Loading...
HomeMy WebLinkAboutC2021-122 - 4/27/2021 - Approved DocuSign Envelope ID: E5AB4F67-099F-40D1-8369-E6FEDC67E1 BC Us c �g SERVICE AGREEMENT NO. 100395 v Mettler Databridge Upgrade for Solid Waste APOO 1852 THIS Mettler Databridge Upgrade for Solid Waste Agreement (''Agreement'') is entered into by and between the City of Corpus Christi, a Texas home-rule municipal corporation ("City") and A-1 Scale Services Inc. ("Contractor"), effective upon execution by the City Manager or the City Manager's designee ("City Manager"). WHEREAS, Contractor has bid to provide Mettler Databridge Upgrade for Solid Waste in response to Request for Bid/Proposal No. 100395 ("RFB/RFP"), which RFB/RFP includes the required scope of work and all specifications and which RFB/RFP and the Contractor's bid or proposal response, as applicable, are incorporated by reference in this Agreement as Exhibits 1 and 2, respectively, as if each were fully set out here in its entirety. NOW, THEREFORE, City and Contractor agree as follows: 1. Scope. Contractor will provide Mettler Databridge Upgrade for Solid Waste ("Services") in accordance with the attached Scope of Work, as shown in Attachment A, the content of which is incorporated by reference into this Agreement as if fully set out here in its entirety, and in accordance with Exhibit 2. 2. Term. This Agreement is for three years, with performance commencing upon the date of issuance of a notice to proceed from the Contract Administrator or the Contracts and Procurement Division, or the performance date listed in the notice to proceed, whichever is later. The parties may mutually extend the term of this Agreement for up to zero additional zero-year periods ("Option Period(s)"), provided, the parties do so in writing prior to the expiration of the original term or the then-current Option Period. 3. Compensation and Payment. This Agreement is for an amount not to exceed $91 ,136.00, subject to approved extensions and changes. Payment will be made for Services completed and accepted by the City within 30 days of acceptance, subject to receipt of an acceptable invoice. Contractor shall invoice no more frequently than once per month. All pricing must be in accordance with the attached Bid/Pricing Schedule, as shown in Attachment B, the content of which is incorporated by reference into this Agreement as if fully set out here in its entirety. Any amount not expended during the initial term or any option period may, at the City's discretion, be allocated for use in the next option period. Invoices must be mailed to the following address with a copy provided to the Contract Administrator: Service Agreement Standard Form Page 1 of 7 Approved as to Legal Form March 12, 2021 DocuSign Envelope ID: E5AB4F67-099F-40D1-8369-E6FEDC67E1 BC City of Corpus Christi Attn: Accounts Payable P.O. Box 9277 Corpus Christi, Texas 78469-9277 4. Contract Administrator. The Contract Administrator designated by the City is responsible for approval of all phases of performance and operations under this Agreement, including deductions for non-performance and authorizations for payment. The City's Contract Administrator for this Agreement is as follows: Laura Shull IT Department Phone: 361 .658.3584 LauraHCcctexas.com 5. Insurance; Bonds. (A) Before performance can begin under this Agreement, the Contractor must deliver a certificate of insurance ("COI"), as proof of the required insurance coverages, to the City's Risk Manager and the Contract Administrator. Additionally, the COI must state that the City will be given at least 30 days' advance written notice of cancellation, material change in coverage, or intent not to renew any of the policies. The City must be named as an additional insured. The City Attorney must be given copies of all insurance policies within 10 days of the City Manager's written request. Insurance requirements are as stated in Attachment C, the content of which is incorporated by reference into this Agreement as if fully set out here in its entirety. (B) In the event that a payment bond, a performance bond, or both, are required of the Contractor to be provided to the City under this Agreement before performance can commence, the terms, conditions, and amounts required in the bonds and appropriate surety information are as included in the RFB/RFP or as may be added to Attachment C, and such content is incorporated here in this Agreement by reference as if each bond's terms, conditions, and amounts were fully set out here in its entirety. 6. Purchase Release Order. For multiple-release purchases of Services to be provided by the Contractor over a period of time, the City will exercise its right to specify time, place and quantity of Services to be delivered in the following manner: any City department or division may send to Contractor a purchase release order signed by an authorized agent of the department or division. The purchase release order must refer to this Agreement, and Services will not be rendered until the Contractor receives the signed purchase release order. Service Agreement Standard Form Page 2 of 7 Approved as to Legal Form March 12, 2021 DocuSign Envelope ID: E5AB4F67-099F-40D1-8369-E6FEDC67E1 BC 7. Inspection and Acceptance. City may inspect all Services and products supplied before acceptance. Any Services or products that are provided but not accepted by the City must be corrected or re-worked immediately at no charge to the City. If immediate correction or re-working at no charge cannot be made by the Contractor, a replacement service may be procured by the City on the open market and any costs incurred, including additional costs over the item's bid/proposal price, must be paid by the Contractor within 30 days of receipt of City's invoice. 8. Warranty. (A) The Contractor warrants that all products supplied under this Agreement are new, quality items that are free from defects, fit for their intended purpose, and of good material and workmanship. The Contractor warrants that it has clear title to the products and that the products are free of liens or encumbrances. (B) In addition, the products purchased under this Agreement shall be warranted by the Contractor or, if indicated in Attachment D by the manufacturer, for the period stated in Attachment D. Attachment D is attached to this Agreement and is incorporated by reference into this Agreement as if fully set out here in its entirety. (C) Contractor warrants that all Services will be performed in accordance with the standard of care used by similarly situated contractors performing similar services. 9. Quality/Quantity Adjustments. Any Service quantities indicated on the Bid/Pricing Schedule are estimates only and do not obligate the City to order or accept more than the City's actual requirements nor do the estimates restrict the City from ordering less than its actual needs during the term of the Agreement and including any Option Period. Substitutions and deviations from the City's product requirements or specifications are prohibited without the prior written approval of the Contract Administrator. 10. Non-Appropriation. The continuation of this Agreement after the close of any fiscal year of the City, which fiscal year ends on September 30th annually, is subject to appropriations and budget approval specifically covering this Agreement as an expenditure in said budget, and it is within the sole discretion of the City's City Council to determine whether or not to fund this Agreement. The City does not represent that this budget item will be adopted, as said determination is within the City Council's sole discretion when adopting each budget. 11. Independent Contractor. Contractor will perform the work required by this Agreement as an independent contractor and will furnish such Services in its own manner and method, and under no circumstances or conditions will any agent, servant or employee of the Contractor be considered an employee of the City. Service Agreement Standard Form Page 3 of 7 Approved as to Legal Form March 12, 2021 DocuSign Envelope ID: E5AB4F67-099F-40D1-8369-E6FEDC67E1 BC 12. Subcontractors. In performing the Services, the Contractor will not enter into subcontracts or utilize the services of subcontractors. 13. Amendments. This Agreement may be amended or modified only in writing executed by authorized representatives of both parties. 14. Waiver. No waiver by either party of any breach of any term or condition of this Agreement waives any subsequent breach of the same. 15. Taxes. The Contractor covenants to pay payroll taxes, Medicare taxes, FICA taxes, unemployment taxes and all other applicable taxes. Upon request, the City Manager shall be provided proof of payment of these taxes within 15 days of such request. 16. Notice. Any notice required under this Agreement must be given by fax, hand delivery, or certified mail, postage prepaid, and is deemed received on the day faxed or hand-delivered or on the third day after postmark if sent by certified mail. Notice must be sent as follows: IF TO CITY: City of Corpus Christi Attn: Laura Shull Database Administrator 1201 Leopard St., Corpus Chirsti, TX 78401 Phone: 361 .658.3584 Fax: n/a IF TO CONTRACTOR: A-1 Scale Services, Inc. Attn: Chris Buchhorn Representative 4807 N.W. Industrial Dr., San Antonio, TX 78238 Phone: 210.521 .7848 Fax: 210.521 .1333 17. CONTRACTOR SHALL FULLY INDEMNIFY, HOLD HARMLESS AND DEFEND THE CITY OF CORPUS CHRISTI AND ITS OFFICERS, EMPLOYEES AND AGENTS ("INDEMNITEES') FROM AND AGAINST ANY AND ALL LIABILITY, LOSS, CLAIMS, DEMANDS, SUITS, AND CAUSES OF ACTION OF WHATEVER NATURE, CHARACTER, OR DESCRIPTION ON ACCOUNT OF PERSONAL INJURIES, PROPERTY LOSS, OR DAMAGE, OR ANY OTHER KIND OF INJURY, LOSS, OR DAMAGE, INCLUDING ALL EXPENSES OF LITIGATION, COURT COSTS, ATTORNEYS' FEES AND EXPERT WITNESS FEES, Service Agreement Standard Form Page 4 of 7 Approved as to Legal Form March 12, 2021 DocuSign Envelope ID: E5AB4F67-099F-40D1-8369-E6FEDC67E1 BC WHICH ARISE OR ARE CLAIMED TO ARISE OUT OF OR IN CONNECTION WITH A BREACH OF THIS AGREEMENT OR THE PERFORMANCE OF THIS AGREEMENT BY THE CONTRACTOR OR RESULTS FROM THE NEGLIGENT ACT, OMISSION, MISCONDUCT, OR FAULT OF THE CONTRACTOR OR ITS EMPLOYEES OR AGENTS. CONTRACTOR MUST, AT ITS OWN EXPENSE, INVESTIGATE ALL CLAIMS AND DEMANDS, ATTEND TO THEIR SETTLEMENT OR OTHER DISPOSITION, DEFEND ALL ACTIONS BASED THEREON WITH COUNSEL SATISFACTORY TO THE CITY ATTORNEY, AND PAY ALL CHARGES OF ATTORNEYS AND ALL OTHER COSTS AND EXPENSES OF ANY KIND ARISING OR RESULTING FROM ANY SAID LIABILITY, DAMAGE, LOSS, CLAIMS, DEMANDS, SUITS, OR ACTIONS. THE INDEMNIFICATION OBLIGATIONS OF CONTRACTOR UNDER THIS SECTION SHALL SURVIVE THE EXPIRATION OR EARLIER TERMINATION OF THIS AGREEMENT. 18. Termination. (A) The City may terminate this Agreement for Contractor's failure to comply with any of the terms of this Agreement. The City must give the Contractor written notice of the breach and set out a reasonable opportunity to cure. If the Contractor has not cured within the cure period, the City may terminate this Agreement immediately thereafter. (B) Alternatively, the City may terminate this Agreement for convenience upon 30 days advance written notice to the Contractor. The City may also terminate this Agreement upon 24 hours written notice to the Contractor for failure to pay or provide proof of payment of taxes as set out in this Agreement. 19. Owner's Manual and Preventative Maintenance. Contractor agrees to provide a copy of the owner's manual and/or preventative maintenance guidelines or instructions if available for any equipment purchased by the City pursuant to this Agreement. Contractor must provide such documentation upon delivery of such equipment and prior to receipt of the final payment by the City. 20. Limitation of Liability. The City's maximum liability under this Agreement is limited to the total amount of compensation listed in Section 3 of this Agreement. In no event shall the City be liable for incidental, consequential or special damages. 21. Assignment. No assignment of this Agreement by the Contractor, or of any right or interest contained herein, is effective unless the City Manager first gives written consent to such assignment. The performance of this Agreement by the Contractor is of the essence of this Agreement, and the City Manager's right to withhold consent to such assignment is within the sole discretion of the City Manager on any ground whatsoever. Service Agreement Standard Form Page 5 of 7 Approved as to Legal Form March 12, 2021 DocuSign Envelope ID: E5AB4F67-099F-40D1-8369-E6FEDC67E1 BC 22. Severability. Each provision of this Agreement is considered to be severable and, if, for any reason, any provision or part of this Agreement is determined to be invalid and contrary to applicable law, such invalidity shall not impair the operation of nor affect those portions of this Agreement that are valid, but this Agreement shall be construed and enforced in all respects as if the invalid or unenforceable provision or part had been omitted. 23. Order of Precedence. In the event of any conflicts or inconsistencies between this Agreement, its attachments, and exhibits, such conflicts and inconsistencies will be resolved by reference to the documents in the following order of priority: A. this Agreement (excluding attachments and exhibits); B. its attachments; C. the bid solicitation document including any addenda (Exhibit 1); then, D. the Contractor's bid response (Exhibit 2). 24. Certificate of Interested Parties. Contractor agrees to comply with Texas Government Code Section 2252.908, as it may be amended, and to complete Form 1295 "Certificate of Interested Parties" as part of this Agreement if required by said statute. 25. Governing Law. Contractor agrees to comply with all federal, Texas, and City laws in the performance of this Agreement. The applicable law for any legal disputes arising out of this Agreement is the law of the State of Texas, and such form and venue for such disputes is the appropriate district, county, or justice court in and for Nueces County, Texas. 26. Public Information Act Requirements. This paragraph applies only to agreements that have a stated expenditure of at least $1,000,000 or that result in the expenditure of at least $1,000,000 by the City. The requirements of Subchapter J, Chapter 552, Government Code, may apply to this contract and the Contractor agrees that the contract can be terminated if the Contractor knowingly or intentionally fails to comply with a requirement of that subchapter. 27. Entire Agreement. This Agreement constitutes the entire agreement between the parties concerning the subject matter of this Agreement and supersedes all prior negotiations, arrangements, agreements and understandings, either oral or written, between the parties. Service Agreement Standard Form Page 6 of 7 Approved as to Legal Form March 12, 2021 DocuSign Envelope ID: E5AB4F67-099F-40D1-8369-E6FEDC67E1 BC CONTRACTOR DocuSigned by: Signature: CI�,V'tS b"RA, B779616FOBAF479... Printed Name: chris Buchhorn Title: President Date: 4/1/2021 Res.032422 Authorized By CITY OF CORPUS CHRISTI Council 04/27/2021 D}"o✓CUSigned by: n / V`— L-6 DS Josh ron ey Er Si5 Interim Assistant Director, Contracts and Procurement Date: 4/28/2021 Attached and Incorporated by Reference: Attachment A: Scope of Work ATTEST: Attachment B: Bid/Pricing Schedule DocuSigned by: Attachment C: Insurance and Bond Requirements L,-�" elLg eld- 1-"6t,�wf� Attachment D: Warranty Requirements Rebecca Huerta Incorporated by Reference Only: City Secretary Exhibit 1 : RFB/RFP No. 100395 Exhibit 2: Contractor's Bid/Proposal Response Service Agreement Standard Form Page 7 of 7 Approved as to Legal Form March 12, 2021 DocuSign Envelope ID: E5AB4F67-099F-40D1-8369-E6FEDC67E1 BC �S Hl ATTACHMENT A: SCOPE OF WORK PROJECT NAME: Mettler Databridge Upgrade for Solid Waste Services PROJECT ADDRESSES: Cefe Landfill 2397 County Rd. 20, Robstown, TX 78380 JC Elliott Transfer Station 7001 Ayers St., Corpus Christi, TX 78416 City Hall 1201 Leopard, Corpus Christi, TX 78401 Scope of Work A. The Contractor shall deliver the following Mettler Toledo product and services: Description Product ID Software AS to DB MS 30454209 Software ASClientto DB MS Client 30454210 Software CM RS to DB ES Upgrade 30454211 Software AS UNATto DB UNAT 30454212 AS CMRSclient upgrade to ES Client 30097616 Interfaces:Cash Export,Invoice,Permit 30097616 Software DB MS Database Plug-In 30313081 Software DB ES Link 30215026 11 DB or ES custom report package 30097616 Project Management 30097616 On site Installation, set up and train 30097616 Local Service(A1Scale Co) on site 30097616 Software DB MS Image Capture 30215051 *Camera,TCP/IP,POE,Hkvision,3MP 30256110 B. The Contractor shall provide eleven (1 1 ) custom developed/built reports per the client's requirements for this project. C. The Contractor shall include the coordination and management tasks for the associated project. Including, but not limited to: scheduled milestone conference calls, delivery, coordination, resource management, task management and service coordination. Page 1 of 2 DocuSign Envelope ID: E5AB4F67-099F-40D1-8369-E6FEDC67E1 BC D. The Contractor shall include Onsite Installation, Setup and Training line item on the quote allows for the implementation and training tasks associated to the project. Including, but not limited to: installation of site controlling software at the assigned number of sites based off of software licensing, configuration of the software at each site for optimal operation, installation of Enterprise Site software and associated clients, configuration of the System for bi-directional communication of data from all local sites to the Enterprise location and training of supervisors and operators on the appropriate operation of the System. E. The Internal Point of Contact will ensure that all infrastructure for power, networking and other essential connectivity will be available prior to implementation of the System. All server and PC workstations will be available, and an IT resource will be available for the required administrative rights to perform the Professional Services detailed below. F. Warranty on Hikvision's DS-2CD2012WD-I IR Mini Bullet Network Cameras is for 36 months. Page 2 of 2 DocuSign Envelope ID: E5AB4F67-099F-40D1-8369-E6FEDC67E1 BC _.1f B: Bid/Pricing Schedule 4807 N.W.Industrial Dr. San Antonio,TX. 78238 } Phone(210)521-7848 Fax(210)521-1333 WWW.AISCALE.COM Serving South and Central Texas SCALE METTLER MLEDO Mettler Toledo Field Representative Authorized Distributor ISO 17025 Accredited . 19 Testing and Calibration ������U��00000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000� March 10, 2021 Quote Valid for (90) Days City of Corpus Christi 2525 Hygeia St. Corpus Christi,TX 78415 RE:Auto Scale to DataBridge MS w/Camera System ATTN: Mr. Paul Bass,��„ „ „[B.L„;,;;, , „*,,,,,�=p,! ?,. Per our discussion, METTLER TOLEDO products represent a valuable combination of performance, accuracy, and precision. In addition, our field service organization is comprised of factory-certified technicians who are trained to meet high quality standards. You can also log on to www.mt.com for up-to-date application and operation details. Description Product ID Qty Per Ext Software AS to DB MS 30454209 2 3,885.00 7,770.00 Software AS Client to DB MS Client 30454210 7 398.00 2,786.00 Software CMRS to DB ES Upgrade 30454211 1 5,350.00 5,350.00 Software AS UNAT to DB UNAT 30454212 2 740.00 1,480.00 AS CMRS client upgrade to ES Client 30097616 16 660.00 10,560.00 Interfaces: Cash Export, Invoice, Permit 30097616 3 2,500.00 7,500.00 Software DB MS Database Plug-In 30313081 3 440.00 1,320.00 Software DB ES Link 30215026 2 1,335.00 2,670.00 11 DB or ES custom report package 30097616 1 7,000.00 7,000.00 Project Management 30097616 4 1,500.00 6,000.00 On site Installation, set up and train 30097616 10 2,295.00 22,950.00 Local Service (Al Scale Co) on site 30097616 3 1,600.00 4,800.00 Software DB MS Image Capture 30215051 6 1,130.00 6,780.00 *Camera, TCP/IP,POE Hkvision, 3MP 30256110 6 695.00 4,170.00 91,136.00 *Mounting and/or running wiring for Camera's is not covered in this quote. A-1 Scale can provide a quote for this service once a mounting location is assigned for each camera. Approximate lead time excluding transport: 1 working day, shipping from: Columbus, OH If you have any questions or require more information, please do not hesitate to contact me. Thank you in advance, , r Page 1 of 1 DocuSign Envelope ID: E5AB4F67-099F-40D1-8369-E6FEDC67E1 BC Attachment C: Insurance Requirements A. CONTRACTOR'S LIABILITY INSURANCE 1 . Contractor must not commence work under this contract until all insurance required has been obtained and such insurance has been approved by the City. Contractor must not allow any subcontractor, to commence work until all similar insurance required of any subcontractor has been obtained. 2. Contractor must furnish to the City's Risk Manager and Contract Administer one (1 ) copy of Certificates of Insurance with applicable policy endorsements showing the following minimum coverage by an insurance company(s) acceptable to the City's Risk Manager. The City must be listed as an additional insured on the General liability and Auto Liability policies by endorsement, and a waiver of subrogation endorsement is required on all applicable policies. Endorsements must be provided with Certificate of Insurance. Project name and/or number must be listed in Description Box of Certificate of Insurance. TYPE OF INSURANCE MINIMUM INSURANCE COVERAGE 30-day advance written notice of Bodily Injury and Property Damage cancellation, non-renewal, material Per occurrence - aggregate change or termination required on all certificates and policies. PROFESSIONAL LIABILITY $1,000,000 Per Claim (Errors and Omissions) (Defense costs not included in face value of the policy) If claims made policy, retro date must be prior to inception of agreement, have extended reporting period provisions and identify any limitations regarding who is insured. CYBER LIABILITY $1,000,000 Per Occurrence $1,000,000 Aggregate COMMERCIAL GENERAL LIABILITY $1,000,000 Per Occurrence including: $1,000,000 Aggregate 1 . Commercial Broad Form 2. Premises - Operations 3. Products/ Completed Operations 4. Contractual Liability 5. Independent Contractors 6. Personal Injury- Advertising Injury WORKERS' COMPENSATION Statutory and complies with Part II (All States Endorsement if Company is of this Exhibit. not domiciled in Texas) Page 1 of 3 DocuSign Envelope ID: E5AB4F67-099F-40D1-8369-E6FEDC67E1 BC Employers Liability $500,000/$500,000/$500,000 3. In the event of accidents of any kind related to this contract, Contractor must furnish the Risk Manager with copies of all reports of any accidents within 10 days of the accident. B. ADDITIONAL REQUIREMENTS 1 . Applicable for paid employees, Contractor must obtain workers' compensation coverage through a licensed insurance company. The coverage must be written on a policy and endorsements approved by the Texas Department of Insurance. The workers' compensation coverage provided must be in statutory amounts according to the Texas Department of Insurance, Division of Workers' Compensation. An All States Endorsement shall be required if Contractor is not domiciled in the State of Texas. 2. Contractor shall obtain and maintain in full force and effect for the duration of this Contract, and any extension hereof, at Contractor's sole expense, insurance coverage written on an occurrence basis by companies authorized and admitted to do business in the State of Texas and with an A.M. Best's rating of no less than A- VII. 3. Contractor shall be required to submit renewal certificates of insurance throughout the term of this contract and any extensions within 10 days of the policy expiration dates. All notices under this Exhibit shall be given to City at the following address: City of Corpus Christi Attn: Risk Manager P.O. Box 9277 Corpus Christi, TX 78469-9277 4. Contractor agrees that, with respect to the above required insurance, all insurance policies are to contain or be endorsed to contain the following required provisions: • List the City and its officers, officials, employees, and volunteers, as additional insureds by endorsement with regard to operations, completed operations, and activities of or on behalf of the named insured performed under contract with the City, with the exception of the workers' compensation policy; • Provide for an endorsement that the ''other insurance'' clause shall not apply to the City of Corpus Christi where the City is an additional insured shown on the policy; Page 2of3 DocuSign Envelope ID: E5AB4F67-099F-40D1-8369-E6FEDC67E1 BC • Workers' compensation and employers' liability policies will provide a waiver of subrogation in favor of the City; and • Provide thirty (30) calendar days advance written notice directly to City of any, cancellation, non-renewal, material change or termination in coverage and not less than ten (10) calendar days advance written notice for nonpayment of premium. 5. Within five (5) calendar days of a cancellation, non-renewal, material change or termination of coverage, Contractor shall provide a replacement Certificate of Insurance and applicable endorsements to City. City shall have the option to suspend Contractor's performance should there be a lapse in coverage at any time during this contract. Failure to provide and to maintain the required insurance shall constitute a material breach of this contract. 6. In addition to any other remedies the City may have upon Contractor's failure to provide and maintain any insurance or policy endorsements to the extent and within the time herein required, the City shall have the right to order Contractor to stop work hereunder, and/or withhold any payment(s) which become due to Contractor hereunder until Contractor demonstrates compliance with the requirements hereof. 7. Nothing herein contained shall be construed as limiting in any way the extent to which Contractor may be held responsible for payments of damages to persons or property resulting from Contractor's or its subcontractor's performance of the work covered under this contract. 8. It is agreed that Contractor's insurance shall be deemed primary and non- contributory with respect to any insurance or self insurance carried by the City of Corpus Christi for liability arising out of operations under this contract. 9. It is understood and agreed that the insurance required is in addition to and separate from any other obligation contained in this contract. 2020 Insurance Requirements Ins. Req. Exhibit 7-H IT Contracts-Software Support, Configuration, Implementation and Maintenance- Hardware Installation 04/14/2020 Risk Management - Legal Dept. Page 3 of 3 DocuSign Envelope ID: E5AB4F67-099F-40D1-8369-E6FEDC67E1 BC Attachment D: Warranty Requirements 1 . Warranty for Hikvision's DS-2CD2012WD-I IR Mini Bullet Network Cameras is for 36 months. Page 1 of 1