Loading...
HomeMy WebLinkAbout430295 COLORADO SYSTEMS GROUP INC - CONTRACT - PURCHASE ORDER - 9115525C Colorado Systems Group, Inc. 1831 Left Hand Circle Ste B Longmont, CO 80501 720 652-0495 Office 720 652-0410 Fax Name / Address -qXQq S City of Fort Collins 4d Attb: Accounting 215 North Mason, 2nd Floor Fort Collins, CO 80522 Estimate Date Estimate # 9/16/2611 2011348 Rep. JAB Project Old Town Camera System Description Qty Total tisa• OPTION *»*• Complete View ONE IP camera License 2 167.50T AXIS P 1346 - 5 Megapixel Camera I I 1,346.54T 1,635.29T ANT P1346-E 5 Megapixel Camera I 687.50T IMMERVISIO IMV 1-1/3NI 360 degree lens- VIDEO ALARM FDW75CF8N Housing (POE heater/Blower) Y 1 812.50T AXIS T8123 HIGH POE NIIDSPAN 2 189.13T Plenum CAT6 Soo 225.00T SUBTOTAL FOR EQUIPMENT 5,.46 SHIPPING 176:D0 170 Misc.. Mounts, Fasteners, Wire Nuts, Connectors, Din Rail, Phoenix Contacts, 1 400.00 Tie Wraps.._ Cable Installation Labor 24 1,080.00 Equipment Installation Labor 28 1,540.00 Project Management/Programming Labor 10 650.00 Sales Tax (NO TAX) 0.00 Total S8,903.46 REPORT SUMMARY TABLE No. Element Basic ND D NA Total Corrective Re uirement Action l 1) Organizational (FTA C 4220.1 F Conflict of CH. VI, 2.a.(4)(h)) 2 0 33 35 Interest 12) Arbitrary (FTA C 4220.1 F ')) 23 0 12 35 Action CH. V1, 2.a.(4) 13) Brand Name (FTA C 4220.1 F 7 0 28 35 Restrictions CH. VI, 2.a.(4)(f)) 16) Written (FTA C 4220.1 F Procurement CH. 111,3.d.(I)(c)) 4 0 31 35 Selection Procedures 18) Award to (FTA C 4220.1 F The City of Fort Collins shall develop Responsible CH. VI, 8.b.) and submitted a corrective action plan to Contractors the FTA Region Vlll Office within 30 days of receipt of the draft report. It is recommended that the corrective action plan include a systematic procedure to ensure that a determination of contractor responsibility is performed and documented prior to the award of any FTA funded contracts that exceed $3,000. The City should also provide the solicitation documents for their next l0 1 24 35 Request for Proposal over $100,000 to the FTA for review to ensure a determination of contractor responsibility has been conducted in accordance with their revised procedures. Provide additional information to the FTA Region VIII Office to correct the deficiency by August 31, 2011. Also provide requested procurements for FTA review. CITY RESPONSE: The City has will document all files as to the responsibility of contractors. 21) Fair and (FTA C4220.IF Reasonable CH. VI, 3.a.) Price 12 0 23 35 Determination [Micro - purchase] cColorado•Systems•Group•Inc. A PARTNERSHIP FOR STRAIGHT FORWARD SOLUTIONS Colorado Systems Group Corporate Overview Colorado Systems Group, Inc. is a full service security solutions company with over 30 years of combined experience in providing comprehensive, technologically advanced security management systems to a diverse client base that includes commercial and industrial institutions, Government and campus -type facilities, medical centers, and biopharmaceutical testing and manufacturing facilities. Our approach is quality oriented, backed by a team of experts proficient in designing, engineering and installing sophisticated electronic and physical security systems tailored to the unique requirements of each client. We provide prompt, dependable service and state-of-the-art products and as a result have extremely satisfied customers. Colorado Systems Group, Inc. is a locally owned security installation and service provider. All of our attention and resources are directed to harmonize our team departments to provide the client with the best service available. Comprehensive Systems Approach m Colorado Systems Group, Inc. is a complete turnkey systems company. We do the design (engineering), installation, training, service, maintenance and management with our own in-house personnel. This results in a higher quality installation and assures a timely completion of a quality project. But, most importantly, it results in a single point source of responsibility, which means you can concentrate on your mission. We are your single -point of reliability; count on us 24-hours-a-day, 365-days-a-year. Selection of the Best Technology 0 Colorado Systems Group, Inc. continually evaluates new technologies to insure that our clients can take advantage of systems that have a high rate of return for the investment. All the major subsystems in our designs are based on systems that are available commercially off -the -shelf (COTS). Project Management a With our in-house project managers, we monitor projects to insure that time deadlines are met, coordination with other trades on the job is maintained, and that quality control is maintained at the highest level possible. Effective project management insures that all the systems are integrated properly. Computerized Engineering 0 Our engineers use AutoCAD drawings wherever possible to insure that the records and drawings on the project are maintained and up-to-date. This approach is necessary on large projects when preparing submittals and coordinating with other construction - related trades. This also makes upgrades to the systems more economical and less time consuming to accomplish. DISCLOSURE OF DATA CONTAINED WITHIN THIS DOCUMENT IS RESTRICTED TO THE ORGANIZATION AND OR INDIVIDUAL TO WHOM IT IS DIRECTED ONLY. ALL ELEMENTS OF SYSTEM DESIGN, ALTERATION, ADDITION OR CHANGE IS THE SOLE PROPERTY OF COLORADO SYSTEMS GROUP, INC. REPORT SUMMARY TABLE No. Element Basic ND D NA Total Corrective Requirement Action 23) Price (FTA C 4220.1 F The City of Fort Collins should ensure Quotations CH. VI, 3.b) that competitive price quotations are [Small received for all small purchase contracts Purchase] and the documentation is contained in the procurement file. A corrective action plan should be developed and submitted to FTA Region V I11 Office within 30 days of receipt of the draft report. The City should also provide the solicitation documents for their next Small Purchase to the FTA for review to ensure competitive price quotations are received in accordance with their revised 11 1 23 35 procedures. Provide additional information to the FTA Region Vlll Office to correct the deficiency by August 31, 2011. Also provide requested procurements for FTA review. CITY RESPONSE: The City will ensure that all small purchases over $3,000 will have price quotations. The City has developed a check list similar to those used by RTD which will be required of all small purchases. The Small Purchase checklist is attached. 24) Clear, (FTA C 4220.1 F Accurate, and CH. 111, 3.a.(I)(a)) 23 0 12 35 Complete specification 37) Price and Other (FTA C 4220.1 F 4 0 31 35 Factors RFP CH. VI, 3.d.(2)(e)) caraossystems•Group•Inc. A PARTNERSHIP FOR STRAIGHT FORWARD SOLUTIONS Independent Systems Integration Company Q Colorado Systems Group, Inc. is a systems integration firm; we are not a manufacturer. our commitment is to our clients, not to particular products. As a result, our clients are assured of having the best technology available that performs well (no false alarms), requires minimal maintenance (highly reliable) and is competitive (competing manufacturers for core products). Q Colorado Systems Group, Inc. strongly abides by the philosophy of offering our clients only non-proprietary type equipment. All major system components, as proposed by Colorado Systems Group, Inc., are state-of-the-art products from internationally known manufacturers with no less than two other local area dealers available for support of such equipment. As a long-standing member of this community, respect for integrity and ethical policy are the standards Colorado Systems Group, Inc. is based upon. Full Line of Service Support support Ian. Q Colorado Systems Group, Inc. offers our clients a premium full service p This Service Support Plan will meet the response time needs of emergency service and preventive maintenance checks as required by the manufacture and client. This program covers parts and labor and guarantees that your problem is corrected within twenty-four hours or less. We can provide this unique service because our technicians are factory certified, and we maintain a warehouse of diagnostic repair equipment and service parts to meet the objective. DISCLOSURE OF DATA CONTAINED WITHIN THIS DOCUMENT IS RESTRICTED TO THE ORGANIZATION AND OR INDIVIDUAL TOC ANIS DIS THE SO E pROPERTY OFCOLORADO SYSTEMS GRO RONLY, ALL ELEMENTS OF SYSTEM DESIGN, tI*c�TION, ADDITION OR GE REPORT SUMMARY TABLE No. Element Basic ND D NA Total Corrective Requirement Action 38) Sole Source if (FTA C 4220.1 F The City of Fort Collins updated its Other Award is CH. VI, 3.i(1)(a)) policies and procedures for sole source Infeasible procurements as a corrective action in connection with the 2010 PSR. This update included a requirement that justifications for sole source procurements must comply with one of the five elements contained in FTA Circular 4220. IF. Additional staff training and quality control procedures need to be undertaken. A corrective action plan should be developed and submitted to FTA Region VIII Office within 30 days of receipt of the draft report. The City should also provide the 4 3 28 35 solicitation documents regarding their next sole source procurement to the FTA for review to ensure the justification complies with one of the five elements contained in FTA Circular 4220.1 F. Provide additional information to the FTA Region VIII Office to correct the deficiency by August 31, 2011. Also provide requested procurements for FTA review. CITY RESPONSE: The City will ensure that all sole source procurements are properly documented. The City has developed a sole source check list which will be used. A copy is attached. (Zz) Colorado•Systems•Group•Inc. A PARTNERSHIP FOR STRAIGHT FORWARD SOLUTIONS Colorado Systems Group, Inc. stands behind the quality of workmanship and material selected for this project. We offer a full one-year warranty covering labor, new equipment and miscellaneous hardware supplied by Colorado Systems Group, Inc. Our warranty is void on damages caused by vandalism, acts of nature, tampering and repairs by other than Colorado Systems Group, Inc, employees or its assignees. PARTS: The product(s) supplied for this project will be repaired or replaced, at our option, without charge for a period of 365 days: LABOR: The product(s) supplied for this project will be repaired or replaced at our option without charge for a period of 365 days. ACTIVATION: Acceptance and/or utilization of any portion of the system by client or assignees, either during system installation and/or prior project completion and full acceptance, activates the warranty period for those products or services involved. Therefore, warranty period may begin prior to actual project completion. "EXCLUSIONS: Not covered are: Devices, including, but not limited to, fuses and/or power and/or lightning transient protectors/suppressors, designed to fail in order to protect the security system equipment(s). Any and all equipment that was not provided by Colorado Systems Group, Inc. SOFTWARE: All software is warranted to perform and operate in accordance with published specifications at the time of sale. In the event of a program defect, the sole obligation of Colorado Systems Group, Inc, shall be to make available all published modifications that correct program problems, which are published within one (1) year from date of purchase. For guaranteed timely service when your system requires it, please refer to our Warranty Upgrade Options, available during the first year after project completion. DISCLOSURE OF DATA CONTAINED WITHIN THIS DOCUMENT IS RESTRICTED TO THE ORGANIZATION AND OR INDIVIDUAL TO WHOM IT IS DIRECTED ONLY. ALL ELEMENTS OF SYSTEM DESIGN, ALTERATION, ADDITION OR CHANGE IS THE SOLE PROPERTY OF COLORADO SYSTEMS GROUP, INC. REPORT SUMMARY TABLE No. Element Basic ND D NA Total Corrective Requirement Action 39) Cost Analysis (FTA C 4220.1 F The City of Fort Collins updated its Required [Sole CH. VI, 3.i.(3)(c)) policies and procedures for sole source Source] procurements as a corrective action in connection with the 2010 PSR. This update included a requirement that a cost analysis must be undertaken to ensure price reasonableness in connection with any sole source procurement. Additional staff training and quality control procedures need to be undertaken. A corrective action plan should be developed and submitted to FTA Region V III Office within 30 days of receipt of the draft report. The City should also provide the 4 3 28 35 solicitation documents regarding their next sole source procurement to the FTA for review to ensure a cost analysis has been undertaken in accordance with their revised procedures. Provide additional information to the FTA Region Vlll Office to correct the deficiency by August 31, 2011. Also provide requested procurements for FTA review. CITY RESPONSE: The City will ensure that a cost analysis is performed on all Sole Sources. In addition a check list for sole sources has been developed which includes the required cost analysis. Colorado•Systewfiroup•Inc. A PARTNERSHIP FOR STRAIGHT FORWARD SOLUTIONS Extended Service Plans Colorado Systems Group, Inc. recommends additional service coverage to ensure long and problem - free operation of your security investment. Our service department has the ability to provide you with constant, around -the -clock repair and maintenance on a prioritized basis. Several extended annual service and preventative maintenance agreements are available. Priority Support Aareement - ---------- ... Business Hours (8:00am- After - Hours Call back within two (2) hours Onsite within 4 hrs e withi Onsitn . 24 hrs " .................................... ......... Labor Parts/Equipment Annual System Inspection/Testing Level) 1 Level 11 Level III Level IV Service i Service........ -Service j Service Basic Enhanced Standard Premier Coverage Coverage Coverage Coverage Option Option Option Option ------- --------------' — ... Billed at Billed at emergency ✓ emergency i ✓ rate. ? rate. ...__—;...... ✓ --......_.;.. -- —.........___.._...._.... ✓ ✓ ✓ ✓ "Warranty Upgrade runs concurrent with existing new installation warranty. "'Applies to business hours only. Holidays, weekends and/or after-hours are covered under the Enhanced Warranty Upgrade Option, all other after-hours service billed at prevailing emergency rates. Exclusions: This contract excludes service labor and/or damaged equipment caused by vandalism, acts of nature, tampering and repairs by anyone other than Colorado Systems Group employees or its assignees. VCRs, badging printers and/or parallel printers are not covered. Expendable devices, including but not limited to, VCR heads, belts, tapes, printer ribbons, paper, ink cartridges, batteries, fuses, power and/or lightning transient protectors/suppressors are excluded. DISCLOSURE OF DATA CONTAINED WITHIN THIS DOCUMENT IS RESTRICTED TO THE ORGANIZATION AND OR INDIVIDUAL TO WHOM IT IS DIRECTED ONLY. ALL ELEMENTS OF SYSTEM DESIGN, ALTERATION, ADDITION OR CHANGE IS THE SOLE PROPERTY OF COLORADO SYSTEMS GROUP, INC. REPORT SUMMARY TABLE No. Element Basic ND D NA Total Corrective Requirement Action 41) Cost or Price (FTA C 4220.1 F The City of Fort Collins updated its Analysis CH. VI, 6) policies and procedures for undertaking a cost or price analysis in connection with all FTA funded procurements the exceed the micro -purchase level as a corrective action in connection with the 2010 PSR. Additional staff training and quality control procedures need to be undertaken to ensure that this activity is undertaken. A corrective action plan should be developed and submitted to FTA Region V Ill Office within 30 days of receipt of the draft report. The City should also provide the solicitation documents regarding their next small purchase, a Request for 14 2 19 35 Proposal over $100,000, and an Invitation to Bid over $100,000 to the FTA for review to ensure a cost or price analysis has been conducted in accordance with their revised procedures. Provide additional information to the FTA Region VI❑ Office to correct the deficiency by August 31, 2011. Also provide requested procurements for FTA review. CITY RESPONSE: The City is developing training for all involved in FTA procurements. The cost analysis will be covered. The City will ensure that all required cost analysis is adequate and documented. 42) Written Record (FTA C 4220.1 F of Procurement CH. III,3.d(I)) 22 0 12 35 History 43) Exercise of (FTA C 4220.1 F 2 0 33 35 Options CH. V, 7.a(1)) 50) Piggybacking (FTA C 4220.1 F 0 0 35 35 CH. V, 7.a(2)) 52) Serial Price (FTA C 4220.1 F Negotiations CH. VI,3.f(3)(d)) 1 0 34 35 A&E 55) Payment (FTA C 4220.1 F Security CH. IV,2.h(1)(c)) 1 0 34 35 [Construction over $100,000 Coloradossystems•Group•Inc. A PARTNERSHIP FOR STRAIGHT FORWARD SOLUTIONS SUMMARY OF SYSTEM QUOTATION ATTACHMENTS: OPTION PRICE 1 $89903.46 -A- One -Line Diagrams -B- Line Item Estimate ACCEPTANCE OF PROPOSAL: The proposed prices, specifications and our Attachment A, Project Terms and Conditions/Alarm Industry Standard Conditions of Sale as presented within the scope of this proposal are satisfactory and are hereby agreed to and accepted. Colorado Systems Group, Inc. is authorized to perform the work as specified and payment terms (as outlined in our Attachment A, Project Terms and Conditions/Alarm Industry Standard Conditions of Sale) are agreed upon and accepted. Final authorization of project is based on the acceptance and full execution of this proposal by a duly authorized representative, officer of corporation or individual (as applicable) and an officer of Colorado Systems Group, Inc. P.O. No. Date: Visa/MC- Exp. This proposal Is subject to final acceptance by all parties stated below. Signed (as Authorized Agent) Date Colorado Systems Group, Inc. Date Robert Romps Printed Name of Signer Colorado Systems Group, Inc. Date Officer We charge Sales Tax! If you are tax-exempt, please provide your tax resale number DISCLOSURE OF DATA CONTAINED WITHIN THIS DOCUMENT IS RESTRICTED TO THE ORGANIZATION AND OR INDIVIDUAL TO WHOM IT IS DIRECTED ONLY. ALL ELEMENTS OF SYSTEM DESIGN, ALTERATION, ADDITION OR CHANGE IS THE SOLE PROPERTY OF COLORADO SYSTEMS GROUP, INC. OP ID: KY r CERTIFICATE OF LIABILITY INSURANCE DAT09/20/11 n THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. 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 endorsements . PRODUCER 303-756-7755 Willis of Colorado -TILT 720 S Colorado Blvd N600 Denver, CO 80246 Talty House Account CONTACT NAME, PHONE FAX AIC No): E-MAIL PRODUCER .COLD-27 INSURERS) AFFORDING COVERAGE NAIC # INSURED Colorado Systems Group, Inc. 1831 Lefthand Cir Ste #B Longmont, CO 80501 INSURER A:Philadel hia Insurance Co. 23850 INSURER B:Pinnacol Assurance 41190 INSURER C INSURER D : INSURER E : Cf1VFRAr:FS CFRTIFICATF NIIMRFR• REVISION NUMBER - THIS IS TO CERTIFY THAT 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. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADDL UB B POLICY EFF POLICY EXP LIMITS GENERAL LIABILITY EACH OCCURRENCE $ 1,000,00 PREMISES Ea occurrence $ 100,00C. A X COMMERCIAL GENERAL LIABILITY X PHPK755831 08/06/11 08/06/12 CLAIMS -MADE Fx_] OCCUR MED EXP (Any one person) $ 5,00 PERSONAL &ADV INJURY $ 1,000,00 GENERAL AGGREGATE $ 2,000,00 GENL AGGREGATE LIMIT APPLIES PER PRODUCTS -COMP/OP AGG $ 2,000,00 POLICY PIr. LOC $ A AUTOMOBILE X LIABILITY ANY AUTO PHPK755831 08/06/11 08/06/12 COMBINED SINGLE LIMIT $ 1,000,00 BODILLYY INJURY BODILY (Per person) $ ALL OWNED AUTOS BODILY INJURY (Per accident) $ SCHEDULED AUTOS HIRED AUTOS PROPERTY DAMAGE (Per accident) $ $ NON -OWNED AUTOS $ UMBRELLA UAB X OCCUR EACH OCCURRENCE $ 1,000,00 AGGREGATE $ 1,000,00 APHUB355082 CESS LIAR CLAIMS -MADE 08/06111 08/06112 JE—x DEDUCTIBLE $ $ RETENTION 10,000 B WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE YIN OFFICERIMEMBER EXCLUDED? ED (Mandatory In NH) N / A 4081298 06/01/11 06/01/12 X Ty RVLMIT OER E.L. EACH ACCIDENT $ 1,000,00 E.L. DISEASE - EA EMPLOYEE $ 1,000,00 If yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT $ 1,000,00 A Property Section PHPK755831 08/06/11 08/06/12 DESCRIPTION OF OPERATIONS / LOCATIONS I VEHICLES (Attach ACORD 101, Additional Remarks Schedule, if more space is required) City of Fort Collins is named as additional insured with respects to the general liability coverage. City of Fort Collins 215 North Mason, 2nd Floor Fort Collins, CO 80522 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE Talty House Account 1QRR-20nQ ACORn CORPr1RATIr1N All rinhfa racwrvwd ACORD 25 (2009/09) The ACORD name and logo are registered marks of ACORD REPORT SUMMARY TABLE No. Element Basic ND D NA Total Corrective Requirement Action 56) Clauses (FTA C 4220.1 F The City should develop a Appendix D) procedure/plan to ensure that the applicable Federal clauses are included in its purchase orders and contracts. Submit a corrective action plan and schedule for implementation to the FTA Region Vill Office within 30 days after receipt of the draft report. The City should also provide the solicitation documents regarding their next small purchase, a Request for Proposal over $100,000, and an Invitation to Bid over $100,000 to the FTA for review to ensure applicable clauses have been included in all purchase orders and contracts. 7 16 12 35 Provide additional information to the FTA Region VIII Office to correct the deficiency by August 31, 2011. Also provide requested procurements for FTA review. CITY RESPONSE: The City has developed check list to go with all types of procurements. One of the items on the list is the federal clauses requirement. In addition the City has created a template of the clauses which are required with small purchases under $100,000. These will be included with all Purchase Orders. Contracts will also include all required federal clauses based on the type and size of procurement. A copy of the Federal Form Check list is attached. Colorado•Systems•Group•Inc. A PARTNERSHIP FOR STRAIGHT FORWARD SOLUTIONS ATTACHMENT A OPTION 1 WEST BLDG EAST BLDG --------------------------- p'ARR", Wireless RX Wireless TX Midspan by CSG Midspan by CSG Existing Client Network Switch OR CSG router Internet Salient Recorder = CAT6 Cable DISCLOSURE OF DATA CONTAINED WITHIN THIS DOCUMENT IS RESTRICTED TO THE ORGANIZATION AND OR INDNIDUAL TO WHOM IT IS DIRECTED ONLY. ALL ELEMENTS OF SYSTEM DESIGN, ALTERATION, ADDITION OR CHANGE IS THE SOLE PROPERTY OF COLORADO SYSTEMS GROUP, INC. Attachment 3. Small Purchase of: CONTRACT CHECKLIST FOR SMALL PURCHASES Checklist Item Contract File Comments Location 7) Independent Cost Estimate The City made and documented an independent cost estimate before receipt of proposals. 9) Unreasonable Qualification Requirements This solicitation did not contain unreasonable requirements placed on firms in order for them to qualify to do business. 1 2) Arbitrary Action There was no arbitrary action in the procurement process. (An example of arbitrary action is when award is made to other than the contractor who most satisfied all the City Requirements as specified in the solicitation and as evaluated by staff. 1 3) Brand Name Restrictions Brand Name or Equal. When it is impractical or uneconomical to provide a clear and accurate description of the technical requirements of the property to be acquired, a "brand name or equal" description may be used to define the performance or other salient characteristics of a specific type of property. The City must identify the salient characteristics of the named brand that offerors must provide. When using a "brand name" specification, the City does not need to reverse -engineer a complicated part to identify precise measurements or specifications in order to describe its salient characteristics. FT A's "Best Practices Procurement Manual," (BPPM) contains additional information on preparation of specifications including examples with specific language. 1 4) Geographic Preferences The solicitation contains no in -State or local geographic preference except where Federal statutes mandate or encourage them. 1 5) Contract Term Limitation The contract period of performance for rolling stock and replacement parts does not exceed five (5) years inclusive of options without prior written FTA approval. For all other types of contracts, the OP ID: KY CERTIFICATE OF LIABILITY INSURANCE DATE91'YYY) 09120//20/11 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. 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 endorsements . PRODUCER 303-756-7755 Willis of Colorado-TLT 720 S Colorado Blvd N600 Denver, CO 80246 Talty House Account NAME, CONTACT PHONE FAX (AICNo): E-MAIL PRODUCER CUSTOMER ipti-COLO-27 INSURERS AFFORDING COVERAGE NAIC If INSURED Colorado Systems Group, Inc. 1831 LefthandCirSte #B Longmont, CO 80501 INSURER A:Philadel hia Insurance Co. 23850 INSURER B:Pinnacol Assurance 41190 INSURER C : INSURER D : INSURER EINSURER F COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT 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. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADDL SUB P LI YN MBER POLICY EFF POLICY EXPJaL LIMITS A GENERAL LIABILITY X COMMERCIAL GENERAL LIABILITY CLAIMS -MADE FxI OCCUR X I PHPK755831 I 08/06/11 08/06/12 EACH OCCURRENCE $ 1,000,00 UAMAUE TO RENTED PREMISES Ea occurrence $ 100,00 MED EXP (Any one person) $ 5,00 PERSONAL B ADV INJURY $ 1,000,00 GENERAL AGGREGATE $ 2,000,00 GEN'L AGGREGATE LIMIT APPLIES PER: POLICY PIFCT RO LOC PRODUCTS - COMP/OP AGG $ 2,000,00 $ A AUTOMOBILE LIABILITY ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS HIREDAUTOS NON -OWNED AUTOS PHPK755831 08/06/11 08/06/12 COMBINED SINGLE LIMIT (Ea accident) $ 1,000,00 X BODILY INJURY(Per person) $ BODILY INJURY(Per accident) $ PROPERTY DAMAGE (Per accident) $ $ $ A RELLA LIAB SS LIAR X OCCUR CLAIMS -MADE PHUB355082 08/06/11 08/06/12 EACH OCCURRENCE $ 1,000,00 AGGREGATE $ 1,000,00 LE CTIBLE$ NTION 10 000 $ B WORKERS COMPENSATION AND EMPLOYER$' DABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE YIN OFFICERIMEMBER EXCLUDED? ❑ (Mandatory In NH) If yes, describe under DESCRIPTION OF OPERATIONS below N / A 4081298 06/01/11 06/01/12 X WCSTATU- OTH- TORY UMITS ER E.L. EACH ACCIDENT $ 1,000,00 E.L. DISEASE - EA EMPLOYEE $ 1,000,00 E.L. DISEASE -POLICY LIMIT $ 1,000,00 A Property Section PHPK755831 08/06/11 08/06/12 DESCRIPTION OF OPERATIONS / LOCATIONS I VEHICLES (Attach ACORD 101 Additional Remarks Schedule, if more space Is required) Downtown Development Authority is named as additional insured with respects to the general liability coverage. Downtown Development Authority 19 Old Town Square, Ste 230 Fort Collins, CO 80524 ACORD 25 (2009109) SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE Talty House Account ©1988-2009 ACORD The ACORD name and logo are registered marks of ACORD reserved. Fort Collins Old Town Camera Project City of Fort Collins June 13, 2011 Contact: Jeff Brown Colorado Systems Group, Inc. Business Development 1831 Lefthand Circle, Suite B Longmont, CO 80501 720-652-0495 DISCLOSURE OF DATA CONTAINED WITHIN THIS DOCUMENT IS RESTRICTED TO THE ORGANIZATION AND OR INDIVIDUAL TO WHOM IT IS DIRECTED ONLY. ALL ELEMENTS OF SYSTEM DESIGN, ALTERATION, ADDITION OR CHANGE IS THE SOLE PROPERTY OF COLORADO SYSTEMS GROUP, INC. (zz) Caradoesystems•Group•Inc. A PARTNERSHIP FOR STRAIGHT FORWARD SOLUTIONS Colorado Systems Group, Inc. respectfully submits the following proposal for the installation of an IP video solution for the downtown Fort Collins area. Based on discussions during the project job walk with the city, CSG has provided three separate options for review. All of the cameras are IP based with megapixel resolution. The base recording unit is from Salient Systems and is detailed further in the proposal. The Salient NVR solution has also been reviewed by the City of Fort Collins as an option for the new south transit center. OPTION 1: $8,903.46 East Camera — Web/Internet viewing and recording: East Camera watching the stage from the building roof as outlined during the project review walk. West Camera — 360/180 degree view — recorded as 4 separate images: West camera will be installed from the building roof as outlined during the project review walk. The 360 degree view will capture all areas of interest. Scope of Work: *Basic one -line diagrams included in attachment A OPTIONS SCOPE Option1 Install.Salient software on owner provided server in the administrative building per location identified during project review walk. Configure to record for 7 days of stored video retention. Provide complete end user training on the system. Install the single fixed IP Dome camera on the building top to the east of the stage. Install liquid tight on the roof as necessary. Install 1 x CAT6 cable from the camera location to the wireless transmitter. Install wireless transmitter equipment. Install a single fixed IP camera with 360 degree viewing lens on the west side building. Install 1 x CAT6 cable from the cameral location to a client provided network switch. For both cameras, CSG will provide and install midspans so that the camera(s) can be powered over the single CAT6 network cable. DISCLOSURE OF DATA CONTAINED WITHIN THIS DOCUMENT IS RESTRICTED TO THE ORGANIZATION AND OR INDIVIDUAL TO WHOM IT IS DIRECTED ONLY. ALL ELEMENTS OF SYSTEM DESIGN, ALTERATION, ADDITION OR CHANGE IS THE SOLE PROPERTY OF COLORADO SYSTEMS GROUP, INC. UMB Commercial Bank Cards:: Count on more. (IE) Page 2 of 2 Authorizations Memos Plastic Request { Copyright © 2008. UMB Financial Corporation. All Rights Reserved. UMB is a registered service mark of UMB Financial Corporation. Bank deposit products provided by UMB Bank n.a., Member FDIC. Equal Housing Lender 0 For additional disclosures and information, view our Privacy Statement and Legal Terms and Conditions. I7ttISS:iiapYS.uli110-:CD1m"cudelauitiLelau,t. ccoiintounrunary.action - - %�M/20111 CT) Colorado•systems•Group•Inc. A PARTNERSHIP FOR STRAIGHT FORWARD SOLUTIONS Equipment Specifications Standard Fixed IP Dome Camera(s): Axis P-1346 Wide Dynamic Range, Day/Night, 5 Megapixel camera — very high quality images! Fixed IP Camera with 360 degree lens: Axis P1346E, ImmerVision 360 lens Model # IMVI 1-1/3, Video Alarm Housing Model # FDW75CF8N Recording Platform: Salient Systems Complete View ONE IP Wireless Point -to -Point System: Provided By Others Provided by Others / Exclusions: A. 120 VAC power source B. Network switches, IP addresses, and any network configuration needed C. Any work after normal business hours is not included D. Server that meets the software specifications E. Wireless transmitter and Receiver DISCLOSURE OF DATA CONTAINED WITHIN THIS DOCUMENT IS RESTRICTED TO THE ORGANIZATION AND OR INDIVIDUAL TO WHOM IT IS DIRECTED ONLY. ALL ELEMENTS OF SYSTEM DESIGN, ALTERATION, ADDITION OR CHANGE IS THE SOLE PROPERTY OF COLORADO SYSTEMS GROUP, INC. Attachment 1: Report Summary Table REPORT SUMMARY TABLE No. Element Basic ND D NA Total Corrective Requirement Action l) Written (FTA C 4220.1 F Standards of CH. 111, 3) 1 0 0 1 Conduct 3) Written Protest (FTA C 4220.1 F 1 0 0 l Procedures CH VII, 1.) 5) System for (FTA C 4220.1 F Ensuring Most CH IV,I.b) Efficient and 1 0 0 1 Economic Purchase 6) Procurement (FTAC 4220.1 F Policies and CH III, 3.a.) l 0 0 1 Procedures 7) Independent (FTA C 4220.1 F A corrective action plan shall be Cost Estimate CH. VI, 6.) prepared and submitted to the FTA Region Vlll Office within 30 days of receipt of this draft report. The corrective action plan shall document how the City will put procedures in place that will require the receipt of an independent cost estimate before the purchasing department will initiate any procurement activities. The City should also provide the solicitation documents regarding their next small purchase, a Request for Proposal over $100,000, and an Invitation to Bid over $100,000 to the FTA for review to ensure an independent 22 13 0 35 cost estimate has been conducted in accordance with their revised procedures. Provide additional information to the FTA Region VIII Office to correct the deficiency by August 31, 2011. Also . provide requested procurements for FTA review. CITY RESPONSE: The City has developed a new form for the ICE which will be filled out by prior to any purchase and attached to the requisition. Purchasing will not initiate any procurement without an ICE and requisition. A copy of the ICE form is attached. 9) Unreasonable (FTA C 4220.1F 16 0 19 35 ualifications CH. VI, 2.a.(4)(a)) Colorado•Systems•Group•Inc. A PARTNERSHIP FOR STRAIGHT FORWARD SOLUTIONS SALIENT SYSTEMS RECORDING OVERVIEW CompleteView ONE is built on the foundation of open standards and open architecture, NETWORK FRIENDLY VMS SOLUTIONS The Coo delivers vv everdeo Ig you need ent manage product portfolio delivers every;ning you need to manage Your video surveillance system from single -server to mult-site enterprise installations, CompleteView software is designed frorn the ground up with network friendly features that f" minimize bandwidth impact and facilitate system administration. CompleteView fulfills today's wide rangy of enterprise video surveillance and management needs and easily adapts to evolving network and IT requirerents. Built on the foundation of open standards and open architecture, CompleteMiew protects your investment as well as your enterprise. Developed and a;,rned solely by Salient Systems, ContpleteVie-w is ideally positioned to evolve as future surveillance requirements are defined and demanded by the market. Simple.Scalable.Security "' SALIENT SYSTEMS providing easy integration with industry -leading camera and access control products. CompleteView ONE provides a rich set of tools for live video viewing, video investigations and recording for single server installation of up to 25 analog or IP cameras. CompleteView ONE can grow as your organizations' security needs evolve. It is fully upgradable to CompleteView Pro or Enterprise. CompleteView provides users with the flexibility to view, control, search, and export video from virtually any type of camera, from any location from a single, easy to use and highly intuitive application. CompleteView is designed to take advantage of the latest processor and server technologies. It utilizes the latest libraries, codecs, etc... for optimal performance in a virtual environment on internal, direct attached, or network attached storage as well as Storage Area Networks. DISCLOSURE OF DATA CONTAINED WITHIN THIS DOCUMENT IS RESTRICTED TO THE ORGANIZATION AND OR INDIVIDUAL TO WHOM IT IS DIRECTED ONLY. ALL ELEMENTS OF SYSTEM DESIGN, ALTERATION, ADDITION OR CHANGE IS THE SOLE PROPERTY OF COLORADO SYSTEMS GROUP, INC.