Loading...
Backup Documents 11/15/2016 Item #16E 1 (vTechio) ORIGINAL DOCUMENTS CHECKLIST & ROUTINft.I 'r ` � TO ACCOMPANY ALL ORIGINAL DOCUMENTS S ' V — !V� THE BOARD OF COUNTY COMMISSIONERS OFFICE FOR SI Print on pink paper. Attach to original document. The completed routing slip and original documents are to be forwar e t t 'o 1' attorney Office at the time the item is placed on the agenda. All completed routing slips and original documents must be received in the County Attorney Office no later than Monday preceding the Board meeting. Risk Management **NEW** ROUTING SLIP Complete routing lines#1 through#2 as appropriate for additional signatures.dates,and/or information needed. If the document is already complete with the exception of the Chairman's signature,draw a line through routing lines 41 through 2,complete the checklist,and forward to the County Attorney Office. Routed by Procurement Services to the Following Addressee(s) (In routing order) Office Initials Date 1. Risk Risk Management Ci2L i) 2. County Attorney Office County Attorney OfficeCa/' 3. BCC Office Board of County Commissioners "'IDT \MS4 1 k.\5O v 4. Minutes and Records Clerk of Court's Office (30h 3 h, 5. Return to Procurement Services Division Procurement Services Contact: Viviana Giarimoustas PRIMARY CONTACT INFORMATION Normally the primary contact is the person who created/prepared the Executive Summary. Primary contact information is needed in the event one of the addressees above,may need to contact staff for additional or missing information. Name of Primary Viviana Giarimoustas for AdwnNorthrup: Phone Number 239-252-8375 Procurement Staff Contact and Date Agenda Date Item was 11/15/2016 V Agenda Item Number 16E1 Approved by the BCC Type of Document Contract ✓ Number of Original 2 Attached / Documents Attached PO number or account N/A / Solicitation/Contract 16-6678 I Computers at number if document is /// Number/Company Work dba vTechio to be recorded Name INSTRUCTIONS & CHECKLIST Initial the Yes column or mark"N/A"in the Not Applicable column,whichever is Yes N/A(Not appropriate. (Initial) Applicable) 1. Does the document require the chairman's original signature? y Q'(L_ Ll R- 2. Does the document need to be sent to another agency for additional signatures? If yes, N/A provide the Contact Information(Name;Agency;Address;Phone)on an attached sheet. 3. Original document has been signed/initialed for legal sufficiency. (All documents to be Jv''t F. signed by the Chairman,with the exception of most letters,must be reviewed and signed 4 by the Office of the County Attorney. 4. All handwritten strike-through and revisions have been initialed by the County Attorney's N/A Office and all otherparties except the BCC Chaninan and the Clerk to the Board 5. The.Chairman's signature line date has been entered as the date of BCC approval of the N/A document or the fmal negotiated contract date whichever is applicable. 6. "Sign here"tabs are placed on the appropriate pages indicating where the Chairman's VG signature and initials are required. 7. In most cases(some contracts are an exception),the original document and this routing slip should be provided to the County Attorney Office at the time the item is input into SIRE. t\J //(-- Some documents are time sensitive and require forwarding to Tallahassee within a certain time frame or the BCC's actions are nullified. Be aware of your deadlines! 8. The document was approved by the BCC on the date above and all changes made VG during the meeting have been incorporated in the attached document. The County . Attorney's Office has reviewed the changes,if applicable. 9. Initials of attorney verifying that the attached document is the version approved by the BCC,all changes directed by the BCC have been made,and the document is ready for the dM g Chairman's signature. 1111 ' `: I:Forms/County Forms/BCC Forms/Original Documents Routing Slip WWS Original 9.03.04,Revised 1.26.05,Revised 2.24.05;Revised 11/30/12 16E 1 MEMORANDUM Date: December 1, 2016 To: Viviana Giarimoustas, Purchasing Tech Purchasing Department From: Ann Jennejohn, Deputy Clerk Minutes & Records Department Re: Contract #16-6678, Computers for Collier County Contractor: Computers at Work!, Inc. d/b/a vTECHio Attached for your records is an original copy of the contract referenced above, (Item #16E1) approved by the Board of County Commissioners November 15, 2016. The second original will be held in the Minutes and Records Department for the Board's Official Record. If you have any questions, please contact me at 252-8406. Thank you. Attachment 16E1 AGREEMENT16-6678 for Computers for Collier County " " THIS AGREEMENT, made and entered into on this J5 day of Nollemier- 2016, by and between Computers at Work!, Inc. dba vTECHio, authorized to do business in the State of Florida, whose business address is 2338 Immokalee Rd. #151, Naples, FL 34110, (the "Vendor") and Collier County, a political subdivision of the State of Florida, (the "County"): WITNESSETH: 1. AGREEMENT TERM. The Agreement shall be for a one (1) year period, commencing on Date of Board award and terminating one (1) year from that date or until all outstanding Purchase Orders issued prior to the expiration of the Agreement period have been completed or terminated. The County Manager, or his designee, may, at his discretion, extend the Agreement under all of the terms and conditions contained in this Agreement for up to one hundred and eighty (180) days. The County Manager, or his designee, shall give the Contractor written notice of the County's intention to extend the Agreement term prior to the end of the Agreement term then in effect. 2. COMMENCEMENT OF SERVICES. The Contractor shall deliver the products quoted/purchased within fifteen days after receiving a County Purchase order. 3. STATEMENT OF WORK. The Contractor shall provide products for the Purchase of Computers in accordance with the terms and conditions of Invitation to Bid (ITB) #16- 6678, Exhibit A — Scope of Work, and the Contractor's proposal referred to herein and made an integral part of this Agreement. This Agreement contains the entire understanding between the parties and any modifications to this Agreement shall be mutually agreed upon in writing by the Parties, in compliance with the County's Procurement Ordinance, as amended, and Procurement Procedures in effect at the time such services are authorized. 4. THE AGREEMENT SUM. The County shall pay the Contractor for the performance of this Agreement the aggregate of the units actually ordered and furnished at the unit price in Exhibit B, together with the cost of any other charges/fees submitted in the proposal the price methodology as defined in Section 4.1. Payment will be made upon receipt of a proper invoice and upon approval by the project manager or his designee, and in compliance with Chapter 218, Fla. Stats., otherwise known as the "Local Government Prompt Payment Act." Page 1 of 12 C #16-6678"Computers for Collier Co t Computers at Work!, Inc.dba vTECHio 1 E1 4.1 Price Methodology: Unit Price: the County agrees to pay a firm total fixed price (inclusive of all costs, including labor, materials, equipment, overhead, etc.) for a repetitive product or service delivered (i.e. installation price per ton, delivery price per package or carton, etc.). The invoice must identify the unit price and the number of units received (no contractor inventory or cost verification. 4.2 Any County agency may purchase products and services under this Agreement, provided sufficient funds are included in their budget(s). 4.3 Payments will be made for services furnished, delivered, and accepted, upon receipt and approval of invoices submitted on the date of services or within six (6) months after completion of the Agreement. Any untimely submission of invoices beyond the specified deadline period is subject to non-payment under the legal doctrine of "laches" as untimely submitted. Time shall be deemed of the essence with respect to the timely submission of invoices under this Agreement. 5. SALES TAX. Contractor shall pay all sales, consumer, use and other similar taxes associated with the Work or portions thereof, which are applicable during the performance of the Work. Collier County, Florida as a political subdivision of the State of Florida, is exempt from the payment of Florida sales tax to its vendors under Chapter 212, Florida Statutes, Certificate of Exemption # 85-8015966531C-2. 6. NOTICES. All notices from the County to the Contractor shall be deemed duly served if mailed or faxed to the Contractor at the following Address: Computers at Work!, Inc. dba vTECHio 2338 lmmokalee Rd. #151 Naples, FL 34110 Attn: Brooke Gabrielsen Phone: 239-514-2888 Facsimile: 239-236-2232 All Notices from the Contractor to the County shall be deemed duly served if mailed or faxed to the County to: Collier County Government Center Procurement Services Division 3327 Tamiami Trail, East Naples, Florida 34112 Attention: Director, Procurement Services Division Telephone: 239-252-8407 Facsimile: 239-252-6480 Page 2 of 12 #16-6678"Computers for Collier Coun.e Computers at Work!, Inc.dba vTECHi• 16E1 The Contractor and the County may change the above mailing address at any time upon giving the other party written notification. All notices under this Agreement must be in writing. 7. NO PARTNERSHIP. Nothing herein contained shall create or be construed as creating a partnership between the County and the Contractor or to constitute the Contractor as an agent of the County. 8. PERMITS: LICENSES: TAXES. In compliance with Section 218.80, F.S., all permits necessary for the prosecution of the Work shall be obtained by the Contractor. The County will not be obligated to pay for any permits obtained by Subcontractors/Subconsultants. Payment for all such permits issued by the County shall be processed internally by the County. All non-County permits necessary for the prosecution of the Work shall be procured and paid for by the Contractor. The Contractor shall also be solely responsible for payment of any and all taxes levied on the Contractor. In addition, the Contractor shall comply with all rules, regulations and laws of Collier County, the State of Florida, or the U. S. Government now in force or hereafter adopted. The Contractor agrees to comply with all laws governing the responsibility of an employer with respect to persons employed by the Contractor. 9. NO IMPROPER USE. The Contractor will not use, nor suffer or permit any person to use in any manner whatsoever, County facilities for any improper, immoral or offensive purpose, or for any purpose in violation of any federal, state, county or municipal ordinance, rule, order or regulation, or of any governmental rule or regulation now in effect or hereafter enacted or adopted. In the event of such violation by the Contractor or if the County or its authorized representative shall deem any conduct on the part of the Contractor to be objectionable or improper, the County shall have the right to suspend the Agreement of the Contractor. Should the Contractor fail to correct any such violation, conduct, or practice to the satisfaction of the County within twenty-four (24) hours after receiving notice of such violation, conduct, or practice, such suspension to continue until the violation is cured. The Contractor further agrees not to commence operation during the suspension period until the violation has been corrected to the satisfaction of the County. 10. TERMINATION. Should the Contractor be found to have failed to perform his services in a manner satisfactory to the County as per this Agreement, the County may terminate said Agreement for cause; further the County may terminate this Agreement for convenience with a thirty (30) day written notice. The County shall be sole judge of non- performance. 11. NO DISCRIMINATION. The Contractor agrees that there shall be no discrimination as to race, sex, color, creed or national origin. 12. INSURANCE. The Contractor shall provide insurance as follows: Page 3 of 12 #16-6678"Computers for Collier County" Computers at Workl, Inc.dba vTECHio 1oEI A. Commercial General Liability: Coverage shall have minimum limits of $1,000,000 Per Occurrence, $2,000,000 aggregate for Bodily Injury Liability and Property Damage Liability. This shall include Premises and Operations; Independent Contractors; Products and Completed Operations and Contractual Liability. B. Workers' Compensation: Insurance covering all employees meeting Statutory Limits in compliance with the applicable state and federal laws. The coverage must include Employers' Liability with a minimum limit of $500,000 for each accident. Special Requirements: Collier County Government shall be listed as the Certificate Holder and included as an Additional Insured on the Comprehensive General Liability Policy. Current, valid insurance policies meeting the requirement herein identified shall be maintained by Vendor during the duration of this Agreement. The Contractor shall provide County with certificates of insurance meeting the required insurance provisions. Renewal certificates shall be sent to the County ten (10) days prior to any expiration date. Coverage afforded under the policies will not be canceled or allowed to expire until the greater of: ten (10) days prior written notice, or in accordance with policy provisions. Vendor shall also notify County, in a like manner, within twenty-four (24) hours after receipt, of any notices of expiration, cancellation, non-renewal or material change in coverage or limits received by Consultant from its insurer, and nothing contained herein shall relieve Vendor of this requirement to provide notice. Vendor shall ensure that all subcontractors comply with the same insurance requirements that he is required to meet. 13. INDEMNIFICATION. To the maximum extent permitted by Florida law, the Vendor shall indemnify and hold harmless Collier County, its officers and employees from any and all liabilities, damages, losses and costs, including, but not limited to, reasonable attorneys' fees and paralegals' fees, whether resulting from any claimed breach of this Agreement by Vendor, any statutory or regulatory violations, or from personal injury, property damage, direct or consequential damages, or economic loss, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the Vendor or anyone employed or utilized by the Vendor in the performance of this Agreement. This indemnification obligation shall not be construed to negate, abridge or reduce any other rights or remedies which otherwise may be available to an indemnified party or person described in this paragraph. This section does not pertain to any incident arising from the sole negligence of Collier County. 13.1 The duty to defend under this Article 13 is independent and separate from the duty to indemnify, and the duty to defend exists regardless of any ultimate liability of the Vendor, County and any indemnified party. The duty to defend arises immediately upon presentation of a claim by any party and written notice of such claim being Page 4 of 12 #16-6678"Computers for Collier Coun Computers at Workl, Inc.dba vTEC • 16E 1 provided to Vendor. Vendor obligation to indemnify and defend under this Article 13 will survive the expiration or earlier termination of this Agreement until it is determined by final judgment that an action against the County or an indemnified party for the matter indemnified hereunder is fully and finally barred by the applicable statute of limitations. 14. AGREEMENT ADMINISTRATION. This Agreement shall be administered on behalf of the County by the Information Technology Division. 15. CONFLICT OF INTEREST. Contractor represents that it presently has no interest and shall acquire no interest, either direct or indirect, which would conflict in any manner with the performance of services required hereunder. Contractor further represents that no persons having any such interest shall be employed to perform those services. 16. COMPONENT PARTS OF THIS AGREEMENT. This Agreement consists of the following component parts, all of which are as fully a part of the Agreement as if herein set out verbatim: Contractor's Proposal, Insurance Certificate(s), Exhibit A — Scope of Work, Exhibit B — Fee Schedule, Exhibit — C Return Policy and Procedures, ITB#16-6678 Specifications/Scope of Work and Addenda. 17. SUBJECT TO APPROPRIATION. It is further understood and agreed by and between the parties herein that this Agreement is subject to appropriation by the Board of County Commissioners. 18. PROHIBITION OF GIFTS TO COUNTY EMPLOYEES. No organization or individual shall offer or give, either directly or indirectly, any favor, gift, loan, fee, service or other item of value to any County employee, as set forth in Chapter 112, Part III, Florida Statutes, Collier County Ethics Ordinance No. 2004-05, as amended, and County Administrative Procedure 5311. Violation of this provision may result in one or more of the following consequences: a. Prohibition by the individual, firm, and/or any employee of the firm from contact with County staff for a specified period of time; b. Prohibition by the individual and/or firm from doing business with the County for a specified period of time, including but not limited to: submitting bids, RFP, and/or quotes; and, c. immediate termination of any Agreement held by the individual and/or firm for cause. 19. COMPLIANCE WITH LAWS. By executing and entering into this Agreement, the Contractor is formally acknowledging without exception or stipulation that it agrees to comply, at its own expense, with all federal, state and local laws, codes, statutes, ordinances, rules, regulations and requirements applicable to this Agreement, including but not limited to those dealing with the Immigration Reform and Control Act of 1986 as located at 8 U.S.C. 1324, et seq. and regulations relating thereto, as either may be amended; taxation, workers' compensation, equal employment and safety (including, but not limited to, the Trench Safety Act, Chapter 553, Florida Statutes, and the Florida Public Records Law Chapter 119, including specifically those contractual requirements at F.S. § 119.0701(2)(a)-(b) as stated as follows: IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE Page 5 of 12 #16-6678"Computers for Collier County" 40 Computers at Work!, Inc.dba vTECHio 16E1 PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT: Communication and Customer Relations Division 3299 Tamiami Trail East, Suite 102 Naples, FL 34112-5746 Telephone: (239) 252-8383 The Contractor must specifically comply with the Florida Public Records Law to: 1 . Keep and maintain public records required by the public agency to perform the service. 2. Upon request from the public agency's custodian of public records, provide the public agency with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in this chapter or as otherwise provided by law. 3. Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of the contract if the Contractor does not transfer the records to the public agency. 4. Upon completion of the contract, transfer, at no cost, to the public agency all public records in possession of the Contractor or keep and maintain public records required by the public agency to perform the service. If the Contractor transfers all public records to the public agency upon completion of the contract, the Contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the Contractor keeps and maintains public records upon completion of the contract, the Contractor shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the public agency, upon request from the public agency's custodian of public records, in a format that is compatible with the information technology systems of the public agency. If Contractor observes that the Contract Documents are at variance therewith, it shall promptly notify the County in writing. Failure by the Contractor to comply with the laws referenced herein shall constitute a breach of this Agreement and the County shall have the discretion to unilaterally terminate this Agreement immediately. 20. OFFER EXTENDED TO OTHER GOVERNMENTAL ENTITIES. Collier County encourages and agrees to the successful proposer extending the pricing, terms and conditions of this solicitation or resultant Agreement to other governmental entities at the discretion of the successful proposer. 21. AGREEMENT TERMS. If any portion of this Agreement is held to be void, invalid, or otherwise unenforceable, in whole or in part, the remaining portion of this Agreement shall remain in effect. Page 6 of 12 #16-6678"Computers for Collier County Computers at Work!, Inc.dba vTECHi. 16E1 22. ADDITIONAL ITEMS/SERVICES. Additional items and/or services may be added to this Agreement in compliance with the Procurement Ordinance, as amended, and Procurement Procedures. 23. DISPUTE RESOLUTION. Prior to the initiation of any action or proceeding permitted by this Agreement to resolve disputes between the parties, the parties shall make a good faith effort to resolve any such disputes by negotiation. The negotiation shall be attended by representatives of Contractor with full decision-making authority and by County's staff person who would make the presentation of any settlement reached during negotiations to County for approval. Failing resolution, and prior to the commencement of depositions in any litigation between the parties arising out of this Agreement, the parties shall attempt to resolve the dispute through Mediation before an agreed-upon Circuit Court Mediator certified by the State of Florida. The mediation shall be attended by representatives of Contractor with full decision-making authority and by County's staff person who would make the presentation of any settlement reached at mediation to County's board for approval. Should either party fail to submit to mediation as required hereunder, the other party may obtain a court order requiring mediation under section 44.102, Fla. Stat. 24. VENUE. Any suit or action brought by either party to this Agreement against the other party relating to or arising out of this Agreement must be brought in the appropriate federal or state courts in Collier County, Florida, which courts have sole and exclusive jurisdiction on all such matters. 25. AGREEMENT STAFFING. The Contractor's personnel and management to be utilized for this Agreement shall be knowledgeable in their areas of expertise. The County reserves the right to perform investigations as may be deemed necessary to ensure that competent persons will be utilized in the performance of the Agreement. The Contractor's shall assign as many people as necessary to complete the Agreement on a timely basis, and each person assigned shall be available for an amount of time adequate to meet the delivery dates. 26. ORDER OF PRECEDENCE. In the event of any conflict between or among the terms of any of the Contract Documents, the terms of the ITB, the Contractor's Proposal, and/or the County's Board approved Executive Summary, the Contract Documents shall take precedence. 27. ASSIGNMENT. Contractor shall not assign this Agreement or any part thereof, without the prior consent in writing of the County. Any attempt to assign or otherwise transfer this Agreement, or any part herein, without the County's consent, shall be void. If Contractor does, with approval, assign this Agreement or any part thereof, it shall require that its assignee be bound to it and to assume toward Contractor all of the obligations and responsibilities that Contractor has assumed toward the County. 28. SECURITY. The Contractor is required to comply with County Ordinance 2004-52, as amended. Background checks are valid for five (5) years and the Contractor shall be responsible for all associated costs. If required, Contractor shall be responsible for the costs of providing background checks by the Collier County Facilities Management Page 7 of 12 #16-6678"Computers for Collier County Computers at Work!, Inc.dba vTECHi• 16E1 Division for all employees that shall provide services to the County under this Agreement. This may include, but not be limited to, checking federal, state and local law enforcement records, including a state and FBI fingerprint check, credit reports, education, residence and employment verifications and other related records. Contractor shall be required to maintain records on each employee and make them available to the County for at least four (4) years. All of Contractor's employees and subcontractors must wear Collier County Government Identification badges at all times while performing services on County facilities and properties. Contractor ID badges are valid for one (1) year from the date of issuance and can be renewed each year at no cost to the Contractor during the time period in which their background check is valid, as discussed below. All technicians shall have on their shirts the name of the contractor's business. The Contractor shall immediately notify the Collier County Facilities Management Division via e-mail (DL-FMOPScolliergov.net) whenever an employee assigned to Collier County separates from their employment. This notification is critical to ensure the continued security of Collier County facilities and systems. Failure to notify within four (4) hours of separation may result in a deduction of $500 per incident. * * * * * Page 8 of 12 �� #16-6678"Computers for Collier Count Computers at Work!, Inc.dba vTECHio 1 6 E 1 IN WITNESS WHEREOF, the parties hereto, have each, respectively, by an authorized person or agent, have executed this Agreement on the date and year first written above. BOARD OF COUNTY COMMISSIONERS ATTEST: COLLIER COUNTY, FLORIDA Dwight E. Brock, Clerk of Courts h 1 11241,a ls' Donr,a Fiala, Chairman Dated a-- ,• �1�►, (S•''r::. - .Q.. al 1 signattir&onIy Computers at Work!, Inc. dba vTECHio Contractor —. By: i - First WitnessSignatur 6viic . Q ,`I1 u 0,D re'Pr.)DAJ (C-) 1'Type/print witness nameT Type/print signature and titleT Sec Witness,-, - A yr/e L of'e TType/print witness nameT Approved as to Form and Legality: 1 / --)'Yl C ssistant County Attorney COI leen m , &reen Print Name Item# l Agenda t __t,C_' Date �.1�..1—�— Date 'i.�i1 '-, if Recd L�-` 1 ilki Deputy fir Page 9 of 12 #16-6678"Computers for Collier Count:+fin Computers at Work!,Inc.dba vTECHi• EXHIBIT A 1 o E 1 SCOPE OF WORK 16-6678 — Computers for Collier County As part of this Agreement, the Contractor is expected to provide high quality computers according to the specifications below. Any substitutions for the specifications below must be high than requested and approved by the County in advance. To help minimize the number of different models in service, the County requests the submitted systems be available through September 30, 2017. System 1 -Standard Laptop DELL LATITUDE E7470 Description Specification Screen 14 inch touch screen Processor 15-6300U Video Intel HD Memory 8 GB Hard Drive M.2 256GB SATA Class 20 SSD Operating System Windows 10 Pro 64-bit External Ports 3 usb 3.0 (1 with powershare), audio in/out Network Adapter On Board Wireless Intel Dual-band 8260 Bluetooth Included Video Out Included Full-feature Keyboard, Standard touch pad with buttons (Non Track Pad Input Devices configuration ), mouse input, integrated WEBCAM, microphone, Stereo speakers Battery 6-hour minimum rating Weight 3.2 pounds Warranty 4 year onsite warranty covering every part of the PC, with accidental damage replacement from manufacturer. 3 year battery warranty. Optional docking Station When laptop is docked, supports laptop screen and 2 external monitors. Includes Display Ports VGA Dongles (1.2 or higher). External Ports 2 USB 3.0 Ports, 3 USB 2.0 Ports, 1 high speed USB 11 pin Dock Dual video output capability. Network Adapter Gigabyte Ethernet Warranty 3 year Onsite or replacement warranty Products ordered must be delivered in 15 business days after receiving a County issued a Purchase Order, unless otherwise approved in advance by the County. Orders must be fulfilled directly by the Contractor and shall not be passed on to third parties or manufacturers for fulfillment. The IT Division will order break-fix computers for the County at the beginning of the Agreement. In the event of a product change by the Contractor at sometime during the Agreement period, the IT Division shall be allowed to swap the current break-fix computers for the new model based on the remaining time left in the contract, at no cost. Example, if fifty percent of the contract is left (6 months), the Contractor will replace fifty percent of the break-fix computers at no charge. The Contractor will honor the policy and procedures related to defective units, out of the box, and NO QUESTIONS ASKED EXCHANGE POLICY, attached hereto as Exhibit C. Page 10 of 12 #16-6678"Computers for Collier Cou Computers at Work!,Inc. dba vTECI o ®) 1 bE 1 EXHIBIT B BASIS OF COMPENSATION 16-6678 — Computers for Collier County Unit Line# Description Price Standard Laptop $1,531.67 Page llofl2 #16-6678"Computers for Collier County" C Computers at Work!, Inc.dba vTECHio 16E1 EXHIBIT C Return Policy and Procedures 16-6678 — Computers for Collier County (following this page) Page 12 of 12 #16-6678"Computers for Collie.' ` v° Computers at Work!, Inc.dba io 16E1 VrEcii 10 Adam Northrup Procurement Strategist Collier County Procurement Services 3327 Tamiami Trail East Naples, FL 34112 RE: RETURN POLICY FOR DEFECTIVE EQUIPMENT Adam, Computers at Work, dba vTECHio has a policy that all equipment which has been determined defective may be returned, no questions asked.We encourage the end users to open and test all equipment upon arrival. Returns processed within the first 30 days are straightforward and will be processed quickly. While we are still able to return defective equipment after the 30-day window,the process can take up to 6 weeks. Please let me know if you have any questions or concerns. Best regards, /" Brooke C. Gabrielsen vTECHio 239-450-8969 ® A ,4coura CERTIFICATE OF LIABILITY INSURANCE is 6 D/ MM/DD/YYYY) 016 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT NAME: Brown&Brown Of Florida, Inc. PHONE 239-262-5143 FAX 239 261 8265 1421 Pine Ridge Road#200 (A/C E=t) (A/c.Nor Naples FL 34109 ADDRESS:certs@bbnaples.com INSURER(S)AFFORDING COVERAGE NAIC# INSURER A:Hartford Casualty Ins. Co. 29424 INSURED COMPU-1 INSURER B:Lloyds of London 85202 Computers at Work!, Inc. INSURER C: dba VTech&VTechio 2338 Immokalee Rd#151 INSURER D: Naples FL 34110 INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER:414005632 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR ADDL SUBR POLICY EFF POLICY EXP LTR TYPE OF INSURANCE INSD WVD POLICY NUMBER (MM/DD/YYYY) (MM/DD/YYYY) LIMITS A x COMMERCIAL GENERAL LIABILITY Y 21 SBARQ8598 3/14/2016 3/14/2017 EACH OCCURRENCE $1,000,000 DAMAGE TO RENTED CLAIMS-MADE X OCCUR PREMISES(Ea occurrence) $300,000 MED EXP(Any one person) $10,000 PERSONAL&ADV INJURY $1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $2,000,000 X POLICY PRO LOC PRODUCTS-COMP/OP AGG $2,000,000 JECT OTHER: $ A AUTOMOBILE LIABILITY 21SBARQ8598 3/14/2016 3/14/2017 COMBINED SINGLE LIMIT $ (Ea accident) 1,000,000 ANY AUTO BODILY INJURY(Per person) $ ALL OWNED SCHEDULED BODILY INJURY(Per accident) $ X HIRED AUTOS X NON-OWNED PROPERTY DAMAGE $ AUTOS (Per accident) $ A X UMBRELLA LIAB X OCCUR 21SBARQ8598 3/14/2016 3/14/2017 EACH OCCURRENCE $1,000,000 _ EXCESS LIAB CLAIMS-MADE AGGREGATE $1,000,000 DED X RETENTION$10,000 $ WORKERS COMPENSATION PER OTH- AND EMPLOYERS'LIABILITY Y/N STATUTE ER ANY PROPRIETOR/PARTNER/EXECUTIVEN/A E.L.EACH ACCIDENT $ OFFICER/MEMBER EXCLUDED? (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $ If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ B Errors&Omissions UCS266736316 6/5/2016 6/5/2017 Policy Limit $1,000,000 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached if more space is required) Plan, install and service computer networks for businesses. Collier County Government, as additional insured for any and all work performed in Collier County is included as an additional insured under the captioned Commercial General Liability and Auto Liability policies on a primary and non-contributory basis if and to the extent required by written contract. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE Collier County Board of County Commissioners THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN 3327 Tamiami Trail E ACCORDANCE WITH THE POLICY PROVISIONS. Naples FL 34112 AUTHORIZED REPRESENTATIVE ©1988-2014 ACORD CORPORATION. All rights reserved. ACORD 25(2014/01) The ACORD name and logo are registered marks of ACORD POLICY NUMBER: 21 SBA RQ8598 16E li THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - PERSON-ORGANIZATION LOC 001 BLDG 001 FLORIDA CAPITAL BANK, NA, ITS SUCCESSORS AND/OR ASSIGNS PO BOX 551390 JACKSONVILLE, FL 32255 COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS 3327 TAMIAMI TRAIL E ' NAPLES, FL 34112 Form IH 12 00 11 85 T SEQ. NO. 002 Printed in U.S.A. Page 001 Process Date: 11/01/16 Expiration Date: 03/14/17 6E ELMiii o AC CERTIFICATE OF LIABILITY INSURANCE 10/5/2016 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT Kathye ski NAME: LSG Insurance Partners PHONNo Ext): (248)332-3100 (alc,No): (248)332-6396 2600 S. Telegraph Rd. aDORless:kbeski@lsgip.com Suite 100 INSURER(S)AFFORDING COVERAGE NAIC# Bloomfield Hills MI 48302-0968 INsuRERAAmerisure Mutual Insurance Company 23396 INSURED INSURER B: AP Veritas LLC INSURERC: 28800 Orchard Lake Rd, 2nd Floor INSURERD: INSURER E: Farmington Hills MI 48334 INSURER F: COVERAGES CERTIFICATE NUMBER:CL15122914226 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADDL SUBR POLICY EFF POLICY EXP/YLIMITS LTRINSD WVD POLICY NUMBER (MMIDDYYY).IMM/DDIYYYY) COMMERCIAL GENERAL LIABILITY EACH OCCURRENCEDAMAGE RENTED $ CLAIMS-MADE OCCUR PREM SESO(Ea occurrence) $ MED EXP(Any one person) $ PERSONAL 8 ADV INJURY $ GE 'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ POLICY PRO JECT LOC PRODUCTS-COMP/OP AGG $ OTHER: $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ (Ea accident) ANY AUTO BODILY INJURY(Per person) $ ALL OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS AUTOS NON-OWNED PROPERTY DAMAGE $ HIRED AUTOS AUTOS (Per accident) • UMBRELLA LIAB OCCUR EACH OCCURRENCE _$ EXCESS LIAB CLAIMS-MADE AGGREGATE $ DED RETENTION$ $ WORKERS COMPENSATION x PER OTH- AND EMPLOYERS'LIABILITY YIN STATUTE ER ANY PROPRIETOR/PARTNER/EXECUTIVE E.L.EACH ACCIDENT $ 1,000,000 OFFICER/MEMBER EXCLUDED? N/A A (Mandatory in NH) WC2085844 1/1/2016 1/1/2017 E.L.DISEASE-EA EMPLOYEE $ 1,000,000 If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ 1,000,000 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached if more space is required) Computers at Work Inc dba VTECH Professional Employment Organization. Workers Compensation for the State of Florida only and Employers Liability coverage is extended to AP Veritas LLC employees working at Computers at Work Inc dba VTECH, 2338 Immokolee Rd, Naples, FL 34110 per the Alternate Employers Endorsement CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE Collier County Board of THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN County Commissioners ACCORDANCE WITH THE POLICY PROVISIONS. 3327 Tamiami Trail E Naples, FL 34112 AUTHORIZED REPRESENTATIVE Mark Fisher/KATHBE ©1988-2014 ACORD CORPORATION. All rights reserved. ACORD 25(2014/01) The ACORD name and logo are registered marks of ACORD 1NS025 12014011 Detail by Entity Name Page 1 of 2 16E„ „1 FLORIDA DEPARTMENT Or STATE VIVISION OF k,ORPORATIONS Detail by Entity Name Florida Profit Corporation COMPUTERS AT WORK!, INC. Filing Information Document Number P01000020634 FEI/EIN Number 31-1758837 Date Filed 02/23/2001 State FL Status ACTIVE Last Event AMENDMENT Event Date Filed 12/26/2007 Event Effective Date NONE Principal Address 350 SADDLEBROOK LANE NAPLES, FL 34110 Changed: 01/02/2015 Mailing Address 2338 IMMOKALEE ROAD, #151 NAPLES, FL 34110 Changed: 01/08/2004 Registered Agent Name &Address PETERSON, DAVID W 350 SADDLEBROOK LANE NAPLES, FL 34110 Address Changed: 01/28/2010 Officer/Director Detail Name &Address Title D PETERSON, DAVID W 350 SADDLEBROOK LANE NAPLES, FL 34110 Annual Reports http://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=Entit... 10/17/2016