or expenses shall
result in Vendor's invoice being denied.
e. In the event of a disputed or contested invoice, the City may withhold from payment
that portion so disputed or contested, and the undisputed portion will be paid.
f. The City shall pay Vendor the maximum rate permitted by Chapter 2251 of the
Texas Government Code on any past due payment not received within 30 days after
the payment due date. In accordance with § 2251.043, in a formal administrative
or judicial action to collect an invoice payment or interest due under this chapter,
the opposing party, which may be the City or Vendor, shall pay the reasonable
attorney fees of the prevailing party.
Agreement for Services, Page 2 revised 10.1.2025
3. Personnel of Vendor
a. Vendor's Project Manager
Vendor shall designate Kirby Case, to serve as Project Manager for the Work
performed under this Agreement. Any change of Project Manager shall require
thirty (30) days advance written approval from the City's Representative.
b_ Data on Vendor's Employees
Prior to commencement of the Work, Vendor shall forward to the City a detailed
resume of the personnel that will be assigned to the Work.
d. Rejection of Vendor's Employees
The City reserves the right to approve or reject from the Work any employees of
Vendor.
4. Designation and Duties of the City's Representative
a. The Director of Public Works and Engineering or his/her designee shall act as the
City's Representative.
b. The City's Representative shall use his/her best efforts to provide nonconfidential
City records for Vendor's use. However, the City does not guarantee the accuracy
or correctness of the documents so provided. Notwithstanding the foregoing,
Vendor shall be entitled to use and rely upon information provided by the City in
performing the services required under this Agreement only to the extent and level
specified by the City in writing for each document provided. Nothing contained
herein shall be construed to require the City to provide such records in any certain
format. The format in which the existing data and documentation will be provided
shall be at the sole discretion of the City.
5. Standards of Performance
Vendor shall perform all services under this Agreement with the care and skill
ordinarily used by members of Vendor's profession practicing under the same or
similar circumstances, time and locality. Opinion of probable costs shall be based
upon the Vendor's experience and represent its best judgment as an experienced and
skilled practitioner. Each submittal of opinion of probable cost shall be
commensurate with the project design.
Vendor shall be responsible for the accuracy of its services and documents
resulting therefrom, and the City shall not be responsible for discovering
deficiencies therein. Vendor shall correct such deficiencies without additional
compensation.
b. Codes and Standards
Agreement for Services, Page 3 revised 10.1.2025
i. All references to codes, standards, environmental regulations and/or
material specifications shall be to the latest revision, including all effective
supplements or addenda thereto, as of the date that the requestor for Work
is made by the City.
ii. The Work shall be designed and furnished in accordance with the most
current codes and/or standards adopted by city, state, or federal government
or in general custom and usage by the profession and shall comply with
Texas Department of Licensing and Regulation's rules and regulations.
iii. The codes and standards used in the profession set forth minimum
requirements. These may be exceeded by the Vendor if superior methods
are available for successful completion of the Work. Any alternative codes
or regulations used shall have requirements that are equivalent or better
than those in the above -listed codes and regulations. Vendor shall state the
alternative codes and regulations used.
iv. Vendor agrees the services it provides as an experienced and qualified
security technology company will reflect the professional standards,
procedures and performances common in the industry for this project.
Vendor further agrees that any analysis, reports, preparation of drawings,
the designation or selection of materials and equipment, the selection and
supervision of personnel and the performance of other services under this
Agreement will be pursuant to the standard of performance common in the
profession.
V. Vendor shall promptly correct any defects caused by Vendor or materials
used by Vendor at no cost to City. The City's approval, acceptance, use of
or payment for all or any part of Vendor's services hereunder or of the Work
itself shall in no way alter Vendor's obligations or the City's rights under
this Agreement. As applicable, Vendor shall provide the City with record
"as -built" drawings relating to the Work in an electronic format that is
acceptable to the City. City shall be in receipt of record drawings, if
applicable, prior to final payment.
6. Schedule
Vendor shall not proceed with the Work or any stage thereof until written notice to proceed is
provided by the City's Representative.
7. Cnsurance
Vendor shall procure and maintain at its sole cost and expense for the duration of the Agreement,
insurance against claims for injuries to persons or damages to property which may arise from or in
connection with the performance of the Work hereunder by Vendor, its agents, representatives,
volunteers, employees or subcontractors.
Agreement for Services, Page 4 revised 10.1.2025
a. Vendor's insurance coverage shall be primary insurance with respect to the City, its
officials, employees and agents. Any insurance or self-insurance maintained by the
City, its officials, employees or agents shall be considered in excess of Vendor's
insurance and shall not contribute to it. Further, Vendor shall include all
subcontractors, agents and assigns as additional insureds under its policy or shall
furnish separate certificates and endorsements for each such person or entity. All
coverages for subcontractors and assigns shall be subject to all of the requirements
stated herein.
The following is a list of standard insurance policies along with their respective
minimum coverage amounts required in this Agreement:
Commercial General Liability
• General Aggregate: $2,000,000
• Products & Completed Operations Aggregate: $2,000,000
• Personal & Advertising Injury: $1,000,000
• Per Occurrence: $1,000,000
• Fire Damage $500,000
• Waiver of Subrogation required
• Coverage shall be broad form
• No coverage shall be deleted from standard policy without
notification of individual exclusions being attached for review and
acceptance.
ii. Business Automobile Policy
• Combined Single Limits: $1,000,000
• Coverage for "Any Auto"
• Waiver of Subrogation required
iii. Errors and Omissions
• Limit: S1,000,000 for this project
• Claims -made form is acceptable
• Coverage will be in force for one (1) year after completion of the
Project
• Waiver of Subrogation required
iv. Workers' Compensation
• Statutory Limits
• Employer's Liability $500,000
• Waiver of Subrogation required
b. The following shall be applicable to all policies of insurance
required herein:
Insurance carrier for all liability policies must have an A.M. Best Rating
of A: VIII or better.
AZreernent For Services, Page 5 revised 10.1.2025
ii. Only insurance carriers licensed and admitted to do business in the State
of Texas will be accepted.
iii. Liability policies must be on occurrence form. Errors and Omissions can
be on claims -made form.
iv. Each insurance policy shall be endorsed to state that coverage shall not be
suspended, voided, canceled or reduced in coverage or in limits except
after thirty (30) days prior written notice by mail, return receipt requested,
has been given to the City.
V. The City, its officers, agents and employees are to be added as Additional
Insureds to all liability policies, with the exception of the Workers'
Compensation and Errors and Omissions Policies required herein.
vi. Upon request and without cost to the City, certified copies of all insurance
policies and/or certificates of insurance shall be furnished to the City.
vii. Upon request and without cost to the City, loss runs (claims listing) of any
and/or all insurance coverages shall be furnished to the City.
viii. All insurance required herein shall be secured and maintained in a
company or companies satisfactory to the City, and shall be carried in the
name of Vendor. Vendor shall provide copies of insurance policies and
endorsements required hereunder to the City on or before the effective date
of this Agreement.
8. Indemnification and Release
VENDOR AGREES TO AND SHALL INDEMNIFY AND HOLD
HARMLESS AND DEFEND THE CITY, ITS OFFICERS, AGENTS,
AND EMPLOYEES (HEREINAFTER REFERRED TO AS THE
"CITY") FROM AND AGAINST ANY AND ALL CLAIMS, LOSSES,
DAMAGES, CAUSES OF ACTION, SUITS AND LIABILITY OF
EVERY KIND, INCLUDING ALL EXPENSES OF LITIGATION,
COURT COSTS, AND ATTORNEYS FEES, FOR INJURY TO OR
DEATH OF ANY PERSON, FOR DAMAGE TO ANY PROPERTY OR
'FOR ANY BREACH OF CONTRACT TO THE EXTENT ARISING
TOUT OF OR IN CONNECTION WITH AN ACT OF NEGLIGENCE,
INTENTIONAL TORT, INTELLECTUAL PROPERTY
INFRINGEMENT, OR FAILURE TO PAY A SUBCONTRACTOR OR
SUPPLIER COMMITTED BY THE VENDOR OR THE VENDOR'S
Agreement for Services, Page 6 revised 10.1.2025
AGENT, VENDOR UNDER CONTRACT, OR ANOTHER ENTITY
OVER WHICH THE VENDOR EXERCISES CONTROL
(COLLECTIVELY, VENDOR'S PARTIES). IT IS THE EXPRESS
INTENTION OF THE PARTIES HERETO, BOTH VENDOR AND,
THE CITY, THAT THE INDEMNITY PROVIDED FOR IN THIS
PARAGRAPH IS INDEMNITY BY VENDOR TO INDEMNIFY ANDI
PROTECT THE CITY FROM THE CONSEQUENCES OF
VENDOR'S PARTIES' OWN WILLFUL MISCONDUCT, JOINT OR
SOLE NEGLIGENCE AS WELL AS THE VENDOR'S PARTIES'
INTENTIONAL TORTS, INTELLECTUAL PROPERTY!
INFRINGEMENTS, AND FAILURES TO MAKE PAYMENTS
ARISING OUT OF OR IN CONNECTION WITH THIS
AGREEMENT. SUCH INDEMNITY SHALL NOT APPLY,,
HOWEVER, TO LIABILITY ARISING FROM THE PERSONAL'
INJURY, DEATH, OR PROPERTY DAMAGE OF PERSONS THAT
IS CAUSED BY OR RESULTS FROM THE NEGLIGENCE OF ANY
PERSON OTHER THAN THE VENDOR'S PARTIES. IN THE
EVENT THAT ANY ACTION OR PROCEEDING IS BROUGHT.
AGAINST THE CITY FROM WHICH THE CITY IS INDEMNIFIED,'
VENDOR FURTHER AGREES AND COVENANTS TO DEFEND.
THE ACTION OR PROCEEDING BY LEGAL COUNSEL
ACCEPTABLE TO THE CITY. THE INDEMNITY PROVIDED
HEREINABOVE SHALL SURVIVE THE TERMINATION AND/OR
EXPIRATION OF THIS AGREEMENT. j
By this Agreement, the City does not consent to litigation or suit, and the City hereby
expressly revokes any consent to litigation that it may have granted by the terms of
this Agreement or any other contract or agreement, any charter, or applicable state
law. Nothing herein shall be construed so as to limit or waive the City's sovereign
immunity. Vendor assumes full responsibility for its services performed hereunder
and hereby releases, relinquishes and discharges the City, its officers, agents, and
employees from all claims, demands, and causes of action of every kind and character,
including the cost of defense thereof, for any injury to or death of any person (whether
they be either of the parties hereto, their employees, or other third parties) and any
loss of or damage to property (whether the property be that of either of the parties
hereto, their employees, or other third parties) that is caused by or alleged to be
caused by, arising out of, or in connection with Vendor's services to be performed
hereunder. This release shall apply with respect to Vendor's services regardless of
whether said claims, demands, and causes of action are covered in whole or in part
by insurance.
ftneement for Services, Page 7 revised 10.1.2025
9. Subcontractors
Vendor shall receive written approval of the City's Representative prior to the use of any
subcontractors. A copy of all proposed contracts with subcontractors shall be given to the City
before execution of such contracts.
10. Termination of Vendor
The City, besides all other rights or remedies it may have, shall have the right to terminate this
Agreement without cause upon written notice from the City Manager or his designee to Vendor of
the City's election to do so. Furthermore, the City may immediately and without notice terminate
this Agreement if Vendor breaches this Agreement. A breach of this Agreement shall include, but
not be limited to, the following:
(a) failing to pay insurance premiums, liens, claims or other charges;
(b) failing to pay any payments due the city, state, or federal government from Vendor
or its principals, including, but not limited to, any taxes, fees, assessments, liens, or
any payments identified in this Agreement;
(c) the institution of voluntary or involuntary bankruptcy proceeding against Vendor;
(d) the dissolution of Vendor;
(e) refusing or failing to prosecute the Work or any separable part with the diligence
that will ensure its completion within the time specified in this Agreement;
(f) failing to complete the Work within the time period specified in this Agreement;
and/or
(g) the violation of any provision of this Agreement.
Upon delivery of any notice of termination required herein, Vendor shall discontinue all services
in connection with the performance of the Agreement. Within ten (10) days after receipt of the
notice of termination, Vendor shall submit a final statement showing in detail the services
satisfactorily performed and accepted and all other appropriate documentation required herein for
payment of services. At the same time that the final statement is tendered to the City, Vendor
shall also tender to the City's Representative all of Vendor's instruments of service, including all
drawings, special provisions, field survey notes, reports, estimates, and any and all other
documents or work product generated by Vendor under this Agreement, whether complete or not,
in an acceptable form and format together with all unused materials supplied by the City. No final
payment will be made until all such instruments of service and materials supplied are so tendered.
If this Agreement is terminated for cause, Vendor shall be liable for any damage to the City
resulting therefrom. This liability includes any increased costs incurred by the �ity in completing
Vendor's services. The rights and remedies of the City in this section are in addition to any other
rights and remedies provided by law or under this Agreement.
11. Records
Within ten (10) days of the City's request and at no cost to the City, the City will be entitled to
review and receive a copy of all documents that indicate Work on the Project that is subject to this
Agreement.
Agreement for Services, Page 8 revised 10.1.2025
12. Supervision of Vendor
Vendor is an independent contractor, and the City neither reserves nor possesses any right to
control the details of the Work performed by Vendor under the terms of this Agreement.
13. Billing
The City shall have thirty (30) days to pay Vendor's invoices from the date of receipt of such
invoices and necessary backup information. All invoices must identify with specificity the Work
or services performed and the date(s) of such Work or services. In the event of a disputed or
contested invoice, the parties understand and agree that the City may withhold the portion so
contested, but the undisputed portion will be paid. Vendor shall invoice the City for Work
performed no more than once a month and may not invoice the City for Work not performed.
Invoices shall be received by the City no later than sixty (60) calendar days from the date Vendor
and/or its subcontractors perform the services or incur the expense. Failure by Vendor to comply
with this requirement shall result in Vendor's invoice being denied and the City being relieved
from any liability for payment of the late invoice.
14. Indebtedness
If Vendor, at any time during the term of this Agreement, incurs a debt, as that word is defined in
section 2-662 of the Code of Ordinances of the City of Baytown, it shall immediately notify the
City's Director of Finance in writing. If the City's Director of Finance becomes aware that Vendor
has incurred a debt, the City's Director of Finance shall immediately notify Vendor in writing. If
Vendor does not pay the debt within thirty (30) days of either such notification, the City's Director
of Finance may deduct funds in an amount equal to the debt from any payments owed to Vendor
under this Agreement, and Vendor waives any recourse therefor.
15. Verifications
If Vendor has ten (10) or more full-time employees and Vendor's total compensation under this
Agreement has a value of One Hundred Thousand Dollars (S 100,000.00) or more, Vendor makes
the following verifications in accordance with Chapters 2271 and 2274 of the Texas Government
Code:
a. the Vendor does not boycott Israel and will not boycott Israel during the term of the
contract to be entered into with the City of Baytown;
b. the Vendor does not boycott energy companies and will not boycott energy
companies during the term of the contract to be entered into with the City of
Baytown; and
C. the Vendor does not have a practice, policy, guidance, or directive that
discriminates against a firearm entity or firearm trade association and will not
discriminate during the term of the contract against a firearm entity or firearm trade
association.
16. Governing Law
This Agreement has been made under and shall be governed by the laws of the State of Texas. The
parties further agree that performance and all matters related thereto shall be in Harris County,
Texas.
Agreement for Services Page 9 revised 10,1.2025
17. Notices
Unless otherwise provided in this Agreement, any notice provided for or permitted to be given
must be in writing and delivered in person or by depositing same in the United States mail, postpaid
and registered or certified, and addressed to the party to be notified, with return receipt requested,
or by delivering the same to an officer of such party. Notice deposited in the mail as described
above shall be conclusively deemed to be effective, unless otherwise stated in this Agreement,
from and after the expiration of three (3) days after it is so deposited.
For the purpose of notice, the addresses of the parties shall be as follows unless properly changed
as provided for herein below:
For the City:
For Vendor:
CITY OF BAYTOWN
Attn: City Manager
P. O. Box 424
Baytown, Texas 77522-0424
PREFERRED TECHNOLOGIES, LLC.
Attn: Tyler Kutter
1414 Wedgewood Street
Houston, Texas 77093
Each party shall have the right from time to time at any time to change its respective address and
each shall have the right to specify a new address, provided that at least fifteen (15) days written
notice is given of such new address to the other party.
18. No Third -Party Beneficiary
This Agreement shalt not bestow any rights upon any third party, but rather, shall bind and benefit
Vendor and the City only. No person or entity not a signatory to this Agreement shall be entitled
to rely on Vendor's performance of its services hereunder, and no right to assert a claim against
Vendor by assignment of indemnity rights or otherwise shall accrue to a third party as a result of
this Agreement or the performance of Vendor's services hereunder.
19. No Right to Arbitration
Notwithstanding anything to the contrary contained in this Agreement, the City and Vendor hereby
agree that no claim or dispute between the City and Vendor arising out of or relating to this
Agreement shall be decided by any arbitration proceeding, including, without limitation, any
proceeding under the Federal Arbitration Act (9 U.S.C. Sections 1-14), or any applicable State
arbitration statute, including, but not limited to, the Texas General Arbitration Act, provided that
in the event that the City is subjected to an arbitration proceeding notwithstanding this provision,
Affrccmcnt for Services. Page 10 revised 10.1.2025
Vendor consents to be joined in the arbitration proceeding if Vendor's presence is required or
requested by the City of complete relief to be recorded in the arbitration proceeding.
20. Cooperative Agreement
Vendor has been awarded a contract through the State of Texas Department of Information Resources
for products and services (contract number "DIR-CPO-4742") of which the City is a member in good
standing. The goods to be purchased and/or services to be performed in connection with this
Agreement are covered by DIR-CPO-4742. In the event of any conflict between DIR-CPO-4742 and
this Agreement, this Agreement shall control
21. Waiver
No waiver by either party to this Agreement of any term or condition of this Agreement shall be
deemed or construed to be a waiver of any other term or condition or subsequent waiver of the
same term or condition.
22. Complete Agreement
This Agreement represents the entire and integrated Agreement between the City and Vendor in
regard to the subject matter hereof and supersedes all prior negotiations, representations or
agreements, whether written or oral, on the subject matter hereof. This Agreement may only be
amended by written instrument approved and executed by both of the parties. The City and Vendor
accept and agree to these terms.
23. No Assignment
Vendor may not sell or assign all or part interest in this Agreement to another party or parties
without the prior express written approval of the City Manager or his designee of such sale or
assignment. The City may require any records or financial statements necessary in its opinion to
ensure such sale or assignment will be in the best interest of the City.
24. Headings
The headings used in this Agreement are for general reference only and do not have special
significance.
25. Severability
All parties agree that should any provision of this Agreement be determined to be invalid or
unenforceable, such determination shall not affect any other term of this Agreement, which shall
continue in full force and effect.
26. Ambiguities
In the event of any ambiguity in any of the terms of this Agreement, it shall not be construed for
or against any party hereto on the basis that such party did or did not author the same.
27. Authority
The officers executing this Agreement on behalf of the parties hereby represent that such officers
have full authority to execute this Agreement and to bind the party he/she represents.
Agreement for Services, Page 11 revised 10.1.2025
Agree ent for Services, Page 12 revised 10.1.2025
IN WITNESS WHEREOF, the parties hereto have executed this Agreement in multiple
copies, each of which shall be deemed to be an original, but all of which shall constitute but one
and the same Agreement on the _ day of , 20—, the date of execution by the City
Manager or his designee of the City of Baytown.
ATTEST:
ANGELA JACKSON, City Clerk
APPROVED AS TO FORM:
(Signature)
(Printed Name)
( l itle)
CITY OF BAYTOWN
JASON E. REYNOLDS, City Manager
VENDOR:
PREFERRED TECHNOLOGIES, LLC
(Signature)
Karina izaguirre
(Printed Name)
VP - People
(Title)
Agreement for Services, Page 13 revised 10.1.2025
STATE OF iE y— §
COUNTY OF M?1?K I , §
Before me on this day personally a peared" �'-!urn ,q�'�-' "' , in his/her
capacity as V (' f 7- E: L Con behalf of P C" T - i ; 2:,L--
® known to me;
proved to me on the oath of ; or
proved to me through his/her current
(description of identification card or other document issued by the federal
government or any state government that contains the photograph and signature of
the acknowledging person)
(check one)
to be the person whose name is subscribed to the foregoing instrument and acknowledged to me
that he/she executed the same for the purposes and consideration therein expressed.
SUBSCRIBED AND SWORN before me this day of
EVA MARIA S
\`r Notary ID #2282343
- My Commission Expires
August 9, 2027
w,wF.
Z.4:�- 20.) :x
Notary Public in and for the State of
R.,.Scott\Contracts.Contract TemplateslNon-Professional Services Template -Non Grant (Pillable).docx
Ageement for Services, Page 14 revised 10.1.2025
Proposal
To: FO
Tim Murphy t-exJv
Facilities Supervisor
City of Baytown
7800 N. Main Street, Baytown, Texas 77521 Cell: (28 I) 683-1058
Submitted by:
Preferred Technologies, LLC
1414 Wedgewood Street
Houston, Texas 77093
Telephone: (281) 442-0550
Facsimile. (281) 449-5597
Title: Baytown Jail PLC & intercom Modernization
Contract Number: DCR-CPO-4742
Date Submitted: September 26, 2025
Point of Contact: Tyler Kutter
Inside Sales
Subtotal Amount: S 399,488.88
P&P Bond Amount: S 9,987.22
Total Amount: $ 409,476.10
Signed:
Tyler Kutter
Inside Sales
Preferred Technologies, LLC
(979)922 3662
tylerkutter@pref-tech.com
Preferred Technologies, LLC
P: 281.442.0550 F. 28t.449.5597 www.pre f-tec! .corn
1 of4
Overview
The purpose of this document is to outline an abbreviate Statement of Work (SOW) for review for the proposed
retrofit of the Baytown City Jail control system using Sydaptic's 1220 Jail Control System, which comes with a
lifetime warranty and is designed to enhance reliability, security, and operational efficiency. To reduce the
project's overall costs, Pref-Tech will use the existing devices (intercoms speakers, door locks, door mechanisms,
and door feedback devices) and the existing wiring. The assumption is made that the wire to/from these devices
are in good and usable condition and wire replacement is not included now is any labor to install wiring or
conduit for the existing devices. In addition, it is assumed that the existing locks, locking mechanisms, and door
poor position circuitry are considered in good working order. Any malfunctions or alignment issues are
considered outside the scope of work.
Preferred Technologies, LLC. (Pref Tech) will serve as the prime contractor for this project and will engage
Sydaptic, Inc. as a subcontractor to perform the control system installation and integration. Pref-Tech will be
responsible for project management, coordination, documentation, and overall execution oversight, ensuring that
the retrofit aligns with the City's operational needs and expectations. Pref-Tech will also provide a suitable spare
inventory consisting of control VO boards, intercom, and power supply as part of the installation. Also, included
as a spare is a computer with all the software needed to control the system.
This proposed scope of work will be performed at the Baytown Police Jail located at 3100 N Main St, Baytown,
TX 77521.
Scope oL Work
Preferred Technologies, LLC. will provide perform the tasks necessary to achieve full functionality. The tasks
include, but are not limited to, the following:
• System Replacement: Full replacement of the jail's control system components including power
supplies, control electronics, controllers, and user interface.
• User Interface: Control via mouse and LED monitor; includes administrative features like keystroke
logging, operator ID tracking, remote diagnostics, and system modification capabilities.
• Logging Capabilities: Time and date stamps for all controlled objects to support incident verification.
• Software Updates: Free updates based on client input for the life of the system.
• Internet Requirement: High-speed intemet connection required for updates and maintenance.
• Reuse of Existing Infrastructure: Existing intercom speakers, wiring, door locks, mechanisms, and
feedback devices will be reused to reduce costs.
• Provide (5) new intercoms as material only for spares, or if needed during the installation.
• Pref-Tech will test and commission the new equipment with a customer representative.
• Pref-Tech shall provide Project Documentation in electronic format that includes:
o Commissioning Sheets
o Programming Matrix o
As -Built Drawings
Preferred Technologies, LLC
P: 281.442.0550 F: 281.449.5597 www.prer-tcch.com
2 of4
Sydaptic's 1220 jail control system will control the following:
• 68 Doors, Sallyport/Security Gates (O,S,C)
• 74 Existing Intercoms, 3 new Intercom Installation (surface mounted EMT)
• 0 Utilities (Removing the existing utilities from system and allowing an On/Off button function already
in place)
• All IP Cameras
Endpoint listed above will be controlled by the following Equipment:
• 1 Computers
• 1 LED Viewscreens
• 1 Amplifiers
• 0 Paging Amplifiers
• I Master Control Speakers
• 1 Camera Viewing Computers
• I Camera Monitors
• 0 New IP Cameras
• 0 CMS PCs
• 0 CMS Monitors
• 3 UPS or Battery Backups/Surge Protectors
• 2 Existing Cabinets
Correctional facility control system 1220 with features noted above as indicated.
• Including design engineering, programming, labor for installation, test, training and verification of 1220
system, control cabinets or panels, and a limited LIFETIME WARRANTY on materials.
Assumptions
The assumptions below were applied when pricing this project. The pricing in this proposal is contingent upon
the validity of these assumptions. Additional charges may result if these assumptions are found false.
• Pref-Tech's work is limited to the installation of the bill of materials listed in the Bill of Materials section
of this proposal.
• Pref-Tech will invoice based solely on the work completed for each scope listed above for the
corresponding price.
• Others will provide 120V AC power where required.
• Existing cabling and edge devices as mentioned above are in good working condition.
• City of Baytown enrollment of camera streams, intercom streams, and access control portals in
ACC ACM as instructed during site visit.
• Pricing assumes Avigilon AINVR and ACM appliance are pre-existing and currently hosting an active,
production environment of ACC and ACM.
• Others will provide construction drawings in AutoCAD format for shop drawings.
• Others will provide client workstations, computers, and monitors.
• Others will provide all necessary network access, server and workstation permissions, and IP information.
• Others will provide all necessary switch ports associated with the installation of this scope of work.
• Others will provide physical access to all work locations as well as necessary wall and desk space.
Preferred Technologies, LLC
P: 281,442.0550 F: 281.449.5597 www prey-tech.com
3 or4
• All material shipments will be standard ground. If expedited shipping is required, then extra charges may
apply.
• Taxes are excluded. Pref-Tech will apply taxes to invoices if Pref-Tech does not receive a resale
certificate or tax exemption documentation.
DIR KIT
PREFERRED BAY JAIL -PLC 3
TECHNOLOGIES. LLC INTERCOM-08262025 PLC & INTERCOM
DIR Subtotal Amount: $ 399,488.88
P&P Bond Amount: $ 9,987.22
Total Amount: $ 409,476.10
EA S 466.488.26 15% S 396.515.02 0 75% $ 2,973.86 S 399.488 88
Preferred Technologies, LLC
P: 281,442.0550 F: 281 449.5597 www.pref-tech_com
4 ON