HomeMy WebLinkAbout430295 COLORADO SYSTEMS GROUP INC - CONTRACT - BID - 6007 VIDEO SECURITY SYSTEM FOR PARKING SERVICESSERVICES AGREEMENT
THIS AGREEMENT made and entered into the day and year set forth below by and
between THE CITY OF FORT COLLINS, COLORADO, a Municipal Corporation, hereinafter
referred to as the "City" and Colorado Systems Group, Inc , hereinafter referred to as "Service
Provider"
WITNESSETH
In consideration of the mutual covenants and obligations herein expressed, it is agreed
by and between the parties hereto as follows
1 Scope of Services The Service Provider agrees to provide services in
accordance with the scope of services attached hereto as Exhibit "A", consisting of seven (7)
pages and incorporated herein by this reference
2 Contract Period This Agreement shall commence within five (5) days of signing,
and shall continue in full force and effect until December 15, 2007, unless sooner terminated as
herein provided
3 Dew If either party is prevented in whole or in part from performing its
obligations by unforeseeable causes beyond its reasonable control and without its fault or
negligence, then the party so prevented shall be excused from whatever performance is
prevented by such cause To the extent that the performance is actually prevented, the Service
Provider must provide written notice to the City of such condition within fifteen (15) days from
the onset of such condition
4 Early Termination by City/Notice Notwithstanding the lime periods contained
herein, the City may terminate this Agreement at any time without cause by providing written
notice of termination to the Service Provider Such notice shall be delivered at least fifteen (15)
days prior to the termination date contained in said notice unless otherwise agreed in writing by
the parties All notices provided under this Agreement shall be effective when mailed, postage
prepaid and sent to the following addresses
SA 09/01/06
Please specify your price for the Bosch Video equipment listed in the following table
UNIT
03111111111111111111111101Q101EL#
MANUF
DESCRIPTION
UNIT
Notes
WEXT61111111111111
City of Ft Collins BOSCH CCTV
1
DB06C1075R2
BOSCH
DISCS RACKMOUNT, 6 CH, 2
DiBos Hybrid DVR -
AUDIO CH, 16 IP CH, 750 GB,
DVR for recording
DVD-RW, 90 IPS
video
1
MON170CL
BOSCH
17-INCH COLOR LCD MONITOR,
17" LCD Monitor for
500TVL, 1280 X 1024 RESOLUTION,
DVR
CVBS,VGA,Y/C,AUDIO,
120/230VAC, 50/60Hz
3
ENVD120W
BOSCH
ENVIRODOME KIT, DAY/NIGHT,
Outdoor Wall Mount
OUTDOOR PEND WALL MT,
Day/Night PTZ
CLEAR DOME, WHITE, 120VAC,
3 pan tilt and zoom
60Hz
cameras for each
exit ramp and booth
5
VDC-485V03-20S
BOSCH
CAMERA FLEXIDOME-XF, COLOR
15 Bit MmiDome
NTSC, 540TVL, 12VDC/24VAC
Color Camera High
60Hz w/3-9 5mm FI 0 Vanfocal,
Res 540TVL
white, SMB
5 cameras three in
booth, 2 in CSR
area
4
VIPX1
BOSCH
MPEG-4 ENCODER,SINGLE
Single Channel
CHANNEL,HIGH
Encoder with POE
PERFORMANCE,ALARM IN,RELAY
4 analog to IP
OUT, 120/240VAC 50/60HZ
camera encoders
4
VIPXIA
BOSCH
MPEG-4 ENCODER,SINGLE
Single, , Channel
CHANNEL,HIGH
Encoder with Audio
PERFORMANCE,AUDIO,ALARM
in and POE
IN,RELAY OUT,120/240VAC
4 analog to IP
50/60HZ
camera encoders
and audio enabled
5
TC1323
BOSCH
POWER SUPPLY, 120VAC, 60Hz
Transformers for
INPUT, 24VAC, 60Hz, 10VA
MimDome Cameras
OUTPUT
2
DB-SR002
BOSCH
REMOTE CLIENT ACCESS
For remote access
LICENSE
to multiple dvr's and
client software
4
Microphone
Audio Microphone that will work with
At each of the
the Bosch encoder
booths locations
and the CSR area
SA 09/01 /06
coloradoesyJtegI1tlsoGr®Il P611MCe
A PARTNERSHIP FOR STRAIGHT FORWARD SOLUTIONS
INTRODUCTION
1531 Left Hand Circle Suite 6
Longmont CO, 80501
OFFICE 720 652-0495
FAX 720652-0410
Info(a)cosysorouo com
Colorado Systems Group, Inc. (CSG) is a security system integrator offering straightforward
solutions to our customers security system needs. These solutions range from intrusion alarm
systems and monitoring to complete turnkey access control and CCTV systems. In an industry
with a growing number of solutions, it is often difficult to determine which system will best meet
your security needs CSG combines a highly skilled technical staff with experienced program
managers and design consultants to ensure our customers are making informed decisions on the
best solutions We are committed to providing our customers with a full service resource from
planning and design to installation and maintenance
We appreciate the opportunity to complete this project for the City of Ft. Collins Our goal is to
ensure a smooth and efficient installation that will meet your needs as well as develop a business
partnership with the City of Ft. Collins There were changes that needed to be made due to the
amount of time that has passed since the original submitting of the proposal and for additional
details provided during the meeting with City of Ft Collins representatives on 10/16/07. The
following pages provides a summary of the changes that were made.
C®1®radoesyslems•Gr®uupolfle.
A PARTNERSHIP FOR STRAIGHT FORWARD SOLUTIONS
REVISIONS SUMMARY
Equipment Changes
1831 Left Hand Circle Suite B
Longmont CO, 80501
OFFICE 720 652-0495
FAX 720 652-0410
Info(a)cosysaroup com
A The DVR model that was called out in the original specifications only provided 2
channels of audio recording We have specified a model that allows for 4 channels of
audio recording
B Based on the camera locations in the parking garages, a single day lift rental has been
added so that technicians can provide a correct and safe installation of the PTZ cameras
C. Based on the existing power layout, two (2) 4-channel 7 5 amp fused power supplies have
been added. This included removing 3 of the plug in transformers
D Removed the PTZ camera from the Old Town Parking Structure and replaced with a
fixed dome. The new dome location will need to be reviewed with the City of Ft. Colms
(also see section about "provided by the city") Due to the nature of the structure, CSG
does not feel like a PTZ camera is well suited or cost effective for the entry Therefore
we proposed to install a fixed dome camera that will concentrate on the exit lane. The
previous organization utilized a PTZ camera within the attendant booth We feel that this
is a very poor location as the window will cause obstructed and blurred video
E Added three pendant mounts. One for the new fixed camera as mentioned above and two
for the cameras at the customer service counter This will assist in getting the cameras
below the lights
F Added 4 high gain microphones. Original microphones would have proven ineffective
after the discussions about the previously installed microphones Although we cannot
guarantee there will be no noise interference, the new microphones are much more suited
for this environment
G Due to the power change, the PTZ cameras were changed to 24VAC units instead of
120VAC units as no 120VAC is available directly at the camera location
H. Added comer mounts for two of the PTZ in the Civic Center Parking Structure
Change
Old Part Number
New Part Number
A
DB06C1075R2
DB12C2075R2
B
Scissor Lift
C
Altronix ALTV244175
D
VG4322ECSIW
VDC485V0320S fixed dome
E
Bosch VDA-455PMT mounts
F
PA3
Louroe ASK-4 KIT 101
G
VG4322ECSlW
VG4322ETSOW
H
I LTC954201 corner mount
1 B31 Len Hand Circle Suite B
LongmontCO, 80501
Colorudo•syslemseGroup•lne.
A PARTNERSHIP FOR STRAIGHTFORWARD SOLUTIONS
STATEMENT OF WORK
Date: November 17, 2006
Project: Video Security for Parking Services
Estimate #. 2006226
Duration- Approximately 5 to 7 days
OFFICE 720 652-0495
FAX 720 652-0410
WVJW COSYSGROUP COM
Description, This proposal is based on the equipment and scope of work as outlined in the City of
Ft Collins invitation to bid, Bid #6007 The revisions reflect the information obtained during an
additional Job walk on 10/16/07 The proposal is based on the specifications and fore mentioned
Job walk and the Conditions and Scope of Work below
Conditions Any changes to these items may be subiect to a change order
A) This estimate is for a complete turnkey system.
B) This estimate does include time for minor delays and travel, however, any major delays
due to the following will be billed accordingly waiting for access to work areas (key
unlocks etc.), or unscheduled cancellation of CSG scheduled work by the client or other
trades
C) CSG will have access to all necessary workspace
D) Work is to be completed during normal business hours (8am-5pm) on consecutive
business days. If necessary, CSG can provide additional labor "after hours" for an
additional price
E) Parking Services representatives / General Contractors are responsible for providing CSG
staff with building information such as when and where work can be completed, OSHA
inspections, specific area sensitivities, and applicable internal W/O information
F) All existing equipment and cable is in good and workmg condition. If faulty equipment is
found, it will be brought to the attention of security personnel/managers. CSG does not
warrant existing equipment.
G) Others to provide necessary conduit.
H) Others to provide necessary network drops and IP addresses
1) Others will provide 120VAC as necessary.
J) Project discussions will be held between Colorado Systems Group, Inc. and the client
prior to beginning work to determine and finalize the design of the video system.
K) CSG is not responsible for poor lighting conditions which may affect the camera video
quality or for environmental conditions that may interfere with the audio recordings
L) CSG requires that a Parking Services representative be present for a final test of the
system to confirm proper functionality and to sign off for project completion approval.
The warranty period begins after final approval.
coloradoesyslemsofiroupollice
A PARTNERSHIP FOR STRAIGHT FORWARD SOLUTIONS
SCOPE OF WORK
1. Civic Center Parking Structure
1B3'1 Left Hand Circle Suite B
LongmontCO, 80501
OFFICE 720 652.0495
FAX 720 652-0410
WWW COSYSGROUP COM
PTZ Cameras to be installed at the locations per the 10/16/07 job walk
Priority will be given to the exit lane in terms of unobstructed viewing
and the programmed tour. This camera will be programmed to pan both
the entry and exit lanes while also providing a zoom tour for the exit lane
to capture license plate information This project does not include the
time necessary to setup zoom activation based on auto pay system. CSG
can provide an additional estimate to provide this integration. The
encoders shall be placed in the Telco/data closet to ensure protection and
to adhere to the environmental specifications of the encoder CSG will
configure the encoders
The fixed cameras installed in the attendant booths will be placed where
the original cameras had been installed to capture the interaction between
the attendant and the customer. The encoders will be placed in the
available rack space in the utility / network room Available power
outlets in the utility / network rooms will be utilized for camera and
microphone power. CSG will perform all low voltage terminations and
encoder configurations.
c. The microphones will be installed in discreet locations within the
attendance booths to ensure the best possible clarity.
2 Old Town Parking Structure
PTZ Camera to be installed at the locations per the 10/16/07 job walk
Priority will be given to the exit lane in terms of unobstructed viewing
and the programmed tour. This camera will be programmed to pan both
the entry and exit lanes while also providing a zoom tour for the exit lane
to capture license plate information This project does not include the
time necessary to setup zoom activation based on auto pay system. CSG
can provide an additional estimate to provide this integration. The
encoders shall be placed in the Telco/data closet to ensure protection and
to adhere to the environmental specifications of the encoder CSG will
configure the encoders
• The fixed cameras installed in the attendant booth will be placed where
the original cameras had been installed to capture the interaction between
the attendant and the customer. The encoders will be placed in the
available rack space in the utility / network room. Available power
outlets in the utility / network rooms will be utilized for camera and
microphone power CSG will perform all low voltage terminations and
encoder configurations. An original PTZ location will be changed to a
fixed camera location to watch the exit lane only
• The microphones will be installed in discreet locations within the
attendance booths to ensure the best possible clarity
1831 Left Hand Circle Suite B
LongmontCO, 80501
colorafi®esys$ems•firoup•lfle,
A PARTNERSHIP FOR STRAIGHT FORWARD SOLUTIONS
3. Customer Service Representative Counter
OFFICE 720 652.0495
FAX 720 652.0410
W W W C OSYSGROUP COM
a The fixed cameras will be installed behind and to the left and right of the
customer counter Drop down pendants will be used to lower the camera
locations This will ensure that clean cnsp frontal images are attained for
proper identification of individuals.
b CSG will install both camera encoders and power supplies in the network
closet per the lob walk on 10/16/07.
c. CSG will install the discreet microphone in the drop tile ceiling or where
the best audio can be received.
4 Video Recorder Configuration; CSG will configure the video recorder per the
specifications outlined in the Request for Bid package.
5 Training, CSG will provide a full organized training for the items specified in the
Request for Bid package Training will include an organized training syllabus as well as
copies of the Operations Manual for the digital recorder.
PROVIDED BY OTHERS SUMMARY
a Network Connections - Each encoder and the DVR will need a network
connection including IP, subnet, and gateway addresses
b. 120VAC outlets at each of the network / utility closet locations.
EXHIBIT B
INSURANCE REQUIREMENTS
1 The Service Provider will provide, from insurance companies acceptable to the City, the
insurance coverage designated hereinafter and pay all costs Before commencing work under this bid,
the Service Provider shall furnish the City with certificates of insurance showing the type, amount,
class of operations covered, effective dates and date of expiration of policies, and containing
substantially the following statement
"The insurance evidenced by this Certificate will not be cancelled or materially altered, except
after ten (10) days written notice has been received by the City of Fort Collins "
In case of the breach of any provision of the Insurance Requirements, the City, at its option, may take
out and maintain, at the expense of the Service Provider, such insurance as the City may deem proper
and may deduct the cost of such insurance from any monies which may be due or become due the
Service Provider under this Agreement The City, its officers, agents and employees shall be named
as additional insureds on the Service Provider's general liability and automobile liability insurance
policies for any claims arising out of work performed under this Agreement
2 Insurance coverages shall be as follows
A Workers' Compensation & Employer's Liability The Service Provider shall maintain
during the life of this Agreement for all of the Service Provider's employees engaged in work
performed under this agreement
Workers' Compensation insurance with statutory limits as required by Colorado
law
Employer's Liability insurance with limits of $100,000 per accident, $500,000
disease aggregate, and $100,000 disease each employee
B Commercial General & Vehicle Liability The Service Provider shall maintain during the
life of this Agreement such commercial general liability and automobile liability insurance as will
provide coverage for damage claims of personal injury, including accidental death, as well as
for claims for property damage, which may arise directly or indirectly from the performance of
work under this Agreement Coverage for property damage shall be on a "broad form" basis
The amount of insurance for each coverage, Commercial General and Vehicle, shall not be
less than $500,000 combined single limits for bodily injury and property damage
In the event any work is performed by a subcontractor, the Service Provider shall be
responsible for any liability directly or indirectly arising out of the work performed under this
Agreement by a subcontractor, which liability is not covered by the subcontractor's insurance
SA 09/01 /06
-Tom Kelly Zwack At Talty, Insurance Agency Inc FaxID Talty 303 756-7781 To Reegan Barber
Date 10/31/07 0925 AM Page 1 of i
ACORD CERTIFICATE OF LIABILITY INSURANCE OP ID KZ DATE IMMIDDm1TI
COLO-12 1 10/31/07
PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
Talty Insurance Agency, Inc HOLDER THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
1720 S Bellaire St #200 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW
Denver CO 80222
Phone 303-756-7755 Fax 303-756-7781 INSURERS AFFORDING COVERAGE NAIC4
°VR°O II]SUPER A P1nnacol Assurance
INS' ISERE Allied Insurance Company 19097
Colorado Systems Group Inc Iill, TREKC ScAeeedal< Ineuranc. Companj
1831 Lefthand Cir, Ste B IIISIIREFD
Longmont CO 80501 --
COVERAGES
THE P LICIES yr INSUFANCC LISTED EELO W I1H',E BEEN ISSUCD TO THE It ISURED NAMED ABODE FyP THE FOLICV PERIOD INDICATED NOTW I HSTAI IDINJ ,
ANI PEUIJIPEMEHT TEEM CP C ONDIT101I OF AID CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CEPTIFICATE IAA r BE ISSUED ('
M—Y PERTAIN THE IIJH_RNICE AFFOPCED E r THE POLICIES DESCRIBED HEREIN IS SIJBJECT Tn ALL THE TEPIAE EXCLUSI IJSAND CONDITICI IS CF EUICH
POLICIES ASCREGATE LIMIT- SHOW N MA1 HAVE EEEII FEELICED E I PAID -ILA IMS
LTR
NSR
TYPE OF INSURANCE
POLICY NUMBER
IULICY DATE (MMIEFFECTIVE—
D�
DATE JMMIDDIYY)
LIMBS
GENERAL LIABILITY
EACH OCCI GRENCE
$1, 000, 000
C
X CWAERrIa CEN=_RAL LIABILITI
CLS1265230
09/15/07
09/15/08
PREMISES jEa nccuwnc.l
$50, 000
'LAIMSIdA,DE �ii�i Llp
MED ExL (Any on,N rson)
$S,000
PERSCHAL S ADV IIIAPI
1 1,000,000
=EUERALAC_PE-,ATE
$2,000,000
^ENL AGGREGATE LMTATFLES PER
PFCWCTS- COMPIOP AGE �42,000,000
PUJO REci LOc
ESO Inclu
AUTOMOBILE
LIABILITY
RSIIJC-LE LIMIT
{1,000,QQQ
B
X
our Alrro
ACP7501368711
08/06/07
08J06 j08
leeaa—ida�Oa>rp
BCDLVIIUURI
$
ALL OWNED AUTOS
SCHEDULED AfT0.
,Per per"nl
BODILY RLIVRI
$
HIFED AUTOS
❑OILOW TIED AUTnE
IP.r ac7C�nl)
FFOPERI(DI
$
(Pw alutlrnp
GARAGE LIABILITY
ALTO ON E. ACCIDEHT
IT
-I , AUTO,
OTHER THAN I Pf_C
$
$
AUTO 01 tLf AOG
EXCESSIUMBRELLA LIAWLTTY
EACH OCCUIaPENCE
$
OCCUR CLAIMSMADE
AGGREGATES
$
$
DEDUCTIBLE
RETENTION £
WORKERS COMPENSATION AND
X �� TH
TVFY LIMITS I I ET,
A
EMPLOYERIETOP L
4081298
06/01/07
06/O1/OB
EL EACH ACCIDEM
$ 1,000,QQQ
ANY PROPPIETOPIFARRIERIEHECUTIVE
EL DISEASE EA EMPLOYEE
R I,O060 OOO
OFFICER/MEMSER E%CI HERE'
EXP MOD 0 90
It ves CesCnbe under
SPECIAL PROVISIONS b6.
EL DISEASE PULL- LIMN
f1,00, QQQ
OTHER
DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES I EXCLUSIONS ADDED BY ENDORSEMEITT I SPECIAL PRONSIOIIS
*Ten day Notice of Cancellation for Non -Payment of premium
CERTIFICATE HOLDER CANCELLATION
CITYOFF SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION
DATE THEREOF THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30 DAYS WRITTEN
City of Fort Collins NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT BUT FAILURE TO DO SO SHALL
Attn Building 6 Zoning Dept IMPOSE NO OBLIGATION OR LIASILRI OF AIJY KIIJD UPON THE INSURER TTS AGENTS OR
281 N College Ave
PO Box 580 REPRESENTATIVES
Fort Collins CO 80522 ALTIORIZED REPRESBVTvlmv;t
Colorado Systems Group, Inc.
(Z7 1831 Left Hand Circle Ste B
Longmont, CO 80501
a' 720 652-0495 Office
720 652-0410 Fax
Name / Address
City of Fort Collins Parking Services
Estimate
Date
Esbmate #
10/22/2007
2007312
Rep
SJH
Project
31052 1 - Revised Parking 2007
Description
Qty
Total
Bosch DB 12C2075R2 - DIBOS RACKMOUNT, 12 CH, 4 AUDIO CH, 16 IT
1
5,502 751
CH, 750 GB, DVD-RW, 90 IPS
Bosch MON 170CL - 17-INCH COLOR LCD MONITOR, 500TVL, 1290 X 1024
1
676 80T
RESOLUTION, CVBS, VGA, Y/C AUDIO 120i230VAC 50/60HZ
VG4322ETSOW - 300 SERIES PTZ 18X DfN NTSC, ENVIRO/WALL, 24 VAC,
2
4,171 20T
ANALOG TINTED BUBBLE
Bosch VDCA85V03-205 CAMERA FLEXIDOME-XF, COLOR NTSC,
6
2,803 68T
540TVL, 12VDC/24VAC 60HZ, W/3-9 5MM Fl 0 Vanfocal, white, SMB
Bosch VIPXI- MPEG4 ENCODER, SINGLE CHANNEL, HIGH
4
2,59600T
PERFORMANCE, ALARM IN, RELAY OUT, 120/240VAC 50/60HZ
Bosch VIPXIA- MPEG-4 ENCODER, SINGLE CHANNEL, HIGH
4
2,968 88T
PERFORMANCE, AUDIO, ALARM IN, RELAY OUT, 120/240VAC 50/60HZ
Busch TC 1323 - POWER SUPPLY, 120VAC, 60HZ INPUT, 24V AC, 60HZ,
2
30 68T
I OVA OUTPU r
Bosch DB-SR002 - REMOTE CLIENT LICENSE
2
658 44T
Louroe ASK-4 KIT # 101 - high gam preamped microphone
4
920 OOT
VDA-455PMT - Flexidome Pendant Mount Kit
3
152 93T
LTC954201 - Comer mount for wall mount
2
142 50T
24vac, 7 25 amp, 4 fused output, CCTV power supply
2
163 75T
SUBTOTAL FOR EQUIPMENT
20,787 61
SHIPPING
12467
Daily Lift Rental
1
32085
Cable Installation Labor
4
18000
Equipment Installation Labor
40
2,200 00
Project Mundgement/Programmmg Labor
10
65000
END USER TRAINING (Trainer labor hours)
5
27500
Parking Services Video System Annual Service Contract
1
850 OOT
Sales Tax Fort Collins State & Lartmer
1,44972
Total $26,837 85
City
City of Fort Collins, Purchasing
PO Box 580
Fort Collins, CO 80522
Service Provider
Colorado Systems Group, Inc
1831 Left Hand Circle Ste B
Longmont, CO 80501
In the event of early termination by the City, the Service Provider shall be paid for services
rendered to the date of termination, subject only to the satisfactory performance of the Service
Provider's obligations under this Agreement Such payment shall be the Service Provider's sole
right and remedy for such termination
5 Contract Sum The City shall pay the Service provider for the performance of this
Contract, subject to additions and deletions provided herein, Twenty Four Thousand Five
Hundred Thirty Light Dollars and Thirteen Cents ($24,538 13) and incorporated herein by this
reference
6 City Representative The City will designate, prior to commencement of the
work, its representative who shall make, within the scope of his or her authority, all necessary
and proper decisions with reference to the services provided under this agreement All requests
concerning this agreement shall be directed to the City Representative
7 Independent Service provider The services to be performed by Service Provider
are those of an independent service provider and not of an employee of the City of Fort Collins
The City shall not be responsible for withholding any portion of Service Provider's compensation
hereunder for the payment of FICA, Workmen's Compensation or other taxes or benefits or for
any other purpose
8 Personal Services It is understood that the City enters into the Agreement
based on the special abilities of the Service Provider and that this Agreement shall be
considered as an agreement for personal services Accordingly, the Service Provider shall
neither assign any responsibilities nor delegate any duties arising under the Agreement without
the prior written consent of the City
SA 09/01 /06
9 Acceptance Not Waiver The City's approval or acceptance of, or payment for
any of the services shall not be construed to operate as a waiver of any rights or benefits
provided to the City under this Agreement or cause of action arising out of performance of this
Agreement
10 Warranty
(a) Service Provider warrants that all work performed hereunder shall be
performed with the highest degree of competence and care in accordance
with accepted standards for work of a similar nature
(b) Unless otherwise provided in the Agreement, all materials and equipment
incorporated into any work shall be new and, where not specified, of the
most suitable grade of their respective kinds for their intended use, and all
workmanship shall be acceptable to City
(c) Service Provider warrants all equipment, materials, labor and other work,
provided under this Agreement, except City -furnished materials,
equipment and labor, against defects and nonconformances in design,
materials and workmanship/workwomanship for a period beginning with
the start of the work and ending twelve (12) months from and after final
acceptance under the Agreement, regardless whether the same were
furnished or performed by Service Provider or by any of its subcontractors
of any tier Upon receipt of written notice from City of any such defect or
nonconformances, the affected item or part thereof shall be redesigned,
repaired or replaced by Service Provider in a manner and at a time
acceptable to City
11 Default Each and every term and condition hereof shall be deemed to be a
material element of this Agreement In the event either party should fail or refuse to perform
according to the terms of this agreement, such party may be declared in default thereof
12 Remedies In the event a party has been declared in default, such defaulting
party shall be allowed a period of ten (10) days within which to cure said default In the event
the default remains uncorrected, the party declaring default may elect to (a) terminate the
Agreement and seek damages, (b) treat the Agreement as continuing and require specific
performance, or (c) avail himself of any other remedy at law or equity If the non -defaulting parry
commences legal or equitable actions against the defaulting party, the defaulting party shall be
liable to the non -defaulting party for the non -defaulting party's reasonable attorney fees and
SA 09/01 /06
costs incurred because of the default
13 Binding Effect This writing, together with the exhibits hereto, constitutes the
entire agreement between the parties and shall be binding upon said parties, their officers,
employees, agents and assigns and shall inure to the benefit of the respective survivors, heirs,
personal representatives, successors and assigns of said parties
14 Indemnity/Insurance a The Service Provider agrees to indemnify and save
harmless the City, its officers, agents and employees against and from any and all actions,
suits, claims, demands or liability of any character whatsoever brought or asserted for injuries to
or death of any person or persons, or damages to property arising out of, result from or
occurring in connection with the performance of any service hereunder
b The Service Provider shall take all necessary precautions in performing the work
hereunder to prevent injury to persons and property
c Without limiting any of the Service Providers obligations hereunder, the Service
Provider shall provide and maintain insurance coverage naming the City as an additional
insured under this Agreement of the type and with the limits specified within Exhibit B,
consisting of one (1) page, attached hereto and incorporated herein by this reference The
Service Provider before commencing services hereunder, shall deliver to the City's Director of
Purchasing and Risk Management, P O Box 580 Fort Collins, Colorado 80522 one copy of a
certificate evidencing the insurance coverage required from an insurance company acceptable
to the City
15 Entire Agreement This Agreement, along with all Exhibits and other documents
incorporated herein, shall constitute the entire Agreement of the parties Covenants or
representations not contained in this Agreement shall not be binding on the parties
16 Law/Severability The laws of the State of Colorado shall govern the construction
interpretation, execution and enforcement of this Agreement In the event any provision of this
Agreement shall be held invalid or unenforceable by any court of competent jurisdiction, such
SA 09/01 /06
holding shall not invalidate or render unenforceable any other provision of this Agreement
17 Prohibition Against Employing Illegal Aliens This paragraph shall apply to all
Contractors whose performance of work under this Agreement does not involve the delivery of a
specific end product other than reports that are merely incidental to the performance of said
work Pursuant to Section 8-17 5-101, C R S , et seq , Contractor represents and agrees that
a As of the date of this Agreement
1 Contractor does not knowingly employ or contract with an illegal alien,
and
2 Contractor has participated or attempted to participate in the basic pilot
employment verification program created in Public Law 208, 104th Congress, as
amended, and expanded in Public Law 156, 108th Congress, as amended,
administered by the United States Department of Homeland Security (the 'Basic
Pilot Program") in order to confirm the employment eligibility of all newly hired
employees
b Contractor shall not knowingly employ or contract with an illegal alien to perform
work under this Agreement or knowingly enter into a contract with a subcontractor that
knowingly employs or contracts with an illegal alien to peiiorm work under this
Agreement
c Contractor shall continue to apply to participate in the Basic Pilot Program and
shall in writing verify same every three (3) calendar months thereafter, until Contractor is
accepted or the public contract for services has been completed, whichever is earlier
The requirements of this section shall not be required or effective if the Basic Pilot
Program is discontinued
d Contractor is prohibited from using Basic Pilot Program procedures to undertake
pre -employment screening of job applicants while this Agreement is being performed
SA 09/01/06
e If Contractor obtains actual knowledge that a subcontractor performing work
under this Agreement knowingly employs or contracts with an illegal alien, Contractor
shall
1 Notify such subcontractor and the City within three days that Contractor
has actual knowledge that the subcontractor is employing or contracting with an
illegal alien, and
2 Terminate the subcontract with the subcontractor if within three days of
receiving the notice required pursuant to this section the subcontractor does not
cease employing or contracting with the illegal alien, except that Contractor shall
not terminate the contract with the subcontractor if during such three days the
subcontractor provides information to establish that the subcontractor has not
knowingly employed or contracted with an illegal alien
f Contractor shall comply with any reasonable request by the Colorado
Department of Labor and Employment (the "Department') made in the course of an
investigation that the Department undertakes or is undertaking pursuant to the authority
established in Subsection 8-17 5-102 (5), C R S
g If Contractor violates any provision of this Agreement pertaining to the duties
imposed by Subsection 8-17 5-102, C R S the City may terminate this Agreement If this
Agreement is so terminated, Contractor shall be liable for actual and consequential
damages to the City arising out of Contractor's violation of Subsection 8-17 5-102,
CRS
In The City will notify the Office of the Secretary of State if Contractor violates this
provision of this Agreement and the City terminates the Agreement for such breach
SA 09/01 /06
e If Contractor obtains actual knowledge that a subcontractor performing work
under this Agreement knowingly employs or contracts with an illegal alien, Contractor
shall
1 Notify such subcontractor and the City within three days that Contractor
has actual knowledge that the subcontractor is employing or contracting with an
illegal alien, and
2 Terminate the subcontract with the subcontractor if within three days of
receiving the notice required pursuant to this section the subcontractor does not
cease employing or contracting with the illegal alien, except that Contractor shall
not terminate the contract with the subcontractor if during such three days the
subcontractor provides information to establish that the subcontractor has not
knowingly employed or contracted with an illegal alien
Contractor shall comply with any reasonable request by the Colorado
Department of Labor and Employment (the "Department') made in the course of an
investigation that the Department undertakes or is undertaking pursuant to the authority
established in Subsection 8-17 5-102 (5), C R S
g If Contractor violates any provision of this Agreement pertaining to the duties
imposed by Subsection 8-17 5-102, C R S the City may terminate this Agreement If this
Agreement is so terminated, Contractor shall be liable for actual and consequential
damages to the City arising out of Contractor's violation of Subsection 8-17 5-102,
CRS
h The City will notify the Office of the Secretary of State if Contractor violates this
provision of this Agreement and the City terminates the Agreement for such breach
SA 09/01 /06
A EST
COR�'AFVTESECRETARY
SA 09/01/06
CITY OF FORT COLLINS, COLORADO
a municipal corporation
By �V�)J—L�
James B O'Neill II, CPPO, FNIGP
DirectorVPurchasing and Risk Management
Date fi Z2 D—�
Colorado Systems Group, Inc
By —f
PRINT NAME
v,�-( PQs,�rPti f
CORPORATE PRESIDENT OR VICE PRESIDENT
Date / 6 3 0 7
(C rpo ate Seal)
EXHIBIT A
Video Security System for Parking Services
Scope of Work
Video Security System for use by Parking Services Operations, City of Fort Collins
• The customer interface must be web based and accessible from departmental
computers connected to the city network The system administration can be via the
remote client software, web or the digital video recorder
• The digital video recorder must be sized to handle the following requirements
o 8 cameras
o 24 hours a day
o 7 days a week
o 10 days of saved video data
o 15 frames per second
o IP camera technology
o Room for expansion for eight additional cameras
o 15 frames per second or higher per camera
15 bit high resolution color cameras
Locations are specified as the following
o Three parking structure booths
• One booth at Old Town Parking Structure
• Two booths at Civic Center Parking Structure
• Each booth will have one camera and one audio device
• Audio and video recording
• Each of the three areas around the booths will have the PTZ cameras to
monitor and record entry and exit lanes
o The customer service area, first floor south end of 215 North Mason street
• Two cameras and an audio device
• Local installation and service are preferred
• Include the cost of annual service contract including response time and any periodic
maintenance included as part of the service contract
• Include the cost of testing and orientation training of the turnkey Video Security system
This will include
o Demonstration of working camera recordings
o Demonstration of recording of video to DVD disk
o Demonstration of audio recording to DVD disk
o Demonstration of Guard tour setup of PTZ cameras
o Demonstration of Web Client Software
o Demonstration of System Administration
SA 09/01/06