Loading...
HomeMy Public PortalAboutORD13365 BILL NO.— 2001:189___ SPONSORED BY COUNCILMAN Vincent _ ORDINANCE NO, AN ORDINANCE OF THE CITY OF JEFFERSON, MISSOURI, AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE AN AGREEMENT WITH VISION QUEST FOR CLOSED CIRCUIT TV SYSTEMS UPGRADE. WHEREAS, vision quest has become the apparent lowest and best bidder on the Closed Circuit TV Systems upgrade project; NOW, THEREFORE, BE IT ENACTED BY THE COUNCIL OF THE CITY OF JEFFERSON, MISSOURI, AS FOLLOWS: Section 1. The bid of VISION QUEST is declared to be the lowest and best bid and is hereby accepted. Section 2.The Mayor and City Clerk are hereby authorized to execute an agreement with Vision Quest for Cosed Crcuit TV Systems upgrade. ® Section 3. The agreement shall be substantially the same in form and content as that agreement attached hereto as Exhibit A. Section 4. This Ordinance shall be in full force and effect from and after the date of its passage and approval. Passed: 1.�- - ( r_' �' _ Approved: Presiding Officer ayj6r ATTEST: APPROVED AS TO FORM: C't Lei City t,lerk is or r CITY 0 VIBTFERSON CONS TJr ti C77ON CONTRA CT UNDER S25,,CNN) THiS CONTRACT, made and entered into this day of'April. 2002, by and between Vision Otiesl, hereinafter called "Contractor", and the City of.lefTerson, Missouri, a municipal corporation, hereinafter called "City." WITNESSETH: That Whereas, Contractor has become the lowest responsible bidder 1%ir furnishing the supervision, labor, tools, equipment, materials and supplies and for constructing the lilllowing City improvements to upgrade the,leflct-son City Police Dcpartme,nt CCTV System. NOW THERI FORE, the parties to this contract agree to the following: 1. Scope of Services_. Contractor agrees to include tile furnishing of all labor and materials required to perform the work included in the Scope of Work for the project entitled. "Jeffcrson City Police Department CCTV Systcrn Upgrade"All work shall be performed in conformance with plans and specifications, addenda thereto, and any change orders that may be issued. 2. Manner and 'rime for Completion. Contractor agrees with the City to furtlish all super.vision, labor, tools, equipment, materials and supplies necessary to perform, and to perf«rm, said work at Contractor's own expense in accordance with the contract documents and any applicable City ordinances and state and federal laws,within forty-five(45)working clays from the date Contractor is ordered to proceed, which order shall be issued by the Chief of Policc within ten (10) days after the date of this contract. 3. Payment. Payment shall be made to Contractor by City following the subnlission by Contractor of an itemized statement following completion of services. The total amount of this contract shall not exceed Thirteen Thousand Three Hundred Thirteen Dollars ($13,313.00) 4. PrevailinLy Wagcs. To the extent that the work performed by Contractor is subject to prevailing wage law,Contractor shall pay a wage of no less than the"prevailing hourly rate of wages" for work ofa similarcharacter in this locality,as established by Department of Laborand lndust•ial Relations Of tile State of Missouri,and as established by the Federal Employment Standards of the Department of Labor. Contractor acknowledges that Contractor knows the prevailing hourly rate of wages for (his project because C01111-,1001-hits obtained the prevailing hourly rate of\vales from the contents of Annual Wage Order No. S Section 026 in which the rate of wages is set Birth.Contractor further agrees that Contractor will keep an accurate record showing the names and occupations of all workmen employed in connection with the work to be performed tinder the terms of this contract. The record shall show the actual wages paid to the workmen in connection with the work to be performed under the terms oft li is contract. A copy ofthe record shall lie delivered to the Purchasing Agent each week. In accordance with Section 290.250, RSiYIo, Contractor shall forfeit to the City Ten Dollars($10.00) for each workman employed, for each calendar day or portion thereof that the workman is paid less than the stipulated rates for any work dune uruler this contract, by Contractor or any subcontractor under the Contractor. 5. Pl-icilmy. Pricing shall be as included with Contractor's response quoted on the Proposal, HXontrlet Files\consuuction\vision QuestUCPD(VTV System llpgrulempd 6, Insurance, Contractor shall procure and maintain at its own expense during the life of this contract: A. Workmen's Coinnensation insurance for all ol'its employees to he engaged in work under this contract. 13, Contractor's Public Liability insurance in an alllollilt not less than `500,000 for all elainns arising out of a single occurrence and $100,000 for any one person in a single accident or occurrence, except for those claims governed by the provisions of the Missouri Workmen's Compensation Law, Chapter 257, RSMo, and C'ontractor's Property Damage Insurance ill an amount riot less than $500,000 for all clairns arising out of a single accident or occurrence and ;100,000 for any one person in a single accident or occurrence. C. ALItonlobile Liability Insurance in an amount not less than$500,000 for all claims arising out oft► sinfae accident or occurrence and $100,000 for any one person in a single accident or occurrence. D. Owner's Protective Liability Insurance. Contractor shall also obtain at its own expense and deliver to the City 8n Owner's Protective Liability Insurance Policy naming the City ol'.lefferson as the insured, in an amount not less than$500,000 ('or all claims arising out of a single accident or occurrence and $100,000 for any one person in a single accident or occurrence,except For those claims governed by the provisions of the Missouri Workmen's Compensation Law, Chapter 257, RSMo. No policy will be accepted which excludes liability for damage to underground structures or by reason of blasting, explosion or collapse. E. Subcontracts. In case any or all of'this work is sublet.Contractor shall require the Subcontractor to procure and maintain all insurance required in Subparagraphs(a), (1)), and (c) hereof and in like amounts. I'-. Scope of Insurance and Slec►aI Hazard, The insurance required under Sub- paragraphs(b)and (c) hercof'shall provide adequate protection 1'or Contractor and its subcontractors, respectively, against damage claims which may arise From Operations under this contract, whether such operations Ile by the insured or by anyolic directly or indirectly employed by it, and also against any special hazards which nlay be cneowitered in (Ile performance ill'this contract. NO'T'E:: Paragraph (I) is construed to require the procurennent. ol'Contractor's protective insurance (or contingent public liability and contingent property damage policies) by a general contractor whose subcontractor has cnnployces working on the project, unless the general public liability and property damage policy(or rider attached thereto)ofthe general contractor provides adcquatc protection against claims arishig from operations by anyone c.fircetly or indirectly employed by Contractor. 7. Contractor's Responsibility for Subcontractors. It is further agreed that Contractor shall he as Fully responsible to the City for the acts and omissions of its subcontractors, and of persons either directly or indirectly employed by them, as Contractor is for the acts and omissions of persons it directly employs. Contractor shall cause appropriate provisions to be inserted in all subcontracts relating to this work,to bind all subcontractors to Contractor by all the terms herein set forth,insolill- 1.1•\Contract files\construction\Vision Quest'KPU CCTV System Upgtade.wpd 4.• � as applicable to the work of subcontractors and to give Contractor the same power regarding termination ofany subcontract as the City may exercise ovcr Contractor under arty provisions of this contract. Nothing contained in this contract shall create any contractual relations between any subcontractor and the City or between any subcontractors. S. [I.Atuidated Dania=,es. The City tray deduct Two Hundred Fifty Dollars($250.00) from any amount otherwise due under this contract for every day Contractor fails or refuses to prosecute the work, or any separable part thereof, with such diligence as will insure the completion by the time above specified, or any extension thereof,or fails to complete the work by such time,as long as the City does not tertninate the right of Contractor to proceed. It is further provided that Contractor shall not be charged with liquidated damages because of delays in the completion of the work due to Unroresecable causes beyond Contractor's control and without fault or negligence oil Contractor's part or the part of its agents. 9. Termination. The City reserves the right to tenninate this contract by giving at least five(5)days prior written notice to Contractor, without prejudice to any other rights or remedies of the City should Contractor be adjudged a bankrupt, or if Contractor should ►hake a general assignlment for the benefit of its creditors, or it'a receiver should be appointed for Contractor or for any of its property, or if Contractor should persistently or repeatedly refuse or flail to supply enough properly skilled workmen or proper material, or if Contractor should refuse or fail to make prompt payment to any person supplying labor or materials for the work under the contract,or persistently disregard instructions of the City or fail to observe or perform any provisions of the contract. 10. City's Right to Proceed. in the event this contract is terminated pursuant to Paragraph 7,then the ® City may take over the work and prosecute the same to completion, by contract or otherwise, and Contractor and its sureties shall be liable to the City for any costs over the amount ofthis contract thereby occasioned by the City. in any such case the City nlay take possession of, and utilize in completing the work, such Materials, appliances and structures as may be oil the work site and are necessary for completion of the work. The foregoing provisions are in addition to, and not in limitation of, the rights of the City under any other provisions of'the contract, city ordinances, and state and federal laws. I t. Indemnity. To the fullest extent permitted by law,the Contractor shall indemnify,defend and hold harmless the City, its elected and appointed officials, employees, and agents, from and against all claims, damages and expenses, including but not limited to attorneys' fees arising out or resulting from the performance of the Work, provided that any such claim, damage, loss or expense attributable to bodily injury, sickness, disease or death or to injury to or destruction of tangible property(other than the Work itself) including the loss of use resulting therefrom and is caused in whole or in part by any negligent let or omission or the Contractor, any Subcontractor, anyone directly or indirectly employed by any of them or anyone for those acts any ofthem may be liable, regardless of whether or not it is caused in part by a party indemnified hereunder. Such obligation shall not be construed to negate, abridge, or otherwise reduce any other right or obligation of indemnity which would otherwise exist as to any party or person described in this Paragraph. 12. Payment for Labor and Materials. Contractor agrees and binds itself to pay f'or all labor done, and for all the materials used in the construction of the work to be completed pursuant to this contract. H;\Contract riles\eonstnuetion\vision QucstUCPD CCTV system Upg,1-( -wpd 3 A � 13. Supplies. Contractor is hereby authorized and directed to utilize the City's sales tax exemption itl the purchase of goods and materials for the project as set out in Section 144.062, RSMo 1986 as amended. ,: 14. The contract documents 511x11 CUn5151 Of the IOUQwIng. a. This Contract c. Signed Copy of Bid b. Addenda f. General Provisions c. Information Rir Bidders g. Special Provisions d. Notice to Bidders h. 'Technical Specifications This contract and the other documents enumerated in this paragraph,form the Contract between the parties. These documents are as fully a part of the contract as irattached hereto or repeated herein. 15. Nondiscrimination. Contractor agrees in the performance of this contract not to discriminate on the ground or because of race,creed,color,national origin or ancestry,sex,religion,handicap,age, or political opinion or affiliation, against any employee of Contractor or applicant for employment and shall include a similar provision in all subcontracts let or awarded hereunder. 16. Notices. All notices required to be in writing may be given by first class mail addressed to the Jefferson City Police Department, City or Jefferson, 320 East McCarty, Jefferson City, Missouri, 65101, and Contractor, Vision Quest, 251 S. Union, Springfield, MO 65802. The date of delivery of any notice shall be the second full day after the day of its mailing. 17. Jurisdiction. This agreement and every question arising hereunder shall be interpreted according to the laws and statutes of the State or Missouri. r� ` :•,1 ® IN WITNESS WHEREOF, the parties hereto have set their hands and seals this• day of April, 2002. CITY OF JEFFERSON, MISSOURI VISION QUEST G L Mayor Title: ATTEST: ATTES'l': G City Clerk Title: APPROVED AS TO ,ze City Counselor • HAContntct Files\consttuctionNision QuestUM CCTV System Upgiade.wpd 4 t FINANCE DEPARTMENT PURCHASING DIVISION SUBJECT:, I3id No. 2005 - CCTV System Upgrade - Police Department Opened on February 26, 2002 BIDS RECEIVED: VISi011 Quest. Springlicld. i\110 S 13.313.00 Video Max/tlie l ntcrruner, .fefl'rrson City. IM0 $ 16.-134.00 Towner Conl Ill tulicatious. JelTerson Cite. iPOO $ 16.5 15.10 Wireless USA/Team I Iectronics. Jefferson City, 1%,10 $ 17,1 80.30 Two additional vendors \ycre sent the RI-13 with no response. FISCAL, NOT11': 3 501-0900-73-50-2005 - 9-1-1 Improvements 2001-2002 E3ud ,'et $545,520.00 ® Expended $150.108.66 Encumbered $210,264.20 Bid 2005 $13.3 1 3.00 Balance S 171.830.14 PAST PERFOMMANCE: Vision Quest has prvvided equipnlent to the City satisfactorily in the past. Stal"I'bclieves this bidder will provide the C:C1tI1pi11eilt aS Specilied and bid. REC0MivIINDA"1•ION: It is the recommendation ofstaff to awarCl this bid to Visioll (,W-St ol'Spl-inLIfield, Missouri in the amount x1'.513.313.00. ATTACHMENTS - SUPPORTING DOCLlLM11NTATION Tabulation o('Bids, Departme*Mal Recommendation r Signature lL7i.}`/jA-,. Ptlrcha ng(A ,L,nt /Police: Chief, ,itrr JETFERS(. N CITY POLICE DEPARTMENT To: Terry Stephenson From: Robert Browtl Sul>',ject: CCTV recommendation Date: February 26, 2002 Vision Quest, Springfield, iv1U is llClllg t'eCOl11111e11deCl to lilstall a corllpletc CCTV system. Vision QUC'St has experience in installing this tYpc of equipment in law enforccrrlent applications. 'They also have a current contract with the US Post Office installing new and updating CC"I'V systems. Vision Quest was the lowest bidder and islet all of the spcclftcatlolls. 10 Ili to I pp I 4 N i t cu :» w; ,n f N (n• .-: (n f n; (n �. C .: u, `p - v, m u, -p - - ,p. -; O O (/):CI7 w a'Ll�ro do;5.I(a '�'' ,roi t� roj ro ro '''" •� 'ro n m !n m ! ) p N a a ru L �tr. io ,cr ?} Cr!ro ; la;j 'v ;� ��, !c� < W '�' ° Q. F o CT N o .a o �'X r"�n iro' o !n � Ia .rl C) c. a,m c .a. o. , ,c ,a 0 x.ci.� ' n x r� n s,'ri 7:. ... a C, -U -rl, ., . o 0 � �` ICn 3 X X lti n !X o roi N C ( IO 1 i A' Cn' C A p I A. Cr' n,0 .. N i` p, (� C�i w C n a „Y o o : n o j 0 '- a Lf a f °• CD < ° , N U D (v ca 1 _, 0 10 1. r ro n t1i ` cn wI �' �i �wl 'o ,Dl �' ro C7 <i N c m j < 0 3 rn � ' U7 ( �I O I n .. 1 z I !!--I o .cn �' n; c;q m � v) cn' M. Ic I ° U d (Oi 100 ' Ir n ro 6,1�'i v i IQ j° ro 'rn' I Icn a �" °'! i© c�' C Ic r( I 1 C)I b' ° `I to Imo' =+ j it X ! a. C7 — t IN 1 n ic . I I I c c a! ' m ' a tro ro a I •p � i I !0 C1 I I �y r !Cii 0 rp '� ' l=yD I� ! CD i0 I ' , , i i I I ,�y j I I jt,• (.p' �r� r i r' r. -i I-+: W �p,,) ro , I Iro ' Im � I;n ' ICD fro CD j (D (D rol m ! l O ( I Cn I Cn i ! +Cn (n. (c! j -v, ;_0 -u !y ;-p Cn C -v 1 'o T 1-0 r! m I m ro I !T ro : i(n . ;(n z 1 -a N lrn m' cn m'� m, to �" icnlr". a• o i I i �I� N �7 �0 n! IN:n i�ln �'o iw;n v,'-+ . 1~ an tnl�i -{ �! I�iD 0 01 oolp �''T.iwi IN n �, �, w '� LA I. j"'IX' N +��'Xi ' voi ro i-I o�C cr'Cf 1:1 C+ a:C c° a' � c� c�' 0 o 0 lC) Ia, lo.-�i0 o oiCn' o X; Io1.o o o al o -+ � ° in° I i ICI !D! 1 C: Iw Y; !°) T1' (� N <,; to CJ W 1 (n. I I(n (n' = to r to U) %p Cn ca 3 . O INi� jtn _I N v) Z' rn NJ: p u o 0 (n N I w: q) O Oq •l A (O rJ1 0 O I . ' l' I , cn I ? : I (DCA , , IQ7 p cn O O O O O O U '0 M I o a I ! ;cDn ( o ol ri Imj I� �I ",'s rI� Q) z . �- i Cn X" X Icn + rL r �cn X,(n'pI r of �Cn Ln cnll,' A 0 (nIA ''!^( m Cu I /� -1 0l w o CA'0 N'A,w o .1 o I� I�I'� --� 0) pi" > (n;E N 00 jr:"a. �C) i A OiM, CA 0 (n ?a N. O,C) p V,rl-� Irn'ct)i (C)> N'rn rni0: N olLA a) 00 0 ; n p� ! . i o . C3wl0J!. o = c�;�' O (7 to (n nN,C) n o,Cnl a x Iw o, O .0 Ln. o 00 0 0; 5 O,r O (n' o < o: o _ I (A, ICI- Z i I -+ 'Tl1 I ( I O ! m In; to i to'-q : Q a cn cn ! to I to to: r w D CD I (o of (r, ( - w� ml iJ i' r co , o cn I N �I i I•P j -+i ICn 'Ni !-• j0 A .O 1 W C) j C7 O i C). 0 O O IOI O, O O o o: o! o o: o I o 0 0 I nl I !m 1< 'C: a: -o. Iro m: ri �OI I-I, IM. j<j I- r m mi sl N. m' m nl -I r fir: (n n to 0 0 (n1:� CD IA1 r' I OI j;. n c) ° , n n a NJ! O cn to (n Cn cn. I(n =� jCI (A O N 'rl. A Z IrID' -1 Oi IW O Ln,�: N w v o 1,00 (ni l cnlO: •-4IN �! (4 !o! �CO rn.�X rn �i w O + �� .ZJ O r .A N! N:r v 00 i N la CJ O O 00 Inl ° �) °.- C7I lLn Vi o �, Ln �. U''o. °'o. °,4; o cn o cn c� 3 N! C7' a' rn D 1C C7 U O G a �l cn N1 O' Cn'p!V) (n Z (_n r !_.i W'D a) A i W' (n O (D 4x -� 1' W; I Cn N C7 'L,,r- n A r Ln �l I«+ w W 00 (T (1I -4:O N O Ul •1 I INO: Oi O 1AO1 O'U� O I O O I .o, crn UI !0! m m n' icLn Xn rn ul O: tn'z ! _ ro ,�7�.n�2 C) I to C) o �:CD -r . i N C M I fill N �'A -+ O �I N 1 0 W !-+ n , ° (n -I co(D to' (� r N' A J D! r 0): Lh CD ja,O O (n ,. (n Y. CA N)j rn,X N �n � NI -� 7 r n cniC)+ 9) �w N,N U r ljIU) ! a C o of �rs xlo� oIz' 10 t� r+ o:� N+< .� j•usj (n1-1 ' n U� N -, Nl I io1 �I (n CD I ;(n: (n to ° l� Ai wl�i (nfo c]i (t{te�a -� -4 La CT) Iivl O N r' ' m Tl o0 I N' Cn i i W. •A 'V: -+ I Cn, i A. Co N 0 nl I ,; C), O1 ICI; I !r, Iii rn+ I w ICI u,IOi u) 1 0 O I O I O I O I p I O (tV( -4 cn O'(n 1 OI 0 O; OI Gl o. O Ln' (n, O ? u� rll !+ 6� �G!al�nia7 o ro ro a ; ro n ro , 1 role: to C oI I cn o ;� c ; d L I�I I� j p C Im ia:'�i0 1tD 5'. �N O j IC1jl1? I t. m Iro•;Z I° ° ( !t°D to CD �' .^ I n a'N n O � Ifni I IO I ^ ,D I ip�j ' t°n � ; ° p'� ; j 0ICD hi O� In cfDi ' (7 n�i (D CD 1 3 i-, 10 6. cr I^' I� : aai la (�•Icr c).00 00 ,�1 CD ,.. I ;tn '0 t1 CD m ri y � ) ca � I a, ° 'CDDi .ai min , ) �^ CO .� j jC: f � ; ° I� " c I ' L i la'co C v9i i �-, a-. I (" �c; i ° i �ro n a a �cn' 31ro I Q°' j I �NICi ° CD I 6' I� CD ° yi �I + I I (A L Ti 1CD 0 -o, ojo CD ,cn,o j I i i aI �I 'cn ° j to ,.0 i I , A CD. j N cD Cl) j a. o•; v:cCDD CD n -1 a j I j am , a) CD �.lK< I CD r cn W Iii p, 1oj ciI a c j jn� I� CD — ------ u,. co.I K (n i pIw Cpl° J 0 , O � o � ' �', o ' (n 10 I i .w►. Irn 0 nl to i� �CD i ICD, I"i co o VI < a ,n c_ i I CD ° . ! IM p , �� �� � .�, = I c �I p cD 01 �'I z 4 CL I`m C:L C, ICI oj; !cA '"{ i ° oI I N j D � !� ' ; o ' o �I 1 m I � .0. j rr, con a c� I j i N i N a) � I + i. CD CD j .MIN (D ii j i j r I ID .p. ip j I i a u, a,l c.). j0 'Li,O.Cn Ip lD tJ I O O 3 I G CD ° I I n. m cDa°i 'yam; aI m j I I I I ( la.i I I �o � � N I + i i i I I i ; n C) I L...... . .. . :Co I I 1 u► O O En C7 a) l ail '� j m o ow o c -+i l o CD I i cA Ell rn i N, j j ro Ip ! j I I p Cn rJ1 D O jN j I`tU U N I II I O O CA I I I iCn! b ( O Ln i I I I 1 I co Ln io f fil, cn Chi 1 v� j i