Loading...
HomeMy WebLinkAbout284919 ECONOLITE CONTROL PRODUCTS - CONTRACT - CONTRACT - SYSTEM SUPPLY AGREEMENT ECONOLITE MCSI VIDEO WALLSYSTEM SUPPLY AGREEMENT THIS SYSTEM SUPPLY AGREEMENT (this "Agreement") is made and entered into on 29th day of May, 2003, by and between the City of Fort Collins, CO. a Colorado municipal corporation located at 300 LaPorte Avenue, Fort Collins, CO 80522 (hereinafter referred to as "FORT' COLLINS"), and ECONOLITE CONTROL PRODUCTS, INC., a California corporation located at 3360 E. La Palma Avenue, Anaheim, California 92806 (hereinafter referred to as "ECONOLITE"). RECITALS A. ECONOLITE is a manufacturer and supplier of traffic control equipment and advanced traffic management systems. B. ECONOLITE, in partnership with MCSi, has developed a plan set to provide FORT COLLINS with a fully integrated, user-friendly large screen video display system. C. FORT COLLINS desires to employ ECONOLITE to assist FORT COLLINS in the integration of a CCTV system (cameras and video switch) into the City's icons Advanced Traffic Management System. The integration will include the installation of the icons CCTV module and integration of the City supplied CCTV equipment with icons and the large screen video display system. AGREEMENT NOW, THEREFORE, the parties hereto agree as follows: 1. ECONOLITE SCOPE OF WORK; ECONOLITE DELIVERABLES AND PURCHASE PRICES On or before December 31, 2003, ECONOLITE will to provide FORT COLLINS with a fully integrated, user-friendly large screen video display system as hereinafter described and referred to as Video Wall. The Video Wall shall meet the requirements set out in the ECONOLITE proposal submitted to FORT COLLINS Project AQCM455-064 (14446) on April 9, 2003., attached hereto as Exhibit A and incorporated herein by this reference to the extent that it does not conflict with any other terms of this System Supply Agreement. In this scope of work, ECONOLITE shall deliver the following materials and services (the "deliverables") on or before the following delivery dates, provided FORT COLLINS has issued its Purchase Order and executed this Agreement on or before 6th day of June, 2003. A Project Timeline is attached as Exhibit B. Any extensions of the time limits set forth in this Agreement, including Exhibit B must be agreed upon in a writing signed by both parties. This Agreement shall not be assigned by any party, or any party substituted, without prior written consent of FORT COLLINS and ECONOLITE. 20. MERGER AND MODIFICATION This Agreement sets forth the entire Agreement between the parties in association with FORT COLLINS. No supplement, modification or amendment of this Agreement or waiver of the provisions thereof shall be binding unless executed in writing by FORT COLLINS and ECONOLITE. No waiver of any of the provisions of this Agreement shall be deemed, or shall constitute, a waiver of any other provision, whether or not similar, nor shall any waiver constitute a continuing waiver. 21. ATTORNEYS' FEES In the event any action in law or equity, arbitration or other proceeding is brought for the enforcement of this Agreement or in connection with any of the provisions of this Agreement, the prevailing party shall be entitled to its attorneys' fees and other costs reasonably incurred in such action or proceeding. 22. OTHER MATTERS Sever ability. In the event any of the provisions of this Agreement shall, for any reason, be held void or unenforceable, the remaining provisions shall remain in full effect and shall control. Invalid it Any provisions of this Agreement prohibited by the law of any state shall, as to said state, be ineffective to the extent of such prohibition without invalidating the remaining provisions of this Agreement. Accept;ince Not Waiver. Approval or acceptance by FORT COLLINS of, or payment for any equipment or services under this Agreement shall not be construed to operate as a waiver of any rights or benefits provided to FORT COLLINS under this Agreement or of any cause of action arising out of the performance of this Agreement. Force r✓Iajeure. Should any obligation of either party hereunder (except with respect timely payment of invoices) be delayed by events beyond such party's control, including but not limited to, natural or man-made disasters, strikes government actions or regulations, failure of a third party to comply or conform, or inability to obtain labor or materials through its regular sources, that party's time for performance shall be extended by the period of delay upon approval by FORT COLLINS. Absence of Third Party Beneficiary Rights. Except as otherwise provided in this Agreement, no provision of this Agreement is intended nor shall be interpreted to provide or create any third party beneficiary rights or any other rights of any kind in any affiliate or subsidiary, and all provisions hereof shall be personal solely between the parties hereto. Headintis. Article and Section headings are included solely for convenience, are not to be considered a part of this Agreement and are not intended to be full and accurate descriptions of the contents thereof. 10 Survival. The following provisions shall survive the expiration, cancellation or early termination of this Agreement: Articles 3, 4, 7, 8, 9, 10, 11,12, and 18 and any other provision which by its nature shall survive the expiration, cancellation or early termination of this Agreement. 11 23. SPECIAL PROVISION Special provisions or conditions relating to the services to be performed pursuant to this Agreement are set forth in ATTACHMENT "V, "Required Contract Provisions Federal -Aid Construction Contracts" consisting of twelve (12) pages, ATTACHMENT "2" consisting of eight (8) pages and ATTACHMENT "Y "Performance Bond" consisting of two (2) pages attached hereto and incorporated herein by this reference. IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be executed as of the date; first above written THE CITY OF FORT COLLINS, COLORADO By: Q" f John ischbach Manager By: V am e B. O'Neill II, CPPO, FNIGP i ctor of Purchasing & Risk Management DATE: w /G �Q3 City Clerk APPROV AS TO F RM: C Assistant City Attorney ECONOLITE CO TRO] By: Print: J. jP/ n ze, P.E. PRODUCTS, INC. Title: 'Vice President — Sales Date: ATTEST: worporate' aeall Corp ratc Corp �tary 12 EXHIBIT A ECONOLITE PROPOSAL 13 City of Fort Collins TRAFFIC OPERATIONS CENTER VIDEO DISPLAY SYSTEM Project AQC M455-064 (144461 April 9, 2003 Plan Set Prepared BY - In Conjunction With: mcr St. Media Consultants • Systems Integrators 14 -1MCS Mcdia Consultants - Systems inielratars City of Fort Collins Traffic Operations Center Video Display System Project AQC M455-0641144461 Table of Contents Project Scopeof Work.._._.____._._...____.____ _._.____...__...___ w ..._..__ ..._.__ 3 Master control System configuration ___.._ ...__..�..�__.___...__.__8 111111 System Configuration_____.._..__._ _ _____.._.__.�_._._._.._..__..._.____.._._. 9 Audio Playback System Configuration �___.__.._._ _ _ _�____._._._ _ _ ------ 9 Wdeo Display System Diagram_.._.__.._...___.______... _ __.10 CCTV System Integration __._.__.__..__ _ _.__.__..._ .. _ _...__.10 System Warranty.... _______.___._______�__._..._._._____..__.._.__ Exclusions _._.._...___._.__....____._ _._._.__... _..._.__._._ _ 13 Pricing Appendix Project Overview Econolite Control Products, Inc. (Econolite), in conjunction with MCSi, have prepared this plan set to provide the City of Ft. Collins with a fully integrated, user-friendly large screen display system. Our design team views this large screen display project as a means by which the City can showcase it's intelligent transportation management tools; such as the icons®' Advanced Traffic Management System, surveillance cameras with pan -tilt control, and other video sources such as video detection cameras. To provide the City with maximum use of the display system we have also included a VHS and DVD playback system, TV tuner and audio system all managed and controlled by the Traffic Operations Center (TOC) operators. This new display system will significantly increase the amount of information that the TOC operators and guests view. The large screen display system will also dramatically increase the way the City personnel view and control its state-of-the-art traffic management system. As part of this project, Econolite will also assist the City in the integration of a CCTV system (cameras and video switch) the City's icons Advanced Traffic Management System. This will include the installation of the icons CCTV module and integration of the City supplied CCTV equipment with icons and the new video display system. Scope of Work Display Wall Configuration Display Wall The heart of this project is a Christie control room display system and processors. Econolite and MCSi have recommended a 4 wide by 2 high array of Christie 24/7 50 inch projection modules. This array will provide a total screen size of 160 inches wide by 60 inches high, excluding the base stand. The overall dimension of the display wall will be 160 inches wide by 110 inches high (with 50 inch base, approximately) and a depth of 26.03 inches, excluding the service stand (see Appendix for detail drawing). The overall resolution of the system will be 4096 pixels by 1536 pixels. Dlspisy System 1 icons is a registered trademark of Econolite Control Products, Inc. 16 Drawing of. A 2 X 4 50" Display Wall CHRISTIE 50" XGA DISPLAY MODULE The; 50 inch projection module construction offers all the advantages of modular design, yet requires only a modest 700 mm / 28" installation depth. The Christie technology brings a new dimension to digital projection technology with new standards in brightness, color, sharpness, and digital 30-bit color management fidelity for display uniformity. CHRISTIE 50" MODULE The; video display system will be constructed using 50 inch projection modules or cubes. Each cube uses a modular type construction with the added advantage of being seamless. There are no visible mullions from the front of the display. The structure is made up of a black anodized aluminum strut modular framework enclosed with black powder coated heavy gauge metal panels. The panels maintain a "dark box" around the projection engines to eliminate incidental light reaching the screens from behind. The: base has long threaded levelers to insure that the structure is perfectly level on even the largest of applications. A modular filtering system permits easy replacement without opening the wall allowing maintenance in minutes. The: display system structure will be fabricated with two screens high and four screens wide. This display system will provide: ♦ Very bright, very high -resolution displays ♦ Configuration in a linear shape ♦ Minimal installation depth ♦ Enclosed structure to avoid incident light and dust ♦ Easy maintenance of system from the rear of the structure while system is running Christie Screen The! standard screen is a high contrast, high gain tinted screen. This provides the best combination of brightness, uniformity, and viewing angle. Christie Projection Engine Each 50 inch projection cube utilizes an XGA (1024 x 768) DLP projection engine designed specifically for the rigorous demands of 24 hour a day control rooms. The engine uses (1) DLP panel, and an industry leading 8000 hour UHP metal halide lamp. 17 Drawing of: Design of a 50" projection module 1 Projection Unit 2 Illumination Unit 3 Power Supply 4 Reflection Mirror 5 Screen Module 6 Dark Box Drawing of: Projection System for illustration only Drawing of. Typical Projector Base with Equipment Racks, Glass Doors and Fans Christie Display Wall Controller A Christie FRC-5000 Display Wall Controller will be used to control the video display system. The FRC-5000 is a graphical controller that uses PC technology and multiple video output cards to allow one logical screen to exist. The FRC-5000 display wall controller uses the sum of the resolutions of each projection module to create one logical screen. Therefore, the larger the number of projection modules incorporated, the larger overall resolution of the display wall. This provides a huge advantage when trying to view content with a large area topology and dense details, like the icons base map. By having this large resolution you are able to see the entire map content without a "zoom out" loss of detail. Since the FRC-5000 display wall controller is a standard Microsoft Windows workstation, it allows all the functionality with your TOC's applications. This allows applications to be installed directly onto the FRC-5000, and viewed on the display wall. As part of the integration, Econolite will install the icons workstation software on the wall controller so that it can operate as a full icons workstation. The display wall controller allows multiple projection displays to act as one single display. Applications are therefore displayed on the display modules through the network. Features of the display wall controller offer: - Sum of resolutions of multiple screens - Network connectivity offers unlimited expandability of - The ability to control applications from multiple operab - More real estate to show applications - The ability to visualize a larger map area without losin In addition to being able to display data applications, the FRC-5000 processor is able to display analog video sources. Either composite or S-Video sources can be displayed within an application window that is movable and sizable around the display wall. Actual size and placement of the video windows is based on the type of video input card and the amount of video inputs running at the same time. Display Wall Controller Configuration Z VIDEO WALL PROJECT SYSTEM a. Projection System consisting of: 8 — 50" XGA 1-Chip DLP Projector 8 — 50" High Contrast Screen 2 — CX50 User's Kit 8 —New 100w Lamps Custom Base for Christie Cubes b. Wall Controller consisting of 1 — FRC-5000 Display Wall Controller 1 — VideoMax 1 — RGBMaster c. Playback System consisting of 1 —'/z" VHS VCR 1 — DVD Player 1 — Rack Shelves for DVD, VCR d. Computer Interface System consisting of 2 — RGB 160xi Interfaces 2 — VGA Cables w/Audio 1 — Crosspoint 12x8 Router e. Audio System consisting of- 4 — 8 ohm Ceiling Speakers 2 — 20w per ch. Stereo Power Amplifier 2 — Signal Processors f. Control System consisting of- 1 — Control Frame 1 — 12" Desktop Color Control Panel 1 — Video Card for TP 1 — RGB Card for TP 2 — Volume Control Boxes 1 — Video Sync Sensor 2 — Rack Kit for ST Boxes 1 — Power Supply 1 — TV/AM/FM/Weather Net Box 1 — Dual Serial Port Net Box g. 2 year Rapid Resolve Onsite Service Plan for video display system TOTAL: VIDEO WALL PROJECT SYSTEM COST $ 3585240.00 2 CCTV SYSTEM INTERFACE to icons including: 2 The: FRC-5000 graphical controller will be configured with four (4) Full -Color output cards, two (2) outputs per card, (total of 8 outputs) that connect to the eight (8) RGB inputs on the 50 inch projection modules. This graphical controller will also include one (1) VideoMAX card (16 video inputs per card). A total of sixteen (16) video windows will be able: to be displayed on the video wall simultaneously. Each of these video windows will be able to be sized to approximately 300x220 pixels each. The FRC-5000 will also include one (1) RGBMASTER input module. The dual RGB input RGBMaster card displays computer monitor type signals up to maximum resolutions of 1280 x 1024 pixels to be displayed in a single window on the video wall. Each of these RGB windows are freely scalable and movable on the display wall. The RGBMASTER inputs will be supported with Extron RGB interfaces to allow converting the SVGA output of the two (2) icons workstations in the TOC to RGB signals. These will be controlled and routed to the display controller via an Extron RGB Router/Switch. Integrated Wall Management Software Overview A GUI based application package, called the Integrated Wall Management Software will be included with the FRC-5000 display wall controller. Christie Digital developed this wall manager software package to provide the ability to easily create shortcuts called "hot -keys" for video and RGB window recall. The Wall Management Software also allows the management of launching and positioning video and RGB windows across the display wall, the design of various layouts through a user friendly GUI and the saving of layouts in a "hot -key' format for future use. Also included in this powerful tool is the ability to interact with other types of control systems (Crestron) to help in the management of the display wall. This permits use of a touch panel to have preset layouts, pre -designed and saved for one -touch wall layouts. Also included in the package is RemoteMASTER a remote keyboard/mouse capability that allows up to five (5) LAN connected operators in the TOC to access direct control of the video wall through user/password log -ins. The RemoteMASTER tool allows each operator to take control of the applications on the display wall. This software allows the operator to click into a menu box and have their mouse and keyboard automatically switched over to the display wall. This acts as if the local operator's keyboard and mouse are physically connected to the network connected display wall controller. Graphical Controller Drivers The graphical display wall controller will be preconfigured with Microsoft Windows 2000Tm and all the Christie video display drivers for the following cards: • Full- Color Analog output cards • Analog Video Input cards • Analog RGB Input cards 20 tleo Mao Mao tleo M!O Leo Mao Mao Block Diagram: Main Display Wall Graphical Controller with Video, RGB and Network connections Mlrsur 0�■tr�l Sysu� C�NN■ntl�� Control of the video display system components (video wall, video and audio elements, etc.) will be through a master control system. The master control system is designed around a Crestron PR02 controller. This device utilizes the Crestron Cresnet proprietary buss to talk to all of the Crestron devices and standard Serial, Contact Closure and IR interfaces to all other devices in the video display system. The user interface for the master control system will be provided by a Crestron TPS- 5000 Color 12 inch Touch Panel. This Touch Panel provides for all user control interface via pop up pages as well as Video, RGBHV windows and Stereo Audio playback. Any signal being routed to the Display Wall can be previewed on the Touch Panel prior to sending to the display. The Touch Panel will be located on the exiting TOC; console for easy access by any of the operators working at the console. The Video Display System will also include an integrated Crestron ST-TUNE receiver. This unit is a Cresnet compatible device and that provides tuning of TV, AM, FM and the 21 Weather channel signals. The unit can decode both Cable and Off Air signals. These signals can then be routed to the video and audio portions of the display system. Connections to appropriate antennas or Cable TV connections for television and radio signals are the responsibility of the City of Fort Collins staff. Econolite and MCSi will also install a Crestron ST-COM box at the FRC-5000 controller. Volume control for the two (2) audio zones will be accomplished via the ST-VC boxes. RGI Shad■ 0■■i IMde■ As noted above, two (2) Extron RGB interface units will be installed at the two (2) existing icons workstations on the TOC console. The outputs of the interfaces will be fed to an Extron Crosspoint 12x8 Matrix Switcher. The FRC-5000 will pull applications from the traffic management system network directly so no interfacing is required for applications that can run directly on the display wall controller. Outputs from the RBG matrix router will support following display systems: Main Display Wall — (2) RGBHV Outputs and (2) Video Outputs Audio Playback — (2) Zones of Playback Audio Touch Panel — (1) RGBHV Output, (1) Video Output and (1) Stereo Audio Output Angie RIANek SIME CINUr■u•■ An audio system with two (2) zones of audio playback will be included as part of the video display system. To accomplish this, a pair of JBL Control 26C speakers will be installed in the base of the Main Display Wall and a second pair of JBL speakers will be installed at the rear of the control room in the soffit area. Each zone will have its own signal processing and amplification. Volume control will be accomplished via the Crestron TPS-5000 Touch Panel located on the operator control console. 22 MII 118118y System cuft us The: following diagram gives an overall view of each of the elements of the Video Display System and how they interact. VIDEO SWITCHER VCR em "9I0 IMIM080 MAIN DISPLAY WALL 2x4 ARRAY OF 50' CUBES -- _' I VIDEO WALL PROCESSOR RGB SWITCHER PROVIDED BY CITY DVD =L ST-TUNE ICONS WORKSTATION #1 E AUDIO SWITCHER AMPLIFIER CRESTRON CONTROLSYSTEM Video Display System Configuration WO-'R���LKgjSTATION #2 SPEAKERS As part of this project, Econolite will assist the City in the integration of City supplied Panasonic CCTV equipment into the existing icons Advanced Traffic Management System. This will include installation of the icons CCTV Module purchased by the City as part of the first phase of the traffic management system. Econolite will supply all of the necessary TOC equipment to interface up to eight (8) CCTV cameras (Panasonic WV- CS854A) and a video switch (Panasonic SX850). The City of Fort Collins will provide the necessary video transmitters, interface panels, etc needed for the field equipment. Video will be routed from the video switch to the inputs of the video display system as noted above and to the two (2) icons workstations located at the TOC console. These workstations will be upgraded to include a WinTV Go video digitizer to allow displaying the selected CCTV camera in a Window on the workstation monitor. The other icons 23 workstations currently included as part of the traffic management system can be upgraded to include the ability to display video if the City installs the appropriate cabling to route video to these workstations. Econolite will also assist the City in the installation of the CCTV field equipment as needed. Installation, integration, set-up and training of the City supplied Panasonic CCTV equipment is the responsibility of others. Ir Video pre Conbol CCTV Camara CCTV t �5 Video PTZ Con ml CCTV 8 CCTV Camra S.m■ iniews t em Field Equipment Provided by City Fiber Optic vidwidata transmitter Fiber Optic vidwidata transmitter Traffic Operations Center Cih*nE�` Video Display Videoffida Receivers system System Provided by TOC Workstations(2) City CCTV System Configuration Econolite and MCSi will provide a turnkey audiovisual system, including equipment, design, engineering, project management, materials, testing, training and warranty. Installation includes labor and hardware for display, audio, video, control system; related equipment rack, equipment mounting, plates, panels, connectors, cables and etc. (see Appendix for Equipment Listing and Data Sheets) Application Engineering: • Preparation of system functional interconnection diagrams and system function. • Development of Touch Panel pages and User Interface Project Management: • Meetings with the City of Fort Collins technical and contract representatives and resolution of questions or issues outstanding • Coordinate construction observation, system implementation monitoring and ;submittal review with the City of Fort Collins • Develop project schedule and oversight of the Econolite and MCSi team • Stage equipment and materials off site • Submit users manuals of all equipment documentation • Supervise end -user training on systems operation 24 • Facilitate completion of final punch list items. • Assure that the finished system meets the design criteria and functions per the developed concept. • Provide end -user training on proper operation of system Project Labor: • Pulling and bundling cables with -in the TOC control room • Labeling all cable with -in the room • Terminating all cable with -in room • Mounting and terminating all wall plates, terminating wiring • Installing structural systems for audiovisual equipment • Site clean up, disposal of trash and etc. • System burn -in Preliminary Implementation Schedule For Video Display System We anticipate completion of the project based on the following schedule: Action Item Week # Time Receipt of Authorization to Proceed 1 1 day Order Entry / Project Creation 1 to 2 10 days System Documentation — Release for Construction 2 to 3 5 to 7 days Equipment Receiving and Staging 4 to 5 10 days Initial On -Site Coordination 6 2 to 3 days Initial Cable Pulls 7 5 to 7 days Installation of AN Wire Tray System 7 1 day Ship System 7 5 days Fabrication and Inspection of Display Wall Support Structure 7 45 days Rack Fabrication — City Facility 7 7 days Delivery of Equipment 8 2 days Installation of Display Support Structure 9 5 days Installation of Display Wall and Processor Software 10 to 11 10 days Software Download and Debug 12 5 days System Testing 12 4 days Substantial Completion 13 5 days Punch List Completion 14 5 days Final Acceptance 15 Training Training will be included for both the video display system and icons CCTV Module. The training for the video display system will include one 6-hour class. Class size should support eight (8) city employees. The project manager will pre -arrange all 25 classes. The class format will include hard copy educational materials and a CD-ROM. The: instructor will cover the following system items: • Identifying System Components • Changing the Power Supply • Changing Lamps • Changing Dust Filters • Creating Wall Layouts • Creating Scenarios within The Wall Manager Software Training for the icons CCTV Module will include one 6-hour class. This class will familiarize the system operators on the features, user interface, and setup/configuration/administration of the icons CCTV Module and CCTV communications system. Wume Workmanship Econolite and MCSi warrants the video display system to be free from defects in workmanship (i.e. cables, connections, and structures) for a period of one (1) year from the date of acceptance or first beneficial use, whichever occurs first. MCSi will handle warranty service for such defects on -site in a reasonable and timely manner from the time: of notification to MCSi offices in Denver, CO. Manufacturers Manufacturer's equipment warranties are of varying lengths (usually one (1) year or - more). Econolite and MCSi warrants this equipment for the term established by the manufacturer on a depot basis only. The City of Fort Collins must deliver the manufacturer's warranty repair equipment to Econolite (CCTV communications equipment) or MCSi Denver, CO (video display system equipment) as appropriate. This warranty does not apply to any product that has been subject to misuse, neglect, accident or operational error. Video Display System Rapid Response On -Site Service Agreement An optional Service Agreement for the video display system has been included as part of this proposal. The duration of this agreement is two (2) years from the date of acceptance or first beneficial use (effectively extending the covered period by 12 months beyond the warranty noted above). This Service Agreement will cover all equipment installed, cables, connections, and structures that are part of video display system covered in this document. The Service Agreeemnt also includes a two (2) year supply of lamps and filters for the projection engines. This will provide the City of Ft. Collins with two (2) years of minimal to no out-of-pocket cost. THIS VIDEO DISPLAY SYSTEM SERVICE PACKAGE INCLUDES THE FOLLOWING SERVICES: • Priority Service Status • Unlimited Telephone Support via MCSi's exclusive 800 number • Parts repair, or replacement, during the Service Agreement period • On -site labor with a 12 business hours response time, Monday through Friday, 8:00 AM to 5:00 PM • Four (4) preventative maintenance visits per calendar year 26 This package provides the following benefits: • Comfort that our expert service staff backs this integrated system for two years • The convenience of calling ONE Company to handle all service and support requirements • The ability to budget your service and support and pay one fixed price • This price includes all parts and services required for the maintenance of the system during the period of the agreement BICLISIONS The following work is not included in our scope of work unless specified elsewhere: • All conduit, high voltage wiring panels, breakers, relays, junction boxes, receptacles, etc. The City is responsible for installation of a power distribution panel with appropriate capacity to serve the video display system. Location and rating of the power service will be coordinated with the City and Econolite/MCSi staff. • Concrete saw cutting and / or core drilling. Fire wall, ceiling, and roof and floor penetration • Permits (unless specifically provided for elsewhere in the contract) • HVAC and plumbing relocation • Lighting and Lighting Control • Installation of cables between the TOC console and existing server racks. • 'We have assumed that the existing conduit to the TOC console is adequate to contain the new cables that will need to be installed. The City will be responsible for nstallation of additional conduit if needed. Econolite and MCSi's experience and resources will be fully committed to comnplete this project on time and within budget. We appreciate the opportunity to submit this plan set for Project AQC M455-064 (14446) and look forward to working with the City of Fort Collins on this important enhancement to the City's Advanced Traffic Management System. 27 r1 A RI" i('1 • Appendix Appendix Table of Contents • Video Display System Configuration Line Drawing • Video Display System Structure Drawing • CCTV System Configuration Line Drawing • Hardware Equipment List • Supporting Material and Data Sheet L-4 -11,04, a' � 0 �1- 1 mcst* Media Consultants - Systems Integrators MAIN DISPLAY WALL 2x4 ARRAY OF 5V CUBES VIDEO SWITCHER E— rv,..w. cc ie ----"" PROVIDED BY CITY _ui omw VCR r---1 ---1 DVD r-- ST-TUNE VIDEO WALL PROCESSOR RGB SWITCHER 7�a WORKSTATION#1 i t WORKSTATION#2 i ��., AUDIO SWITCHER AMPLIFIER SPEAKERS .... ..__. _... 12" TOUCH PANEL CRESTRON CONTROL SYSTEM Video Display System Configuration a. TOC CCTV equipment consisting of.- 4 — WinTV Go Cards 2 — R3 Modem Rack 6 — Video/Data Receiver 8 — SM F/O Patch Cord, 15 Ft. 8 — Coax Cable — Recvr to Switch — 10 feet 2 — Coax Cable — Switch to Workstation — 50 feet 1 — Switch Ctrl Serial Cable — Custom 8 — Switch to PTZ Ctrl — Data Cable — Custom 1 — icons workstation software license TOTAL: CCTV SYSTEM INTERFACE TO ICONS 3 Onsite installation/integration/test and documentation TOTAL: ONSITE INSTALLATION/INTEGRATION/TEST AND DOCUMENTATION TOTAL: PERFORMANCE BOND TOTAL PRICE FOR VIDEO WALL PROJECT: 2. DELIVERY SCHEDULES $ 26,255.00 $ 28,100.00 $ N/C $ 4289875.00 A complete Project Timeline is attached as Exhibit B. All equipment will be shipped F.O.B. Fort Collins, Colorado. 3. PAYMENT TERMS Payment by FORT COLLINS to ECONOLITE shall be made in accordance with the deliverables provided. Payment terms are as follows: Mobilization fee: $128,665.00 (represents initial 30% -- for cost of equipment, materials, supplies and initial service mobilization). Fee to be invoiced to FORT COLLINS immediately after Agreement is signed and shall be paid to ECONOLITE within 30 days of receipt of proper invoice. Shipment of equipment: $150,105.00 (represents completion of 35% of total services). Fee to be invoiced to FORT COLLINS after Video Wall equipment is shipped and shall be paid to ECONOLITE within 30 days of receipt of proper invoice. Installation and test: $128,665.00 (represents completion of 30% of total services). Fee to be invoiced to FORT COLLINS after installation and test are complete and shall be paid to ECONOLITE within 30 days of receipt of proper invoice. 3 Field Equipment Provided by City Video A PTZ Control Fiber Optic CCTV Cmem CCN1 vtdeoldate trnamittar I Video PTZ Control Fiber Optic CCTV videotrans t CCTV or Camara transmitter Traffic Operations Center AM-'MR� citvos`rort�s Video Display Vldeol0ata Receiver System System Provided by TOC Workstations I]) City CCTV System Configuration Nardware Equipment List Projection System consisting of: 8 - 50" XGA 1-Chip DLP Projector Christie 8 - 50" High Contrast Screen Christie 2 - CX50 User's Kit Christie 8 - New 100w Lamps Christie Custom Base for Christie Cubes Draper/Able Wall Controller consisting of 1 - FRC-5000 Display Wall Controller Christie 1 - VideoMax Christie 1 - RGBMaster Christie Playback System consisting of: 1 - 1/2" VHS VCR Mitsibishi 1 - DVD Player Mitsibishi 1 - Rack Shelves for DVD, VCR MAP Computer Interface System consisting of: 2 - RGB 160xi Interfaces Extron 2 - VGA Cables w/ Audio Extron 1 - Crosspoint 12x8 Router Extron Audio System consisting of: 4 - 8 ohm Ceiling Speakers JBL 2 - 20w per ch. Stereo Power Amplifier Symetrix 2 - Signal Processors Biamp Control System consisting of: 1 - Control Frame Crestron 1 - 12"Desktop Color Control Panel Crestron 1 - Video Card for TP Crestron 1 - RGB Card for TP Crestron 2 - Volume Control Boxes Crestron 2 1 - Video Sync Sensor Crestron 2 - Rack Kit for ST Boxes Crestron 1 - Power Supply Crestron 1 - TV/AM/FM/Weather Net Box Crestron 1 - Dual Serial Port Net Box Crestron TOC CCTV equipment consisting of: 4 - WinTV Go Cards Hauppauge 2 - R3 Modem Rack IFS 8 - Video/Data Receiver IFS 8 - SM F/O Patch Cord, 15 Ft. 8 - Coax Cable- Recvr to Switch - 10 feet 2 - Coax Cable - Switch to Workstation - 50 feet 1 - Switch Ctrl Serial Cable - Custom 8 - Switch to PTZ Ctrl - Data Cable — Custom 1- icons workstation software license 3 Network Domain Server PowerEdge 2550 Additional Processors Memory Keyboard Monitor 1" Hard Drive Primary Controller Diskette Drive Operating System Mouse First and Second Network Adapter Internal Tape Backup Unit CDROM or DVD ROM Hard Drive Backplane Documentation 2°° Hard Drive Tape Backup Software Hard Drive Configuration Chassis Configuration Hardware Support Service Installation Services 3'd Hard Drive Power Supply Kits PowerEdge 2550, Intel Pentium III, 1.26GHz w/512K Cache Single Processor 512MB SDRAM, 133MHz, 2X2568MB DIMMs Standard Windows Keyboard, Gray Dell E551115in (I3.8in Viewable), Gray Monitor 36GB 1 Ultra3 (Ultra 160) SCSI 1 OK RPM Hot Plug Hard Drive PERC3/DC-Dual Channel Add -in RAID Card 128 MB Cache (1- Int/1 EXT Channel) 1.44MB Diskette Drive MS Windows NT 4.0, Configured as a Primary Domain Controller Microsoft System Mouse, Gray One integrated 10/100 and one integrated 10/100/1000 NICs INTERNAL 20/40GB DDS-4 Tape Drive w/39160 SCSI CONTROLLER 8X IDE Internal DVD ROM Drive 4 Bay (lx4) Hot Plug Hard Drive Backplane Electronic Documentation, Users/Installation/Trouble Guide on CD 36GB 1 Ultra3 (Ultra 160) SCSI 1 OK RPM Hot Plug Hard Drive CA Areserve Professional On -Board SCSI, Drives 1-5 connected to on -board SCSI Rapid -Install Rack Rails Shipped with Server No Installation 36GB 1 Ultra3 (Ultra 160) SCSI 1 OK RPM Hot Plug Hard Drive Single Non -redundant 330 Watt Power Supply 4 Communication Server PowerEdge 2550 Additional Processors Memory Keyboard Monitor 1st Hard Drive Primary Controller Diskette Drive Operating System Mouse First and Second Network Adapter CDROM or DVD ROM Hard Drive Backplane Documentation 2D° Hard Drive Hard Drive Configuration Chassis Configuration Hardware Support Service Installation Services 3`Q Hard Drive Power Supply Kits PowerEdge 2550, Intel Pentium III, 1.26GHz w/512K Cache Single Processor 512MB SDRAM, 133MHz, 2X2568MB DIMMs Standard Windows Keyboard, Gray Dell E551, 15in (13.8in Viewable), Gray Monitor 18GB 1 Ultra3 (Ultra 160) SCSI 1 OK RPM Hot Plug Hard Drive PERC3/DC-Dual Channel Add -in RAID Card 128 MB Cache (1- Int/1 EXT Channel) 1.44MB Diskette Drive MS Windows NT 4.0, Configured as a Backup Domain Controller Microsoft System Mouse, Gray One integrated 10/100 and one integrated 10/100/1000 NICs 8X IDE Internal DVD ROM Drive 4 Bay (lx4) Hot Plug Hard Drive Backplane Electronic Documentation, Users/Installation/Trouble Guide on CD 18GB 1 Ultra3 (Ultra 160) SCSI 1 OK RPM Hot Plug Hard Drive On -Board SCSI, Drives 1-5 connected to on -board SCSI Rapid -Install Rack Rails Shipped with Server No Installation 18GB 1 Ultra3 (Ultra 160) SCSI 1 OK RPM Hot Plug Hard Drive Single Non -redundant 330 Watt Power Supply 5 Operator Interface Dell Dimension 4300 Dimension® 4300 Series, Pentium® 4 Processor at 1.6 GHz Series Memory 512MB SDRAM, 2 DIMMS Keyboard Dell® Enhanced Performance USB Keyboard Monitor 17in (16.Oin viewable, 25MM) M782 Monitor Video Card 64MB NVIDIA GeForce2 MX Graphics Card w/ TV -Out Hard Drive 40GB Ultra ATA/100 720ORPM Hard Drive Floppy Drive 3.5in Floppy Drive Operating System Microsoft® Windows® 2000 Professional Mouse Microsoft® Intellimouse® Explorer Network Card 10/100 PCI Fast Ethernet NIC Modem 56K PCI Data Fax Modem for Windows DVD ROM or CD-ROM 16X Max Variable DVD-Rom Drive Drive Sound Card SB Live! Digital Sound card Speakers Harman Kardon Speakers Modems The moderns used to support maintenance activities will be from US Robotics and support the following specifications. Operating Systems Modem is compatible with Windows XP, Windows NT 4.0, Windows 2000, Windows ME, Windows 98, Windows 95, Windows 3.1, Linux and DOS. Includes NEW V.92 56K ITU standard and V.90 standard. Standards and Protocols Supported ■ V.92 56K ITU standard ■ V.90 65K ITU standard ■ V.34 33.6 Kbps ITU standard ■ Compatible with ITU and Bell standards from 56 Kbps to 1200 bps ■ V.42/MNP 2-4 error control, V.42 bis/MNP 5 data compression ■ Fax: Class 1 and 2.0 Group III 14.4 Kbps send and receive Dimensions ■ 6.5" wide, 3.75" deep ■ 1.5" high Model Numbers — USR5686D Commercial Software ■ Symantec GHOST ■ Symantec pcAnywhere ■ Autodesk AutoCAD LT ■ Sybase SQL Server Miscellaneous Equipment ■ Remote Access Server ■ Router ■ Network Hub ■ Uninterruptible Power Supply ■ Printer ■ Miscellaneous Cables Remote Access Server ■ Three integrated V.90/56K modems for Dial -up access ■ Dial -out client support on IP/IPX networks using Windows 95/98/Me/2000/NT ■ Industry -standard PPP/SLIP client support, as in Windows 95/98/Me/2000/NT ■ 1 OMB Ethernet connectivity to IP/IPX LANs ■ 6.2" wide, 9.0" deep ■ 1.41i' high Model Number — MTASR3-200 Router The router will be a Cisco 2501 as described in the RFP response. Network Nub Network connectivity will be provided using a CISCO Catalyst 2950 Switch. The switch has the following specifications: ■ 24 10/100 prots for RJ-45 connectors ■ Two fixed GBIC-based 1000BaseX uplink ports Dimensions ■ 17.5" wide, 9.52" deep ■ 1.72" high Uninterruptible Power Supply 7 The input plug for the rack mount UPS is a NEMA L5-30P connector ■ Item: Smart UPS 2200 RM 5U XI ■ Part Number: SU2200RMXLNET ■ Description: APC Smart -UPS, 2200VA/1600W, Input 120V/Output 120V, Interface Port DB-9 RS-232, Smart -Slot card ■ General Features: Extendable run time, Hot swap batteries, Intelligent battery management, Overload indicator, Rack mount, Replace batt indicator, SmartSlot, Software, Automatic voltage regulation (AVR), User replaceable batteries The workstations will be support be Back -UPS CS 350VA. Printer The printer will be an HP LaserJet 1200N and has the following specifications: ■ Black and white print quality, 1200x1200 dpi ■ Print speed 15 pages per minute ■ Network ready Dimensions ■ 16.3" wide, 19.2" deep ■ 10" high N. EXHIBIT B PROJECT SCHEDULE ID 0 Task Name Duration Start June July Au ust September October November December J 5 611 1618 /15 /22 129 7/6 /13 /20 /27 8/3 /10 A7 24 131 I 9R /14 /21 281015 0/1 0/1 0/2 11211/9 1/1 1/2 1/3 1217 2/1 1212 1212 1 0 u 3 Econolits - Action Items Receipt of Owner Authorization to Proceed Order Entry in MCSi System/Project Creation system Documentation - Release for Construction Equipment Receiving and Staging Initial On -Site Coordination Initial Cable Pulls Installation of AN Wire Tray System Ship System Fabrication and Inspection of Display Wall Support Struc Rack Fabrication - City Facility Delivery of Equipment Installation of Display Support Structure Installation of Display Wall and Processor Software Software Download and Debug System Testing Substantial Completion Punch list Completion Final Acceptance 6-hour Training 133 days Tue 5/27I03 1 day Tue 527103 10 days Wed 528/03 7 do :".red 6,111M' 10 days Fri 620/03 3days Mon 717103 7 days Thu 7/10/03 1 day Mon 721/03 5days Tue 722/03 45 days Tue 729/03 7 days Wed 10/1/03 2 days Fri 10110/03 5 days Tue 10/14/03 10 days Tue 1021/03 5 days Tue 11/4103 4 days Tue 11/11/03 5 days Mon 11/17/03 5 days Mon 1124/03 0 days Tue 122103 1 day Wed 1213/03 SI,ECPI MCSI,ECPI MwI,E r, I,ECPI :: MC8I,ECPI CSI,ECPI SI,ECPI ;E9 MC3I,11l SI,ECPI I,ECPI SI,ECPI I,ECPI SI,ECPI 81,ECP1 SI,ECPI I,ECPI CSI,ECPI 1212 MCS6ECPI 2 3 e 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 Project Fort Collins, CO video wall proje Date: Thu 529103 Task Split Progress Milestone Summary Rolled Up Task Rolled Up Split Rolled Up Milestone ^ Rolled Up Progress External Tasks 0 Project Summary ^ E)demal Milestone Deadline Page 1 Final acceptance: $21,440.00 (intended to represent the remaining final 5% of total services). Fee to be invoiced to FORT COLLINS after acceptance testing has been completed and shall be paid to ECONOLITE within 30 days of receipt of proper invoice. ECONOLITE shall not be liable for delays in delivery or in performance or failure to manufacture or deliver, due to (1) causes which are unavoidable or beyond its reasonable control with approval by FORT COLLINS, or (2) acts of God, acts of FORT COLLINS, acts of civil or military authority, priorities, fires, strikes or other labor disturbances, floods, epidemics, war, riot, delays in transportation or car shortages, or (3) inability on account of causes beyond its reasonable control to obtain necessary labor, materials, components or manufacturing facilities with approval by FORT COLLINS. In the event of any such delay, the date of delivery or of performance shall be extended for a period equal to the time lost by reason of the delay. [f the delay is due to causes other than attributable to FORT COLLINS, and is such that the delivery of services voids the essential time frame for this contract, FORT COLLINS may cancel this contract upon written notice. This AGREEMENT is made subject to any federal, state or local allocations, priorities, restrictions or regulations now or hereafter in effect; or allocations imposed upon ECONOLITE by ECONOLITE'S suppliers or for delays caused by failure of its supplier to deliver parts to ECONOLITE. The compensation set forth in this paragraph shall be the total compensation for hardware, software and services provided by ECONOLITE, including all out of pocket expenses incurred. FORT COLLINS shall not pay fees in addition to the compensation listed in this paragraph unless otherwise agreed to in writing by FORT COLLINS and ECONOLITE. 4. PAYMENTS EARNED, DEFAULT AND REMEDIES FORT COLLINS acknowledges that the rights of ECONOLITE in and to the consideration payable by FORT COLLINS under Section 2 are absolute and unconditional upon satisfactory completion of the discrete tasks set out in Section 1. of this Agreement, notwithstanding that the payment dates may be set at a time later in the future than the performance date. 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. 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 itself of any other remedy at law or equity. If the non -defaulting party 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 costs incurred because of the default. 4 Microsoft Project Exported Information Page I of 4 [qD Taslk Name lResource Names1% Complete Rennolite - Action Is F Receipt of Owner Authorization to MCSI,ECPI 00" Proceed Order Entry in NICsi SystemsProject NICSI,ECPI 0% Creation Svstem Sy HED )cumentation - Release for 7 days MCSI,ECPI 01, onstruction Construction ..'quiptnent N Receiving and Riging MCSI,ECPI 01), S U, 6DtiaFTO—;daysMoil ordination On -Site NICSI,ECPI I 0% M=tial Cable Pulls] IM(.-Si.,E(:.PI --J 00110 I Installation of AN Wire Tray I day MCSI,ECPI SVStc111 MF--STiip System J--N4CSI,ECPI anpection HI^abiic.ation of' Wall ERoc MCSI,ECPI O'Nosplay pport Structure F]'L_2y -- k- Fabricatioti - Facility Thu 10'9'03 MCSI,ECPI f—Delivery of FqL[iP]ll - ent MCSI,ECPI 0 —Installation of n131 Display Support IF 5 7d days Frue 10 14 FNIon 10/20,'0- MCSI,ECPI IF I o �o file://C:\WINDOWS\Tem...\Fort Collinsofficialvideo wall project schedule 29 May 2003.htm 5/29/03 Microsoft Project Exported Information Page 2 of 4 I —IL •J4L1""` II II II II II I sta lation of splay Wall and10 EDi days Tue 10;21:t13 Mon 1 i%3'03 MCSI,ECPIt�ce4sorftware ftware. 15ownload and R.b 5 days Tud I I;%4:'03 lon 1 1'l{);'03 MCSI,ECPI Mll ug I'Sstem Testing I4 t ays Tue 11 l 103 Fri l 1r14103 IMCSI,ECPI 0° 7 [qSii stantia Completion 5 days Mon I1%1703 Fri 11 ?I%03 11CSI,ECPI H Punch List Coipletion�MC;SI,BCPI l9 Final Acceptance 0 ays Tuc ]2 2%03 Tue I2,2()3 MCSI.ECPI 0°u IMF 6-�nour Training 1 day�2;'3iO3 Wed 12'3 03 MCSI,ECPI 040 ID NName t:ironp Mat L nits Peak L`nits 0 City of Fort Co ins I {)()� 0°io MCSI l00°ia 100°5� 0 ECPI tong Task IT3I Task game Resource Name Wark Start Finish `/o Work Complete Receipt o J Owner Authorization N11CSI 8 hrs Tue 5r27 0 Tue 5'27/03 (y), to Proceed Receipt of 2 Owner Authorization ECPI 8 hrs Tue 5'27/03 Tue 5/27/03 Ot't to Proceed Order Entry in 3 N1CSi System"Project MCSI 80 hrs LVed 5_`28iO3 Tue 6'10iO3 0°,f, Creation Order Entry in } MCSi Systetn"P ro j ect ECPI E11r, Wed 5i28iO3 I'ue 6i lt).%()3 0° ; Creation S vstem Documentation - Release for 1CS1 56 hrs Fd 6%I I;'{)3 1'hu fi!I{)3 i}oo Construction file://C:\WINDOWS\Tern... Tort Collins official video wall project schedule 29 May 2003.htm 5/29/03 Microsoft Project Exported Information Page 3 of 4 Svstein Documentation - Release for ECPI Construction Equipment Receiving and Staging Equipment NICSI 00110, CInitial Receivin,, and Staging I Z� Site IlCoordination I ECIII Thu 7 '03 Wli; 01N, Initial _�()n- "J l'oordination Ecpl � nitial PfullsCC�71 MCSI 1 0%, Initial Pulls ECPI Installation A/V Wire Tray !n MCSI 8 hrs n syster o IInstallation A;i V Wire Tray .System ECA I ECPI 00 JIShip System MCSI ]IShip System ECPI 0% Fabrication and Inspection 10 of Display Wall Support MCSI1 360 hrs Tue 7/29/0' 3 Tue 9/30/0' 0A), Structure Fabrication and Inspection 10 of Display ECPI 360 hrs Tue 7/29/03 Tue 910/0' 00, Wall Support Structure Rae - 11 Fabrication - City Facility MCSI 56 hrs Wed 10/ 1 iO3 Thu 1019 �03 Rack Fabrication - ECPI o?"o City Facility ivery of pment12 1� fui MCSI IDelivei-, (It' [Equipm ent ECPI of EInstallation Display Support MCSI Structure file://C:\WINDOWS\Tem ... \Fort Collinsofficialvideo wall project schedule 29 May 2003.htm 5/29/03 Microsoft Project Exported Information Page 4 of 4 Installation of Display Support ECPl 0(),() Structure Installa't of Displa-y 'all and Prace:ssor MCS1 Mon 11/3/03 Instal la "'i on of Display Wall I and Processor ECTI Elir", 0()' Software Software 15 Download and MCS1 40 hrs Debug Software Download and Debug ECPI 40 firs Moll I 1 i 10.103 01!% System Testing 16 System Testing 17 SubstanuaT 1corriplotion MCS1 PI F MCSI 32 hrs Tue I I I 1 /03 Wil 1il 0000, 17 Substpantial Ct inietion ECPl 0110 Co Comph List lotion MCS1 0%0 Punch List Completion EC111 at FinPceptance 1� NICS1 I Final l Acceptance FCPl W/lb E 6-hour MCSI 0() LE E 6-hour Training ECPI IE E EH A Microsoft Home Page Microsoft Project' -lame Page file://C:\WrNDOWS\Tem ... Tort Collinsofficialvideo wall project schedule 29 May 2003.htm 5/29/03 July 21, 1999 ATTACHMENT "I" REQUIRED CONTRACT PROVISIONS FEDERAL -AID CONSTRUCTION CONTRACTS Attached is Form FHWA 1273 titled Required Contract Provisions Federal -Aid Construction Contracts. As described in Section I. General, the provisions of Form FHWA 1273 apply to all work performed under the Contract and are to be included in all subcontracts. 11 July 21, 1999 REQUIRED CONTRACT PROVISIONS FEDERAL -AID CONSTRUCTION CONTRACTS FHWA-1273 Electronic version —March 10, 1994 REQUIRED CONTRACT PROVISIONS FEDERAL -AID CONSTRUCTION CONTRACTS Page I. General.........................................................1 Il. Nondiscrimination............................................1 III. Nonsegrated Facilities......................................3 IV. Payment of Predetermined Minimum Wage .......... 3 V. Statements and Payrolls...................................6 VI. Record of Materials, Supplies, and Labor.............6 VII. GeneralSubletting or Assigning the Contract ......... 7 VIII. Safety: Accident Prevention ............................... 7 IX. False Statements Concerning Highway Projects. ..7 X. Implementation of Clean Air Act and Federal Water (Pollution Control Act................................8 XI. Certification Regarding Debarment, Suspension...... Ineligibility, and Voluntary Exclusion..................8 XII. Certification Regarding Use of Contract Funds for... Lobbying......................................................9 ATTACHMENTS A. Employment Preference for Appalachian Contracts (included in Appalachian contracts only) JKe1=I:1=I:71a 1. These contract provisions shall apply to all work performed on the contract by the contractor's own organization and with the assistance of workers under the contractor's immediate superin- tendence and to all work performed on the contract by piecework, station work, or by subcontract. 2. Except as otherwise provided for in each section, the contrac- tor shall insert in each subcontract all of the stipulations contained in these Required Contract Provisions, and further require their inclusion in any lower tier subcontract or purchase order that may in turn be made. The Required Contract Provisions shall not be incorporated by reference in any case. The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with these Required Contract Provisions. 3. A breach of any of the stipulations contained in these Required Contract Provisions shall be sufficient grounds for termination of the contract. 4. A breach of the following clauses of the Required Contract Provisions may also be grounds for debarment as provided in 29 CFR 5.12: Section I, paragraph 2; Section IV, paragraphs 1, 2, 3, 4, and 7; Section V, paragraphs 1 and 2a through 2g. 5. Disputes arising out of the labor standards provisions of Section IV (except paragraph 5) and Section V of these Required Contract Provisions shall not be subject to the general disputes clause of this contract. Such disputes shall be resolved in accor- dance with the procedures of the U.S. Department of Labor (DOL) as set forth in 29 CFR 5, 6, and 7. Disputes within the meaning of this clause include disputes between the contractor (or any of its subcontractors) and the contracting agency, the DOL, or the contractor's employees or their representatives. 6. Selection of Labor: During the performance of this contract, the contractor shall not: a. discriminate against labor from any other State, possession, or territory of the United States (except for employment preference for Appalachian contracts, when applicable, as specified in Attachment A), or b. employ convict labor for any purpose within the limits of the project unless it is labor performed by convicts who are on parole, supervised release, or probation. NONDISCRIMINATION (Applicable to all Federal -aid construction contracts and to all related subcontracts of $10,000 or more.) 1. Equal Employment Opportunity: Equal employment opportunity (EEO) requirements not to discriminate and to take affirmative action to assure equal opportunity as set forth under laws, executive orders, rules, regulations (28 CFR 35, 29 CFR 1630 and 41 CFR 60) and orders of the Secretary of Labor as modified by the provisions prescribed herein, and imposed pursuant to 23 U.S.C. 140 shall constitute the EEO and specific affirmative action standards for the contractor's project activities under this contract. The Equal Opportunity Construction Contract Specifications set forth under 41 CFR 60-4.3 and the provisions of the American Disabilities Act of 1990 (42 U.S.C. 12101 et seq.) set forth under 28 CFR 35 and 29 CFR 1630 are incorporated by reference in this contract. In the execution of this contract, the contractor agrees to comply with the following minimum specific requirement activities of EEO: a. The contractor will work with the State highway agency (SHA) and the Federal Government in carrying out EEO obliga- tions and in their review of his/her activities under the contract. b. The contractor will accept as his operating policy the following statement: "It is the policy of this Company to assure that applicants are employed, and that employees are treated during employment, without regard to their race, religion, sex, color, national origin, age or disability. Such action shall include: employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship, preapprenticeship, and/or on-the-job training." 2. EEO Officer: The contractor will designate and make known to the SHA contracting officers an EEO Officer who will have the responsibility for and must be capable of effectively administering and promoting an active contractor program of EEO and who must be assigned adequate authority and responsibility to do so. 3. Dissemination of Policy: All members of the contractor's staff who are authorized to hire, supervise, promote, and dis- charge employees, or who recommend such action, or who are substantially involved in such action, will be made fully cognizant of, and will implement, the contractor's EEO policy and contractu- al responsibilities to provide EEO in each grade and classification of employment. To ensure that the above agreement will be met, the following actions will be taken as a minimum: a. Periodic meetings of supervisory and personnel office employees will be conducted before the start of work and then not less often than once every six months, at which time the contract- or's EEO policy and its implementation will be reviewed and explained. The meetings will be conducted by the EEO Officer. b. All new supervisory or personnel office employees will be given a thorough indoctrination by the EEO Officer, covering all major aspects of the contractor's EEO obligations within thirty days following their reporting for duty with the contractor. c. All personnel who are engaged in direct recruitment for the project will be instructed by the EEO Officer in the contractor's procedures for locating and hiring minority group employees. d. Notices and posters setting forth the contractor's EEO policy will be placed in areas readily accessible to employees, applicants for employment and potential employees. e. The contractor's EEO policy and the procedures to implement such policy will be brought to the attention of employ- ees by meant; of meetings, employee handbooks, or other appropriate means. 4. Recruitment: When advertising for employees, the contractor will include in all advertisements for employees the notation: "An Equal Opportunity Employer." All such advertisements will be placed in publications having a large circulation among minority groups in the area from which the project work force would normally be derived. a. The contractor will, unless precluded by a valid bargaining agreement, conduct systematic and direct recruitment through public and private employee referral sources likely to yield qualified minority group applicants. To meet this requirement, the contractor will identify sources of potential minority group employees, and establish with such identified sources procedures whereby minority group applicants may be referred to the contractor for employment consideration. b. In the event the contractor has a valid bargaining agreement providing for exclusive hiring hall referrals, he is expected to observe the provisions of that agreement to the extent that the system permits the contractor's compliance with EEO contract provisions. (The DOL has held that where implementation of such agreements have the effect of discriminating against minorities or women, or obligates the contractor to do the same, such implementation violates Executive Order 11246, as amend- ed.) c. The contractor will encourage his present employees to refer minority group applicants for employment. Information and procedures with regard to referring minority group applicants will be discussed with employees. 5. Personnel Actions: Wages, working conditions, and employ- ee benefits shall be established and administered, and personnel actions of every type, including hiring, upgrading, promotion, transfer, demotion, layoff, and termination, shall be taken without regard to race, color, religion, sex, national origin, age or disabili- ty. The following procedures shall be followed: a. The contractor will conduct periodic inspections of project sites to insure that working conditions and employee facilities do not indicate discriminatory treatment of project site personnel. b. The contractor will periodically evaluate the spread of wages paid within each classification to determine any evidence of discriminatory wage practices. c. The contractor will periodically review selected personnel actions in depth to determine whether there is evidence of discrimination. Where evidence is found, the contractor will promptly take corrective action. If the review indicates that the discrimination may extend beyond the actions reviewed, such corrective action shall include all affected persons. d. The contractor will promptly investigate all complaints of alleged discrimination made to the contractor in connection with his obligations under this contract, will attempt to resolve such complaints, and will take appropriate corrective action within a reasonable time. If the investigation indicates that the discrimina- tion may affect persons other than the complainant, such correc- tive action shall include such other persons. Upon completion of each investigation, the contractor will inform every complainant of all of his avenues of appeal. 6. Training and Promotion: a. The contractor will assist in locating, qualifying, and increasing the skills of minority group and women employees, and applicants for employment. b. Consistent with the contractor's work force requirements and as permissible under Federal and State regulations, the contractor shall make full use of training programs, i.e., appren- ticeship, and on-the-job training programs for the geographical area of contract performance. Where feasible, 25 percent of apprentices or trainees in each occupation shall be in their first year of apprenticeship or training. In the event a special provision for training is provided under this contract, this subparagraph will be superseded as indicated in the special provision. c. The contractor will advise employees and applicants for employment of available training programs and entrance require- ments for each. d. The contractor will periodically review the training and promotion potential of minority group and women employees and will encourage eligible employees to apply for such training and promotion. 7. Unions: If the contractor relies in whole or in part upon unions as a source of employees, the contractor will use his/her best efforts to obtain the cooperation of such unions to increase opportunities for minority groups and women within the unions, and to effect referrals by such unions of minority and female employees. Actions by the contractor either directly or through a contractor's association acting as agent will include the proce- dures set forth below: a. The contractor will use best efforts to develop, in coopera- tion with the unions, joint training programs aimed toward qualify- ing more minority group members and women for membership in the unions and increasing the skills of minority group employees and women so that they may qualify for higher paying employ- ment. b. The contractor will use best efforts to incorporate an EEO clause into each union agreement to the end that such union will be contractually bound to refer applicants without regard to their race, color, religion, sex, national origin, age or disability. c. The contractor is to obtain information as to the referral practices and policies of the labor union except that to the extent such information is within the exclusive possession of the labor union and such labor union refuses to furnish such information to the contractor, the contractor shall so certify to the SHA and shall set forth what efforts have been made to obtain such information. d. In the event the union is unable to provide the contractor with a reasonable Flow of minority and women referrals within the time limit set forth in the collective bargaining agreement, the contractor will, through independent recruitment efforts, fill the employment vacancies without regard to race, color, religion, sex, national origin, age or disability; making full efforts to obtain qualified and/or qualifiable minority group persons and women. (The DOL has held that it shall be no excuse that the union with which the contractor has a collective bargaining agreement providing for exclusive referral failed to refer minority employees.) In the event the union referral practice prevents the contractor from meeting the obligations pursuant to Executive Order 11246, as amended, and these special provisions, such contractor shall immediately notify the SHA. 8. Selection of Subcontractors, Procurement of Materials and Leasing of Equipment: The contractor shall not discriminate on the grounds of race, color, religion, sex, national origin, age or disability in the selection and retention of subcontractors, including procurement of materials and leases of equipment. a. The contractor shall notify all potential subcontractors and suppliers of his/her EEO obligations under this contract. b. Disadvantaged business enterprises (DBE), as defined in 49 CFR 23, shall have equal opportunity to compete for and perform subcontracts which the contractor enters into pursuant to this contract. The contractor will use his best efforts to solicit bids from and to utilize DBE subcontractors or subcontractors with meaningful minority group and female representation among their employees. Contractors shall obtain lists of DBE construction firms from SHA personnel. c. The contractor will use his best efforts to ensure subcon- tractor compliance with their EEO obligations. 9. Records and Reports: The contractor shall keep such records as necessary to document compliance with the EEO requirements. Such records shall be retained for a period of three years following completion of the contract work and shall be available at reasonable times and places for inspection by autho- rized representatives of the SHA and the FHWA. a. The records kept by the contractor shall document the following: (1) The number of minority and non -minority group members and women employed in each work classification on the project; (2) The progress and efforts being made in cooperation with unions, when applicable, to increase employment opportuni- ties for minorities and women; (3) The progress and efforts being made in locating, hiring, training, qualifying, and upgrading minority and female employees; and (4) The progress and efforts being made in securing the services of DBE: subcontractors or subcontractors with meaningful minority and female representation among their employees. b. The contractors will submit an annual report to the SHA each July for the duration of the project, indicating the number of minority, women, and non -minority group employees currently engaged in each work classification required by the contract work. This information is to be reported on Form FHWA-1391. If on -the job training is tieing required by special provision, the contractor will be required to collect and report training data. III. NONSEGREGATED FACILITIES (Applicable to all Federal -aid construction contracts and to all related subcontracts of $10,000 or more.) a. By submission of this bid, the execution of this contract or subcontract, or the consummation of this material supply agree- ment or purchase order, as appropriate, the bidder, Federal -aid construction contractor, subcontractor, material supplier, or vendor, as appropriate, certifies that the firm does not maintain or provide for its employees any segregated facilities at any of its establishments, and that the firm does not permit its employees to perform their services at any location, under its control, where segregated facilities are maintained. The firm agrees that a breach of this certification is a violation of the EEO provisions of this contract. The firm further certifies that no employee will be denied access to adequate facilities on the basis of sex or disability. b. As used in this certification, the term "segregated facilities" means any waiting rooms, work areas, restrooms and washrooms, restaurants and other eating areas, timeclocks, locker rooms, and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transpor- tation, and housing facilities provided for employees which are segregated by explicit directive, or are, in fact, segregated on the basis of race, color, religion, national origin, age or disability, because of habiit, local custom, or otherwise. The only exception will be for the disabled when the demands for accessibility override (e.g. disabled parking). c. The contractor agrees that it has obtained or will obtain identical certification from proposed subcontractors or material suppliers prior to award of subcontracts or consummation of material supply agreements of $10,000 or more and that it will retain such certifications in its files. IV. PAYMENT OF PREDETERMINED MINIMUM WAGE (Applicable to all Federal -aid construction contracts exceeding $2,000 and to all related subcontracts, except for projects located on roadways classified as local roads or rural minor collectors, which are exempt.) 1. General: a. All mechanics and laborers employed or working upon the site of the work will be paid unconditionally and not less often than once a week and without subsequent deduction or rebate on any account [except such payroll deductions as are permitted by regulations (29 CFR 3) issued by the Secretary of Labor under the Copeland Act (40 U.S.C. 276c)] the full amounts of wages and bona fide fringe benefits (or cash equivalents thereof) due at time of payment. The payment shall be computed at wage rates not less than those contained in the wage determination of the Secretary of Labor (hereinafter "the wage determination") which is attached hereto and made a part hereof, regardless of any contractual relationship which may be alleged to exist between the contractor or its subcontractors and such laborers and mechanics. The wage determination (including any additional classifications and wage rates conformed under paragraph 2 of this Section IV and the DOL poster (WH-1321) or Form FHWA- 1495) shall be posted at all times by the contractor and its subcontractors at the site of the work in a prominent and accessible place where it can be easily seen by the workers. For the purpose of this Section, contributions made or costs reason- ably anticipated for bona fide fringe benefits under Section 1(b)(2) of the Davis -Bacon Act (40 U.S.C. 276a) on behalf of laborers or mechanics are considered wages paid to such laborers or mechanics, subject to the provisions of Section IV, paragraph 3b, hereof. Also, for the purpose of this Section, regular contributions made or costs incurred for more than a weekly period (but not less often than quarterly) under plans, funds, or programs, which cover the particular weekly period, are deemed to be constructively made or incurred during such weekly period. Such laborers and mechanics shall be paid the appropriate wage rate and fringe benefits on the wage determination for the classification of work actually performed, without regard to skill, except as provided in paragraphs 4 and 5 of this Section IV. b. Laborers or mechanics performing work in more than one classification may be compensated at the rate specified for each classification for the time actually worked therein, provided, that the employer's payroll records accurately set forth the time spent in each classification in which work is performed. G. All rulings and interpretations of the Davis -Bacon Act and related acts contained in 29 CFR 1, 3, and 5 are herein incorpo- rated by reference in this contract. 2. Classification: a. The SHA contracting officer shall require that any class of laborers or mechanics employed under the contract, which is not listed in the wage determination, shall be classified in conformance with the wage determination. b. The contracting officer shall approve an additional classification, wage rate and fringe benefits only when the following criteria have been met: (1) the work to be performed by the additional classification requested is not performed by a classification in the wage determination; (2) the additional classification is utilized in the area by the construction industry; (3) the proposed wage rate, including any bona fide fringe benefits, bears a reasonable relationship to the wage rates contained in the wage determination; and (4) with respect to helpers, when such a classification prevails in the area in which the work is performed. c. If the contractor or subcontractors, as appropriate, the laborers and mechanics (if known) to be employed in the addition- al classification or their representatives, and the contracting officer agree on the classification and wage rate (including the amount designated for fringe benefits where appropriate), a report of the action taken shall be sent by the contracting officer to the DOL, Administrator of the Wage and Hour Division, Employment Standards Administration, Washington, D.C. 20210. The Wage and Hour Administrator, or an authorized representative, will approve, modify, or disapprove every additional classification action within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30-day period that additional time is necessary. d. In the event the contractor or subcontractors, as appro- priate, the laborers or mechanics to be employed in the additional classification or their representatives, and the contracting officer do not agree on the proposed classification and wage rate (including the amount designated for fringe benefits, where appropriate), the contracting officer shall refer the questions, including the views of all interested parties and the recommenda- tion of the contracting officer, to the Wage and Hour Administrator for determination. Said Administrator, or an authorized represen- tative, will issue a determination within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30-day period that additional time is necessary e. The wage rate (including fringe benefits where appropriate) determined pursuant to paragraph 2c or 2d of this Section IV shall be paid to all workers performing work in the additional classification from the first day on which work is performed in the classification. 3. Payment of Fringe Benefits: a. Whenever the minimum wage rate prescribed in the contract for a class of laborers or mechanics includes a fringe benefit which is not expressed as an hourly rate, the contractor or subcontractors, as appropriate, shall either pay the benefit as stated in the wage determination or shall pay another bona fide fringe benefit or an hourly case equivalent thereof. b. If the contractor or subcontractor, as appropriate, does not make payments to a trustee or other third person, he/she may consider as a part of the wages of any laborer or mechanic the amount of any costs reasonably anticipated in providing bona fide fringe benefits under a plan or program, provided, that the Secre- tary of Labor has found, upon the written request of the contrac- tor, that the applicable standards of the Davis -Bacon Act have been met. The: Secretary of Labor may require the contractor to set aside in a separate account assets for the meeting of obligations under the plan or program. 4. Apprentices and Trainees (Programs of the U.S. DOL) and Helpers: a. Apprentices: (1) Apprentices will be permitted to work at less than the predetermined rate for the work they performed when they are employed pursuant to and individually registered in a bona fide apprenticeship program registered with the DOL, Employment and Training Administration, Bureau of Apprenticeship and Training, or with a State apprenticeship agency recognized by the Bureau, or if a person is employed in his/her first 90 days of probationary employment as an apprentice in such an apprentice- ship program, who is not individually registered in the program, but who has been certified by the Bureau of Apprenticeship and Training or a State apprenticeship agency (where appropriate) to be eligible for probationary employment as an apprentice. (2) The allowable ratio of apprentices to journeyman -level employees on the job site in any craft classification shall not be greater than the ratio permitted to the contractor as to the entire work force under the registered program. Any employee listed on a payroll at an apprentice wage rate, who is not registered or otherwise employed as stated above, shall be paid not less than the applicable wage rate listed in the wage determination for the classification of work actually performed. In addition, any appren- tice performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. Where a contractor or subcontractor is performing construction on a project in a locality other than that in which its program is registered, the ratios and wage rates (ex- pressed in percentages of the journeyman -level hourly rate) specified in the contractor's or subcontractor's registered program shall be observed. (3) Every apprentice must be paid at not less than the rate specified in the registered program for the apprentice's level of progress, expressed as a percentage of the journeyman -level hourly rate specified in the applicable wage determination. Apprentices shall be paid fringe benefits in accordance with the provisions of the apprenticeship program. If the apprenticeship program does not specify fringe benefits, apprentices must be paid the full amount of fringe benefits listed on the wage determi- nation for the applicable classification. If the Administrator for the Wage and Hour Division determines that a different practice prevails for the applicable apprentice classification, fringes shall be paid in accordance with that determination. (4) In the event the Bureau of Apprenticeship and Training, or a State apprenticeship agency recognized by the Bureau, withdraws approval of an apprenticeship program, the contractor or subcontractor will no longer be permitted to utilize apprentices at less than the applicable predetermined rate for the comparable work performed by regular employees until an acceptable program is approved. b. Trainees: (1) Except as provided in 29 CFR 5.16, trainees will not be permitted to work at less than the predetermined rate for the work performed unless they are employed pursuant to and individually registered in a program which has received prior approval, evi- denced by formal certification by the DOL, Employment and Training Administration. (2) The ratio of trainees to journeyman -level employees on the job site shall not be greater than permitted under the plan approved by the Employment and Training Administration. Any employee listed on the payroll at a trainee rate who is not regis- tered and participating in a training plan approved by the Employ- ment and Training Administration shall be paid not less than the applicable wage rate on the wage determination for the classifica- tion of work actually performed. In addition, any trainee perform- ing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. (3) Every trainee must be paid at not less than the rate specified in the approved program for his/her level of progress, expressed as a percentage of the journeyman -level hourly rate 5. SALES AND SIMILAR TAXES ECONOLITE'S prices do not include sales, use, excise or similar taxes. Consequently, in addition to the price specified herein, the amount of any present or future sales, use, excise, or other tax applicable to the sale or use of the equipment hereunder shall be paid by FORT COLLINS, or in lieu thereof FORT COLLINS shall provide ECONOLITE with a tax exemption certificate acceptable to taxing authorities. 6. EARLY TERMINATION -- NOTICE Notwithstanding the time periods contained herein, FORT COLLINS may terminate this Agreement at any time without cause by providing written notice of termination to ECONOLITE. Such notice shall be delivered at least thirty (30) days prior to the termination date contained in said notice unless otherwise agreed in writing by the parties. In the event of early termination by FORT COLLINS, ECONOLITE shall be paid for services rendered to the date of termination, subject only to the satisfactory performance of ECONOLITE's obligations under this Agreement. Such payment shall be ECONOLITE's sole right and remedy for such termination. The amount of payment due on early termination shall be determined based on the itemized prices in Article 1, above. 7. STANDARD WARRANTY ECONOLITE warrants to FORT COLLINS that all software and equipment to be delivered hereunder will be free from defects in material or workmanship and will be of the kind and quality designated or specified by ECONOLITE herein. This warranty shall apply only to defects appearing within one year from the date of shipment by ECONOLITE for software products and two years from the date of shipment by ECONOLITE for hardware products manufactured by ECONOLITE. All other equipment not manufactured by ECONOLITE carries the manufacturer's standard warranty. If ECONOLITE installs the ECONOLITE manufactured equipment or software or supplies technical directions of installation by contract, the warranty period shall run from the completion of installation, provided same is not unreasonably delayed by FORT COLLINS. If the ECONOLITE manufactured equipment delivered hereunder does not meet the above warranty, and if FORT COLLINS promptly notifies ECONOLITE in writing, ECONOLITE shall thereupon correct any defect, including non-conformance with the specifications, either (at its option) by repairing any defective or damaged parts of the equipment, or by making available at ECONOLITE'S plant necessary replacement parts. :FORT COLLINS will return the defective product to ECONOLITE, at ECONOLITE'S expense:. ECONOLITE shall repair or replace the defective item and return it to FORT COLLINS, shipping costs prepaid. The foregoing warranty is exclusive and in lieu of all other warranties whether written, oral, implied or statutory. NO WARRANTY OF MERCHANTABILITY OR OF FITNESS E specified in the applicable wage determination. Trainees shall be paid fringe benefits in accordance with the provisions of the trainee program. If the trainee program does not mention fringe benefits, trainees shall be paid the full amount of fringe benefits listed on the wage determination unless the Administrator of the Wage and Hour Division determines that there is an apprentice- ship program associated with the corresponding journeyman -level wage rate on the wage determination which provides for less than full fringe benefits for apprentices, in which case such trainees shall receive the same fringe benefits as apprentices. (4) In the event the Employment and Training Adminis- tration withdraws approval of a training program, the contractor or subcontractor will no longer be permitted to utilize trainees at less than the applicable predetermined rate for the work performed until an acceptable program is approved. c. Helpers: Helpers will be permitted to work on a project if the helper classification is specified and defined on the applicable wage determination or is approved pursuant to the conformance proce- dure set forth in Section IV.2. Any worker listed on a payroll at a helper wage rate, who is not a helper under a approved definition, shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. 5. Apprentices and Trainees (Programs of the U.S. DOT): Apprentices and trainees working under apprenticeship and skill training programs which have been certified by the Secretary of Transportation as promoting EEO in connection with Federal - aid highway construction programs are not subject to the require- ments of paragraph 4 of this Section IV. The straight time hourly wage rates for apprentices and trainees under such programs will be established by the particular programs. The ratio of apprentic- es and trainees to journeymen shall not be greater than permitted by the terms of the particular program. 6. Withholding: The SHA shall upon its own action or upon written request of an authorized representative of the DOL withhold, or cause to be withheld, from the contractor or subcontractor under this contract or any other Federal contract with the same prime contractor, or any other Federally -assisted contract subject to Davis -Bacon prevailing wage; requirements which is held by the same prime contractor, as much of the accrued payments or advances as may be considered necessary to pay laborers and mechanics, including apprentices, trainees, and helpers, employed by the contractor or any subcontractor the full amount of wages required by the contract. In the event of failure to pay any laborer or mechanic, including any apprentice, trainee, or helper, employed or working on the site of the work, all or part of the wages required by the contract, the SHA contracting officer may, after written notice to the contractor, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds until such violations have ceased. 7. Overtime Requirements: No contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers, mechanics, watchmen, or guards (including apprentices, trainees, and helpers described in paragraphs 4 and 5 above) shall require or permit any laborer, mechanic, watchman, or guard in any workweek in which he/she is employed on such work, to work in excess of 40 hours in such workweek unless such laborer, mechanic, watchman, or guard receives compensation at a rate not less than one -and -one-half times his/her basic rate of pay for all hours worked in excess of 40 hours in such workweek. 8. Violation: Liability for Unpaid Wages; Liquidated Damages: In the event of any violation of the clause set forth in paragraph 7 above, the contractor and any subcontractor responsible thereof shall be liable to the affected employee for his/her unpaid wages. In addition, such contractor and subcontractor shall be liable to the United States (in the case of work done under contract for the District of Columbia or a territory, to such District or to such territory) for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer, mechanic, watchman, or guard employed in violation of the clause set forth in paragraph 7, in the sum of $10 for each calendar day on which such employee was required or permitted to work in excess of the standard work week of 40 hours without payment of the overtime wages required by the clause set forth in paragraph 7. 9. Withholding for Unpaid Wages and Liquidated Damages: The SHA shall upon its own action or upon written request of any authorized representative of the DOL withhold, or cause to be withheld, from any monies payable on account of work performed by the contractor or subcontractor under any such contract or any other Federal contract with the same prime contractor, or any other Federally -assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime contractor, such sums as may be determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph 8 above. V. STATEMENTS AND PAYROLLS (Applicable to all Federal -aid construction contracts exceeding $2,000 and to all related subcontracts, except for projects located on roadways classified as local roads or rural collectors, which are exempt.) 1. Compliance with Copeland Regulations (29 CFR 3): The contractor shall comply with the Copeland Regulations of the Secretary of Labor which are herein incorporated by reference. 2. Payrolls and Payroll Records: a. Payrolls and basic records relating thereto shall be maintained by the contractor and each subcontractor during the course of the work and preserved for a period of 3 years from the date of completion of the contract for all laborers, mechanics, apprentices, trainees, watchmen, helpers, and guards working at the site of the work. b. The payroll records shall contain the name, social security number, and address of each such employee; his or her correct classification; hourly rates of wages paid (including rates of contributions or costs anticipated for bona fide fringe benefits or cash equivalent thereof the types described in Section 1(b)(2)(B) of the Davis Bacon Act); daily and weekly number of hours worked; deductions made; and actual wages paid. In addition, for Appalachian contracts, the payroll records shall contain a notation indicating whether the employee does, or does not, normally reside in the labor area as defined in Attachment A, paragraph 1. Whenever the Secretary of Labor, pursuant to Section IV, paragraph 3b, has found that the wages of any laborer or mechanic include the amount of any costs reasonably anticipated in providing benefits under a plan or program described in Section 1(b)(2)(B) of the Davis Bacon Act, the contractor and each subcontractor shall maintain records which show that the commit- ment to provide such benefits is enforceable, that the plan or program is financially responsible, that the plan or program has been communicated in writing to the laborers or mechanics affected, and show the cost anticipated or the actual cost incurred in providing benefits. Contractors or subcontractors employing apprentices or trainees under approved programs shall maintain written evidence of the registration of apprentices and trainees, and ratios and wage rates prescribed in the applicable programs. c. Each contractor and subcontractor shall furnish, each week in which any contract work is performed, to the SHA resident engineer a payroll of wages paid each of its employees (including apprentices, trainees, and helpers, described in Section IV, para- graphs 4 and 5, and watchmen and guards engaged on work during the preceding weekly payroll period). The payroll submit- ted shall set out accurately and completely all of the information required to be maintained under paragraph 2b of this Section V. This information may be submitted in any form desired. Optional Form WH-347 is available for this purpose and may be purchased from the Superintendent of Documents (Federal stock number 029-005-0014-1), U.S. Government Printing Office, Washington, D.C. 20402. The prime contractor is responsible for the submis- sion of copies of payrolls by all subcontractors. d. Each payroll submitted shall be accompanied by a "Statement of Compliance," signed by the contractor or subcon- tractor or his/her agent who pays or supervises the payment of the persons employed under the contract and shall certify the following: (1) that the payroll for the payroll period contains the information required to be maintained under paragraph 2b of this Section V and that such information is correct and complete; (2) that such laborer or mechanic (including each helper, apprentice, and trainee) employed on the contract during the payroll period has been paid the full weekly wages earned, without rebate, either directly or indirectly, and that no deductions have been made either directly or indirectly from the full wages earned, other than permissible deductions as set forth in the Regulations, 29 CFR 3; (3) that each laborer or mechanic has been paid not less that the applicable wage rate and fringe benefits or cash equiva- lent for the classification of worked performed, as specified in the applicable wage determination incorporated into the contract. e. The weekly submission of a properly executed certification set forth on the reverse side of Optional Form WH-347 shall satisfy the requirement for submission of the "Statement of Compliance" required by paragraph 2d of this Section V. f. The falsification of any of the above certifications may subject the contractor to civil or criminal prosecution under 18 U.S.C. 1001 and 31 U.S.C. 231. g. The contractor or subcontractor shall make the records required under paragraph 2b of this Section V available for inspection, copying, or transcription by authorized representatives of the SHA, the FHWA, or the DOL, and shall permit such repre- sentatives to interview employees during working hours on the job. If the contractor or subcontractor fails to submit the required records or to make them available, the SHA, the FHWA, the DOL, or all may, after written notice to the contractor, sponsor, appli- cant, or owner, take such actions as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds. Furthermore, failure to submit the required records upon request or to make such records available may be grounds for debarment action pursuant to 29 CFR 5.12. VI. RECORD OF MATERIALS, SUPPLIES, AND LABOR 1. On all Federal -aid contracts on the National Highway System, except those which provide solely for the installation of protective devices at railroad grade crossings, those which are constructed on a force account or direct labor basis, highway beautification contracts, and contracts for which the total final construction cost for roadway and bridge is less than $1,000,000 (23 CFR 635) the contractor shall: a. Become familiar with the list of specific materials and supplies contained in Form FHWA-47, "Statement of Materials and Labor Used by Contractor of Highway Construction Involving Federal Funds," prior to the commencement of work under this contract. b. Maintain a record of the total cost of all materials and supplies purchased for and incorporated in the work, and also of the quantities of those specific materials and supplies listed on Form FHWA-47, and in the units shown on Form FHWA-47. c. Furnish, upon the completion of the contract, to the SHA resident engineer on Form FHWA-47 together with the data required in paragraph 1 b relative to materials and supplies, a final labor summary of all contract work indicating the total hours worked and the total amount earned. 2. At the prime contractor's option, either a single report covering all contract work or separate reports for the contractor and for each subcontract shall be submitted. VII. SUBLETTING OR ASSIGNING THE CONTRACT 1. The contractor shall perform with its own organization contract work amounting to not less than 30 percent (or a greater percent- age if specified elsewhere in the contract) of the total original contract price, excluding any specialty items designated by the State. Specialty items may be performed by subcontract and the amount of any such specialty items performed may be deducted from the total original contract price before computing the amount of work required to be performed by the contractor's own organization (23 CFR 635). a. "Its own organization" shall be construed to include only workers employed and paid directly by the prime contractor and equipment owned or rented by the prime contractor, with or without operators. Such term does not include employees or equipment of a subcontractor, assignee, or agent of the prime contractor. b. "Specialty Items" shall be construed to be limited to work that requires highly specialized knowledge, abilities, or equipment not ordinarily available in the type of contracting organizations qualified and expected to bid on the contract as a whole and in general are to be limited to minor components of the overall contract. 2. The contract amount upon which the requirements set forth in paragraph 1 of Section VII is computed includes the cost of material and manufactured products which are to be purchased or produced by the contractor under the contract provisions. 3. The contractor shall furnish (a) a competent superintendent or supervisor who is employed by the firm, has full authority to direct performance of the work in accordance with the contract require- ments, and is in charge of all construction operations (regardless of who performs the work) and (b) such other of its own organizational resources (supervision, management, and engineering services) as the SHA contracting officer determines is necessary to assure the performance of the contract. 4. No portion of the contract shall be sublet, assigned or otherwise disposed of except with the written consent of the SHA contracting officer, or authorized representative, and such consent when given shall not be construed to relieve the contractor of any responsibility for the fulfillment of the contract. Written consent will be given only after the SHA has assured that each subcontract is evidenced in writing and that it contains all pertinent provisions and requirements of the prime contract. Vill. SAFETY: ACCIDENT PREVENTION 1. In the performance of this contract the contractor shall comply with all applicable Federal, State, and local laws governing safety, health, and sanitation (23 CFR 635). The contractor shall provide all safeguards, safety devices and protective equipment and take any other needed actions as it determines, or as the SHA contracting officer may determine, to be reasonably necessary to protect the life and health of employees on the job and the safety of the public and to protect property in connection with the performance of the work covered by the contract. 2. It is a condition of this contract, and shall be made a condition of each subcontract, which the contractor enters into pursuant to this contract, that the contractor. and any subcontractor shall not permit any employee, in performance of the contract, to work in surroundings or under conditions which are unsanitary, hazardous or dangerous to his/her health or safety, as determined under construction safety and health standards (29 CFR 1926) promulgated by the Secretary of Labor, in accordance with Section 107 of the Contract Work Hours and Safety Standards Act (40 U.S.C. 333). 3. Pursuant to 29 CFR 1926.3, it is a condition of this contract that the Secretary of Labor or authorized representative thereof, shall have right of entry to any site of contract performance to inspect or investigate the matter of compliance with the construc- tion safety and health standards and to carry out the duties of the Secretary under Section 107 of the Contract Work Hours and Safety Standards Act (40 U.S.C. 333). IX. FALSE STATEMENTS CONCERNING HIGHWAY PROJECTS In order to assure high quality and durable construction in conformity with approved plans and specifications and a high degree of reliability on statements and representations made by engineers, contractors, suppliers, and workers on Federal -aid highway projects, it is essential that all persons concerned with the project perform their functions as carefully, thoroughly, and honestly as possible. Willful falsification, distortion, or misrepre- sentation with respect to any facts related to the project is a violation of Federal law. To prevent any misunderstanding regarding the seriousness of these and similar acts, the following notice shall be posted on each Federal -aid highway project (23 CFR 635) in one or more places where it is readily available to all persons concerned with the project: NOTICE TO ALL PERSONNEL ENGAGED ON FEDERAL -AID HIGHWAY PROJECTS 18 U.S.C. 1020 reads as follows: "Whoever, being an officer, agent, or employee of the United States, or of any State or Territory, or whoever, whether a person, association, firm, or corporation, knowingly makes any false statement, false representation, or false report as to the charac- ter, quality, quantity, or cost of the material used or to be used, or the quantity or quality of the work performed or to be performed, or the cost thereof in connection with the submission of plans, maps, specifications, contracts, or costs of construction on any highway or related project submitted for approval to the Secretary of Transportation; or Whoever knowingly makes any false statement, false representation, false report or false claim with respect to the character, quality, quantity, or cost of any work performed or to be performed, or materials furnished or to be furnished, in connection with the construction of any highway or related project approved by the Secretary of Transportation; or Whoever knowingly makes any false statement or false representation as to material fact in any statement, certificate, or report submitted pursuant to provisions of the Federal -aid Roads Act approved July 21, 1916, (39 Stat. 355), as amended and supplemented; Shall be fined not more that $10,000 or imprisoned not more than 5 years or both."" X. IMPLEMENTATION OF CLEAN AIR ACT AND FEDERAL WATER POLLUTION CONTROL ACT (Applicable to all Federal -aid construction contracts and to all related subcontracts of $100,000 or more.) By submission of this bid or the execution of this contract, or subcontract, as appropriate, the bidder, Federal -aid construction contractor, or subcontractor, as appropriate, will be deemed to have stipulated as follows: 1. That any facility that is or will be utilized in the performance of this contract, unless such contract is exempt under the Clean Air Act, as amended (42 U.S.C. 1857 et sec., as amended by Pub.L. 91-604), and under the Federal Water Pollution Control Act, as amended (33 U.S.C. 1251 et seq., as amended by Pub.L. 92- 500), Executive Order 11738, and regulations in implementation thereof (40 CFR 15) is not listed, on the date of contract award, on the U.S. Environmental Protection Agency (EPA) List of Violating Facilities pursuant to 40 CFR 15.20. 2. That the firm agrees to comply and remain in compliance with all the requirements of Section 114 of the Clean Air Act and Section 308 of the Federal Water Pollution Control Act and all regulations and guidelines listed thereunder. 3. That the firm shall promptly notify the SHA of the receipt of any communication from the Director, Office of Federal Activities, EPA, indicating that a facility that is or will be utilized for the contract is under consideration to be listed on the EPA List of Violating Facilities. 4. That the fine agrees to include or cause to be included the requirements of paragraph 1 through 4 of this Section X in every nonexempt subcontract, and further agrees to take such action as the government may direct as a means of enforcing such require- ments. XI. CERTIFICATION REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY AND VOLUNTARY EXCLUSION 1. Instructions for Certification - Primary Covered Transac- tions: (Applicable to all Federal -aid contracts - 49 CFR 29) a. By signing and submitting this proposal, the prospective primary participant is providing the certification set out below. b. The inability of a person to provide the certification set out below will not necessarily result in denial of participation in this covered transaction. The prospective participant shall submit an explanation of why it cannot provide the certification set out below. The certification or explanation will be considered in connection with the department or agency's determination whether to enter into this transaction. However, failure of the prospective primary participant to fumish a certification or an explanation shall disqualify such a person from participation in this transaction. c. The certification in this clause is a material representation of fact upon which reliance was placed when the department or agency determined to enter into this transaction. If it is later determined that the prospective primary participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government, the department or agency may terminate this transaction for cause of default. d. The prospective primary participant shall provide immediate written notice to the department or agency to whom this proposal is submitted if any time the prospective primary participant learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. e. The terms "covered transaction," "debarred," "suspended," "ineligible," 'lower tier covered transaction," "participant," "person," "primary covered transaction," "principal," "proposal," and 'voluntarily excluded," as used in this clause, have the meanings set out in the Definitions and Coverage sections of rules implementing Executive Order 12549. You may contact the department or agency to which this proposal is submitted for assistance in obtaining a copy of those regulations. f. The prospective primary participant agrees by submitting this proposal that, should the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized by the department or agency entering into this transaction. g. The prospective primary participant further agrees by submitting this proposal that it will include the clause titled "Certifi- cation Regarding Debarment, Suspension, Ineligibility and Volun- tary Exclusion -Lower Tier Covered Transaction," provided by the department or agency entering into this covered transaction, without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions. h. A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that is not debarred, suspended, ineligible, or volun- tarily excluded from the covered transaction, unless it knows that the certification is erroneous. A participant may decide the method and frequency by which it determines the eligibility of its principals. Each participant may, but is not required to, check the nonprocurement portion of the "Lists of Parties Excluded From Federal Procurement or Nonprocurement Programs" (Nonprocurement List) which is compiled by the General Services Administration. I. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render in good faith the certification required by this clause. The knowl- edge and information of participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. j. Except for transactions authorized under paragraph f of these instructions, if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to other remedies available to the Federal Government, the department or agency may terminate this transaction for cause or default. Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion --Primary Covered Transactions 1. The prospective primary participant certifies to the best of its knowledge and belief, that it and its principals: a. Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by any Federal department or agency; b. Have not within a 3-year period preceding this proposal been convicted of or had a civil judgement rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State or local) transaction or contract under a public transaction; violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; c. Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (Federal, State or local) with commission of any of the offenses enumerated in paragraph 1 b of this certification; and d. Have not within a 3-year period preceding this applica- tion/proposal had one or more public transactions (Federal, State or local) terminated for cause or default. 2. Where the prospective primary participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. 2. Instructions for Certification - Lower Tier Covered Transac- tions: (Applicable to all subcontracts, purchase orders and other lower tier transactions of $25,000 or more - 49 CFR 29) a. By signing and submitting this proposal, the prospective lower tier is providing the certification set out below. b. The certification in this clause is a material representation of fact upon which reliance was placed when this transaction was entered into. If it is later determined that the prospective lower tier participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government, the department, or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment. C. The prospective lower tier participant shall provide immediate written notice to the person to which this proposal is submitted if at any time the prospective lower tier participant learns that its certification was erroneous by reason of changed circumstances. d. The terms "covered transaction," "debarred," "suspended," "ineligible," "primary covered transaction," "participant," "person," "principal," "proposal," and 'voluntarily excluded," as used in this clause, have the meanings set out in the Definitions and Coverage sections of rules implementing Executive Order 12549. You may contact the person to which this proposal is submitted for assistance in obtaining a copy of those regulations. e. The prospective lower tier participant agrees by submitting this proposal that, should the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized by the department or agency with which this transaction originated. f. The prospective lower tier participant further agrees by submitting this proposal that it will include this clause titled "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion -Lower Tier Covered Transaction," without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions. g. A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that is not debarred, suspended, ineligible, or volun- tarily excluded from the covered transaction, unless it knows that the certification is erroneous. A participant may decide the method and frequency by which it determines the eligibility of its principals. Each participant may, but is not required to, check the Nonprocurement List. h. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render in good faith the certification required by this clause. The knowl edge and information of participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. I. Except for transactions authorized under paragraph a of these instructions, if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to other remedies available to the Federal Government, the department or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment. Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion --Lower Tier Covered Transactions: 1. The prospective lower tier participant certifies, by submission of this proposal, that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligi- ble, or voluntarily excluded from participation in this transaction by any Federal department or agency. 2. Where the prospective lower tier participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. XII. CERTIFICATION REGARDING USE OF CONTRACT FUNDS FOR LOBBYING (Applicable to all Federal -aid construction contracts and to all related subcontracts which exceed $100,000 - 49 CFR 20) 1. The prospective participant certifies, by signing and submitting this bid or proposal, to the best of his or her knowledge and belief, that: a. No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employ- ee of Congress, or an employee of a Member of Congress in connection with, the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continua- tion, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. b. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempt- ing to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. 2. This certification is a material representation of fad upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by 31 U.S.C. 1352. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. 3. The prospective participant also agrees by submitting his or her bid or proposal that he or she shall require that the language of this certification be included in all lower tier subcontracts, which exceed $100,000 and that all such recipients shall certify and disclose accordingly. ATTACHMENT 112" U.S. DEPT. OF LABOR, DAVIS BACON MINIMUM WAGES, COLORADO DATE 02-14-03 GENERAL DECISION NUMBERS C0020014 AND C0020015, HIGHWAY CONSTRUCTION Decision No. C0020001 dated March 04, 2002 supersedes Modifications ID Decision No. COO 10001 dated March 05, 2001 MOD 1 03-12-02 - 1 MOD 2 03-22-02 Page 2 As of March 12, 2002, Decision No. C0020001 has been 1 3 superseded by the following two General Decision Numbers: MOD 3 04-05-02 Page 4 1). General Decision No. C0020014 5 5 2). General Decision No. C0020015 MOD 4 05-03-02 Pages 6 1,2,5,6 7 MOD 5 06-21-02 Pages 1, 8 5 9 MOD 6 07-05-02 Pages 1, 10 5 11 MOD 7 09-13-02 Pages 1, 12 5 MOD 8 12-13-02 Page 1 MOD 9 12-20-02 Pages 5, 6, 7 MOD 10 01-10-03 Pages 1, 5 MOD 11 01-17-03 Page 5 MOD 12 02-14-03 Pages 2, 4 General Decision No. C0020014 applies to the following counties: Adams, Arapahoe, Boulder, Denver, Douglas, Ell Paso, Jefferson, Larimer, Mesa, Pueblo, and Weld counties. General Decision No. C0020014 The wage and fringe benefits listed below reflect collectively bargained rates. COD CLASSIFICATION Basic Hourly Fringe Benefits Last E Rate Mod ELECTRICIANS: (Excluding traffic signal installation) 1200 Electrical work $200,000 or less (Pueblo county) 18.98 7.94 7 1201 Electrical work over $200,000 (Pueblo county) 23.74 7.94 7 Electricians (Adams, Arapahoe, Boulder, Denver, 1202 Douglas, Jefferson, Larimer, and Weld counties) 26.91 8.64 8 1203 Electricians (El Paso county) 24.10 10.59+ 3% 10 1204 Electricians (Mesa county) 20.35 5.14+4% POWER EQUIPMENT OPERATORS: 1300 Asphalt Screed 19.92 5.47 4 1301 Asphalt Spreader/Laydown Machine 19.92 5.47 4 1302 Bulldozer 19.92 5.47 4 Crane: 1305 50 tons and under 20.07 5.47 4 1306 511 to 90 tons 20.22 5.47 4 1307 911 to 140 tons 20.37 5.47 4 1308 l tl tons and over 21.13 5.47 4 ATTACHMENT 112" U.S. DEPT. OF LABOR, DAVIS BACON MINIMUM WAGES, COLORADO DATE 02-14-03 GENERAL DECISION NUMBERS C0020014 AND C0020015, HIGHWAY CONSTRUCTION General Decision No. C0020014 The wage and fringe benefits listed below reflect collectively bargained rates. COD CLASSIFICATION Basic Hourly Fringe Benefits Last g Rate Mod POWER EQUIPMENT OPERATORS (cont.): Drill Operator: 1309 William MF/Watson 2500 only 20.22 5.47 4 Grader/Blade: 1310 Rough 19.92 5.47 4 1311 Finish 20.22 5.47 4 Loader: 1312 Barber Green, etc., 6 cubic yards and under 19.92 5.47 4 1313 Over 6 cubic yards 20.07 5.47 4 Mechanic and/or Welder (Includes heavy duty and combination mechanic and welder): 1314 Mechanic 20.07 5.47 4 1315 Mechanic/Welder (Heavy duty) 20.22 5.47 4 1316 Oiler 19.22 5.47 4 Power Broom: 1317 Under 70 HP 19.22 5.47 4 1318 70 HP and over 19.92 5.47 4 Roller: 1319 Self-propelled, rubber tires under 5 tons 19.57 5.47 4 1320 Self-propelled, all types over 5 tons 19.92 5.47 4 Scraper: 1321 Single bowl under 40 cubic yards 20.07 5.47 4 1322 Single bowl including pups 40 cubic yards and tandem bowls and over 20.22 5.47 4 1323 Trackhoe 20.07 5.47 4 1324 Water Truck 20.07 5.47 12 Laborers: Asphalt Laborer/Raker, Common Laborer, 1400 grid Concrete Laborer/Mason Tender 15.69 3.95 4 ATTACHMENT "2" U.S. DEPT. OF LABOR, DAVIS BACON MINIMUM WAGES, COLORADO DATE 02-14-03 GENERAL DECISION NUMBERS C0020014 AND C0020015, HIGHWAY CONSTRUCTION General Decision No. C0020014 The wage and fringe benefits listed below do not reflect collectively bargained rates. COD CLASSIFICATION Basic Hourly Fringe Benefits Last E Rate Mod 1500 Bricklayers 15.55 2.85 Carpenters: 1600 Form Work (Excluding curbs and gutters) 16.54 3.90 1601 All other work 16.61 3.88 1700 Concrete Finishers/Cement Masons 16.05 3.00 Ironworkers: 1900 Reinforcing 16.69 5.45 1901 Bridge Rail (Excludes guardrail) 18.22 6.01 Laborers: 2001 Fence Erector (Includes fencing on bridges) 13.02 3.20 2002 Form Work (Curbs and gutters only) 11.85 3.45 2003 Guardrail Erector (Excludes bridgerail) 12.89 3.20 2004 Landscape and Irrigation Laborer 12.26 3.16 2005 Pipelayer 13.55 2.41 Striping Laborer (Pre -form layout and removal of 2006 pavement markings) 12.62 3.21 2007 Traffic Director/Flagger 9.55 3.05 2008 Traffic and Sign Laborer (Sets up barricades and cones, and installs permanent signs) 12.43 3.22 PAINTERS 2100 Brush 16.94 2.10 2101 Spray 16.99 2.87 POWER EQUIPMENT OPERATORS: 2200 Backhoes 16.54 4.24 2201 Bobcat/Skid Loader 15.37 4.28 2202 Concrete Pump Operator 16.52 4.30 ATTACHMENT 112" U.S. DEPT. OF LABOR, DAVIS BACON MINIMUM WAGES, COLORADO DATE 02-14-03 GENERAL DECISION NUMBERS C0020014 AND C0020015, HIGHWAY CONSTRUCTION General Decision No. C0020014 The wage and fringe benefits listed below do not reflect collectively bargained rates. COD CLASSIFICATION Basic Hourly Fringe Benefits Last E Rate Mod POWER EQUIPMENT OPERATORS (cont.): Drill Operator: 2203 All except William MF/Watson 2500 16.74 2.66 2204 Forklift 15.91 4.09 2205 Rotomill Operator 16.22 4.41 2206 Post Driver/Punch Machine 16.07 4.41 2207 Tractor 13.13 2.95 2208 Compactor 16.70 3.30 12 Traffic Signal Installation: 2300 Traffic Signal Installers 18.66 4.12 2301 Groundsman 11.44 3.25 12 Truck Drivers: 2400 Floats -Semi Truck 14.86 3.08 2401 Multipurpose Truck/Hoist 14.35 3.49 2402 Truck Mechanic 16.91 3.01 2403 Pickup Truck (Includes Pilot and Sign/Barricade Truck) 13.93 3.68 12 2405 SINGLE AXLE TRUCK 14.24 3.77 2406 DL'4TRIBUTOR TRUCK 15.80 5.27 2407 DUMP TRUCK: 2408 14 CUBIC YARDS AND UNDER 14.93 5.27 2409 15 TO 29 CUBIC YARDS 15.27 5.27 2410 30 TO 79 CUBIC YARDS 15.80 5.27 2411 81) CUBIC YARDS AND OVER 16.45 5.27 2412 LOW BOY TRUCK 17.25 5.27 12 WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses [29 CFR 5.5(a)(1)(v)]. END OF GENERAL DECISION NUMBER C0020014. ATTACHMENT 112" U.S. DEPT. OF LABOR, DAVIS BACON MINIMUM WAGES, COLORADO DATE 02-14-03 GENERAL DECISION NUMBERS C0020014 AND C0020015, HIGHWAY CONSTRUCTION General Decision No. C0020015 applies to the following counties: Alamosa, Archuleta, Baca, Bent, Chaffee, Cheyenne, Clear Creek, Conejos, Costilla, Crowley, Custer, Delta, Dolores, Eagle, Elbert, Fremont, Garfield, Gilpin, Grand, Gunnison, Hinsdale, Huerfano, Jackson, Kiowa, Kit Carson, La Plata, Lake, Las Animas, Lincoln, Logan, Mineral, Moffat, Montezuma, Montrose, Morgan, Otero, Ouray, Park, Phillips, Pitkin, Prowers, Rio Blanco, Rio Grande, Routt, Saguache, San Juan, San Miguel, Sedgwick, Summit, Teller, Washington, and Yuma counties. General Decision No. C0020015 The wage and fringe benefits listed below reflect collectively bargained rates. COD CLASSIFICATION Basic Hourly Fringe Benefits Last E Rate Mod ELECTRICIANS: (Including traffic signal installation) 3 Electrical work $200,000 or less (Alamosa, Archuleta, Baca, Bent, Chaffee, Conejos, Costilla, Crowley, Custer, 3200 Fremont, Huerfano, Kiowa, Las Animas, Mineral, Otero, 18.98 7.94 7 Prowers, Rio Grande, and Saguache counties) Electrical work over $200,000 (Alamosa, Archuleta, Baca, 3201 Bent, Chaffee, Conejos, Costilla Crowley, Custer, Fremont, 23.74 7.94 7 Huerfano, Kiowa, Las Animas, Mineral, Otero, Prowers, Rio Grande, and Saguache counties) Electricians (Clear Creek, Eagle, Gilpin, Grand, Jackson, Lake, 3202 Logan, Morgan, Phillips, Sedgwick, Summit, Washington, 26.91 8.64 11 and Yuma counties) 3203 Electricians (Cheyenne, Elbert, Kit Carson, Lincoln, Park, and. Teller counties) 24.10 10.59+ 3% 10 Electricians (Delta, Dolores, Garfield, Gunnison, Hinsdale, La 3204 Plana, Moffat, Montezuma, Montrose, Ouray, Pitkin, Rio 20.35 5.14+4% Blanco, Routt, San Juan, and San Miguel counties) POWER EQUIPMENT OPERATORS: 3300 Bituminous or Asphalt Spreader/Laydown Machine 19.92 5.47 9 3301 Bulldozer 19.92 5.47 4 Crane: 3302 50 tons and under 20.07 5.47 4 3303 51 to 90 tons 20.22 5.47 4 3304 91 to 140 tons 20.37 5.47 4 3305 141 tons and over 21.13 5.47 4 3306 Grade Checker 20.07 5.47 4 Loader: 3307 Barber Green, etc., 6 cubic yards and under 19.92 5.47 4 3308 Over 6 cubic yards 20.07 5.47 4 FOR PURPOSE SHALL APPLY. ECONOLITE does not warrant any equipment of other manufacture designated by FORT COLLINS. ECONOLITE shall supply to FORT COLLINS, in a timely manner, any software revisions of the standard icons software modules to correct "bugs" or deficiencies, which would appear within one year from the date of final acceptance of the standard icons traffic management system. 8. REP'RESENTATIONS Non -infringement. ECONOLITE represents that to the best of its knowledge the technology embodied in the products sold herein does not infringe upon a United States patent or United States copyright in effect as of the Effective Date. Author,. Each party represents as follows: (a) that it has full power and authority to execute, deliver and perform its obligations under this Agreement; (b) that there are no actions, proceedings or investigations, pending or, to the best of each party's knowledge, threatened against such party which may in any manner whatsoever materially affect the enforceability of this Agreement or the rights, duties and obligations of the parties hereunder; and (c) that the execution, delivery and performance of this Agreement will not constitute a breach or default under any agreement, law or court order under which such party is a party or may be bound or affected by or which may affect the rights, duties and obligations hereunder. No Other Representations. Each party acknowledges and agrees that it is relying on no representation of the other party except as expressly set forth herein. 9. INDEMNITY AND LIMITATION OF LIABILITY ECONOLITE 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, resulting from or occurring in connections with the performance of any service hereunder. ECONOLITE shall take all necessary precautions in performing the work hereunder to prevent injury to persons and property. In no event, whether as a result of breach of contract or warranty or alleged negligence, shall ECONOLITE be liable for special or consequential damages including but not limited to loss of profits or revenue, loss of use of the equipment, or any associated equipment, cost of capital, downtime costs, or claims of customers of FORT COLLINS for such damages. ECONOLITE will not be liable for any claims or back charges on behalf of FORT COLLINS arising out of this contract unless they are made immediately and supported in writing within 30 days of FORT COLLINS becoming aware of same, giving full details, including costs incurred, if any. Claims not presented within such time limit shall be deemed to have been waived by FORT COLLINS. ECONOLITE will be given reasonable opportunity and access to investigate the merits of such claims or back charges and its liability limited as above. 0 ATTACHMENT "2" U.S. DEPT. OF LABOR, DAVIS BACON MINIMUM WAGES, COLORADO DATE 02-14-03 GENERAL DECISION NUMBERS C0020014 AND C0020015, HIGHWAY CONSTRUCTION General Decision No. C0020015 The wage and fringe benefits listed below reflect collectively bargained rates. COD CLASSIFICATION Basic Hourly Fringe Benefits Last E Rate Mod POWER EQUIPMENT OPERATORS (cont.): Roller: 3309 Self-propelled, rubber tires under 5 tons 19.57 5.47 4 3310 Self-propelled, all types over 5 tons 19.92 5.47 4 3311 Trackhoe 20.07 5.47 4 3312 Oiler 19.22 5.47 4 3313 Water Wagon 20.07 5.47 9 General Decision No. C0020015 The wage and fringe benefits listed below do not reflect collectively bargained rates. Carpenters: 3600 Form Building and Setting (Excluding curbs and gutters) 15.92 5.38 3601 All other work 16.30 3.71 9 3700 Concrete Finishers/Cement Masons 15.55 2.85 3800 Groundmen (Traffic signalization) 11.57 3.50 9 Ironworkers: 3900 Reinforcing 16.94 6.77 9 3901 Bridge Rail (Excluding guardrail) 16.76 6.01 Laborers: 4000 Asphalt Laborer/Raker 12.40 2.92 9 4001 Common 12.44 3.53 9 4002 Concrete Laborer/Mason Tender 12.44 3.10 Striping -Paint Laborer (Pre -form layout and removal of 4003 pavement markings) 12.90 3.07 9 4004 Traffic Director/Flagger 9.42 3.21 9 4005 Traffic/Sign Laborer (Sets up barricades and cones, and installs permanent signs) 12.39 3.20 9 4007 Guardrail (Excludes bridgerail) 12.78 3.31 4008 Formwork (Curbs and gutters only) 12.92 4.54 9 4009 Landscape Laborer (Including irrigation work) 12.21 3.16 9 Painters: 4100 Spray 17.54 3.52 9 ATTACHMENT "2" U.S. DEPT. OF LABOR, DAVIS BACON MINIMUM WAGES, COLORADO DATE 02-14-03 GENERAL DECISION NUMBERS C0020014 AND C0020015, HIGHWAY CONSTRUCTION General Decision No. C0020015 The wage and fringe benefits listed below do not reflect collectively bargained rates. COD CLASSIFICATION Basic Hourly Fringe Benefits Last E Rate Mod POWER EQUIPMENT OPERATORS: 4200 Asphalt Plant 17.23 1.20 4201 Asphalt Screed 16.21 3.76 4202 Backhoe 16.42 4.42 9 4203 Compactor 16.52 3.13 9 4204 Grader/Blade 16.39 4.20 Mechanic and or Welder (Includes heavy duty and combination 4205 mechanic welder) 16.74 4.20 9 4206 Post Driver/Punch Machine 16.07 4.41 4207 Rotomill Operator 16.28 4.41 4209 Scraper 17.62 3.16 9 Truck Drivers: 4400 DUMP 14.15 3.83 9 4401 LOW BOY 15.07 4.56 9 4402 Truck Mechanic 15.97 4.61 9 4403 Multipurpose Truck -Specialty and Hoisting 14.60 3.49 9 4404 Pickup (Including pilot car) 14.04 3.49 4405 WATER TRUCK 14.88 2.07 9 4406 DISTRIBUTOR 15.80 5.27 WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses [29 CFR 5.5(a)(1)(v)]. END OF GENERAL DECISION NUMBER C0020015. WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be: ♦ an existing published wage determination ♦ a survey underlying a wage determination ♦ a Wage and Hour Division letter setting forth a position on a wage determination matter ♦ a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the `Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis -Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of construction wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, D.C. 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, D.C. 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, D.C. 20210 4.) All Decisions of the Administrative review board are final. ATTACHMENT "3" PERFORMANCE BOND Bond No. KNOW ALL MEN BY THESE PRESENTS: that (Address) (an Individual), (a Partnership), (a Corporation), hereinafter referred to as the "Principal" and Address hereinafter referred to as "the Surety", are held and firmly bound unto City of Fort Collins, 300 Laporte Ave, Fort Collins, Colorado 80522 a (Municipal Corporation) hereinafter referred to as the "OWNER", in the penal sum of ($ )in lawful money of the United States, for the payment of which sum well and truly to be made, we bind ourselves, successors and assigns, jointly and severally, firmly by these presents. THE CONDITIONS OF THIS OBLIGATION are such that whereas the Principal entered into a certain Agreement with the OWNER, dated the day of , a copy of which is hereto attached and made a part hereof for the performance of The City of Fort Collins project, NOW, THEREFORE, if the Principal shall well, truly and faithfully perform its duties, all the undertakings, covenants, terms, conditions and agreements of said Agreement during the original term thereof, and any extensions thereof which may be granted by the OWNER, with or without Notice to the Surety and during the life of the guaranty period, and if the Principal shall satisfy all claims and demands incurred under such Agreement, and shall fully indemnify and save harmless the OWNER from all cost and damages which it may suffer by reason of failure to do so, and shall reimburse and repay the OWNER all outlay and expense which the OWNER may incur in making good any default then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED, FURTHER, that the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Agreement or to the Work to be performed thereunder or the Specifications accompanying the same shall in any way affect its obligation on this bond; and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Agreement or to the Work or to the Specifications. PROVIDED, FURTHER, that no final settlement between the OWNER and the CONTRACTOR shall abridge the right of any beneficiary hereunder, whose claim may be unsatisfied. PROVIDED, FURTHER, that the Surety Company must be authorized to transact business in the State of Colorado and be acceptable to the OWNER. IN WITNESS WHEREOF --,this instrument is executed in four (4) counterparts, each one of which shall be deemed an original, this day of IN PRESENCE OF: (Title) (Corporate Seal) Principal (Address) IN PRESENCE OF: Other Partners By: By: IN PRESENCE OF: Surety Attorney -in -Fact By: (Addresss) (Surety Seal) NOTE: Date of Bond must not be prior to date of Agreement. If CONTRACTOR is Partnership, all partners should execute Bond. ACORDM CERTIFICATE OF LIABILITY INSURANCE DATE(MMIDDIYY) PRODUCER OS/28/2003 (626)685--4830 FAX (626)685-4844 ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE Los Angeles Insurance Brokers, Inc. HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR P.O. Box 5667 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Pasadena, CA 91117-0667 Arroyo Holdings, Inc. Econolite Control Products, Inc. 3360 E. La Palma Avenue Anaheim, CA 92806 INSURERS AFFORDING COVERAGE INSURER A: Westchester SLIC INSURER B: Federal Insurance Company INSURER C: INSURER D: INSURER E: THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. LTR TYPEOFINSURANCE POLICY NUMBER DATE(MM/DDIYY) DATE(MMIDD/YY) LIMITS GENERAL LIABILITY GLS755484 04/27/2003 04/27/2004 EACH OCCURRENCE $ 1,000,000 X COMMERCIAL GEIJERAL LIABILITY CLAIMS MADE rX OCCUR FIRE DAMAGE (Any one fire) $ 50,000 MED EXP (Any one person) $ 51000 A X 510,000 Deductible PERSONAL & ADV INJURY $ 1,000,000 GENERAL AGGREGATE $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: POLICY X JECT LOC PRODUCTS - COMP/OP AGG $ 1,000,000 AUTOMOBILE LIABILITY ANY AUTO 73215072 04/27/2003 04/27/2004 COMBINED SINGLE LIMIT (Ea accident) $ 1,000,000 X BODILY INJURY (Per person) $ ALL OWNED AUTOS SCHEDULED AUTOS B X BODILY INJURY (Per accident) $ HIREDAUTOS NON-OWNEDAUTOS X PROPERTY DAMAGE (Per accident) $ GARAGE LIABILITY AUTO ONLY - EAACCIDENT $ ANY AUTO OT APPLICABLE OTHER THAN EA ACC $ AUTO ONLY: AGG $ EXCESS LIABILITY OCCUR ❑, CLAIMS MADE EACH OCCURRENCE AGGREGATE $ OT APPLICABLE $ DEDUCTIBLE RETENTION $ $ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY TO LIMITS ER E.L. EACH ACCIDENT $ OT APPLICABLE E.L. DISEASE - EA EMPLOYEE $ E. L. DISEASE -POLICY LIMIT $ OTHER OT APPLICABLE DESCRIPTION OF OPERATIONSILOCATIONSIVEHICLESIEXCLUSIONS ADDED BY ENDORSEMENTISPECIAL PROVISIONS he City of Fort collins, it's officers, agents and employees are additional insureds per form C 20 10 11/85 attached, as respects to work performed by the insured at the City of Fort Collins ideo Project. In the event of non-payment of premiu, 10 day notice of cancellation applies City of Fort Collins, CO Director of Purchasing & Risk Management Attn: Mr. James B. O'Neill, III P 0 Box S80 Fort Collins, CO 80522 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILLENDEAVOR TO MAIL * 3 0 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE COMPANY, ITS AGENTS OR REPRESENTATIVES. IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. POLICY NUMBER GLS755484 COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS (FORM B) THIS ENDORSEMENT MODIFIES THE INSURANCE PROVIDED UNDER THE FOLLOWING: COMMERCIAL GENERAL LIABILITY COVERAGE PART: SCHEDULE NAME OF PERSON OR ORGANIZATION: City of Fort Collins, CO Its Officers, Agents and Employees Attn: lVlr. James B. O'Neill, III Director of Purchasing & Risk Management P O Box 580 Fort Collins, CO 80522 Re: Video Wall Project (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement). WHO IS INSURED (Section II) is amended to include as an insured the person or organization shown in the Schedule, but only with respect to liability arising out of "your work" for that insured by or for you. CG 20 10 11/85 CERTIFICATE HOLDER COPY STATE P.O. BOX 420807, SAN FRANCISCO, CA 94142-0807 COMPENSATION INSURANCE FUND CERTIFICATE OF WORKERS' COMPENSATION INSURANCE MAY 28, 2003 GROUP: POLICY NUMBER: 1603984-2003 CERTIFICATE ID: 47 CERTIFICATE EXPIRES: 04-01-2004 04-01-2003/04-01-2004 CITY OF FORT COLLINS, CO DIRECTOR OF PURCHASING & RISK MANAGEMENT P 0 BOX 580 FORT COLLINS CO 80522 CITY OF FORT COLLINS VIDEO WALL PROJECT This is to certify that we have issued a valid Worker's Compensation insurance policy in a form approved by the California Insurance Commissioner to the employer named below for the policy period indicated. This policy is not subject to cancellation by the Fund except upon 30 days advance written notice to the employer. We will also give you 30 days advance notice should this policy be cancelled prior to its normal expiration. This certificate of insurance is not an insurance policy and does not amend, extend or alter the coverage afforded by the policies listed herein. Notwithstanding any requirement, term or condition of any contract or other document with respect to which this certificate of insurance may be issued or may pertain, the insurance afforded by the policies described herein is subject to all the terms, exclusions, and conditions, of such policies. AA,t' AUTHORIZED REPRESENTATIVE A�,,c.A4, PRESIDENT EMPLOYER'S LIABILITY LIMIT INCLUDING DEFENSE COSTS: $1,000,000 PER OCCURRENCE ENDORSEMENT #2065 ENTITLED CERTIFICATE HOLDERS' NOTICE EFFECTIVE 04-01-2003 IS ATTACHED TO AND FORMS A PART OF THIS POLICY. EMPLOYER ECONOLITE CONTROL PRODUCTS INC 3360 E LA PALMA AVE ANAHEIM CA 92806 SCIF 10262E rEPF-Ul: BO 1 10. LIC:ENSES ECONOLITE grants to FORT COLLINS for exclusive use in FORT COLLINS, CO assignable only to FORT COLLINS, CO, a fully paid non-exclusive, non -transferable icons software license to one (1) CCTV System Inteface with documentation provided under the Agreement. FORT COLLINS shall be entitled to: a. use the licensed programs but only in machine-readable form on licensed computers. b. use the support material supplied but only as required to support the use of the Licensed programs c. make only as many back up copies of the Licensed programs in machine readable form as required to support the use of the Licensed programs on each computer. All back up copies must include the copyright notice in the original form as it appears on the Licensed programs. FORT COLLINS may not copy, modify, adapt, merge, disassemble, decompile or distribute the software, its documentation or create derivative works based upon the software. None of the support material in human readable form included with the Licensed programs may be copied in any way, without the consent of ECONOLITE. FORT COLLINS may print any screen the software will allow, however no copyright notices may be removed from the printing. 'The Licensed programs and support material included with this Agreement are confidential information that is the property of ECONOLITE and Siemens ITS, GARDNER TRANSPORTATION SYSTEMS, INC. The Licensed programs, program concepts, or any of the support materials shall not be made available to any other party or organization without the written consent of ECONOLITE. Notwithstanding the foregoing, nothing in this Agreement precludes or relieves FORT COLLINS from meeting its obligations under the Colorado Open Records Act, including statutory deadlines for responding to requests for information. 'Title to all intellectual property rights including patent, trademark, copyright and trade secret rights and title to all ownership rights and all copies of and all media bearing the Licensed programs, support materials and program concept shall remain in ECONOLITE and Siemens ITS, GARDNER TRANSPORTATION SYSTEMS, INC. 11. CONFIDENTIAL INFORMATION. Confidential Information. In the performance of this Agreement or in contemplation thereof, the parties and their respective employees and agents may have access to private or confidential information owned or controlled by the other party and such information may contain proprietary details and disclosures. All information and data identified in writing as proprietary or confidential by either party ("Confidential Information") and so acquired by the other party or its employees or agents under this Agreement or in contemplation thereof shall be and shall remain the disclosing party's exclusive property, and the recipient shall use all reasonable efforts (which in any event shall not be less than the efforts the recipient takes to ensure the confidentiality of its own proprietary and other confidential information) to keep, and have its employees and agents keep, any and all Confidential Information confidential, and shall not copy or publish or disclose it to others, no authorize its employees, or agents or anyone else to copy, or disclose it to others, without the disclosing party's written approval; nor shall the 7 recipient make use of the Confidential Information except for the purposes of executing its obligations hereunder, and (except as provided for herein) shall return the Confidential Information and data to the first party at its request. Excluded Information. The foregoing conditions will not apply to information or data which is or which becomes generally known to the public by publication or by any means other than a breach of duty on the part of the recipient hereunder, is information previously known to the recipient, is information independently developed by or for the recipient or is information generally released by the owning party without restriction. Right to Injunctive Relief. Because of the unique nature of the Confidential Information, the parties agree that each party may suffer irreparable harm in the event that the other party fails to comply with any of its obligations under this Article, and that monetary damages may be inadequate to compensate either party for such breach. Accordingly, the parties agree that either party will, in addition to any other remedies available to it at law or in equity, be entitled to seek injunctive relief to enforce the terms of this Article. Colorado Open Records Act. FORT COLLINS is subject to public information laws, including the Colorado Open Records Act, which permit access to most records and documents. Confidential Information will be protected by FORT COLLINS to the extent legally permissible. The parties acknowledge that nothing in this agreement precludes or relieves FORT COLLINS from meeting its obligations under the Open Records Act, including statutory deadlines for responding to requests for information. 12. SOFTWARE UPDATES AND ENHANCEMENTS Software enhancements or new features added to icons through new system development for other agencies or as part of ECONOLITE'S ongoing research and development, shall be offered to FORT COLLINS at a fixed, quoted price. The offer shall remain firm for 90 days from the date of the offer. COMPLIANCE WITH ALL LAWS ECONOLITE shall, at its sole expense, comply with all of the requirements of County, State and Federal laws now in force pertaining to this Agreement, and shall faithfully observe in all activities relating to or growing out of this Agreement all ordinances, statutes, rules or regulations now in force. 14. INIIEPENDENT CONTRACTOR This Agreement calls for the performance of services of ECONOLITE as an independent contractor. ECONOLITE is not an agent of employee of FORT COLLINS for any purpose; and is not entitled to any of the benefits provided by FORT COLLINS to its employees. This Agreement shall not be construed as forming a partnership or any other association with ECONOLITE other than that of an independent contractor. 15. INSURANCE AND BONDS 8 ECONOLITE shall maintain for the duration of this contract the following types of insurance: a) Automobile liability insurance b) Commercial general liability insurance c) Worker's compensation insurance d) Performance Bond in the amount of 100% of the contract The insurance required hereunder shall be maintained until all work required and all material to be supplied under the terms of this Agreement is satisfactorily completed as evidenced in writing by an authorized representative of FORT COLLINS. 16. EXECUTION This Agreement is effective upon execution. It is the product of negotiation and all parties are equally responsible for the authorship of this Agreement. 17. NOTICES The notices relative to this Agreement shall be given in writing and shall be personally served, sent by registered mail or faxed with telephone confirmation by addressee that it was received. The parties shall be addressed as follows, or at any other address designated by notice: FORT COLLINS: CITY OF FORT COLLINS, CO P.O. Box 580 Fort Collins, CO 80522 Attention: Mr. James B. O'Neill II Director of Purchasing & Risk Management Phone: 970-221-6775 Fax: 970-221-6707 E-mail: joneill@fcgov.com ECONOLITE: ECONOLITE Control Products, Inc. 3360 East La Palma Avenue Anaheim, CA 92806 Attention: Mr. Don Ho Project Manager Phone: 714-630-3700 Fax: 714-630-6349 E-mail: dho@econolite.com 18. FORUM Any lawsuit pertaining to any matter arising under, or growing out of this Agreement shall be instituted in the state of Colorado. The laws of the state of Colorado shall govern the construction, interpretation, execution and enforcement of this Agreement. 19. ASSIGNMENT 0