Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutC24-176 Intellectual Technology 20210120 1
AGREEMENT FOR SERVICES
THIS AGREEMENT FOR SERVICES (this “Agreement”) is entered into as of March 5, 2024, (“Effective Date”)
by and between the Board of County Commissioners of the County of Eagle, State of Colorado (hereinafter referred to as the
“County”) and Intellectual Technology, Inc. (hereinafter referred to as the “Contractor”).
Whereas, on January 5, 2021 the Colorado Department of Revenue (“CO DOR”) entered into a cont ract with
Contractor to provide a network of self-service Kiosks to offer motor vehicle and driver license services to Colorado residents
at DMV offices (“Master Agreement”);
WHEREAS, the County desires to engage the Contractor to provide, and the Contractor desires to provide to the
County, the services described in Exhibit A.
NOW, THEREFORE, the parties mutually agree as follows:
1. Scope of Services. The Contractor agrees to perform the services described in Section 1 of Exhibit A, which
document is attached hereto and incorporated herein in its entirety. All services provided by Contractor under this Agreement
shall be referred to herein as the “Services”.
2. Time of Performance. The Services of the Contractor are to commence and be completed (or end) by the
dates set forth in Section 2 of Exhibit A, unless this Agreement is sooner terminated pursuant to paragraph 4.A. below. All
time limits are of the essence in this Agreement.
3. Fees. The Contractor will be compensated for Services rendered in accordance with Section 3 of Exhibit A.
The Contractor is responsible for paying all applicable income, Federal Insurance Contributions Act (FICA), Federal
Unemployment Tax Act, or other taxes owed on compensation paid under this Agreement. The Contractor shall submit requests
for payment in a form acceptable to the County and in conformance with the County’s policies.
4. General Terms and Conditions.
A. Termination of Agreement. The County or the Contractor shall have the right to terminate this
Agreement, with or without cause, by giving written notice to the other party of such termination and specifying the effective
date thereof, which notice shall be given at least the number of days set forth in Section 4 of Exhibit A prior to the effective
date of such termination. In such event, all finished or unfinished documents, data, studies and reports prepared by the
Contractor pursuant to this Agreement shall become the property of the County. Unless expressly stated otherwise in the notice,
Contractor shall provide no further Services in connection with this Agreement after receipt of a notice of termination, and the
Contractor shall proceed to cancel all existing orders and contracts that are chargeable to the County under this Agreement.
The Contractor shall be entitled to receive compensation in accordance with this Agreement for any satisfactory Services
completed pursuant to the terms of this Agreement prior to the date of receipt of the notice of termination, or such other stop-
work date as may be specified in the notice. Notwithstanding the above, the Contractor shall not be relieved of liability to the
County for damages sustained by virtue of any breach of this Agreement by the Contractor.
B. Changes. The County or Contractor may, from time to time, request changes in the scope of the
Services or the compensation of the Contractor. Such changes that are mutually agreed upon between the County and Contractor
shall be in writing, and upon execution shall become part of this Agreement. To be effective, all changes must be signed by
the Contractor and by the Board of County Commissioners, or by a person authorized by resolution to sign on behalf of the
Board.
C. Assignability or Subcontracting. Any assignment or transfer of this Agreement is prohibited, unless
written consent is obtained from the County.
D. Audit. The County and any of its duly authorized representatives shall have reasonable access to
any books, documents, papers and records of the Contractor which are pertinent to the Contractor’s performance under this
Agreement for the purpose of making an audit, examination, or excerpts. The Contractor shall provide any documentation
necessary to prepare all reporting required of or by the County, and shall keep all books, documents, papers and records which
DocuSign Envelope ID: 86CFC57C-917B-4574-858D-11B5F13CBF02
20210120 2
are pertinent to the Contractor’s performance for a minimum period of three years, or such longer time as may be set forth in
any Special Conditions or addendums to this Agreement.
E. Equal Employment Opportunity. While performing this Agreement, the Contractor shall not
discriminate against any employee, subcontractor, or applicant for employment because of disability, race, creed, color, sex,
sexual orientation, religion, age, national origin, or ancestry.
F. Ownership of Documents. All drawings, specifications, guidelines and other documents received
by the Contractor from the County in connection with this Agreement shall be the property of the County.
G. Intellectual Property Rights. Except as expressly provided herein, nothing in this Agreement will
be construed as to transfer any right, title, or interest in the intellectual property of one party to any other party. Any intellectual
property created in the performance of this Agreement solely by the personnel of one party shall be or remain the sole and
exclusive property of that party, regardless of whether it is completed or reduced to practice thereafter. All modifications,
enhancements, alterations or derivative works thereof shall remain the sole property of the party who was the original author.
H. Governing Law/Forum/Interpretation. This Agreement has been executed by the parties hereto on
the day and year first above written and shall be governed by the laws of the State of Colorado. Both parties agree that the rule
that ambiguities in a contract are to be construed against the drafting party shall not apply to the interpretation of this Agreement.
If there is any conflict between the language of the Master Agreement, this Agreement, or any exhibit or attachment, the
language of the Master Agreement shall govern then this Agreement shall govern.
I. Compliance with Laws/Licenses and Permits. The Contractor shall comply with all applicable
federal, state and local laws, ordinances, regulations, and resolutions. The Contractor shall be responsible for obtaining all
licenses and permits necessary to perform the scope of Services, at the Contractor’s expense, unless specifically stated otherwise
in this Agreement.
J. No Waiver of Rights. The County’s approval or acceptance of, or payment for, Services shall not
be construed to operate as a waiver of any rights or benefits to be provided under this Agreement. No covenant or term of this
Agreement shall be deemed to be waived by the County except in writing signed by the Board of County Commissioners or
person authorized to sign by resolution of the Board, and any waiver of a right shall not be construed to be a waiver of any
other right or to be a continuing waiver, unless specifically so stated.
K. Non-appropriation. Pursuant to C.R.S. § 29-1-110, as amended, the financial obligations of the
County as set forth herein after the current fiscal year are contingent upon funds for that purpose being appropriated, budgeted
and otherwise available. This Agreement is automatically terminated on January 1st of the first fiscal year for which funds are
not appropriated. The County shall give the Contractor written notice of such non-appropriation.
L. Conflict of Interest/Ethics. The Contractor shall refrain from providing Services to other persons,
firms or entities that would create a conflict of interest for Contractor with regard to providing Services pursuant to this
Agreement. The Contractor shall not offer or provide anything of benefit to any County official or employee that would place
the official or employee in a position of violating the public trust in violation of Colorado Constitution Article XXIX, C.R.S.
§ 24-18-109, as amended, or the County’s Ethical Principles and Guidel ines.
M. Remedies. In addition to any other remedies provided for in this Agreement, and without limiting
its remedies available at law, the County may exercise the following remedial actions if the Contractor substantially fails to
perform the Service under this Agreement. Substantial failure to perform the Services hereunder shall mean substantially and
materially insufficient, incorrect or improper performance of the Services identified in Exhibit A by the Contractor. These
remedial actions are as follows:
(1) Suspend Contractor’s performance pending necessary corrective action as specified by the County
without the Contractor’s entitlement to an increase in price/cost or a time extension; and/or
(2) Withhold payment to the Contractor until the necessary Services or corrections in performance are
satisfactorily completed; and/or
DocuSign Envelope ID: 86CFC57C-917B-4574-858D-11B5F13CBF02
20210120 3
(3) Deny payment for those Services which have not been satisfactorily performed, or which, due to
circumstances caused by the Contractor, cannot be performed, or if performed would be of no value to the County.
The foregoing remedial actions are cumulative and the County, it its sole discretion, may exercise any or all
of them individually or simultaneously. The County shall provide written notice to Contractor of its exercise of any of the
foregoing remedial actions.
N. Force Majeure. Neither the Contractor nor the County shall be liable for any delay in, or failure of
performance of, any covenant or promise contained in this Agreement, nor shall any delay or failure constitute default or give
rise to any liability for damages if, and only to extent that, such delay or failure is caused by “force majeure.” As used i n this
Agreement, “force majeure” means acts of God, acts of the public enemy, unusually seve re weather, fires, floods, epidemics,
quarantines, strikes, labor disputes and freight embargoes, to the extent such events were not the result of, or were not
aggravated by, the acts or omissions of the non-performing or delayed party.
O. Third-Party Beneficiaries. It is expressly understood and agreed that the enforcement of this
Agreement and all rights of action relating thereto shall be strictly reserved to the County and the named Contractor. Nothing
contained in this Agreement shall give or allow any claim or right of action whatsoever by any other third person.
P. Survival of Terms and Conditions. Notwithstanding anything herein to the contrary, the parties
understand and agree that all terms and conditions of the Agreement that anticipate continued performance, compliance, or
effect beyond the termination date of the Agreement shall survive such termination date and shall be enforceable in the event
of a failure to perform or comply.
Q. Abilities, Qualifications, Experience, and Best Efforts. Notwithstanding anything to the contrary
contained in this Agreement, the County and Contractor agree and acknowledge that the County enters into this Agreement
relying on the special and unique abilities of Contractor to perform the Services and accomplish the tasks described.
Contractor accepts the relationship of trust and confidence established between Contractor and the County by this
Agreement. Contractor covenants with the County to use its best efforts. Contractor shall further the interests of the
County according to the County’s requirements and procedures, and according to the highest standards and quality
prevailing among those who perform work of a similar nature.
R. Accuracy of Work. The Contractor represents, covenants and agrees that its work performed
hereunder, including but not limited to the Services identified in Exhibit A, will be accurate and free from any material
errors.
5. Insurance. In part to assure the County that the Contractor is always capable of fulfilling the specified
indemnification obligations, the Contractor must purchase and maintain insurance of the kind and in the minimum amounts
specified below, unless indicated otherwise in Section 7 of Exhibit A.
A. The Contractor agrees to procure and maintain, at its own expense, for all Services covered by this
Agreement, the following policies of insurance:
(1) Workers’ Compensation Insurance: The Contractor will maintain workers’ compensation insurance
covering the contractor for the performance of all Services under this Agreement in accordance with applicable state laws, and
employer’s liability insurance. Coverage shall include a waiver of subrogation in favor of Eagle County
Minimum Limits:
Workers’ Compensation – statutory limits
Employer’s Liability:
$1,000,000 bodily injury for each accident
$1,000,000 each employee for disease
$1,000,000 disease aggregate
The requirements of this provision shall apply to the Contractor and to all subcontractors.
DocuSign Envelope ID: 86CFC57C-917B-4574-858D-11B5F13CBF02
20210120 4
(2) Commercial General Liability: The Contractor will maintain commercial general liability insurance
covering all operations by or on behalf of the Contractor on an occurrence basis against claims for bodily injury, property
damage (including loss of use) and personal injury. Such insurance will have these minimum limits and coverages:
Minimum Limits:
$1,000,000 each occurrence
$2,000,000 general aggregate with dedicated limits per project site
$2,000,000 products and completed operations aggregate
Coverages:
Products and completed operations coverage maintained for at least 2 years after completion
of the project for construction contractors
Contractual Liability
Independent Contractors
Defense in addition to the limits of liability
Severability of Interests Provision
Additional Insured Endorsement issued to Eagle County, Colorado its officers, its agents, and
its employees acting in the scope of their employment
The requirements of this provision shall apply to the Contractor and to all subcontractors.
(3) Automobile Liability: The Contractor will maintain business auto liability coverage covering
liability arising out of any auto (including owned, hired and non-owned autos) used in connection Minimum Limits:
Minimum Limit:
$1,000,000 Combined Single Limit Each Accident
Coverages:
MCS 90 for vehicles carrying hazardous materials
Additional Insured Endorsement issued to Eagle County, Colorado its officers, its agents, and
its employees acting in the scope of their employment
The requirements of this provision shall apply to the Contractor and to all subcontractors.
(4) If indicated in Section 5 of Exhibit A, Errors and Omissions or Professional Liability Insurance with
a minimum coverage amount as specified in Section 5 of Exhibit A, and for two years beyond the completion of all Services
under this Agreement.
(5) If indicated in Section 5 of Exhibit A, Cyber Liability Insurance with a minimum coverage amount
as specified in Section 5 of Exhibit A.
B. The above-mentioned coverages shall be procured and maintained with insurers with an A- or better
rating, as determined by Best’s Key Rating Guide. All coverages shall be continuously maintained during the term of this
Agreement or as noted above to cover all liability, claims, demands, and other obligations assumed by the Contractor.
C. Additional Insured status required above shall be primary and non-contributory with any insurance
or self-insurance carried by the County. The Contractor shall be solely responsible for any deductible losses under any policy
required above.
D. The policies shall provide that the County will receive notice no less than 30 days prior to
cancellation, termination or non-renewal of the policies.
DocuSign Envelope ID: 86CFC57C-917B-4574-858D-11B5F13CBF02
20210120 5
E. The Contractor shall not be relieved of any liability, claims, demands, or other obligations assumed
pursuant to this Agreement by reason of its failure to procure or maintain insurance, or by reason of its failure to procure or
maintain insurance in sufficient amounts, durations or types.
F. Failure on the part of the Contractor to procure or maintain policies providing the required
coverages, conditions and minimum limits shall constitute a material breach of contract upon which the County may immediately
terminate this Agreement.
G. The County reserves the right to request and receive a certified copy of any insurance policy and
any applicable endorsement thereto.
6. Insurance Certificates.
A. The Contractor shall, prior to commencing Services, deliver to the County Certificates of Insurance
as evidence that policies providing any and all required coverages and limits are in full force and effect.
B. These certificates will serve as an indication to the County that the Contractor has acquired all
necessary insurance; however, the County may require that certified copies of the insurance policies be submitted and may
withhold payment for Services until the applicable insurance policies are received and found to be in accordance with the
Agreement.
C. Insurance limits must be indicated on each Certificate of Insurance. Each Certificate of Insurance
shall be reviewed and approved by the County prior to commencement of Services under the Agreement. The certificates shall
identify this Agreement and shall state the project number where applicable.
7. Indemnification.
A. Contractor’s Indemnification Obligations. The Contractor shall indemnify and hold harmless the
County and its elected and appointed officials, officers, employees, and agents from and against any and all losses, damages,
liabilities, claims, suits, actions, or awards, including costs, expenses and attorney’s fees, incurred or occasioned as a result of
the acts or omissions of the Contractor, or its principals, employees, agents, or subcontractors arising out of or in any way
connected with the performance of Services under this Agreement; provided, however, that under no circumstances shall
Contractor’s total liability under this Agreement exceed the aggregate amount of all transaction fees paid to Contractor unde r
this Agreement in accordance with Section 3 hereof. The Contractor’s obligation to indemnify pursuant to this paragraph, and
to provide any extended insurance coverage where applicable, shall survive the completion of the Services, and shall survive
the termination of this Agreement.
B. County’s Indemnification Obligations. To the extent permitted by Colorado law, the County shall
indemnify and hold harmless the Contractor and its officers, employees, and agents from and against any and all losses,
damages, liabilities, claims, suits, actions, or awards, including costs, expenses and attorney’s fees, incurred or occasioned as
a result of the acts or omissions of the County, or its elected and appointed officials, officers, employees, and agents arising
out of or in any way connected with the performance of Services under this Agreement; provided, however, that under no
circumstances shall County’s total liability under this Agreement exceed the aggregate amount of all transaction fees paid to
Contractor under this Agreement in accordance with Section 3 hereof. The County’s obligation to indemnify pursuant to this
paragraph shall survive the completion of the Services, and shall survive the termination of this Agreement.
8. Independent Contractor. The Contractor is an independent contractor. AN INDEPENDENT
CONTRACTOR IS NOT ENTITLED TO WORKER’S COMPENSATION BENEFITS AND IS OBLIGATED TO PAY
FEDERAL AND STATE INCOME TAX ON ANY MONIES EARNED PURSUANT TO THE CONTRACT
RELATIONSHIP. Notwithstanding any provision appearing in this Agreement, all personnel assigned by the Contractor to
perform work under the terms of this Agreement shall be and remain at all times employees of the Contractor or employees of
their respective employers for all purposes.
9. Notices. Notices to be provided under this Agreement shall be given in writing and either delivered by hand
or deposited in the United States mail with sufficient postage to the addresses set forth in Section 6 of Exhibit A.
DocuSign Envelope ID: 86CFC57C-917B-4574-858D-11B5F13CBF02
20210120 6
10. Extent of Agreement. This Agreement represents the entire and integrated agreement between the County
and the Contractor and supersedes all prior negotiations, representations or agreements, either written or oral. Any amendments
to this must be in writing and be signed by both the County and the Contractor. If any portion of this Agreement is found by a
court of competent jurisdiction to be void and/or unenforceable, it is the intent of the parties that the remaining portions of this
Agreement shall be of full force and effect.
[Signature Page Follows]
DocuSign Envelope ID: 86CFC57C-917B-4574-858D-11B5F13CBF02
IN WITNESS, WHEREOF, each of the parties hereto have caused this Agreement to be executed as of the Effective
Date.
CONTRACTOR : Intellectual Technology, Inc.
By: _________________________________________
(signature)
_________________________________________
(printed name)
Title: _________________________________________
___________________________ COUNTY
By: __________________________________________
Jeff Shroll, County Manager
Date: __________________
DocuSign Envelope ID: 86CFC57C-917B-4574-858D-11B5F13CBF02
4/8/2024
EAGLE
A-1
EXHIBIT A
1. Scope of Services. The Contractor hereby agrees to and accepts responsibility to perform the following services
and the County agrees to cooperate with Contractor as follows:
To develop, install, operate, and maintain a network of motor vehicle self-service kiosks for the County in
compliance with the terms of this Agreement, subject to the terms of the Master Agreement. The Contractor will provide a
complete turnkey kiosk solution to the County which will comply with all design, development, integration, deployment,
installation, and maintenance of all components and special conditions outlined below. The County's ultimate goal is to offer
an alternative service delivery option to Colorado citizens who desire to perform various motor vehicle transaction
(“Customers”) so as to reduce the amount of over-the-counter renewals and decrease Customer wait times. It is the parties'
intent that the use of the kiosks will eventually be expanded to include additional transaction capabilities and enhancements.
In the event of any conflicts between the Master Agreement, this Agreement, and any attached documents, the Master
Agreement shall control and then this Agreement shall control.
The parties are entering into this Agreement under the authority of C.R.S. 42-1-231. The intent of the kiosk
program is for the Contractor to deploy as many kiosks as determined based on the County's model and goals to county motor
vehicle offices, as well as other areas, including centers of business, large retail centers, and rural communities. The Contractor
shall recognize and follow the Colorado Department of Revenue's vision for the kiosk program.
The County agrees to allow Contractor to implement best practices for marketing kiosks to ensure program
awareness and faster Customer adaptation. The County agrees to promote market kiosk services on their web site, place visible
signs in offices, redirect Customers from the counter to the kiosks when possible, and consider implementing best marketing
practices provided by Contractor. Further, County will assist Contractor with:
A. Conducting surveys of Customers and stakeholders; and
B. Coordinating individual marketing campaigns, in conjunction with the larger initiative, to promote Kiosk
services, including promotion on County websites, and placement of physical signs at County locations.
Marketing services and signage shall be provided by Contractor at no cost to County, unless expressly authorized by
County. Additionally, all marketing content performed by Contractor, including multi-media content, graphics, complete screen
designs, digitized photographs, printed information, or other marketing content, shall be submitted to County for approval prior
to implementation.
The signage area on the front of the Kiosk will display Department or County related information and graphics. All
Kiosk signage must be displayed in both English and Spanish, as required by the County.
2. Term. The term of this Agreement commenced as of the Effective Date and will terminate on the last day of
the term of the Master Agreement, as extended, superseded, or earlier terminated in accordance with the Master Agreement or
as provided herein.
3. Compensation.
A. The kiosk program is funded through a per Transaction fee for each printed vehicle registration renewal to
be charged to Customers of the motor vehicle self-service kiosks. The Transaction fee shall be (1) $3.50 for
County operated locations and $4.50 per Transaction for locations operated by a third-party and, (2) a
credit card processing fee of 2.30% of the aggregate vehicle registration renewal transaction amount paid
by credit or debit card. The County may elect to absorb all or part of the above transaction fee upon written
notice to ITI. A “Transaction” is defined as issuance of a vehicle registration certificate and decal(s) for one
vehicle. The County reserves the right to request that Contractor add other transaction capabilities and
enhancements in the future on terms reasonably satisfactory to both parties.
B. In addition to such compensation, if any transaction processed by a motor vehicle self-service kiosk is
subsequently reversed or adjusted by Contractor after receipt of an executed credit refund authorization form
from the County due to no fault of Contractor or Contractor’s payment processing vendor (each, a “No Fault
Refund Transaction”), then within 30 days of the County’s receipt of Contractor’s monthly invoice, the
DocuSign Envelope ID: 86CFC57C-917B-4574-858D-11B5F13CBF02
A-2
County shall pay Contractor the following fees for each such No Fault Refund Transaction: (1) $3.00 per
printed vehicle registration renewal, plus (2) the amount of the credit card processing fee for such transaction
if a credit card was used for such transaction, as applicable; provided, however that the aggregate amount of
fees payable to Contractor for such No Fault Refund Transactions shall not exceed $750 during any calendar
month. Notwithstanding the foregoing, if during a calendar month the aggregate amount of fees related to
No Fault Refund Transactions exceeds $750, and the Contractor is required to pay fees to its payment
processing vendor(s) for processing such No Fault Refund Transactions, and the fees to be paid by the
Contractor to its payment processing vendor(s) for such No Fault Refund Transactions amounts to $500 or
more during the calendar month, then the Contractor will have the option to take down each motor vehicle
self-service kiosk until such time as the source of such No Fault Refund Transactions is resolved by the
County.
4. Minimum Self-Service Terminal Requirements – County Option to Retain Kiosk. In exchange for ITI installing
the Kiosk and covering costs of equipment, software, service support and supplies, there is a requirement to maintain
minimum transaction volume levels each month. If one hundred and twenty (120) days after initial installation there is any
full month period (“Period”) where any Kiosk does not meet the monthly minimum volume of 600 transactions per month
(“Required Volume”), then ITI has the right remove the Self -Service Terminal, at ITI’s own expense, from the County after
a thirty (30) day written notice to the County.
However, ITI will not have the right to remove the Kiosk if the County elects, in the County’s sole discretion, to
pay the Shortfall. NOTHING IN THIS SECTION OBLIGATES THE COUNTY TO PAY A SHORTFALL WITHOUT ITS CONSENT. A
Shortfall is the difference between the total Fees (defined below) ITI would have earned had the Required Volume been met
and the total Fees the Kiosk produced for the Period minus the revenue sharing provided Kiosk in the Financial
Considerations section, below. For each vehicle registration ITI will charge a transaction fee of $3.95 to the Kiosk user
(“Fee”) in addition to applicable State and local costs and credit card charges.
Illustration of Shortfall Formula:
During a full month, if a Kiosk installed at a Location performed only 600 transactions and generated a total of $2,370 for
ITI, then the County may pay the Shortfall of $1,580 ($3,950 - $2,370) to ITI to meet the Required Volume for such month.
Payment of Shortfall:
Following the end of a Period where a Shortfall occurred and the County has exercised its option to maintain the Kiosk by
paying the Shortfall, ITI shall submit an invoice to the County detailing the number of transactions that occurred within the
Period and the amount of the Shortfall to be paid by the County. Upon receipt of such invoice from ITI, the County shall pay
the amount within 30 days.
5. Notices of Termination. Notices of termination shall be given at least thirty (30) days before the effective date
of termination.
6. Professional Liability Insurance. Errors and Omissions or Professional Liability/Cyber Insurance is required.
The required minimum amount of coverage is $5,000,000.
7. Addresses for Notices. The addresses for Notices are as follows:
To the County: Eagle County, Colorado
500 Broadway
P.O. Box 537
Eagle, CO 81631
DocuSign Envelope ID: 86CFC57C-917B-4574-858D-11B5F13CBF02
A-3
To the Contractor: Intellectual Technology, Inc.
2980 E. Coliseum Blvd. Suite 100
Fort Wayne, IN. 46805
Attention: General Counsel
8. Special Conditions. Special Conditions are as follows:
A. DEPLOYMENT SCHEDULE
1. After deployment of the first kiosk unit for the County, additional kiosk units may be ordered and
installed; provided, however, that if after 90 days of installation the additional kiosk unit transaction
volume is less than 1,000 transactions per month per kiosk unit, then the Contractor has the right to
remove the unit upon 30 days’ notice.
B. TECHNICAL REQUIREMENTS
1. The Contractor has the following three types of kiosks for installation:
a. Big Kahuna model – Processes cash and credit card. Has ability to produce up to two different
expiration year decals.
b. Surfboard model – Processes credit card transactions only (no cash). Produces only one expiration
year decal.
c. Hokku model – Processes cash and credit card. Has ability to produce up to four different expiration
year decals. This model can also perform facial recognition and document scanning.
Contractor and County will agree on which type of kiosk will be installed in various locations.
2. All kiosks will be in full compliance with the OIT (Colorado Governor’s Office of Information
Technology) Technology Standards – Kiosk Equipment (Appendix A).
3. The kiosk solution includes all hardware and software required to provide unattended processing of
transaction and payment services.
4. All daily operations of the self-service kiosk will be the responsibility of the Contractor, including, but
not limited to, maintaining an interface between the kiosks and existing Colorado Motor Vehicle
applications which allow County residents to renew and print registration documents, allowing for the
kiosks to accept multiple forms of payment, and providing maintenance for the kiosks, including all
hardware and software.
5. The Contractor shall be responsible to ensure all necessary integration of the kiosk application with the
State of Colorado motor vehicle application and Colorado Interactive for credit card services.
6. The kiosks will interact with the State of Colorado motor vehicle application/system.
7. The Contractor shall ensure the kiosks are programmed to electronically notify the Contractor’s technical
support any time there is an equipment malfunction, interface disruption, or maintenance issue.
Contractor shall provide all support services, repairs and maintenance to all equipment, including the
cleaning of the screens, shelves, fascia, etc.
8. Contractor will have limited access to buildings with kiosks after normal business hours. The access
procedure for entering building with kiosks after hours will be provided to the Contractor.
9. Contractor must provide Crime Insurance to cover Contractor’s employees entering buildings with
kiosks after normal business hours. The minimum amount of coverage must be $25,000.
10. Contractor shall provide and install kiosks at designated and select partnership locations. Each kiosk
has a Cisco ASA firewall which will ensure that no network traffic is allowed to/from the kiosks other
than the traffic to/from the Contractor data center IP addresses. All other traffic will be disallowed by
the kiosk firewall and will be dropped. The kiosk does not store any Customer data locally, and all data
transmission occurs through a secure VPN tunnel between the kiosk firewall and the Contractor data
center. If the secure VPN tunnel is not established no data will be transmitted. The County is responsible
DocuSign Envelope ID: 86CFC57C-917B-4574-858D-11B5F13CBF02
A-4
for all costs associated with obtaining and maintaining data lines and power lines at County locations.
The partnership location kiosks may accept or dispense cash, if agreed by the County and the Contractor.
11. The Contractor shall provide all electrical equipment to operate on kiosks to be approved for electrical
safety by Underwriter’s Laboratory or equivalently listed, and be certified by a Nationally Recognized
Testing Laboratory to be compliant with FCC regulations.
12. All kiosks must be compliant with the Americans with Disability Act (ADA) standards for accessible
design 2010 requirements and allow the Customer to process their transaction without assistance. The
placement of the kiosks at all locations must be ADA compliant and allow for required clearance and
accessibility.
13. The Contractor shall ensure that the system architecture is scalable and designed to easily and
inexpensively accommodate changes (future transactions/products/upgrades/features) resulting from
County and State of Colorado business rules, workflows, legislation, and new motor vehicle system
implementation, at no additional costs to the County.
C. HARDWARE REQUIREMENTS
1. The Contractor shall provide a kiosk designed to be of a stand-alone style for inside locations.
2. The Contractor shall provide kiosks that are self-contained and fully integrated units with housing that
is secure and reinforced to deter tampering. The Contractor shall provide kiosks that do not have items
that can be easily grasped or crevices that are subject to dropped or spilled material that will render the
kiosk inoperative.
3. The Contractor shall ensure that the kiosks are modular and capable of expansion.
4. The Contractor shall provide a signage area on the front of the machine to display appropriate County
related information and graphics. The County must approve all artwork and proposed signage and
housing prior to implementation. All signage for the kiosks must be in both English & Spanish, based
on individual county requirements. The Contractor shall not bear company names or logos except for
that of the County Clerk and Recorder's Office and authorized credit card companies, unless otherwise
agreed upon by the County.
5. The Contractor must coordinate with the DOR and Colorado Correctional Industries (CCI) regarding the
purchase of all paper and decal materials.
6. The Contractor shall provide each kiosk with the ability to be anchored to the floor and/or wall. The
Contractor shall ensure that each kiosk can be easily unsecured from the floor or wall by authorized
personnel.
7. The Contractor must ensure that battery-backed alarms with detectors on all openings are implemented
where entry might be forced.
8. The Contractor shall ensure that the internal components of the kiosks are mounted to allow for ease of
service with access to all cables, connectors and consumable items.
9. The Contractor must provide kiosks with tamper proof power and data connections.
10. The Contractor shall provide each kiosk with heavy-duty locking mechanisms, hinges, and door
mechanisms to resist vandalism and theft attempts.
11. The Contractor shall provide kiosks with enclosures that control ambient and reflective light and allow
the screens to be easily seen by the Customer without visual deterioration from indoor or outdoor
lighting, while being resistant to marks and scuffs. The Contractor shall also provide kiosks that can be
easily cleaned.
12. The Contractor shall provide kiosks that withstand heavy and continuous use in an unattended
environment.
13. The Contractor shall provide kiosks with adequate ventilation and cooling for the machine's components.
DocuSign Envelope ID: 86CFC57C-917B-4574-858D-11B5F13CBF02
A-5
14. For any kiosks requiring cash availability, the Contractor shall provide the kiosks with secure access to
the cash box, separate from access to other internal components or other kiosk machines.
15. The Contractor shall include a small ledge in the kiosk’s design for Customer ergonomics. The ledge
may or may not be part of the enclosure. The Contractor shall ensure that the ledge is positioned below
openings, crevices or equipment that may become damaged or cause damage because of drinks spilling,
etc.
16. The Contractor shall include in each kiosk a maintenance keyboard residing within the housing that is
inaccessible to the general public, but accessible to maintenance employees and service personnel.
17. The Contractor shall make sure that each kiosk has sufficient capacity to support all applications and
software products (including graphics, digitized photographs, informational screens, and other
application requirements, etc.) proposed. In addition, the Contractor shall provide memory and hard
disk space that will support future software upgrades, enhancements, and additional kiosk applications.
18. The Contractor must provide a solution or system that has the capacity to store usage statistics, but not
sensitive or confidential Customer data, for at least one hundred and eighty (180) days. The Contractor’s
data storage must be PCI compliant.
19. Display
a. The Contractor shall provide each kiosk with high resolution color touch screen video display
monitors with a privacy filter which are capable of displaying high resolution digitized photographs,
graphics, and video and meet OIT Technical Standards.
b. The Contractor shall ensure that the display monitors are flat to eliminate parallax distortion. The
Contractor shall provide monitors that have been treated in order to minimize reflections and glare.
c. The Contractor shall provide monitors that are touch screen and a minimum of seventeen (17) inches
in size across the diagonal, having an associated graphics control board with video drivers.
d. The Contractor must utilize a display screen that shall be highly durable and not be vulnerable to
surface damage. The Contractor shall provide a display screen with a scratch resistant surface that
will sustain heavy usage in a public environment.
e. The Contractor will provide general and preventative maintenance of the display monitor.
f. The Contractor shall ensure that the touch screen monitor is not of the "'overlay" or "membrane"
type. The Contractor’s proposed kiosk monitor is a capacitive touchscreen.
g. The Contractor shall ensure that the touch screen monitor has a privacy filter that reduces the ability
to read the screen when viewed from the side to protect the privacy of information accessed and
payments collected.
20. Power Supply and Accessories
a. In each kiosk, the Contractor shall provide one (1) Uninterrupted Power Supply (UPS) backup that is
line interactive, have LED indicators and an audible alarm to provide visual and audible indicators of
the unit’s operation, and provide a minimum of fifteen (15) minutes continuous power backup. In the
event of a complete power failure to the kiosk longer than fifteen minutes, the Contractor shall provide
the kiosks with the ability to return to the application upon restoration of power without the intervention
of personnel or a system administrator.
b. The Contractor shall provide a power supply that has a master switch that controls all equipment and is
easily accessible to authorized personnel only.
c. The Contractor shall ensure that each kiosk has adequate surge protection for the proposed hardware
and future enhancements and additions.
d. The Contractor shall supply any power source(s) needed (i.e., batteries) including spares as applicable.
21. Barcode Scanner
DocuSign Envelope ID: 86CFC57C-917B-4574-858D-11B5F13CBF02
A-6
a. The Contractor shall make sure that each scanner reliably and rapidly scans and interprets 1-
Dimensional and 2-Dimensional and linear barcodes printed on County documents, including but
not limited to: vehicle registration renewals, vehicle registration reinstatements, and identification
cards. The County utilizes AAMVA Bar Code Data Encoding Requirements.
22. Printers
a. The Contractor shall provide each kiosk with a reliable receipt printer designed for high volume retail
applications for printing payment receipts, interim documents, insurance verification messages, driver
history records, etc., which meet OIT Technical Standards.
D. PAYMENT OPTIONS
1. The kiosks shall feature credit/debit card readers. Vendor to be responsible for providing credit card
processing and ensure card reader is certified by the credit card processor. The reader shall not store the
credit/debit card information at any point. The devices and payment application must meet all current
and future Payment Card Industry (PCI) and Data Security Standard 3.1 (DSS) requirements. The
Contractor will not be responsible for credit/debit card merchant fees.
2. The Contractor shall provide a credit/debit card reader that has the ability to read cards that conform to
common International Standards (ISO) and ANSI standards. The Contractor shall also provide credit
card readers that have proven reliability and that are capable of reading the magnetic stripes on all major
credit and debit cards. Upon federal law requirements, the Contractor shall provide credit card readers
that are capable of reading the chip on all major credit and debit cards. No credit card information is to
be displayed at any time and no manual entry is to be permitted.
3. The Contractor shall provide all general and preventive maintenance for the card readers as part of the
kiosk program.
4. Per Exhibit B attached hereto, Parties acknowledge that County is considered a merchant with respect
to the credit or debit card payments processed by the self-service kiosks and that VitalChek is providing
services to ITI to process such payments. As such, County agrees that the fee and payment terms outlined
on Exhibit A will apply to this Agreement to the extent they relate to how credit and debit payments will
be processed and paid to County. Notwithstanding the foregoing, since County is not a party to the
Payment Solutions Services Agreement attached hereto as Exhibit B, the Parties specifically agree that
the County is not obligated to perform any of ITI’s obligations or duties under the terms of the Payment
Solutions Services Agreement, including but not limited to Section 8 and Section 13 of said agreement.
5. The Contractor shall provide a valid and active credit card, debit card, and, if necessary, checking
account for any necessary payment certification testing. The payments charged to the accounts will be
reversed back to the card or account. At kiosks designated by the County to accept and dispense cash,
the Contractor shall provide cash for any necessary testing purposes.
6. Cash Payment Accepters and Dispensers – Select kiosks
a. At kiosks designated by the County and agreed by Contractor to accept and dispense cash, the
Contractor shall provide cash bill acceptors and dispensers, or cash bill recyclers, capable of high
volume retail applications. Contractor shall ensure/validate the cash is not counterfeit and currency
bills are legal U. S. tender only. The kiosks shall physically reject counterfeit/foreign currency when
detected by the cash acceptor and provide a suitable message that “Cash submitted is not acceptable
currency” when counterfeit/foreign currency is detected by the cash acceptor.
b. The Contractor shall provide each designated kiosk with the capability of accepting, validating, sorting,
and stacking US currency bills in the denominations of $1, $5, $10, $20, $50, and $100.
c. The Contractor shall implement an electronic readout that displays the amount of cash accepted or
dispensed. The kiosk must not accept additional currency once deposits meet the total amount due.
d. The Contractor shall provide a bill dispenser or recycler that is capable of dispensing US currency bills
in the denominations of $1, $5, and $20.
e. The Contractor shall equip designated kiosks with a coin change dispenser that is capable of
dispensing change.
DocuSign Envelope ID: 86CFC57C-917B-4574-858D-11B5F13CBF02
A-7
f. For the kiosks that have been authorized by the parties to accept cash, the Contractor shall incorporate
a notification system that is capable of alerting County personnel when the currency dispenser or
recycler is low on US currency bills or coins.
g. The Contractor shall provide the kiosks with the capability to automatically disable the cash
functionality if the dispensers are either improperly secured or are unable to provide sufficient monies.
If disabled, the credit/debit payment options shall remain available unless they are also malfunctioning.
h. The Contractor shall provide functionality to remove funds from the kiosk totals (refunds). Refund
ability will only be available to County Supervisory staff and will be profile/password controlled.
7. Only one method of payment may be accepted for any transaction (cannot combine cash, or credit/cash,
etc.). Contractor shall provide validation methods for cash received to ensure proper payment for the
proper amount.
8. The County hereby agrees to allow Customers who reside in other counties (each a “non-County
Customer”) to process transaction on County kiosks, if such Non-County Customers are residents of a
Colorado county that has a Contractor installed kiosk or such county has entered into a valid participation
agreement with Contractor (each a “Participating County”). Notwithstanding anything to the contrary
herein, such Non-County Customer transaction shall only be processes using credit or debit cards for
payment. All funds received from such Non-County Customer transactions will be directly deposited by
Contractor’s payment processing vendors(s) in the applicable Participating County’s designated account.
9. ITI shall utilize its preferred payment facilitator to process all charges made through a kiosk. ITI will
notify Agency of its assumption of payment facilitation requirements and remove third-party processor.
Agency agrees to reasonably cooperate with ITI to complete a direct agreement with ITI for such
purpose.
10. ITI will update kiosk credit card readers to Chip style readers (“EMV”) and allow payment methods
such as ApplePay, GooglePay, and SamsungPay.
11. ITI will add alternate electronic payment collection options to the kiosk, such as PayPal, Venmo, Cash
App
E. DELIVERY, INSTALLATION, AND MOVEMENT.
1. The Contractor has full responsibility for installing and deploying kiosks to locations mutually agreed
upon between the County and the Contractor.
2. Delivery Date: The Contractor shall deliver the kiosks as agreed by the parties.
3. Installation Responsibility: Except where otherwise expressly provided, "delivery" includes and shall
not be complete until the Contractor completes installation of all the new products. Installation includes,
without limitation, shipping to destination, all unpacking, positioning and connection of such products
with internal utility services, in such a manner to render them ready for acceptance testing. All
equipment installations shall comply with building and facilities standards established by the County.
During installation, the Contractor must remove all crating and other debris from the premises.
4. Site Preparations and Modifications: The Contractor shall be responsible for coordinating with the
County for all site modifications required to install the kiosk systems, including all peripherals and
options. This shall include, for example, cabling of the office, any electrical work required at the
facilities, any relocation of electrical service, relocation of furniture, relocation of existing cabling, etc.
Cost of these modifications is the responsibility of the County. Any delay or additional site preparation
expense caused in whole or in part by erroneous or incomplete environmental specifications shall be the
Contractor's liability. Any delay or additional site preparation expense caused in whole or in part by
erroneous or incomplete drawings and blueprints provided by County shall be the County’s
responsibility.
5. Work Site Damages: Any damage from work performed by the Contractor or subcontractor shall be
repaired to original condition and to the County’s satisfaction at the Contractor's expense.
DocuSign Envelope ID: 86CFC57C-917B-4574-858D-11B5F13CBF02
A-8
6. Contractor Property Damage: The Contractor shall be entirely responsible for any loss or damage to its
own materials, supplies, and equipment, and to the personal property of its employees while they are
maintained on the work site.
7. Relocation of Kiosks: Upon agreement by the parties that a kiosk should be relocated to another third-
party partnership location, the Contractor shall relocate the equipment. All costs and expenses associated
with such relocation shall be split equally between the County and the Contractor.
8. Except for the cost and expense associated with relocating, or pulling wires to make data or electricity
available to the kiosk, which shall be the sole responsibility of the County, shipment to the new
installation site shall be at the Contractor’s expense by any appropriate mode of transportation selected
by the Contractor. The Contractor shall supervise packing, unpacking, and the relocation of equipment.
F. REQUIRED PROJECT POLICIES, GUIDELINES, AND METHODOLOGIES
1. The Contractor shall be required to comply with all applicable laws, regulations, policies, standards, and
guidelines affecting information technology projects, which may be created or changed periodically. The
Contractor shall adhere to and remain abreast of current, new, and revised laws, regulations, policies,
standards, and guidelines affecting project execution. These may include, but are not limited to: personal
identification/security, data protection, and data transmission.
G. PROJECT MANAGEMENT
1. At the outset of deploying the first kiosk into the County, the Contractor and the Project Management
Team shall conduct bi-weekly progress meetings. The bi-weekly progress meetings may be a group
meeting to include the project management teams of the other counties that are participating in this kiosk
program. The Contractor shall submit a bi-weekly project progress report two days in advance prior to
the discussion with the Project Management Team that shall contain, at a minimum, the following
information:
a. Work accomplished during the bi-weekly period.
b. Deliverable progress, as a percentage of completion.
c. Problem areas including scope creep or deviation from the work plan.
d. Planned activities for the next reporting period.
e. Gantt chart updated from the original to show actual progress; as applicable, explanations for
variances and plan for completion on schedule.
H. DELIVERABLES
1. Project Plan
a. The Contractor must submit a detailed project work plan outlining the entire system design,
development, initial testing, acceptance period, training, deployment, and implementation of all
hardware and software. The project work plan shall include the time frames and required resources
detailed in each component of the project. The Contractor’s project work plan shall allow reasonab le
time for the County to review and approve task completion deliverables, without interrupting the
Contractor’s continuing progress towards the completion of the project.
2. Status Reports: Project management activities to be performed by the Contractor shall include:
a. Establishing and administering controls to ensure that the quality of deliverables is acceptable to the
County.
b. Providing and updating a detailed project work plan and schedule on a bi-weekly basis.
c. Monitoring project activities to ensure that project schedules are met.
d. Providing bi-weekly and monthly status reports to the County on the current status of the project
and future activities to be performed.
3. Training Plans and Manual
DocuSign Envelope ID: 86CFC57C-917B-4574-858D-11B5F13CBF02
A-9
a. The Contractor shall provide a detailed screen-oriented training manual to the County and OIT staff that
contains all the procedures necessary for the successful operation and interaction with the kiosk system,
to include the following:
i. System operation.
ii. Overview of the system hardware and software architecture and connectivity.
iii. Overview of the hardware components and system installation.
iv. Hardware and software problem diagnosis and resolution (troubleshooting).
v. Remote system monitoring.
vi. Administrative functions, including changing passwords and other routine management tasks.
vii. Preventive Maintenance tasks (i.e. cleaning).
viii. How the Contractor’s staff will train County staff on the new kiosk system and software, along
with associated time frames.
b. The County will establish a training schedule after consultation with the Contractor. This schedule must
coincide with the kiosk installation schedule.
c. The Contractor shall provide County staff with on-site system management and operations training
sufficient to provide basic knowledge and daily operational proficiency. The training shall include, but
not be limited to, the following:
i. System operation.
ii. Troubleshooting and monitoring.
iii. Preventive Maintenance tasks (i.e. cleaning).
iv. Standard report printing.
v. On-demand reporting.
vi. Marketing best practices.
d. The Contractor shall develop customized training plans that the County may use for its internal training
purposes, which shall include:
i. Method of training.
ii. Length of training (estimate number of hours for each type of employee).
iii. Scope of training.
iv. List of training materials and samples.
v. Detailed description of the training.
vi. Detailed outline of each training session.
e. Contractor will make available qualified technical staff needed in order to facilitate any changes or
diagnosis of issues or enhancements to the kiosk software or hardware.
4. Maintenance Plan: The Contractor must provide the County a detailed maintenance plan in writing. At a
minimum, the maintenance plan shall include:
a. The periodic maintenance schedule for each kiosk, including software, servers, firewalls, hardware,
and consumables.
b. Maintenance tasks, schedules, time allotments, and personnel required to support the maintenance
component of the kiosk solution.
c. The method the Contractor will use to coordinate any maintenance visits with the County.
d. Response times for unscheduled service needs to be as follows:
DocuSign Envelope ID: 86CFC57C-917B-4574-858D-11B5F13CBF02
A-10
i. All service calls placed to the Contractor shall be responded to within thirty (30) minutes, and
maintenance personnel must be on-site within four (4) hours in metropolitan areas and within
six (6) hours in rural areas.
ii. If replacement parts are required, the parts shall be installed no later than twenty-four (24) hours
from initial diagnosis. To ensure this request, the Contractor shall stockpile parts.
e. An explanation of how the County can notify the Contractor of kiosk problems and request
maintenance.
5. The Contractor shall maintain, update, and provide any and all documentation required or requested by
the County throughout the duration of the contract period and any negotiated extensions. Documentation
includes, but is not limited to, project plans including deliverables and Gantt charts, statement of work,
schedules, technical specifications, and test scripts. The documentation shall be provided at no additional
cost to the County. County shall have the right to copy all documentation.
6. The Contractor shall maintain and provide to the County transaction logs from each kiosk.
7. The Contractor shall provide a back-up and recovery plan for ensuring restoration in the event of failures,
including information on redundant servers, redundant communication connectivity to the internet, and
redundant data centers and their locations.
8. Marketing plan. Contractor to develop a marketing plan that outlines the County marketing objectives
and the marketing support Contractor will provide to meet those objectives.
I. SOFTWARE REQUIREMENTS
1. System / Architecture
a. The Contractor shall work with the OIT to develop a functional design of all proposed software
applications prior to development. The Contractor shall ensure the kiosks will integrate with the current
OIT application for all transactions. The Contractor shall document the functional design of all software
applications and receive the approval of the County and OIT prior to system development. As part of
the functional design, sample screens and graphics shall be prepared. The samples shall include the
County logo, welcome screens, menu screens, transaction screens, error situations, etc. County will
provide detailed technical specifications to the Contractor.
b. The initial kiosk application to be developed and implemented by the Contractor for the County shall
feature the following services:
i. Vehicle Registration Renewal – The Contractor shall provide “Registration Renewal” services
that will print and dispense to the Customer the registration certificate, year decal, and payment
receipt directly from the kiosk. The kiosk shall dispense the appropriate insurance message
directly to the Customer.
ii. Potential to include future transactions.
c. The kiosk application shall provide a “shopping cart” feature to allow Customers to combine multiple
transactions, meaning that a Customer may renew registration for more than one vehicle at a time, with
the understanding that they will be charged the $3.50 fee for each vehicle.
d. The Contractor must provide the capability of producing real-time reports for all kiosk transactions
during normal business hours without affecting the system’s performance.
e. The Contractor shall provide the capability of producing various reports, including but not limited to:
i. Auditing Reports
ii. Accounting Reports
iii. Use and Statistical Reports
iv. Maintenance Reports
v. State-of-health Reports
DocuSign Envelope ID: 86CFC57C-917B-4574-858D-11B5F13CBF02
A-11
vi. Consumable Inventory Reports
vii. Repair and Downtime Reports
viii. Response Time Reports, including transaction times per type, payment method, etc., and time
measurements for each individual screen
ix. Transaction Detail and Error Reports
x. Payment Error Reports
xi. Cash Out Receipt Reprint
xii. Real-time Search Reports
xiii. Manual Cash Refunds
f. The Contractor shall ensure the kiosk application is able to identify a system error such as a hardware
malfunction or interface disruption and is able to immediately alert Contractor’s technical support
and/or County system administrators of the issue.
g. The Contractor shall provide the kiosks with the capability of interfacing with the Contractor’s web
server and the State of Colorado’s CSTARS application to process all requested transactions. CO
DOR may be upgrading its systems through the DRIVES project, which could have some impact
on the kiosk system. Contractor is responsible for costs associated with and ensuring the system will
be compatible with the conversion to DRIVES.
h. The Contractor shall provide an application log server for all transactions, which server will not retain
any sensitive Personally Identifiable Information (“PII”) of Customers, such as Driver’s License
Number, Customer Name, Address, and Credit Card Number. The log server will allow for a unique
identifier of each transaction for audit and control purposes. At no time, will sensitive information, as
defined by the County and by PCI DSS requirements, be stored on the kiosk or server. The Contractor
must dispose of any residual information on printout ribbons, etc. in a secure manner. The Contractor
will provide the County documentation regarding its disposal of information up request.
i. The Contractor shall provide a kiosk application capable of detecting logical errors in the data entered
by the Customer, or in their failure to enter required data. The Contractor will work closely with the
County to define the business rules to provide proper validation of all screen inputs and screen fields.
j. The Contractor shall submit all multi-media content, graphics, complete screen designs, digitized
photographs, printed information, etc. to the County for approval prior to implementation.
k. The Contractor shall design screen images that are tastefully colored to attract attention, while avoiding
glare.
l. The Contractor shall provide a kiosk application that meets OIT Technical Requirements and is capable
of being upgraded to future versions when necessary. The Contractor shall install upgrades to the system
as needed which will not be billable to the County and the cost for these enhancements and upgrades
will be the sole responsibility of the Contractor.
m. In designing the kiosk application, the Contractor shall implement touch screen technology and font
sizes large enough to be easily read by the majority of Customers.
n. The Contractor shall provide a kiosk application for navigation, which is prompt, driven, and intuitive
to minimize the need for assistance. The kiosk shall provide voice assistance in both English and
Spanish, based on County requirements. The kiosk must offer Customers the choice to process
transactions in either English or Spanish, based on County requirements (with gender neutral
vocabulary; translation to be provided by the Contractor), and all prompts, messages and errors will
then be presented in the language of choice.
o. The Contractor shall provide kiosk application instructions (help screens) to the Customer, which are
clear and to the point, with no large blocks of text.
DocuSign Envelope ID: 86CFC57C-917B-4574-858D-11B5F13CBF02
A-12
p. The Contractor shall provide application screens that will not require scrolling, unless approved by the
County.
q. The Contractor shall provide each kiosk system with the ability to ascertain when a County application
is not available, automatically provide a message to Customers stating the available service(s), and
enable Customers to continue to use the available service(s).
r. The Contractor shall ensure each kiosk is maintained on the most current version of the Contractor’s
system of operation.
2. Kiosk Application
a. The Contractor shall provide an application for the kiosk that will be modular in design, allowing easy
implementation of additional transaction modules at a later date, that interfaces with the State of
Colorado’s current systems to process transactions. The Contractor shall ensure that transactions and
functions can be easily installed, activated, suspended and managed from a central remote management
solution.
b. The Contractor shall provide the kiosks with an educational demo/screen saver that will be activated
when the kiosk is unattended for a specified amount of time.
c. The Contractor must provide kiosk web application screens and voice assistance in both English and
Spanish languages, based on County requirements with the capability of adding additional language
support. The Contractor will provide the County with a written certification as to the accuracy of the
Spanish conversion.
d. The Contractor shall provide a kiosk web application that will be intuitive, enabling first time users to
find the desired information easily and complete the desired transaction.
e. The Contractor shall provide a kiosk application that will prevent transaction duplication in the event of
an unexpected power failure, lost connection, or reboot. Transaction data will not be sent to the County
and the State of Colorado before it has been fully completed.
f. Contractor shall provide a back-up and recovery plan for ensuring restoration in the event of failures.
Contractor is responsible for providing data recovery services.
g. Contractor shall provide the County a disaster recovery plan including information on redundant
servers, redundant communication connectivity to the internet, and redundant data centers and their
locations.
3. Kiosk Multi-Media Presentation Application
a. The Contractor shall provide a kiosk multi-media (such as audio, video, high resolution graphics and
digitized photographs, etc.) application that runs on each kiosk, that complies with OIT Technical
Standards for interfacing with the kiosk web application, and that meets all local kiosk hardware
components.
b. The Contractor shall implement a system that engages users in an interactive multi-media dialogue
guiding them through all phases of their chosen transaction, and producing a printed document when
appropriate. The Contractor shall provide a local kiosk multi-media presentation that includes a media
attractor loop (such as audio, video, high-resolution graphics and digitized photographs, etc.). The
Contractor shall work with the County to develop the contents of this attractor loop. The Contractor will
provide the capability for users to control the presentation and interact with each kiosk system by
touching the screen with options to cancel or stop the transaction at any time.
c. The Contractor shall provide a kiosk multi-media presentation that shall notify the Customer if the
credit/debit card is not readable and allow the Customer to select another form of payment.
d. The Contractor will ensure that the application has time-out settings so that no screen image will be
displayed on the kiosk long enough to burn images on the screen or allow Customer information to be
visible to others.
4. Customer Interaction Messages
DocuSign Envelope ID: 86CFC57C-917B-4574-858D-11B5F13CBF02
A-13
a. Transaction processing messages – The Contractor will provide an application that will
communicate to the Customer via a screen message and voice prompts during “pause points” of the
transaction, which will include:
i. “Please wait while we retrieve your information.”
ii. “Please wait while we process your transaction.”
b. Transaction error messages – The Contractor will implement an application that will communicate
to the Customer via screen messages on the monitor and voice prompts during kiosk
malfunctions/errors, which will include:
i. “The kiosk printer is experiencing technical difficulties. Please see a Customer service
representative.”
ii. “The scanner cannot read your barcode. Please try again or utilize the manual data entry
option.” After three consecutive failed attempts, the application will prompt the user to, “Please
utilize the manual data entry option.”
iii. “The scanner cannot read your credit card. Please try again.” After three consecutive failed
attempts, the application will prompt the user to, “Please use another form of payment or see a
Customer service representative.”
iv. “The cash acceptor cannot accept your payment. Please try again.” After three consecutive
failed attempts, the application will then prompt the user to, “Please use another form of
payment or see a Customer service representative.”
v. “The kiosk is experiencing technical difficulties. Please see a Customer service representative.”
vi. Error messages shall be customized for kiosks in partnership locations. The error messages
shall include phone numbers and/or directions to the nearest County office. Messages may
include instructions to remedy errors encountered while processing a transaction.
c. Customer prompt messages – The Contractor shall provide an application for the kiosk that will
prompt the Customer via screen messages, voice prompts and visual location indicators during key
steps of the transaction, which will include:
i. “Please insert your credit card.”
ii. “Please insert cash.”
iii. “Please take your change.”
iv. “Please take your receipt.”
v. “Please take your registration certificate and decal.”
5. Software Provisions
a. Software Upgrades - The Contractor shall provide the County with any and all upgrades that become
available during the term of the contract.
b. Third Party Acquisition of Software - The Contractor shall notify the County in writing if its
intellectual property, associated business, or any of its assets are acquired by a third party. The
Contractor further agrees that the terms and conditions of this Agreement, including any and all
license rights and related services, shall not be affected by the acquisition. Prior to the completion
of the acquisition, the Contractor shall obtain for the County's benefit and deliver to the County the
assignee's agreement to fully honor the terms of this Agreement.
c. Title of Software - The Contractor represents and warrants that it is the sole owner of the software
or, if not the owner, has received all legally required authorizations from the owner to license the
software, as well as the full power to grant the rights required by this Agreement. Neither the
software nor its use in accordance with the Agreement will violate or infringe upon any patent,
copyright, trade secret, or any other intellectual property rights of another person or organization.
DocuSign Envelope ID: 86CFC57C-917B-4574-858D-11B5F13CBF02
A-14
d. For Office of Information Technology initiated modifications to the software, the Contractor shall
commit to a reasonable delivery date for enhancements, as mutually agreed upon, when the County
determines to proceed with the change.
e. Prior to any new software releases and/or updates, the Contractor shall send the software releases
and updates to the County for validation in a test environment. The County will perform testing for
authorization to proceed. The Contractor retains the responsibility for putting the change into
production at all sites. The Contractor shall propose, provide, and fully describe its solution in
writing for updating all sites with any new software releases.
f. The Contractor will make available to the County a system to track and audit all software changes
applied, to include version numbers, descriptions, staff involved, reasoning, requestor, responsible
party for the change, time and date.
g. The Contractor agrees to utilize industry accepted design and coding standards for the kiosks and
server-based applications. The Contractor will also track all software modifications by release
versions with full detail as to why the change was requested, approval of change, description of
change, staff involved, testing involved, initiation dates as well as completion, release, and
verification dates.
h. The Contractor shall maintain and provide the County with access to the transaction logs from each
kiosk. The Contractor shall not store any sensitive Customer information as defined by the County,
OIT, and PCI DSS guidelines, and should any sensitive information be deemed necessary for audit
purposes, the information shall be encrypted.
i. The Contractor shall maintain server backups at designated locations.
J. KIOSK OPERATIONAL STATISTICS AND REPORTING
1. The Contractor shall provide a solution for centrally collecting, storing, and reporting kiosk
usage/performance statistics in real time. No sensitive Customer information, as defined by the County,
OIT, and PCI DSS guidelines, shall be stored on the kiosks.
2. The Contractor will maintain servers which will collect data from kiosks each time a transaction is ended,
whether the transaction was completed or not. The servers will be connected to the Contractor’s network.
The kiosks will not connect to the County’s IT network system.
3. The Contractor will provide an interface for looking up transactions, providing various reports, and
producing on demand reports.
4. The Contractor shall provide the capability of producing various reports sorted by transaction type, within
date, by kiosk, and kiosk location. Although the standard statistical reports shall be finalized during the
detail design phase of the project, the Contractor shall provide the capability to produce the following
various types of reports:
a. Auditing reports
b. Accounting reports
c. Use and statistical reports
d. Maintenance reports
e. State-of-health reports
f. Consumable inventory reports
g. Repair and downtime reports
h. Response time reports, including transaction times per type, payment method, etc.; and time
measurements for each individual screen
DocuSign Envelope ID: 86CFC57C-917B-4574-858D-11B5F13CBF02
A-15
i. Customer session statistics and summaries, including transaction performed, date and time, length of
session, language used, payment method, system errors encountered, component failures encountered,
and amount tendered.
j. Detailed transaction statistics and summaries
k. Transactions by payment method
l. System errors and summaries
m. Component failures and summaries
n. Time of day statistics
o. Monies count reconciliation reports
p. Survey results
q. Session results, including aborted or cancelled transactions and the screen it was on, timed-out
transactions and the screen it timed-out on, completed transactions, and unsuccessful transactions and
reasons.
K. STATE-OF-HEALTH
1. The Contractor shall provide each kiosk with the capability to monitor and report its own state-of-health
and identify any component failures.
2. The Contractor shall monitor and provide each kiosk with the capability to recognize a low quantity threshold
for each consumable supply and generate an alert to the Contractor’s central kiosk monitoring station.
L. SECURITY REQUIREMENTS
1. The Contractor shall provide all kiosks with network controls, system access controls, and management
systems that meet OIT Technical Standards.
2. The Contractor shall incorporate into the kiosk design audible and electronic security alerts to notify the
Contractor and County staff when the kiosk is being tampered with or if there is an unauthorized entry.
3. The Contractor shall ensure that the kiosks and kiosk servers do not display or store credit card numbers
at any time.
4. The Contractor shall incorporate into the kiosk design an automatic time-out function which will activate
if a Customer ceases interaction with the kiosk. Each individual screen within the kiosk application shall
be configured for individual time-out periods due to some tasks, e.g. accepting cash. The Contractor
shall work with the County to determine the appropriate time-out duration.
5. The Contractor will ensure that the kiosk system will treat all data as sensitive, and appropriate
technologies will be employed to ensure confidentiality and integrity of the data. The Contractor shall
strictly adhere to OIT and PCI DSS standards to utilize the best methodology for protecting data at input,
transition, and storage levels.
6. The Contractor shall implement back-end user access at group levels to control access to various
components of the kiosk system’s infrastructure.
7. The Contractor shall ensure that the kiosks utilize password security and lock-out procedures. All
passwords are required to be at least eight characters in length and utilize alpha and numeric values as
well as special characters.
8. The Contractor shall implement the kiosk system to employ a “three strikes” rule for backend user login,
where the user account is locked or suspended after the third unsuccessful login attempt. Each login
attempt shall be logged in the database with user ID, encrypted password, source, date, and time.
9. The Contractor shall implement a back-end administrative override to reinstate locked out user accounts
or to reset passwords.
DocuSign Envelope ID: 86CFC57C-917B-4574-858D-11B5F13CBF02
A-16
10. The Contractor shall ensure that the kiosk application provides a secure system that protects field-level
and document-level security for all data within the kiosk application. The Contractor shall take all
precautions necessary and employ methodologies agreeable to the County to protect data that can be
accessed, viewed, or printed from being made available to unauthorized entities.
11. The system implemented by the Contractor shall enable all network connections to external systems and
clients outside the OIT and Contractor’s firewall to be controlled in accordance with the OITs Technical
Standards. The Contractor shall be responsible for purchasing all data circuits, routers, switches,
firewalls, security certificates, VPNs and any other associated costs.
12. The Contractor shall implement a kiosk system that will adhere to all OIT security standards and will
ensure the kiosk system’s compliance throughout the term of this Agreement.
13. The Contractor shall design a system that will provide multiple security profiles. At a minimum, these
profiles shall include:
a. System administrator – This individual has the overall responsibility of the operation and
maintenance of the system.
b. Business administrator – This individual monitors the use of the system by County units and assists
in establishing and defining an event or service, if needed.
c. Management – The individual(s) assigned to this role are authorized to perform a variety of read-
only tasks, including running standard reports and querying the system’s database.
14. The County will cooperate with Contractor to ensure PCI standards are maintained for kiosks installed
in County offices by requiring appropriate personnel to:
a. Attend annual training on device tampering and inspection procedures;
b. Check the identification of all technicians prior to allowing them access to the kiosks; and
c. Inform ITI when County employees are no longer employed that have repository accounts.
M. MAINTENANCE
1. All costs associated with the maintenance and upkeep of the kiosks shall be the sole responsibility of the
Contractor. The Contractor shall be responsible for all on-site remedial and preventive maintenance,
including the following:
a. All labor, parts, and travel that is necessary to keep all products (including all hardware and
software) in good operating condition and to preserve their operation within the requirements,
specifications, and efficiency set forth in this Agreement.
b. All consumable supplies (ribbons, printer rolls, paper, registration forms and decals, etc.).
c. Graffiti removal using best efforts to remove as soon as possible.
d. Any necessary shipment and insurance costs.
2. County personnel may be permitted to replenish kiosk consumables and provide low level maintenance,
such as check printers and clear paper jams.
3. General Maintenance
a. The Contractor shall ensure that all maintenance will be performed in a manner to allow for continuous
operation of the kiosks at all locations.
b. The Contractor must provide the County a detailed maintenance plan. At a minimum, the maintenance
plan shall include:
i. The periodic maintenance schedule for each kiosk, including software, servers, firewalls,
hardware, printer, and consumables.
ii. Maintenance tasks, schedules, time allotments, and personnel required to support the
maintenance component of the kiosk solution.
DocuSign Envelope ID: 86CFC57C-917B-4574-858D-11B5F13CBF02
A-17
iii. The method the Contractor will use to coordinate any maintenance visits with the County.
iv. Response times for unscheduled service needs to be as follows:
(1) All service calls placed to the Contractor shall be responded to within thirty (30) minutes,
and maintenance personnel must be on-site within four (4) hours in metropolitan areas and
within six (6) hours in rural areas.
(2) If replacement parts are required, the parts shall be installed no later than twenty-four (24)
hours from initial diagnosis. To ensure this request, the Contractor shall stockpile parts.
v. An explanation of how the County can notify the Contractor of kiosk problems and request
maintenance.
c. The Contractor shall provide the County a monthly maintenance report which identifies the kiosk, serial
number, technician, issue, resolution, and date and time of service for each kiosk.
d. The Contractor shall provide an incident report to the County upon completion of a service call detailing
what actions were taken and the status of the problem.
e. Maintenance by the Contractor does not include repairs of damage resulting from: acts of God,
negligence by State or County personnel, or other causes not related to ordinary use in the production
environment in which installed.
f. Maintenance by the Contractor shall include the cost of labor, parts, travel, factory overhauls,
rehabilitation, transportation, and substitute equipment as necessary for 98% effective performance. In
those instances, where it is necessary for the Contractor to return the equipment to the factory, the
Contractor shall be responsible for all costs of the equipment from the time it leaves the County site
until it is returned to the County site in good operating condition. Only a new standard part or parts
equal in performance to new parts shall be used in effecting repairs.
g. With the exception of cash and coins, the Contractor will be responsible for replenishing all kiosk
consumables where applicable at all County offices and partnership locations. The Contractor will
provide all items necessary for the kiosk to function including, where applicable, batteries. County
personnel may be permitted to replenish kiosk consumables. County personnel will be responsible for
providing a bank to begin the day and for removing the cash at the end of each day.
4. Preventative Maintenance
a. Preventive maintenance work by the Contractor shall be scheduled to minimize impact to normal
business operations at each kiosk location. Preventive maintenance shall be performed at a time
mutually agreed upon by the County and the Contractor.
5. Remedial Maintenance
a. All service calls placed to the Contractor shall be responded to within thirty (30) minutes, and
maintenance personnel must be on-site within four (4) hours in metropolitan areas and within six
(6) hours in rural areas.
b. If replacement parts are required, the parts shall be installed no later than twenty-four (24) hours
from initial diagnosis. To ensure this request, Contractor shall stockpile parts.
c. At the time of installation, all equipment provided by the Contractor shall be of new manufacture
and in good working order. It shall be the Contractor's responsibility to make all necessary
adjustments, repairs, and replacements, without additional charge, to maintain each system
component in good working order for the term of the Agreement and any extensions. The Contractor
agrees it has full responsibility and it assumes the cost burdens to ensure a 98% effective
performance level.
d. Software maintenance to restore services shall be completed by the Contractor at no charge to the
County. The Contractor shall react immediately to restore services to sites that are not functioning.
6. Performance Level
DocuSign Envelope ID: 86CFC57C-917B-4574-858D-11B5F13CBF02
A-18
a. Equipment and software furnished by the Contractor shall be capable of continuous operation.
b. The County reserves the right to request and receive from the Contractor a replacement kiosk if
more than once in a given calendar year any kiosk remains inoperable for more than three (3)
consecutive business days, at no cost to County.
c. The County reserves the right to request a replacement from the Contractor if any kiosk has more
than three (3) service calls placed within any consecutive sixty (60) day period. This will be
exercised by County, at its discretion, at no cost to County.
d. It is the responsibility of the Contractor to make its best effort to ensure that ninety-five percent
(95%) of the transactions occurring within the Contractor’s network shall be completed within a two
(2) minute period. Contractor to provide best in class screen designs that will allow accurate and
timely transaction processing.
e. The Contractor shall make sure that each kiosk performs at an effectiveness level of 98% or more
during any thirty (30) day period. The effectiveness level is the percentage of scheduled production
time during which the kiosk is not down.
7. Maintenance Provisions
a. Warranty and Maintenance of Software - Beginning on the date of notice to proceed, and for the
term of this Agreement and any extensions following acceptance, the Contractor warrants that all
kiosk software provided and/or developed under this Agreement shall operate in accordance with
the requirements and specifications set forth in this Agreement. The maintenance service necessary
to maintain the operation of the software in accordance wit h the Contractor’s warranty shall be
performed on-site and shall include, but is not be limited to, toll-free phone support from 7:00 am
to 8:00 pm Mountain time, detection and correction of errors, updating all software to operate with
all updated or revised versions of the operating systems for which the software is licensed, and all
patches, fixes, revisions, updates, upgrades, and minor releases to all software and supporting
documentation. The Contractor shall provide a thirty (30) minute return call response time and
complete all necessary maintenance on-site within six (6) hours in rural areas and four (4) hours in
metropolitan areas of initial notification by County of any malfunction or inoperability of any kiosk.
b. Warranty and Maintenance of Hardware - Beginning on the date of notice to proceed, and for the
term of this Agreement and any extensions following acceptance, the Contractor warrants that all
equipment and hardware provided shall operate in accordance with the requirements and
specifications set forth in this Agreement. Maintenance service necessary to maintain operation of
equipment and hardware in accord with the Contractor’s warranty shall be performed on -site at no
additional cost to the County. The Contractor shall provide a thirty (30) minute return call response
time and complete all necessary maintenance on-site within six (6) hours in rural areas and four (4)
hours in metropolitan areas of initial notification by County of any malfunction or inoperability of
any kiosk.
c. County’s Responsibility during Maintenance - During any term of maintenance, County personnel
will not perform any maintenance or attempt repairs to the equipment except as authorized in writing
by the Contractor. The County shall permit access to the equipment that is to be maintained, subject
to the installation site's security regulations.
d. Downtime - A kiosk is considered to be "down" if it is unavailable for Customer use during normally
scheduled hours of availability by the County. Downtime shall commence when the malfunction is
reported to the Contractor at its designated contact point, and shall end when the kiosk becomes
available for Customer use. Downtime does not include interruptions of service due to County web
service or network problems, power outages or other factors not in the Contractor’s control.
e. Effectiveness Level - The Contractor shall cover maintenance costs to ensure any kiosk under
current maintenance performs at an effectiveness level of 98% or more during any thirty (30) day
period. The Effectiveness Level is the percentage of scheduled production time during which the
kiosk is not down.
DocuSign Envelope ID: 86CFC57C-917B-4574-858D-11B5F13CBF02
A-19
f. Contractor’s Maintenance Point of Contact - The Contractor shall provide a single point of
notification for all maintenance problems during the hours of the period of maintenance. The
Contractor shall provide and display on each terminal a toll-free telephone number for the purpose
of contacting the Contractor’s call center or help desk. The Contractor’s intended call center or help
desk will initiate service procedures that will meet all service/maintenance level requirements set
forth in this Agreement. The call center or help desk shall be monitored regularly either
electronically or manually, and all maintenance and service calls will be recorded for on-demand
and real-time reporting.
g. Qualified Maintenance Personnel - All technicians of the Contractor performing maintenance shall
be properly authorized by the manufacturer(s) to perform such services. The County reserves the
right to require proof of certification at any time during the term of this Agreement and any
extensions.
h. Reconditioning - The Contractor warrants that the equipment provided shall not require
reconditioning when such equipment has been under warranty or a constant maintenance contract
since the date of acceptance. The Contractor warrants that all the equipment provided will be
covered by warranties and maintenance contracts throughout the term of this Agreement and any
extensions. The County shall not be liable or responsible for any reconditioning or replacement
costs.
DocuSign Envelope ID: 86CFC57C-917B-4574-858D-11B5F13CBF02
B-1
EXHIBIT B
Payment Solutions Service Agreement
(Attached)
DocuSign Envelope ID: 86CFC57C-917B-4574-858D-11B5F13CBF02
B-2
DocuSign Envelope ID: 86CFC57C-917B-4574-858D-11B5F13CBF02
B-3
DocuSign Envelope ID: 86CFC57C-917B-4574-858D-11B5F13CBF02
B-4
DocuSign Envelope ID: 86CFC57C-917B-4574-858D-11B5F13CBF02