Loading...
Agenda 05/09/2017 Item #11B05/09/2017 EXECUTIVE SUMMARY Recommendation to award Contract No. 16-6679 “Traffic Operations Video Wall Replacement” in the amount of $479,895.25 to Activu Corporation for the purchase, configuration and installation of an Activu Video Wall System to be located in the Collier County Traffic Management Center (Project No. 33471). _____________________________________________________________________________________ OBJECTIVE: To replace the existing Video Wall system and associated components, located in the County’s Traffic Management Center (TMC). The current system has reached its end-of-life, and can no longer provide the functionalities needed to manage the safe and expeditious movement of vehicle and pedestrian traffic across County roadways. CONSIDERATIONS: Five years ago, staff identified the need and planned to update the traffic management center video wall and associated components. Staff pursued funding for the update through the Collier County Metropolitan Planning Organization (MPO), culminating in the completion of a study in December 2015, known as Project FPID 430868-1, Collier County Network Study & Analysis (Contract #14-6246). Portions of that study specifically address the replacement and upgrade of the TMC’s video wall, video management control system, operator workstations, network components, power systems and audio communication systems. On June 10, 2016, the Florida Department of Transportation (FDOT) authorized the County to proceed with project 433178-1-98-01, TMOC Video Wall Replacement, pursuant to a Local Agency Program (LAP) agreement with the County. The LAP agreement provides for a project cost in the amount of $460,000.00 and specified a December 31, 2017 completion date. Subsequently, an RFP was advertised on September 1, 2016, and two proposals were received on October 24, 2016. On November 16, 2016, the Selection Committee met, deliberated, and ranked Activu Corporation as the number one firm. Negotiations started early in January 2017, and were finalized in February. The County has completed contract negotiations with the vendor in the amount $479,825.25 and is seeking approval from the Board to award the contract. FISCAL IMPACT: The anticipated cost for the TMC Video Wall project is $479,895.25, of which $460,000 is planned to be reimbursed by FDOT. A budget amendment is necessary to appropriate local funds in the amount of $19,895.25 to cover the full cost of completing the LAP TMOC project 33471 within the Transportation Capital Fund 310. The source of local funds is a tran sfer from the General Fund (001). The Video Wall and associated components have a useful life of 3-5 years. The ongoing maintenance costs for hardware, software, user licenses, technical support, firmware updates and incidental component replacements are expected to have an incremental impact on the TMC operating budget levels of approximately $24,000 annually. GROWTH MANAGEMENT IMPACT: This recommendation is consistent with the County’s Growth Management objectives and produces no negative impact. LEGAL CONSIDERATIONS: This item is approved as to form and legality, and requires majority vote for Board approval. -SRT RECOMMENDATION: To award Contract No. 16-6679 to Activu Corporation for the purchase, configuration and installation of an Activu Video Wall System to be located in the Collier County Traffic 11.B Packet Pg. 329 05/09/2017 Management Center (TMC), to authorize the necessary budget amendment and authorize the Chairman to execute the agreement. Prepared by: Pierre-Marie Beauvoir, Signal Systems Network Specialist, Transportation Engineering Division ATTACHMENT(S) 1. 433178-1 Executed LAP Agreement and NTP (PDF) 2. 16-6679 Final Ranking Sheet (PDF) 3. NORA (PDF) 4. [Linked]16-6679 Activu_Contract_VendSign revised page (PDF) 5. [Linked] Agreement - Activu Corporation (PDF) 6. Exhibit F 16-6679 Solicitation and Exhibits (PDF) 11.B Packet Pg. 330 05/09/2017 COLLIER COUNTY Board of County Commissioners Item Number: 11.B Doc ID: 2797 Item Summary: Recommendation to award Contract No. 16-6679 "Traffic Operations Video Wall Replacement" in the amount of $479,895.25 to Activu Corporation for the purchase, configuration and installation of an Activu Video Wall System to be located in the Collier County Traffic Management Center (Project No. 33471). (Jay Ahmad, Transportation Engineering Division Director) Meeting Date: 05/09/2017 Prepared by: Title: Signal Systems Network Specialist – Transportation Engineering Name: Pierre Beauvoir 03/02/2017 11:46 AM Submitted by: Title: Division Director - Transportation Eng – Transportation Engineering Name: Jay Ahmad 03/02/2017 11:46 AM Approved By: Review: Growth Management Department Marlene Messam Additional Reviewer Completed 04/18/2017 1:29 PM Growth Management Operations Support Allison Kearns Additional Reviewer Completed 04/18/2017 1:36 PM Growth Management Department Diane Lynch Level 1 Division Reviewer Completed 04/18/2017 1:43 PM Capital Project Planning, Impact Fees, and Program Management Rookmin Nauth Additional Reviewer Completed 04/18/2017 2:45 PM Procurement Services Barbara Lance Level 1 Purchasing Gatekeeper Completed 04/18/2017 3:06 PM Transportation Engineering Jay Ahmad Additional Reviewer Completed 04/19/2017 9:33 AM Procurement Services Brenda Brilhart Additional Reviewer Completed 04/19/2017 9:54 AM Growth Management Department Anthony Khawaja Additional Reviewer Completed 04/19/2017 10:33 AM Growth Management Department Gene Shue Additional Reviewer Completed 04/19/2017 11:21 AM Procurement Services Ted Coyman Additional Reviewer Completed 04/19/2017 4:24 PM Procurement Services Sandra Herrera Additional Reviewer Completed 04/19/2017 4:26 PM Grants Kimberly Lingar Level 2 Grants Review Completed 04/20/2017 10:15 AM Growth Management Department James French Additional Reviewer Completed 04/21/2017 4:41 PM County Attorney's Office Scott Teach Level 2 Attorney Review Completed 04/24/2017 9:12 AM Office of Management and Budget Valerie Fleming Level 3 OMB Gatekeeper Review Completed 04/24/2017 2:12 PM County Attorney's Office Jeffrey A. Klatzkow Level 3 County Attorney's Office Review Completed 04/25/2017 2:57 PM 11.B Packet Pg. 331 05/09/2017 Office of Management and Budget Susan Usher Additional Reviewer Completed 04/27/2017 2:02 PM Grants Therese Stanley Additional Reviewer Completed 04/28/2017 4:09 PM County Manager's Office Nick Casalanguida Level 4 County Manager Review Completed 04/30/2017 8:48 AM Board of County Commissioners MaryJo Brock Meeting Pending 05/09/2017 9:00 AM Growth Management Department Judy Puig Level 2 Division Administrator Skipped 03/21/2017 12:51 PM 11.B Packet Pg. 332 11.B.1 Packet Pg. 333 Attachment: 433178-1 Executed LAP Agreement and NTP (2797 : Activu Contract for the TMOC Video Wall) 11.B.1 Packet Pg. 334 Attachment: 433178-1 Executed LAP Agreement and NTP (2797 : Activu Contract for the TMOC Video Wall) 11.B.1 Packet Pg. 335 Attachment: 433178-1 Executed LAP Agreement and NTP (2797 : Activu Contract for the TMOC Video Wall) 11.B.1 Packet Pg. 336 Attachment: 433178-1 Executed LAP Agreement and NTP (2797 : Activu Contract for the TMOC Video Wall) 11.B.1 Packet Pg. 337 Attachment: 433178-1 Executed LAP Agreement and NTP (2797 : Activu Contract for the TMOC Video Wall) 11.B.1 Packet Pg. 338 Attachment: 433178-1 Executed LAP Agreement and NTP (2797 : Activu Contract for the TMOC Video Wall) 11.B.1 Packet Pg. 339 Attachment: 433178-1 Executed LAP Agreement and NTP (2797 : Activu Contract for the TMOC Video Wall) 11.B.1 Packet Pg. 340 Attachment: 433178-1 Executed LAP Agreement and NTP (2797 : Activu Contract for the TMOC Video Wall) 11.B.1 Packet Pg. 341 Attachment: 433178-1 Executed LAP Agreement and NTP (2797 : Activu Contract for the TMOC Video Wall) 11.B.1 Packet Pg. 342 Attachment: 433178-1 Executed LAP Agreement and NTP (2797 : Activu Contract for the TMOC Video Wall) 11.B.1 Packet Pg. 343 Attachment: 433178-1 Executed LAP Agreement and NTP (2797 : Activu Contract for the TMOC Video Wall) 11.B.1 Packet Pg. 344 Attachment: 433178-1 Executed LAP Agreement and NTP (2797 : Activu Contract for the TMOC Video Wall) 11.B.1 Packet Pg. 345 Attachment: 433178-1 Executed LAP Agreement and NTP (2797 : Activu Contract for the TMOC Video Wall) 11.B.1 Packet Pg. 346 Attachment: 433178-1 Executed LAP Agreement and NTP (2797 : Activu Contract for the TMOC Video Wall) 11.B.1 Packet Pg. 347 Attachment: 433178-1 Executed LAP Agreement and NTP (2797 : Activu Contract for the TMOC Video Wall) 11.B.1 Packet Pg. 348 Attachment: 433178-1 Executed LAP Agreement and NTP (2797 : Activu Contract for the TMOC Video Wall) 11.B.1 Packet Pg. 349 Attachment: 433178-1 Executed LAP Agreement and NTP (2797 : Activu Contract for the TMOC Video Wall) 11.B.1 Packet Pg. 350 Attachment: 433178-1 Executed LAP Agreement and NTP (2797 : Activu Contract for the TMOC Video Wall) 11.B.1 Packet Pg. 351 Attachment: 433178-1 Executed LAP Agreement and NTP (2797 : Activu Contract for the TMOC Video Wall) 11.B.1 Packet Pg. 352 Attachment: 433178-1 Executed LAP Agreement and NTP (2797 : Activu Contract for the TMOC Video Wall) 11.B.1 Packet Pg. 353 Attachment: 433178-1 Executed LAP Agreement and NTP (2797 : Activu Contract for the TMOC Video Wall) 11.B.1 Packet Pg. 354 Attachment: 433178-1 Executed LAP Agreement and NTP (2797 : Activu Contract for the TMOC Video Wall) 11.B.1 Packet Pg. 355 Attachment: 433178-1 Executed LAP Agreement and NTP (2797 : Activu Contract for the TMOC Video Wall) 11.B.1 Packet Pg. 356 Attachment: 433178-1 Executed LAP Agreement and NTP (2797 : Activu Contract for the TMOC Video Wall) 11.B.1 Packet Pg. 357 Attachment: 433178-1 Executed LAP Agreement and NTP (2797 : Activu Contract for the TMOC Video Wall) 11.B.1 Packet Pg. 358 Attachment: 433178-1 Executed LAP Agreement and NTP (2797 : Activu Contract for the TMOC Video Wall) 11.B.3 Packet Pg. 359 Attachment: 16-6679 Final Ranking Sheet (2797 : Activu Contract for the TMOC Video Wall) 11.B.4 Packet Pg. 360 Attachment: NORA (2797 : Activu Contract for the TMOC Video Wall) REQUEST FOR PROPOSAL Federal Aid Funded Grant Funded (FHWA) FPID #433178 COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS RFP 16-6679 Traffic Operations Video Wall Replacement Brenda Brilhart, Procurement Strategist (239) 252-8846 (Telephone) (239) 252-6697 (Fax) brendabrilhart@colliergov.net (Email) This proposal solicitation document is prepared in a Microsoft Word format. Any alterations to this document made by the Vendor may be grounds for rejection of proposal, cancellation of any subsequent award, or any other legal remedies available to the Collier County Government. 11.B.7 Packet Pg. 361 Attachment: Exhibit F 16-6679 Solicitation and Exhibits (2797 : Activu Contract for the TMOC Video Wall) 16-6679 Video Wall RFP_Non_CCNATemplate_06132016 2 Table of Contents LEGAL NOTICE .................................................................................................................................................................. 3 EXHIBIT I: SCOPE OF WORK, SPECIFICATIONS AND RESPONSE FORMAT ........................................................................... 4 EXHIBIT II: GENERAL RFP INSTRUCTIONS .......................................................................................................................... 9 EXHIBIT III: COLLIER COUNTY PURCHASE ORDER TERMS AND CONDITIONS ....................................................................12 EXHIBIT IV: ADDITIONAL TERMS AND CONDITIONS FOR RFP...........................................................................................15 ATTACHMENT 1: VENDOR’S NON-RESPONSE STATEMENT ...............................................................................................23 ATTACHMENT 2: VENDOR CHECK LIST .............................................................................................................................24 ATTACHMENT 3: CONFLICT OF INTEREST AFFIDAVIT ........................................................................................................25 ATTACHMENT 4: VENDOR DECLARATION STATEMENT ....................................................................................................26 ATTACHMENT 5: IMMIGRATION AFFIDAVIT CERTIFICATION ...........................................................................................28 ATTACHMENT 6: VENDOR SUBSTITUTE W – 9 .................................................................................................................29 ATTACHMENT 7: INSURANCE AND BONDING REQUIREMENTS ........................................................................................30 ATTACHMENT 8: REFERENCE QUESTIONNAIRE ................................................................................................................32 ATTACHMENT 9: SCOPE OF SERVICES ATTACHMENT 10: TECHNICAL REQUIREMENTS ATTACHMENT 11: CONCEPTUAL DRAWING ATTACHMENT 12: GRANTING AGENCY PROVISIONS 11.B.7 Packet Pg. 362 Attachment: Exhibit F 16-6679 Solicitation and Exhibits (2797 : Activu Contract for the TMOC Video Wall) 16-6679 Video Wall RFP_Non_CCNATemplate_06132016 3 Legal Notice Sealed Proposals to furnish and install a Traffic Operations Video Wall will be received until 3:00 PM Naples local time, on September 22, 2016 at the Collier County Government, Procurement Services Division, 3327 Tamiami Trail E, Naples, FL 34112. RFP 16-6679 Traffic Operations Video Wall Replacement Services to be provided may include, but not be limited to the following: furnish and install a video wall and video management system in the Traffic Management Center and Emergency Services Center of Collier County. Site visits will be scheduled upon request, please email BrendaBrilhart@colliergov.net. All statements shall be made upon the official proposal form which may be obtained on the Collier County Procurement Services Division Online Bidding System website: www.colliergov.net/bid. Collier County does not discriminate based on age, race, color, sex, religion, national origin, disability or marital status. BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY, FLORIDA, BY: /S/ Allison Kearns Interim Director, Procurement Services This Public Notice was posted on the Collier County Procurement Services Division website: www.colliergov.net/purchasing and in the Lobby of Procurement Services Division Building "G", Collier County Government Center on September 1, 2016. 11.B.7 Packet Pg. 363 Attachment: Exhibit F 16-6679 Solicitation and Exhibits (2797 : Activu Contract for the TMOC Video Wall) 16-6679 Video Wall RFP_Non_CCNATemplate_06132016 4 Exhibit I: Scope of Work, Specifications and Response Format As requested by the Collier County Growth Management Department (hereinafter, the “Division or Department”), the Collier County Board of County Commissioners Procurement Services Division (hereinafter, “County”) has issued this Request for Proposal (hereinafter, “RFP”) with the intent of obtaining proposals from interested and qualified Consultants in accordance with the terms, conditions and specifications stated or attached. The Consultant, at a minimum, must achieve the requirements of the Specifications or Scope of Work stated. The results of this solicitation may be used by other County departments once awarded according to the Board of County Commissioners Procurement Ordinance. Brief Description of Purchase The Collier County Video Wall Replacement Project consists of improvements to the Traffic Management Center (TMC) and Emergency Operations Center (EOC). The improvements shall include, but are not limited to: the installation of a new video wall system at both the TMC and EOC, video wall system, and video wall control software. The project shall be integrated into the existing Collier County TMC ATMS and ITS communications network. The anticipated contract award amount will be approximately $460,000. Background The Traffic Management Center (TMC) is the command station that houses the Intelligent Transportation System (ITS) operations. It houses the staff that monitors traffic, disseminates traveler information, and provides on-going incident management services. Detailed Scope of Work – See Attachments 9, 10 and 11. Term of Contract The contract term, if an award(s) is/are made is intended to be for three hundred and sixty five (365) calendar days from Notice to Proceed (NTP). Prices shall remain firm for the initial term of this contract. Surcharges will not be accepted in conjunction with this contract, and such charges should be incorporated into the pricing structure. Projected Solicitation Timetable The following projected timetable should be used as a working guide for planning purposes only. The County reserves the right to adjust this timetable as required during the course of the RFP process. Event Date Issue Solicitation Notice 9/1/16 Last Date for Receipt of Written Questions 5:00 PM 9/15/16 Site Visits TBD Addendum Issued Resulting from Written Questions By 9/19/16 Solicitation Deadline Date and Time 3:00 PM 9/22/16 Anticipated Evaluation of Submittals Week of 9/26/16 11.B.7 Packet Pg. 364 Attachment: Exhibit F 16-6679 Solicitation and Exhibits (2797 : Activu Contract for the TMOC Video Wall) 16-6679 Video Wall RFP_Non_CCNATemplate_06132016 5 Anticipated Completion of Contract Negotiations By 10/31/16 Anticipated Board of County Commissioner’s Contract Approval By 11/30/16 Response Format The Vendor understands and agrees to abide by all of the RFP specifications, provisions, terms and conditions of same, and all ordinances and policies of Collier County. The Vendor further agrees that if it is awarded a contract, the work will be performed in accordance with the provisions, terms and conditions of the contract. To facilitate the fair evaluation and comparison of proposals, all proposals must conform to the guidelines set forth in this RFP. Any portions of the proposal that do not comply with these guidelines must be so noted and explained in the Acceptance of Conditions section of the proposal. However, any proposal that contains such variances may be considered non- responsive. Proposals should be prepared simply and economically, providing a straightforward concise description of the Vendor’s approach and ability to meet the County’s needs, as stated in this RFP. All proposals should be presented as described in this RFP in PDF or Microsoft Word format with Tabs clearly marked. If outlined in this RFP, the utilization of recycled paper for proposal submission is strongly encouraged. The items listed below shall be submitted with each proposal and should be submitted in the order shown. Each section should be clearly labeled, with pages numbered and separated by tabs. Failure by a Vendor to include all listed items may result in the rejection of its proposal. Tab I, Cover Letter / Management Summary Provide a cover letter, signed by an authorized officer of the firm, indicating the underlying philosophy of the firm in providing the services stated herein. Include the name(s), telephone number(s) and email(s) of the authorized contact person(s) concerning proposal. Submission of a signed Proposal is Vendor's certification that the Vendor will accept any awards as a result of this RFP. Tab II, Project Understanding (Maximum 15 points/4 Page Limit) In this tab, include:  Detailed plan of approach (including major tasks and sub-tasks).  Detailed time line for completion of the project.  Include with the Business Plan or as an attachment, a copy of a report as an example of work product. This should be for one of the projects listed as a reference.  Provide proof of concept that this project is feasible. Tab III, Experience and Capacity of Firm (25 Points/10 Page Limit) In this tab, include  Provide information that documents your firm’s and subcontractors’ qualifications to produce the required deliverables, including abilities, capacity, skill, and financial strength, and number of years of experience in providing the required services. 11.B.7 Packet Pg. 365 Attachment: Exhibit F 16-6679 Solicitation and Exhibits (2797 : Activu Contract for the TMOC Video Wall) 16-6679 Video Wall RFP_Non_CCNATemplate_06132016 6  Describe the various team members’ successful experience in working with one another on previous projects.  List Current Projects in the Format Identified Below Project Description Start Date End Date Original Budget Final Project Cost Number of Change Orders Tab IV, Specialized Expertise of Team Members (25 Points/10 Page Limit) In this tab, include:  Description of the proposed contract team and the role to be played by each member of the team.  Attach brief resumes of all proposed project team members who will be involved in the management of the total package of services, as well as the delivery of specific services.  Attach resumes of any sub-consultants and attach letters of intent from stated sub- consultants must be included with proposal submission. Tab V, Previous Performance on Similar Projects (15 Points/Maximum 4 pages)  Provide a narrative of the firm’s experience on completing similar scopes of work as identified in the RFP over the past five (5) years. Include in that narrative: o Name of client, email and telephone number o Name of Project o Location o Description of Project o Initial Project Budget and Final Project Expenses; briefly describe if the completed project met or came in under budget. o Initial Project Timeline (or number of days) and Final Project Timeline (or number of days to complete all activity); briefly describe if project met or exceeded the schedule outlined Ratings will be based on the firm's experience and performance on similar projects and on reference checks. The typical rating for a firm with significant experience and satisfactory performance on related projects is fifteen (15) points. Additional points will be given up to the maximum allotted for this item for substantial experience on the same type of projects and outstanding performance on previous projects. Little or no experience on the type of project will receive fewer points. Tab VI, Office Location and Responsiveness (Maximum 10 Points/2 pages maximum)  Identify the location of the firm’s staff assigned to the Project.  Describe how the firm will ensure responsiveness to the required tasks. Tab VI, References (Maximum 10 Points) In order for the vendor to be awarded any points for this tab, the County requests that the vendor submits five (5) completed reference forms from clients whose projects are of a similar 11.B.7 Packet Pg. 366 Attachment: Exhibit F 16-6679 Solicitation and Exhibits (2797 : Activu Contract for the TMOC Video Wall) 16-6679 Video Wall RFP_Non_CCNATemplate_06132016 7 nature to this solicitation as a part of their proposal. The County will only use the methodology calculations for the first five (5) references (only) submitted by the vendor in their proposal. Proposers are prohibited from obtaining references from Collier County Government staff. Prior to the Selection Committee reviewing proposals, the following methodology will be applied to each vendor’s information provided in this area:  The County shall total each of the vendor’s five reference questionnaires and create a ranking from highest number of points to lowest number of points. References marked with an N/A (or similar notation will be given the score of zero (0)). Vendors who do not turn in reference forms will be counted as zero (0).  The greatest number of points allowed in this criterion will be awarded to the vendor who has the highest score.  The next highest vendor’s number of points will be divided by the highest vendor’s points which will then be multiplied by criteria points to determine the vendor’s points awarded. Each subsequent vendor’s point score will be calculated in the same manner.  Points awarded will be extended to the whole number per Microsoft Excel. For illustrative purposes only, see chart for an example of how these points would be distributed among the five proposers. Vendor Name Vendor Total Reference Score Points Awarded Vendor ABC 445 10 Vendor DEF 388 8.7 Vendor JKL 325 7.3 Note: Sample chart reflects a 10 point reference criterion. The points awarded by vendor will be distributed to the Selection Committee prior to their evaluation of the proposals. The Selection Committee will review the vendor’s proposal to ensure consistency and completion of all tasks in the RFP, and review the Points Awarded per vendor. The Selection Committee may, at their sole discretion, contact references, and/or modify the reference points assigned after a thorough review of the proposal and prior to final ranking by the final Selection Committee. Tab VIl, Acceptance of Conditions Indicate any exceptions to the general terms and conditions of the RFP, and to insurance requirements or any other requirements listed in this RFP. If no exceptions are indicated in this tabbed section, it will be understood that no exceptions to these documents will be considered after the award, or if applicable, during negotiations. Exceptions taken by a Vendor may result in evaluation point deduction(s) and/or exclusion of proposal for Selection Committee consideration, depending on the extent of the exception(s). Such determination shall be at the sole discretion of the County and Selection Committee. Tab VIII, Required Form Submittals  Attachment 2: Vendor Check List  Attachment 3: Conflict of Interest Affidavit  Attachment 4: Vendor Declaration Statement  Attachment 5: Immigration Affidavit Certification  Attachment 6: Vendor Substitute W-9 11.B.7 Packet Pg. 367 Attachment: Exhibit F 16-6679 Solicitation and Exhibits (2797 : Activu Contract for the TMOC Video Wall) 16-6679 Video Wall RFP_Non_CCNATemplate_06132016 8  Attachment 7: Insurance and Bonding Requirements  Attachment 8: Reference Questionnaire  Attachment 12: Grant Forms (complete and return with proposal) 1. Debarment and Suspension 2. Lobbying 3. DBE MBE Participation 4. Buy America 5. Conflict of Interest 6. Grant Acknowledgement 7. Consultant’s Affidavit 8. Truth in Negotiation Proposal Selection Committee and Evaluation Factors The County Manager shall appoint a Selection Committee to review all proposals submitted. The factors to be considered in the evaluation of proposal responses are listed below. Tie Breaker: In the event of a tie, both in individual scoring and in final ranking, the firm with the lowest paid dollars by Collier County to the vendor (as obtained from the County’s financial system) within the last five (5) years will receive the higher individual ranking. If there is a multiple firm tie in either individual scoring or final ranking, the firm with the lowest volume of work shall receive the higher ranking, the firm with the next lowest volume of work shall receive the next highest ranking and so on. Tab II, Project Understanding 15 Tab III, Experience and Capacity of Firm 25 Tab IV, Specialized Expertise of Team Members 25 Tab V, Previous Performance of Similar Projects 15 Tab VI, Office Location and Responsiveness 10 Tab VII, References 10 TOTAL 100 11.B.7 Packet Pg. 368 Attachment: Exhibit F 16-6679 Solicitation and Exhibits (2797 : Activu Contract for the TMOC Video Wall) 16-6679 Video Wall RFP_Non_CCNATemplate_06132016 9 Exhibit II: General RFP Instructions 1. Questions Direct questions related to this RFP to the Collier County Procurement Services Division Online Bidding System website: www.colliergov.net/bid. Vendors must clearly understand that the only official answer or position of the County will be the one stated on the Collier County Procurement Services Division Online Bidding System website. For general questions, please call the referenced Procurement Strategist noted on the cover page. 2. Pre-Proposal Conference The purpose of the pre-proposal conference is to allow an open forum for discussion and questioning with County staff regarding this RFP with all prospective Vendors having an equal opportunity to hear and participate. Oral questions will receive oral responses, neither of which will be official, nor become part of the RFP. Only written responses to written questions will be considered official, and will be included as part of this RFP as an addendum. All prospective Vendors are strongly encouraged to attend, as, this will usually be the only pre-proposal conference for this solicitation. If this pre-proposal conference is denoted as “mandatory”, prospective Vendors must be present in order to submit a proposal response. 3. Compliance with the RFP Proposals must be in strict compliance with this RFP. Failure to comply with all provisions of the RFP may result in disqualification. 4. Ambiguity, Conflict, or Other Errors in the RFP It is the sole responsibility of the Vendor if the Vendor discovers any ambiguity, conflict, discrepancy, omission or other error in the RFP, to immediately notify the Procurement Strategist, noted herein, of such error in writing and request modification or clarification of the document prior to submitting the proposal. The Procurement Strategist will make modifications by issuing a written revision and will give written notice to all parties who have received this RFP from the Procurement Services Division. 5. Proposal, Presentation, and Protest Costs The County will not be liable in any way for any costs incurred by any Vendor in the preparation of its proposal in response to this RFP, nor for the presentation of its proposal and/or participation in any discussions, negotiations, or, if applicable, any protest procedures. 6. Delivery of Proposals All proposals are to be delivered before 3:00 PM, Naples local time, on or before September 22, 2016 to: Collier County Government Procurement Services Division 3327 Tamiami Trail E Naples FL 34112 Attn: Brenda Brilhart, Procurement Strategist The County does not bear the responsibility for proposals delivered to the Procurement Services Division past the stated date and/or time indicated, or to an incorrect address by Consultant’s 11.B.7 Packet Pg. 369 Attachment: Exhibit F 16-6679 Solicitation and Exhibits (2797 : Activu Contract for the TMOC Video Wall) 16-6679 Video Wall RFP_Non_CCNATemplate_06132016 10 personnel or by the Consultant’s outside carrier. However, the Procurement Director, or designee, reserves the right to accept proposals received after the posted close time under the following conditions:  The tardy submission of the proposal is due to the following circumstances, which may include but not be limited to: late delivery by commercial carrier such as Fed Ex, UPS or courier where delivery was scheduled before the deadline.  The acceptance of said proposal does not afford any competing firm an unfair advantage in the selection process. Vendors must submit one (1) paper copy and one (1) disk (CD/DVD/thumb drive) a copy of their firm’s proposal in Word, Excel or PDF. List the Solicitation Number and Title on the outside of the box or envelope. 7. Validity of Proposals No proposal can be withdrawn after it is filed unless the Vendor makes their request in writing to the County prior to the time set for the closing of Proposals. All proposals shall be valid for a period of one hundred eighty (180) days from the submission date to accommodate evaluation and selection process. 8. Method of Source Selection The County is using the Competitive Sealed Proposals methodology of source selection for this procurement, as authorized by Ordinance Number 2013-69 establishing and adopting the Collier County Procurement Ordinance. The County may, as it deems necessary, conduct discussions with qualified Vendors determined to be in contention for being selected for award for the purpose of clarification to assure full understanding of, and responsiveness to solicitation requirements. 9. Evaluation of Proposals The County’s procedure for selecting is as follows: i. The County Manager or designee shall appoint a selection committee to review all proposals submitted. ii. The Request for Proposal is issued. iii. Subsequent to the receipt closing date for the proposals, the Procurement professional will review the proposals received and verify each proposal to determine if it minimally responds to the requirements of the published RFP. iv. Selection committee meetings will be open to the public and the Procurement professional will publicly post prior notice of such meeting(s) in the lobby of the Procurement Services Division Building and on the County’s Procurement Services Internet site. v. Prior to the first meeting (Organization Meeting) of the selection committee, the Procurement professional will post a notice announcing the date, time and place of the meeting at least seven (7) working days prior to the meeting. At the initial organization meeting, the selection committee members will receive instructions, the submitted proposals, and establish the next selection committee meeting date and time. After the first meeting, the Procurement professional will publically announce all subsequent committee meeting dates and times. The subsequent meeting dates and times will be posted with at least one (1) day advanced notice. vi. Selection committee members will independently review and score each proposal based on the evaluation criteria stated in the request for proposal using the Individual Selection Committee Score and Rank Form and prepare comments for discussion at the next meeting. The Individual Selection Committee Score and Rank Form is merely a tool to assist the selection committee member in their review of the proposals. 11.B.7 Packet Pg. 370 Attachment: Exhibit F 16-6679 Solicitation and Exhibits (2797 : Activu Contract for the TMOC Video Wall) 16-6679 Video Wall RFP_Non_CCNATemplate_06132016 11 vii. At the scheduled selection meeting, the members will present their independent findings/ conclusions/comments based on their reading and interpretation of the materials presented to each other, and may ask questions of one another. At the conclusion of that discussion, members of the public will be offered an opportunity (not to exceed three (3) minutes) to provide comments. viii. At the conclusion of public comments (provided for in number 7), the selection committee members will individually rank at a minimum three (3) qualified firms order each proposer. Collier County selection committee members may consider all the material submitted by the Proposer and other information Collier County may obtain to determine whether the Proposer is capable of and has a history of successfully completing projects of this type, including, without limitation, additional information Collier County may request, clarification of proposer information, public comments, and/or additional credit information. ix. Once the individual ranking has been completed, the Procurement professional will direct selection committee members to read their individual ranking publically. The Procurement professional will record individual rankings on the Final Ranking Sheet which will mathematically compile into an overall selection committee rank of proposers. x. In any of the selection committee meeting deliberations, by consensus, members may request to invite proposers in to clarify their proposals, ask for additional information, present materials, and interview, ask questions, etc. The members may consider any and all information obtained through this method in formulating their individual ranking and subsequent selection committee overall ranking and final ranking. xi. The selection committee’s overall rank of firms in order of preference (from highest beginning with a rank of one (1) to the lowest) will be discussed and reviewed by the Procurement Strategist. By final consensus, and having used all information presented (proposal, presentation, references, etc.), the selection committee members will create a final ranking and staff will subsequently enter into negotiations. Award of the contract is dependent upon the successful and full execution of a mutually agreed contract, pending the final approval by the Board of County Commissioners. The County reserves the right to withdraw this RFP at any time and for any reason, and to issue such clarifications, modifications, and/or amendments as it may deem appropriate. Receipt of a proposal by the County or a submission of a proposal to the County offers no rights upon the Vendor nor obligates the County in any manner. Acceptance of the proposal does not guarantee issuance of any other governmental approvals. Proposals which include provisions requiring the granting of zoning variances shall not be considered. 10. References The County reserves the right to contact any and all references pertaining to this solicitation and related proposal. 11. Acceptance or Rejection of Proposals The right is reserved by the County to waive any irregularities in any proposal, to reject any or all proposals, to re-solicit for proposals, if desired, and upon recommendation and justification by Collier County to accept the proposal which in the judgment of the County is deemed the most advantageous for the public and the County of Collier. Any proposal which is incomplete, conditional, obscure or which contains irregularities of any kind, may be cause for rejection. In the event of default of the successful Vendor, or their refusal to enter into the Collier County contract, the County reserves the right to accept the proposal of any other Vendor or to re-advertise using the same or revised documentation, at its sole discretion. 11.B.7 Packet Pg. 371 Attachment: Exhibit F 16-6679 Solicitation and Exhibits (2797 : Activu Contract for the TMOC Video Wall) 16-6679 Video Wall RFP_Non_CCNATemplate_06132016 12 Exhibit III: Collier County Purchase Order Terms and Conditions 1. Offer This offer is subject to cancellation by the COUNTY without notice if not accepted by VENDOR within fourteen (14) days of issuance. 2. Acceptance and Confirmation This Purchase Order (including all documents attached to or referenced therein) constitutes the entire agreement between the parties, unless otherwise specifically noted by the COUNTY on the face of this Purchase Order. Each delivery of goods and/or services received by the COUNTY from VENDOR shall be deemed to be upon the terms and conditions contained in this Purchase Order. No additional terms may be added and Purchase Order may not be changed except by written instrument executed by the COUNTY. VENDOR is deemed to be on notice that the COUNTY objects to any additional or different terms and conditions contained in any acknowledgment, invoice or other communication from VENDOR, notwithstanding the COUNTY’S acceptance or payment for any delivery of goods and/or services, or any similar act by VENDOR. 3. Inspection All goods and/or services delivered hereunder shall be received subject to the COUNTY’S inspection and approval and payment therefore shall not constitute acceptance. All payments are subject to adjustment for shortage or rejection. All defective or nonconforming goods will be returned pursuant to VENDOR'S instruction at VENDOR’S expense. To the extent that a purchase order requires a series of performances by VENDOR, the COUNTY prospectively reserves the right to cancel the entire remainder of the Purchase Order if goods and/or services provided early in the term of the Purchase Order are non-conforming or otherwise rejected by the COUNTY. 4. Shipping and Invoices a) All goods are FOB destination and must be suitably packed and prepared to secure the lowest transportation rates and to comply with all carrier regulations. Risk of loss of any goods sold hereunder shall transfer to the COUNTY at the time and place of delivery; provided that risk of loss prior to actual receipt of the goods by the COUNTY nonetheless remain with VENDOR. b) No charges will be paid by the COUNTY for packing, crating or cartage unless otherwise specifically stated in this Purchase Order. Unless otherwise provided in Purc hase Order, no invoices shall be issued nor payments made prior to delivery. Unless freight and other charges are itemized, any discount will be taken on the full amount of invoice. c) All shipments of goods scheduled on the same day via the same route must be consolidated. Each shipping container must be consecutively numbered and marked to show this Purchase Order number. The container and Purchase Order numbers must be indicated on bill of lading. Packing slips must show Purchase Order number and must be included on each package of less than container load (LCL) shipments and/or with each car load of equipment. The COUNTY reserves the right to refuse or return any shipment or equipment at VENDOR’S expense that is not marked with Purchase Order numbers. VENDOR agrees to declare to the carrier the value of any shipment made under this Purchase Order and the full invoice value of such shipment. d) All invoices must contain the Purchase Order number and any other specific information as identified on the Purchase Order. Discounts of prompt payment will be computed from the date of receipt of goods or from date of receipt of invoices, whichever is later. Payment will be made upon receipt of a proper invoice and in compliance with Chapter 218, Fla. Stats., otherwise known as the “Local Government Prompt Payment Act,” and, pursuant to the Board of County Commissioners Purchasing Policy. 5. Time Is Of the Essence Time for delivery of goods or performance of services under this Purchase Order is of the essence. Failure of VENDOR to meet delivery schedules or deliver within a reasonable time, as interpreted by the COUNTY in its sole judgment, shall entitle the COUNTY to seek all remedies available to it at law or in equity. VENDOR agrees to reimburse the COUNTY for any expenses incurred in enforcing its rights. VENDOR further agrees that undiscovered delivery of nonconforming goods and/or services is not a waiver of the COUNTY’S right to insist upon further compliance with all specifications. 6. Changes The COUNTY may at any time and by written notice make changes to drawings and specifications, shipping instructions, quantities and delivery schedules within the general scope of this Purchase Order. Should any such change increase or decrease the cost of, or the time required for performance of the Purchase Order, an equitable adjustment in the price and/or delivery schedule will be negotiated by the COUNTY and VENDOR. Notwithstanding the foregoing, VENDOR has an affirmative obligation to give notice if the changes will decrease costs. Any claims for adjustment by VENDOR must be made within thirty (30) days from the date the change is ordered or within such additional period of time as may be agreed upon by the parties. 7. Warranties VENDOR expressly warrants that the goods and/or services covered by this Purchase Order will conform to the specifications, drawings, samples or other descriptions furnished or specified by the COUNTY, and will be of satisfactory material and quality production, free from defects and sufficient for the purpose intended. Goods shall be delivered free from any security interest or other lien, encumbrance or claim of any third party. These warranties shall survive inspection, acceptance, passage of title and payment by the COUNTY. 8. Statutory Conformity Goods and services provided pursuant to this Purchase Order, and their production and transportation shall conform to all applicable laws, including but not limited to the Occupational Health and Safety Act, the Federal Transportation Act and the Fair Labor Standards Act, as 11.B.7 Packet Pg. 372 Attachment: Exhibit F 16-6679 Solicitation and Exhibits (2797 : Activu Contract for the TMOC Video Wall) 16-6679 Video Wall RFP_Non_CCNATemplate_06132016 13 well as any law or regulation noted on the face of the Purchase Order. 9. Advertising No VENDOR providing goods and services to the COUNTY shall advertise the fact that it has contracted with the COUNTY for goods and/or services, or appropriate or make use of the COUNTY’S name or other identifying marks or property without the prior written consent of the COUNTY’S Purchasing Department. 10. Indemnification VENDOR shall indemnify and hold harmless the COUNTY from any and all claims, including claims of negligence, costs and expenses, including but not limited to attorneys' fees, arising from, caused by or related to the injury or death of any person (including but not limited to employees and agents of VENDOR in the performance of their duties or otherwise), or damage to property (including property of the COUNTY or other persons), which arise out of or are incident to the goods and/or services to be provided hereunder. 11. Warranty of Non-Infringement VENDOR represents and warrants that all goods sold or services performed under this Purchase Order are: a) in compliance with applicable laws; b) do not infringe any patent, trademark, copyright or trade secret; and c) do not constitute unfair competition. VENDOR shall indemnify and hold harmless the COUNTY from and against any and all claims, including claims of negligence, costs and expense, including but not limited to attorneys' fees, which arise from any claim, suit or proceeding alleging that the COUNTY’S use of the goods and/or services provided under this Purchase Order are inconsistent with VENDOR'S representations and warranties in section 11 (a). If any claim which arises from VENDOR'S breach of section 11 (a) has occurred, or is likely to occur, VENDOR may, at the COUNTY’S option, procure for the COUNTY the right to continue using the goods or services, or replace or modify the goods or services so that they become non -infringing, (without any material degradation in performance, quality, functionality or additional cost to the COUNTY). 12. Insurance Requirements The VENDOR, at its sole expense, shall provide commercial insurance of such type and with such terms and limits as may be reasonably associated with the Purchase Order. Providing and maintaining adequate insurance coverage is a material obligation of the VENDOR. All insurance policies shall be executed through insurers authorized or eligible to write policies in the State of Florida. 13. Compliance with Laws In fulfilling the terms of this Purchase Order, VENDOR agrees that it will comply with all federal, state, and local laws, rules, codes, and ordinances that are applicable to the conduct of its business. By way of non-exhaustive example, this shall include the American with Disabilities Act and all prohibitions against discrimination on the basis of race, religion, sex creed, national origin, handicap, marital status, or veterans’ status. Further, VENDOR acknowledges and without exception or stipulation shall be fully responsible for complying with the provisions of 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. Failure by the awarded firm(s) to comply with the laws referenced herein shall constitute a breach of the award agreement and the County shall have the discretion to unilaterally terminate said agreement immediately. Any breach of this provision may be regarded by the COUNTY as a material and substantial breach of the contract arising from this Purchase Order. 14. Force Majeure Neither the COUNTY nor VENDOR shall be responsible for any delay or failure in performance resulting from any cause beyond their control, including, but without limitation to war, strikes, civil disturbances and acts of nature. When VENDOR has knowledge of any actual or potential force majeure or other conditions which will delay or threatens to delay timely performance of this Purchase Order, VENDOR shall immediately give notice thereof, including all relevant information with respects to what steps VENDOR is taking to complete delivery of the goods and/or services to the COUNTY. 15. Assignment VENDOR may not assign this Purchase Order, nor any money due or to become due without the prior written consent of the COUNTY. Any assignment made without such consent shall be deemed void. 16. Taxes Goods and services procured subject to this Purchase Order are exempt from Florida sales and use tax on real property, transient rental property rented, tangible personal purchased or rented, or services purchased (Florida Statutes, Chapter 212), and from federal excise tax. 17. Annual Appropriations The COUNTY’S performance and obligation to pay under this Purchase Order shall be contingent upon an annual appropriation of funds. 18. Termination This Purchase Order may be terminated at any time by the COUNTY upon 30 days prior written notice to the VENDOR. This Purchase Order may be terminated immediately by the COUNTY for breach by VENDOR of the terms and conditions of this Purchase Order, provided that COUNTY has provided VENDOR with notice of such breach and VENDOR has failed to cure within 10 days of receipt of such notice. 19. General a) This Purchase Order shall be governed by the laws of the State of Florida. The venue for any action brought to specifically enforce any of the terms and conditions of this Purchase Order shall be the Twentieth Judicial Circuit in and for Collier County, Florida b) Failure of the COUNTY to act immediately in response to a breach of this Purchase Order by VENDOR shall not constitute a waiver of breach. Waiver of the COUNTY by any default by VENDOR hereunder shall not be deemed a waiver of any subsequent default by VENDOR. 11.B.7 Packet Pg. 373 Attachment: Exhibit F 16-6679 Solicitation and Exhibits (2797 : Activu Contract for the TMOC Video Wall) 16-6679 Video Wall RFP_Non_CCNATemplate_06132016 14 c) All notices under this Purchase Order shall be sent to the respective addresses on the face page by certified mail, return receipt requested, by overnight courier service, or by personal delivery and will be deemed effective upon receipt. Postage, delivery and other charges shall be paid by the sender. A party may change its address for notice by written notice complying with the requirements of this section. d) The Vendor agrees to reimbursement of any travel expenses that may be associated with this Purchase Order in accordance with Florida Statute Chapter 112.061, Per Diem and Travel Expenses for Public Officers, employees and authorized persons. e) In the event of any conflict between or among the terms of any Contract Documents related to this Purchase Order, the terms of the Contract Documents shall take precedence over the terms of the Purchase Order. To the extent any terms and /or conditions of this Purchase Order duplicate or overlap the Terms and Conditions of the Contract Documents, the provisions of the Terms and/or Conditions that are most favorable to the County and/or provide the greatest protection to the County shall govern. 11.B.7 Packet Pg. 374 Attachment: Exhibit F 16-6679 Solicitation and Exhibits (2797 : Activu Contract for the TMOC Video Wall) 16-6679 Video Wall RFP_Non_CCNATemplate_06132016 15 Exhibit IV: Additional Terms and Conditions for RFP 1. Insurance Requirements The Vendor shall at its own expense, carry and maintain insurance coverage from responsible companies duly authorized to do business in the State of Florida as set forth in the Insurance and Bonding attachment of this solicitation. The Vendor shall procure and maintain property insurance upon the entire project, if required, to the full insurable value of the scope of work. The County and the Vendor waive against each other and the County’s separate Vendors, Contractors, Design Consultant, Subcontractors agents and employees of each and all of them, all damages covered by property insurance provided herein, except such rights as they may have to the proceeds of such insurance. The Vendor and County shall, where appropriate, require similar waivers of subrogation from the County’s separate Vendors, Design Consultants and Subcontractors and shall require each of them to include similar waivers in their contracts. Collier County shall be responsible for purchasing and maintaining, its own liability insurance. Certificates issued as a result of the award of this solicitation must identify “For any and all work performed on behalf of Collier County.” The General Liability Policy provided by Vendor to meet the requirements of this solicitation shall name Collier County, Florida, as an additional insured as to the operations of Vendor under this solicitation and shall contain a severability of interests’ provisions. Collier County Board of County Commissioners shall be named as the Certificate Holder. The Certificates of Insurance must state the Contract Number, or Project Number, or specific Project description, or must read: For any and all work performed on behalf of Collier County. The "Certificate Holder" should read as follows: Collier County Board of County Commissioners Naples, Florida The amounts and types of insurance coverage shall conform to the minimum requirements set forth in the Insurance and Bonding attachment, with the use of Insurance Services Office (ISO) forms and endorsements or their equivalents. If Vendor has any self-insured retentions or deductibles under any of the below listed minimum required coverage, Vendor must identify on the Certificate of Insurance the nature and amount of such self- insured retentions or deductibles and provide satisfactory evidence of financial responsibility for such obligations. All self -insured retentions or deductibles will be Vendor’s sole responsibility. Coverage(s) shall be maintained without interruption from the date of commencement of the Work until the date of completion and acceptance of the scope of work by the County or as specified in this solicitation, whichever is longer. The Vendor and/or its insurance carrier shall provide 30 days written notice to the County of policy cancellation or non-renewal on the part of the insurance carrier or the Vendor. The Vendor shall also notify the 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 Vendor from its insurer and nothing contained herein shall relieve Vendor of this requirement to provide notice. In the event of a reduction in the aggregate limit of any policy to be provided by Vendor hereunder, Vendor shall immediately take steps to have the aggregate limit reinstated to the full extent permitted under such policy. 11.B.7 Packet Pg. 375 Attachment: Exhibit F 16-6679 Solicitation and Exhibits (2797 : Activu Contract for the TMOC Video Wall) 16-6679 Video Wall RFP_Non_CCNATemplate_06132016 16 Should at any time the Vendor not maintain the insurance coverage(s) required herein, the County may terminate the Agreement or at its sole discretion shall be authorized to purchase such coverage(s) and charge the Vendor for such coverage(s) purchased. If Vendor fails to reimburse the County for such costs within thirty (30) days after demand, the County has the right to offset these costs from any amount due Vendor under this Agreement or any other agreement between the County and Vendor. The County shall be under no obligation to purchase such insurance, nor shall it be responsible for the coverage(s) purchased or the insurance company or companies used. The decision of the County to purchase such insurance coverage(s) shall in no way be construed to be a waiver of any of its rights under the Contract Documents. If the initial or any subsequently issued Certificate of Insurance expires prior to the completion of the scope of work, the Vendor shall furnish to the County renewal or replacement Certificate(s) of Insurance not later than ten (10) calendar days after the expiration date on the certificate. Failure of the Vendor to provide the County with such renewal certificate(s) shall be considered justification for the County to terminate any and all contracts. 2. Additional Items and/or Services Additional items and/or services may be added to the resultant contract, or purchase order, in compliance with the Procurement Ordinance. Proposed services must meet the original work type/general scope as advertised in the solicitation. 3. County’s Right to Inspect The County or its authorized Agent shall have the right to inspect the Vendor’s facilities/project site during and after each work assignment the Vendor is performing. 4. Vendor Performance Evaluation The County has implemented a Vendor Performance Evaluation System for all contracts awarded in excess of $25,000. To this end, vendors will be evaluated on their performance throughout the term of this Agreement. 5. Additional Terms and Conditions of Contract Collier County has developed standard agreements, approved by the Board of County Commissioners (BCC). The selected Vendor shall be required to sign a standard Collier County contract within twenty one (21) days of Notice of Selection for Award. The resultant contract(s) may include purchase or work orders issued under one, or any combination of price methodologies by the County’s project manager. This is a grant funded solicitation and the pricing mythology is restricted to lump sum not to exceed fixed price. Lump Sum (Fixed and Not to Exceed Price): a firm fixed total price offering for a project; the risks are transferred from the County to the contractor; and, as a business practice there are no hourly or material invoices presented, rather, the contractor must perform to the satisfaction of the County’s project manager before payment for the fixed price contract is authorized. The County reserves the right to include in any contract document such terms and conditions, as it deems necessary for the proper protection of the rights of Collier County. A sample copy of this contract is available upon request. The County will not be obligated to sign any contracts, maintenance and/or service agreements or other documents provided by the Vendor. The County’s project manager shall coordinate with the Contractor the return of any surplus assets, including materials, supplies, and equipment associated with the scope or work. 11.B.7 Packet Pg. 376 Attachment: Exhibit F 16-6679 Solicitation and Exhibits (2797 : Activu Contract for the TMOC Video Wall) 16-6679 Video Wall RFP_Non_CCNATemplate_06132016 17 6. Payment Method Payments are made in accordance with the Local Government Prompt Payment Act, Chapter 218, Florida Statutes. Vendor’s invoices must include:  Purchase Order Number  Description and quantities of the goods or services provided per instructions on the County’s purchase order or contract. Invoices shall be sent to: Board of County Commissioners Clerk’s Finance Department ATTN: Accounts Payable 3299 Tamiami Trail E Ste 700 Naples FL 34112 Or emailed to: bccapclerk@collierclerk.com. Collier County, in its sole discretion, will determine the method of payment for goods and /or services as part of this agreement. Payment methods include:  Traditional – payment by check, wire transfer or other cash equivalent.  Standard – payment by purchasing card. Collier County’s Purchasing Card Program is supported by standard bank credit suppliers (i.e. VISA and MasterCard), and as such, is cognizant of the Rules for VISA Merchants and MasterCard Merchant Rules. The County may not accept any additional surcharges (credit card transaction fees) as a result of using the County’s credit card for transactions relating to this solicitation. The County will entertain bids clearly stating pricing for standard payment methods. An additional separate discounted price for traditional payments may be provided at the initial bid submittal if it is clearly marked as an “Additional Cash Discount.” Upon execution of the Contract and completion of each month’s work, payment requests may be submitted to the Project Manager on a monthly basis by the Contractor for services rendered for that prior month. Services beyond sixty (60) days from current monthly invoice will not be considered for payment without prior approval from the Project manager. All invoices should be submitted within the fiscal year the work was performed. (County's fiscal year is October 1 - September 30.) Invoices submitted after the close of the fiscal year will not be accepted (or processed for payment) unless specifically authorized by the Project Manager. Payments will be made for articles and/or 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 contract. 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. In instances where the successful contractor may owe debts (including, but not limited to taxes or other fees) to Collier County and the contractor has not satisfied nor made arrangement to satisfy these debts, the County reserves the right to off-set the amount owed to the County by applying the amount owed to the vendor or contractor for services performed of for materials delivered in association with a contract. Invoices shall not reflect sales tax. After review and approval, the invoice will be transmitted to the Finance Division for payment. Payment will be made upon receipt of proper invoice and in 11.B.7 Packet Pg. 377 Attachment: Exhibit F 16-6679 Solicitation and Exhibits (2797 : Activu Contract for the TMOC Video Wall) 16-6679 Video Wall RFP_Non_CCNATemplate_06132016 18 compliance with Chapter 218 Florida Statutes, otherwise known as the “Local Government Prompt Payment Act.” Collier County reserves the right to withhold and/or reduce an appropriate amount of any payment for work not performed or for unsatisfactory performance of Contractual requirements. 7. Environmental Health and Safety All Vendors and Sub vendors performing service for Collier County are required and shall comply with all Occupational Safety and Health Administration (OSHA), State and County Safety and Occupational Health Standards and any other applicable rules and regulations. Vendors and Sub vendors shall be responsible for the safety of their employees and any unsafe acts or conditions that may cause injury or damage to any persons or property within and around the work site. All firewall penetrations must be protected in order to meet Fire Codes. Collier County Government has authorized OSHA representatives to enter any Collier County facility, property and/or right -of-way for the purpose of inspection of any Vendor’s work operations. This provision is non-negotiable by any department and/or Vendor. All new electrical installations shall incorporate NFPA 70E Short Circuit Protective Device Coordination and Arc Flash Studies where relevant as determined by the engineer. All electrical installations shall be labeled with appropriate NFPA 70E arch flash boundary and PPE Protective labels. 8. Licenses The Vendor is required to possess the correct Business Tax Receipt, professional license, and any other authorizations necessary to carry out and perform the work required by the project pursuant to all applicable Federal, State and Local Law, Statute, Ordinances, and rules and regulations of any kind. Additionally, copies of the required licenses must be submitted with the proposal response indicating that the entity proposing, as well as the team assigned to the County account, is properly licensed to perform the activities or work included in the contract documents. Failure on the part of any Vendor to submit the required documentation may be grounds to deem Vendor non-responsive. A Vendor, with an office within Collier County is also required to have an occupational license. All State Certified contractors who may need to pull Collier County p ermits or call in inspections must complete a Collier County Contractor License registration form and submit the required fee. After registering the license/registration will need to be renewed thereafter to remain “active” in Collier County. If you have questions regarding professional licenses contact the Contractor Licensing, Community Development and Environmental Services at (239) 252-2431, 252-2432 or 252-2909. Questions regarding required occupational licenses, please contact the Tax Collector’s Office at (239) 252-2477. 9. Principals/Collusion By submission of this Proposal the undersigned, as Vendor, does declare that the only person or persons interested in this Proposal as principal or principals is/are named therein and that no person other than therein mentioned has any interest in this Proposal or in the contract to be entered into; that this Proposal is made without connection with any person, company or parties making a Proposal, and that it is in all respects fair and in good faith without collusion or fraud. 10. Relation of County It is the intent of the parties hereto that the Vendor shall be legally considered an independent Vendor, and that neither the Vendor nor their employees shall, under any circumstances, be considered employees or agents of the County, and that the County shall be at no time legally 11.B.7 Packet Pg. 378 Attachment: Exhibit F 16-6679 Solicitation and Exhibits (2797 : Activu Contract for the TMOC Video Wall) 16-6679 Video Wall RFP_Non_CCNATemplate_06132016 19 responsible for any negligence on the part of said Vendor, their employees or agents, resulting in either bodily or personal injury or property damage to any individual, firm, or corporat ion. 11. Termination Should the Contractor be found to have failed to perform services in a manner satisfactory to the County, the County may terminate this Agreement immediately 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. In the event that the award of this solicitation is made by the Procurement Services Director, the award and any resultant purchase orders may be terminated at any time by the County upon thirty (30) days written notice to the awarded vendor(s) pursuant to the Board’s Procurement Ordinance. 12. Lobbying All firms are hereby placed on NOTICE that the Board of County Commissioners does not wish to be lobbied, either individually or collectively about a project for which a firm has submitted a Proposal. Firms and their agents are not to contact members of the County Commission for such purposes as meeting or introduction, luncheons, dinners, etc. During the process, from Proposal closing to final Board approval, no firm or their agent shall contact any other employee of Collier County in reference to this Proposal, with the exception of the Procurement Director or his designee. Failure to abide by this provision may serve as grounds for disqualification for award of this contract to the firm. 13. Public Records Compliance Florida Public Records Law Chapter 119, including specifically those contractual requirements in 119.0701(2)(a)-(b) as follows: IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR’S DUTY TO PROVIDE 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 11.B.7 Packet Pg. 379 Attachment: Exhibit F 16-6679 Solicitation and Exhibits (2797 : Activu Contract for the TMOC Video Wall) 16-6679 Video Wall RFP_Non_CCNATemplate_06132016 20 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. 14. Certificate of Authority to Conduct Business in the State of Florida (Florida Statute 607.1501) In order to be considered for award, firms must be registered with the Florida Department of State Divisions of Corporations in accordance with the requirements of Florida Statute 607.1501 and provide a certificate of authority (www.sunbiz.org/search.html) prior to execution of a contract. A copy of the document may be submitted with the solicitation response and the document number shall be identified. Firms who do not provide the certificate of aut hority at the time of response shall be required to provide same within five (5) days upon notification of selection for award. If the firm cannot provide the document within the referenced timeframe, the County reserves the right to award to another firm. 15. Single Proposal Each Vendor must submit, with their proposal, the required forms included in this RFP. Only one proposal from a legal entity as a primary will be considered. A legal entity that submits a proposal as a primary or as part of a partnership or joint venture submitting as primary may not then act as a sub- consultant to any other firm submitting under the same RFP. If a legal entity is not submitting as a primary or as part of a partnership or joint venture as a primary, that legal entity may act as a sub- consultant to any other firm or firms submitting under the same RFP. All submittals in violation of this requirement will be deemed non-responsive and rejected from further consideration. In addition, consultants that have participated and/or will participate in the development of scope, background information or oversight functions on this project are precluded from submitting a Proposal as either a prime or sub- consultant. 16. Survivability The Contractor agrees that any Work Order/Purchase Order that extends beyond the expiration date of Solicitation 16-6679 resultant of this solicitation will survive (with FDOT’s prior approval) and remain subject to the terms and conditions of that Agreement until the completion or termination of any Work Order/Purchase Order. 17. Protest Procedures Any prospective vendor/proposer who desires to protest any aspect(s) or provision(s) of the solicitation (including the form of the solicitation documents or procedures) shall file their protest with the Procurement Director prior to the time of the bid opening strictly in accordance with the County’s then current Procurement Ordinance and policies. The Board of County Commissioners will make award of contract in public session. Award recommendations will be posted outside the offices of the Procurement Services Division on Wednesdays and Thursdays. Any actual or prospective respondent who desires to formally protest the recommended contract award must file a notice of intent to protest with the Procurement Director within two (2) calendar days (excluding weekends and County holidays) of the date that the recommended award is posted. Upon filing of said notice, the protesting party will have five (5) days to file a formal protest and will be given instructions as to the form and content requirements of the formal protest. A copy of the "Protest Policy" is available at the office of the Procurement Director. 18. Public Entity Crime A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid, proposal, or reply on a contract to provide any goods or 11.B.7 Packet Pg. 380 Attachment: Exhibit F 16-6679 Solicitation and Exhibits (2797 : Activu Contract for the TMOC Video Wall) 16-6679 Video Wall RFP_Non_CCNATemplate_06132016 21 services to a public entity; may not submit a bid, proposal, or reply on a contract with a public entity for the construction or repair of a public building or public work; may not submit bids, proposals, or replies on leases of real property to a public entity; may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity; and may not transact business with any public entity in excess of the threshold amount provided in s. 287.017 for CATEGORY TWO for a period of 36 months following the date of being placed on the convicted vendor list. 19. Security and Background Checks 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 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-FMOPS@colliergov.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. CCSO requires separate fingerprinting prior to work being performed in any of their locations. This will be coordinated upon award of the contract. If there are additional fees for this process, the vendor is responsible for all costs. 20. Conflict of Interest Vendor shall complete the Conflict of Interest Affidavit included as an attachment to this RFP document. Disclosure of any potential or actual conflict of interest is subject to County staff review and does not in and of itself disqualify a firm from consideration. These disclosures are intended to identify and or preclude conflict of interest situations during contract selection and execution. 21. 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, the current Collier County Ethics Ordinance 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 contract held by the individual and/or firm for cause. 22. Immigration Affidavit Certification Statutes and executive orders require employers to abide by the immigration laws of the United 11.B.7 Packet Pg. 381 Attachment: Exhibit F 16-6679 Solicitation and Exhibits (2797 : Activu Contract for the TMOC Video Wall) 16-6679 Video Wall RFP_Non_CCNATemplate_06132016 22 States and to employ only individuals who are eligible to work in the United States. The Employment Eligibility Verification System (E-Verify) operated by the Department of Homeland Security (DHS) in partnership with the Social Security Administration (SSA), provides an Internet-based means of verifying employment eligibility of workers in the United States; it is not a substitute for any other employment eligibility verification requirements. The program will be used for Collier County formal Invitations to Bid (ITB) and Request for Proposals (RFP) including professional services and construction services. Exceptions to the program:  Commodity based procurement where no services are provided.  Where the requirement for the affidavit is waived by the Board of County Commissioners Vendors are required to enroll in the E-Verify program, and provide acceptable evidence of their enrollment, at the time of the submission of the vendor’s/bidder’s proposal. Acceptable evidence consists of a copy of the properly completed E-Verify Company Profile page or a copy of the fully executed E-Verify Memorandum of Understanding for the company. Vendors are also required to provide the Collier County Procurement Services Division an executed affidavit certifying they shall comply with the E-Verify Program. The affidavit is attached to the solicitation documents. If the Bidder does not comply with providing both the acceptable E-Verify evidence and the executed affidavit the bidder’s proposal may be deemed non-responsive. Additionally, vendors shall require all subcontracted vendors to use the E-Verify system for all purchases not covered under the “Exceptions to the program” clause above. For additional information regarding the Employment Eligibility Verification System (E-Verify) program visit the following website: http://www.dhs.gov/E-Verify. It shall be the vendor’s responsibility to familiarize themselves with all rules and regulations governing this program. Vendor acknowledges, and without exception or stipulation, any firm(s) receiving an award shall be fully responsible for complying with the provisions of 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 and with the provisions contained within this affidavit. Failure by the awarded firm(s) to comply with the laws referenced herein or the provisions of this affidavit shall constitute a breach of the award agreement and the County shall have the discretion to unilaterally terminate said agreement immediately. 11.B.7 Packet Pg. 382 Attachment: Exhibit F 16-6679 Solicitation and Exhibits (2797 : Activu Contract for the TMOC Video Wall) 16-6679 Video Wall RFP_Non_CCNATemplate_06132016 23 Attachment 1: Vendor’s Non-Response Statement The sole intent of the Collier County Procurement Services Division is to issue solicitations that are clear, concise and openly competitive. Therefore, we are interested in ascertaining reasons for prospective Vendors not wishing to respond to this solicitation. If your firm is not responding to this RFP, please indicate the reason(s) by checking the item(s) listed below and return this form via email or fax, noted on the cover page, or mail to Collier County Government, Procurement Services Division, 3327 Tamiami Trail E, Naples, FL 34112. We are not responding to Solicitation RFP 16-6679 - Traffic Operations Video Wall Replacement for the following reason(s): Services requested not available through our company. Our firm could not meet specifications/scope of work. Specifications/scope of work not clearly understood or applicable (too vague, rigid, etc.) Project is too small. Insufficient time allowed for preparation of response. Incorrect address used. Please correct mailing address: ___________________________________________________________________________ _____________________________________________________________________________ _______________________________________________________________________ Other reason(s):_____________________________________________________________ _____________________________________________________________________________ _________________________________________________________________________ ___________________________________________________________________________ Name of Firm: ________________________________________________________ Address: ________________________________________________________ City, State, Zip: ________________________________________________________ Telephone: ________________________________________________________ Email: ________________________________________________________ Representative Signature: ________________________________________________________ Representative Name: _______________________________________ Date ____________ 11.B.7 Packet Pg. 383 Attachment: Exhibit F 16-6679 Solicitation and Exhibits (2797 : Activu Contract for the TMOC Video Wall) 16-6679 Video Wall RFP_Non_CCNATemplate_06132016 24 Attachment 2: Vendor Check List IMPORTANT: THIS SHEET MUST BE SIGNED. Please read carefully, sign in the spaces indicated and return with your Proposal. Vendor should check off each of the following items as the necessary action is completed: The Proposal has been signed. All applicable forms have been signed and included, along with licenses to complete the requirements of the project. Any addenda have been signed and included. The mailing envelope has been addressed to: Collier County Government Procurement Services Division 3327 Tamiami Trail E Naples FL 34112 Attn: Brenda Brilhart, Procurement Strategist The mailing envelope must be sealed and marked with Solicitation RFP 16-6679 - Traffic Operations Video Wall Replacement. The Proposal will be mailed or delivered in time to be received no later than the specified due date and time. (Otherwise Proposal cannot be considered.) If submitting a manual bid, include any addenda (initialed and dated noting understanding and receipt). If submitting bid electronically, bidder will need to download all related documents on www.colliergov.net/bid. The system will date and time stamp when the addendum files were downloaded. ALL COURIER-DELIVERED PROPOSALS MUST HAVE THE RFP NUMBER AND TITLE ON THE OUTSIDE OF THE COURIER PACKET. Name of Firm: ________________________________________________________ Address: ________________________________________________________ City, State, Zip: ________________________________________________________ Telephone: ________________________________________________________ Email: ________________________________________________________ Representative Signature: ________________________________________________________ Representative Name: _____________________________________ Date ______________ 11.B.7 Packet Pg. 384 Attachment: Exhibit F 16-6679 Solicitation and Exhibits (2797 : Activu Contract for the TMOC Video Wall) 16-6679 Video Wall RFP_Non_CCNATemplate_06132016 25 Attachment 3: Conflict of Interest Affidavit The Consultant certifies that, to the best of its knowledge and belief, the past and current work on any Collier County project affiliated with: Traffic Operations Video Wall Replacement does not pose an organizational conflict as described by one of the three categories below: Biased ground rules – The firm has not set the “ground rules” for affiliated past or current Collier County project identified above (e.g., writing a procurement’s statement of work, specifications, or performing systems engineering and technical direction for the procurement) which appears to skew the competition in favor of my firm. Impaired objectivity – The firm has not performed work on an affiliated past or current Collier County project identified above to evaluate proposals / past performance of itself or a competitor, which calls into question the contractor’s ability to render impartial advice to the government. Unequal access to information – The firm has not had access to nonpublic information as part of its performance of a Collier County project identified above which may have provided the contractor (or an affiliate) with an unfair competitive advantage in current or future solicitations and contracts. In addition to this signed affidavit, the contractor / consultant must provide the following: 1. All documents produced as a result of the work completed in the past or currently being worked on for the above mentioned project; and, 2. Indicate if the information produced was obtained as a matter of public record (in the “sunshine”) or through non-public (not in the “sunshine”) conversation (s), meeting(s), document(s) and/or other means. 3. Failure to disclose all material or having an organizational conflict in one or more of the three categories above be identified, may result in the disqualification for future solicitations affiliated with the above referenced project(s). By the signature below, the firm (employees, officers and/or agents) certifies, and hereby discloses, that, to the best of their knowledge and belief, all relevant facts concerning past, present, or currently planned interest or activity (financial, contractual, organizational, or otherwise) which relates to the project identified above has been fully disclosed and does not pose an organizational conflict. Firm: ____________________________________________________________________________________ Signature and Date:_________________________________________________________________________ Print Name: _______________________________________________________________________________ Title of Signatory: __________________________________________________________________________ State of_____________________________________ County of ____________________________________ SUBSCRIBED AND SWORN to before me this ____________ day of __________________, 20__, by _______________________________________________, who is personally known to me to be the ________________________________________ for the Fir m, OR who produced the following identification ________________________________________. __________________________________________________________ _____________________________ Notary Public Commission Expiration 11.B.7 Packet Pg. 385 Attachment: Exhibit F 16-6679 Solicitation and Exhibits (2797 : Activu Contract for the TMOC Video Wall) 16-6679 Video Wall RFP_Non_CCNATemplate_06132016 26 Attachment 4: Vendor Declaration Statement BOARD OF COUNTY COMMISSIONERS Collier County Government Complex Naples, Florida 34112 RE: Solicitation: RFP 16-6679 - Traffic Operations Video Wall Replacement Dear Commissioners: The undersigned, as Vendor declares that this proposal is made without connection or arrangement with any other person and this proposal is in every respect fair and made in good faith, without collusion or fraud. The Contractor agrees, if this proposal is accepted, to execute a Collier County document for the purpose of establishing a formal contractual relationship between the firm and Collier County, for the performance of all requirements to which the proposal per tains. The Consultant states that the proposal is based upon the proposal documents listed by the above referenced CCNA Solicitation. Further, the consultant agrees that if awarded a contract for these services, the consultant will not be eligible to com pete, submit a proposal, be awarded, or perform as a sub-consultant for any future associated with project that is a result of this awarded contract. (Proposal Continued on Next Page) 11.B.7 Packet Pg. 386 Attachment: Exhibit F 16-6679 Solicitation and Exhibits (2797 : Activu Contract for the TMOC Video Wall) 16-6679 Video Wall RFP_Non_CCNATemplate_06132016 27 PROPOSAL CONTINUED IN WITNESS WHEREOF, WE have hereunto subscribed our names on this _____ day of __________, 20 16 in the County of _______________, in the State of _____________. Firm’s Legal Name: Address: City, State, Zip Code: Florida Certificate of Authority Document Number: Federal Tax Identification Number CCR # or CAGE Code Telephone: FAX: Signature by: (Typed and written) Title: Additional Contact Information Send payments to: (required if different from above) Company name used as payee Contact name: Title: Address: City, State, ZIP Telephone: FAX: Email: Office servicing Collier County to place orders (required if different from above) Contact name: Title: Address: City, State, ZIP Telephone: _________________________________ Email _________________________________ 11.B.7 Packet Pg. 387 Attachment: Exhibit F 16-6679 Solicitation and Exhibits (2797 : Activu Contract for the TMOC Video Wall) 16-6679 Video Wall RFP_Non_CCNATemplate_06132016 28 Attachment 5: Immigration Affidavit Certification Solicitation: 16-6679 - Traffic Operations Video Wall Replacement This Affidavit is required and should be signed, notarized by an authorized principal of the fir m and submitted with formal Invitations to Bid (ITB’s) and Request for Proposals (RFP) submittals. Further, Vendors / Bidders are required to enroll in the E-Verify program, and provide acceptable evidence of their enrollment, at the time of the submission of the vendor’s/bidder’s proposal. Acceptable evidence consists of a copy of the properly completed E - Verify Company Profile page or a copy of the fully executed E-Verify Memorandum of Understanding for the company. Failure to include this Affidavit and acceptable evidence of enrollment in the E-Verify program, may deem the Vendor / Bidder’s proposal as non-responsive. Collier County will not intentionally award County contracts to any vendor who knowingly employs unauthorized alien workers, constituting a violation of the employment provision contained in 8 U.S.C. Section 1324 a(e) Section 274A(e) of the Immigration and Nationality Act (“INA”). Collier County may consider the employment by any vendor of unauthorized aliens a violation of Section 274A (e) of the INA. Such Violation by the recipient of the Employment Provisions contained in Section 274A (e) of the INA shall be grounds for unilateral termination of the contract by Collier County. Vendor attests that they are fully compliant with all ap plicable immigration laws (specifically to the 1986 Immigration Act and subsequent Amendment(s)) and agrees to comply with the provisions of the Memorandum of Understanding with E-Verify and to provide proof of enrollment in The Employment Eligibility Verification System (E-Verify), operated by the Department of Homeland Security in partnership with the Social Security Administration at the time of submission of the Vendor’s / Bidder’s proposal. Company Name ____________________________________________________________________ Print Name Title _______________________ Signature Date _______________________ State of ___________________ County of _________________ The foregoing instrument was signed and acknowledged before me this ____day of ___________, 20___, by _______________________________ who has produced _____________________________ as identification. (Print or Type Name) (Type of Identification and Number) _____________________________________ Notary Public Signature _____________________________________ Printed Name of Notary Public _____________________________________ Notary Commission Number/Expiration The signee of this Affidavit guarantees, as evidenced b y the sworn affidavit required herein, the truth and accuracy of this affidavit to interrogatories hereinafter made. 11.B.7 Packet Pg. 388 Attachment: Exhibit F 16-6679 Solicitation and Exhibits (2797 : Activu Contract for the TMOC Video Wall) 16-6679 Video Wall RFP_Non_CCNATemplate_06132016 29 Attachment 6: Vendor Substitute W – 9 Request for Taxpayer Identification Number and Certification In accordance with the Internal Revenue Service regulations, Collier County is required to collect the following information for tax reporting purposes from individuals and companies who do business with the County (includin g social security numbers if used by the individual or company for tax reporting purposes). Florida Statute 119.071(5) require that the county notify you in writing of the reason for collecting this information, which will be used for no other purpose than herein stated. Please complete all information that applies to your business and return with your quote or proposal. 1. General Information (provide all information) Taxpayer Name ___________________________________________________________________________________ (as shown on income tax return) Business Name ___________________________________________________________________________________ (if different from taxpayer name) Address ____________________________________ City _______________________________________________ State ______________________________________ Zip ________________________________________________ Telephone __________________ FAX ______________________ Email __________________________________ Order Information Address ___________________________________ Remit / Payment Information Address ____________________________________________ City __________ State ________ Zip ___________ City _____________ State _________ Zip ______________ FAX ______________________________________ Email _____________________________________ FAX ______________________________________________ Email _____________________________________________ 2. Company Status (check only one) Individual / Sole Proprietor Corporation Partnership Tax Exempt (Federal income tax-exempt entity under Internal Revenue Service guidelines IRC 501 (c) 3) Limited Liability Company Enter the tax classification (D = Disregarded Entity, C = Corporation, P = Partnership) 3. Taxpayer Identification Number (for tax reporting purposes only) Federal Tax Identification Number (TIN) _______________________________________________________________ (Vendors who do not have a TIN, will be required to provide a social security number prior to an award of the contract.) 4. Sign and Date Form Certification: Under penalties of perjury, I certify that the information shown on this form is correct to my knowledge. Signature ___________________________________________________________ Date _________________________________ Title _______________________________________________________________ Phone Number ________________________ 11.B.7 Packet Pg. 389 Attachment: Exhibit F 16-6679 Solicitation and Exhibits (2797 : Activu Contract for the TMOC Video Wall) Attachment 7: Insurance and Bonding Requirements Insurance / Bond Type Required Limits 1. Worker’s Compensation Statutory Limits of Florida Statutes, Chapter 440 and all Federal Government Statutory Limits and Requirements 2. Employer’s Liability $500,000 single limit per occurrence 3. Commercial General Liability (Occurrence Form) patterned after the current ISO form Bodily Injury and Property Damage $1,000,000 single limit 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 4. Indemnification To the maximum extent permitted by Florida law, the Contractor 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, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the Contractor or anyone employed or utilized by the Contractor 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. 4. Automobile Liability $ 1,000,000 Each Occurrence; Bodily Injury & Property Damage, Owned/Non-owned/Hired; Automobile Included 5. Other insurance as noted: Watercraft $ __________ Per Occurrence Technology Errors & Omissions $1,000,000 Per Occurrence United States Longshoreman's and Harborworker's Act coverage shall be maintained where applicable to the completion of the work. $ __________ Per Occurrence Maritime Coverage (Jones Act) shall be maintained where applicable to the completion of the work. $ __________ Per Occurrence Aircraft Liability coverage shall be carried in limits of not less than $5,000,000 each occurrence if applicable to the completion of the Services under this Agreement. $ __________ Per Occurrence Professional Liability $__________ Per Occurrence  $ 500,000 each claim and in the aggregate  $1,000,000 each claim and in the aggregate  $2,000,000 each claim and in the aggregate 11.B.7 Packet Pg. 390 Attachment: Exhibit F 16-6679 Solicitation and Exhibits (2797 : Activu Contract for the TMOC Video Wall) 16-6679 Video Wall RFP_Non_CCNATemplate_06132016 31 Professional Liability $__________ per claim and in the aggregate  $1,000,000 per claim and in the aggregate  $2,000,000 per claim and in the aggregate 6. Bid bond Shall be submitted with proposal response in the form of certified funds, cashiers’ check or an irrevocable letter of credit, a cash bond posted with the County Clerk, or proposal bond in a sum equal to 5% of the cost proposal. All checks shall be made payable to the Collier County Board of County Commissioners on a bank or trust company located in the State of Florida and insured by the Federal Deposit Insurance Corporation. 7. Performance and Payment Bonds For projects in excess of $200,000, bonds shall be submitted with the executed contract by Proposers receiving award, and written for 100% of the Contract award amount, the cost borne by the Proposer receiving an award. The Performance and Payment Bonds shall be underwritten by a surety authorized to do business in the State of Florida and otherwise acceptable to Owner; provided, however, the surety shall be rated as “A-“ or better as to general policy holders rating and Class V or higher rating as to financial size category and the amount required shall not exceed 5% of the reported policy holders’ surplus, all as reported in the most current Best Key Rating Guide, published by A.M. Best Company, Inc. of 75 Fulton Street, New York, New York 10038. 8. Vendor shall ensure that all subcontractors comply with the same insurance requirements that he is required to meet. The same Vendor shall provide County with certificates of insurance meeting the required insurance provisions. 9. Collier County must be named as "ADDITIONAL INSURED" on the Insurance Certificate for Commercial General Liability where required. 10. The Certificate Holder shall be named as Collier County Board of County Commissioners, OR, Board of County Commissioners in Collier County, OR Collier County Government, OR Collier County. The Certificates of Insurance must state the Contract Number, or Project Number, or specific Project description, or must read: For any and all work performed on behalf of Collier County. 11. Thirty (30) Days Cancellation Notice required. RLC 8/3/2016 _______________________________________________________________________________________ Vendor’s Insurance Statement We understand the insurance requirements of these specifications and that the evidence of insurability may be required within five (5) days of the award of this solicitation . Name of Firm _______________________________________ Date ____________________________ Vendor Signature _________________________________________________________________________ Print Name _________________________________________________________________________ Insurance Agency _________________________________________________________________________ Agent Name _______________________________________ Telephone Number _________________ 11.B.7 Packet Pg. 391 Attachment: Exhibit F 16-6679 Solicitation and Exhibits (2797 : Activu Contract for the TMOC Video Wall) 16-6679 Video Wall RFP_Non_CCNATemplate_06132016 32 Attachment 8: Reference Questionnaire Solicitation: 16-6679 Traffic Operations Video Wall Replacement Reference Questionnaire for: (Name of Company Requesting Reference Information) (Name of Individuals Requesting Reference Information) Name: (Evaluator completing reference questionnaire) Company: (Evaluator’s Company completing reference) Email: FAX: Telephone: Collier County is implementing a process that collects reference information on firms and their key pers onnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdiual again). If you do not h ave sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored “0.” Project Description: ___________________________ Completion Date: _____________________________ Project Budget: ______________________________ Project Number of Days: _______________________ Change Orders - Dollars Added : _________________ Change Orders - Days Added: __________________ Item Citeria Score 1 Ability to manage the project costs (minimize change orders to scope). 2 Ability to maintain project schedule (complete on-time or early). 3 Quality of work. 4 Quality of consultative advice provided on the project. 5 Professionalism and ability to manage personnel. 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 7 Ability to verbally communicate and document information clearly and succinctly. 8 Abiltity to manage risks and unexpected project circumstances. 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 Overall comfort level with hiring the company in the future (customer satisfaction). TOTAL SCORE OF ALL ITEMS Please FAX this completed survey to: __________________________________ By ________________ 11.B.7 Packet Pg. 392 Attachment: Exhibit F 16-6679 Solicitation and Exhibits (2797 : Activu Contract for the TMOC Video Wall) 16-6679 Video Wall RFP_Non_CCNATemplate_06132016 33 Attachment 9 COLLIER COUNTY TRAFFIC OPERATIONS TRAFFIC MANAGEMENT CENTER (TMC) #433178-1 - VIDEO WALL SYSTEM REPLACEMENT PROJECT SCOPE PROJECT INFORMATION A. Introduction The purpose of this exhibit is to describe the scope of work and the responsibilities of the awarded Contractor in connection with the preparation of the Request for Proposal package for the design and installation of a video wall and video management system in the Traffic Management Center and Emergency Services Center of Collier County. Collier County has been awarded Federal funds for the implementation of this project. The project will be managed by Collier County Traffic Operations. As a result of the Federal funding, oversight of the project will be provided by the Florida Department of Transportation. B. Background The Traffic Management Center (TMC) is the command station that houses the Intelligent Transportation System (ITS) operations. It houses the staff that monitors traffic, disseminates traveler information, and provides on-going incident management services. It is the intent of the County to replace the existing video wall display, video management system (VMS), networking devices, workstations, and supporting software applications, with new systems to support the increased network traffic and bandwidth requirements as well as optimize TMC operations. The new TMC video wall display and management systems will have to support multiple client locations. This integrated system will provide a next generation video processing and video distribution system with central management software that enables users to easily connect to a multitude of sources. The system shall be capable of supporting the TMC on a 24/7 basis. Currently, the County’s TMC includes a ten-year old BARCO video wall that consists of projection cubes, video wall controller, audio-visual (AV) control system, and related accessories. The existing system consists of six OverView-mDG50-DL display cubes in a three (3) unit by two (2)-unit array as manufactured by BARCO. The current BARCO display cube system is attached to a rolling, metal frame structure that provides access to the projection lamps and video cube controllers in the rear of the projection cubes. The main BARCO central display wall is flanked by twelve (12) wall mounted 50-inch LED/LCD screens consisting of six (6) panel units on each side. The back-end equipment is located in the data center adjacent to the County’s TMC and consists of a BARCO Argus video wall processor, graphic, scalar and video decoder cards and a BARCO Omnibus including MPEG streaming decoder cards, RGB input card, and quad analog input card. C. Existing Conditions 1. Traffic Management Center 11.B.7 Packet Pg. 393 Attachment: Exhibit F 16-6679 Solicitation and Exhibits (2797 : Activu Contract for the TMOC Video Wall) 16-6679 Video Wall RFP_Non_CCNATemplate_06132016 34 The following is a basic description of the County’s current TMC video wall which is located at 2885 S. Horseshoe Drive, Naples Florida 34104: a. The current video wall lies along the northern exterior wall of the TMC and is 240 inches long with two 48-inch wide angular sidewalls for the 50-inch LCD wall- mounted monitors. The BARCO central unit is positioned inside a recess in the center of the main viewing wall. The recess is approximately 120 inches long by 110 inches high by 30 inches deep. b. The traffic control workstation desk is placed approximately 10 feet away from the central BARCO wall unit. c. The entire TMC has a raised floor with approximately 10 inches of clearance for cables. d. The TMC’s data center lies directly adjacent to the TMC along the eastern wall. The video wall controller is currently located in a server rack in the data center and connected directly to the current video wall. The controller hosts all of the current video decoders and the system control server. e. Collier County supports older Cohu 3920 Cameras with iLink video encoders (approximately 84) and the Bosch VG5-836-ECEVITS (approximately 125). f. County Traffic Operations staff has been able to successfully replace the Cohu encoders with Bosch video encoders, and manage the pan, tilt, zoom (PTZ) video using the basic Bosch video client software. g. The County’s Advanced Traffic Management System is a network of independent servers and Intelligent Transportation Systems with no central control for these systems. 2. Emergency Services Center The Emergency Services Center (ESC), located at 8075 Lely Cultural Parkway, Naples Florida 34113 and houses multiple safety functions including the County’s Emergency Operations Center (EOC). The EOC has a main video wall, but not for TMC functions. However, it does have an approximately 48-inch by 96-inch area above the workstations that could support displays. In the case of an emergency that could render the County’s TMC inaccessible, the EOC will become the primary location for operating and managing all TMC functions. D. Collier County TMC Requirements The new VMS and video wall system shall be comprehensive and adaptable to the expanding needs of Collier County and its affiliated agencies. General requirements of the new system are listed below and the minimum technical requirements (MTR) are provided at the end of this exhibit. 1. The County requires a video media server solution that will allow controlled access for video feed to be directly ported to outside agencies for their use. 2. It is important to note that the new VMS will require an upgraded network infrastructure. The video feed bandwidth requirements will have to be taken into account either through an upgrade or replacement of the seven (7) traffic network switches. A spare switch for troubleshooting will also be required. The network architecture is currently unicast, but will need to be redesigned to support multicast connectivity. In all cases the network traffic will need additional segmentation and routing. The locations of the core switches are provided below: a. Hub #1 Collier County TMC b. Hub #2 (US 41@ Airport Pulling Road) 11.B.7 Packet Pg. 394 Attachment: Exhibit F 16-6679 Solicitation and Exhibits (2797 : Activu Contract for the TMOC Video Wall) 16-6679 Video Wall RFP_Non_CCNATemplate_06132016 35 c. Hub #3 (Pine Ridge Road @ Airport Pulling Road) d. Hub #4 (US 41 @ Immokalee Road) e. Hub #5 (Collier Boulevard @ Golden Gate Parkway) f. Hub #6 (Collier Boulevard @ Immokalee Road) g. Collier County Emergency Services Center 4th floor Data Center 3. The new VMS is to be centrally located in the TMC, and manageable from the EOC. The traffic network needs to be protected from outside sources and from possible internal intrusion. It is anticipated that the data center will require an upgrade of a firewall appliance at both locations. 4. The proposal shall provide a virtual desktop solution for video workstations in a privately hosted virtual desktop interface (VDI) system licensed to support thirty (30) end users. 5. To support and protect remote access to the VMS, Bring Your Own Device (BYOD) for mobile devices supporting thirty (30) users shall be implemented. 6. Enterprise level server application and network monitoring tool(s) shall be provided and capable of being remotely monitored as well as sending out alerts based on user defined parameters. 7. By the year 2017, the older analog Cohu cameras will be replaced with new Hi Definition PTZ cameras. However, the VMS must support video network streaming from all types of cameras and video encoders. E. Emergency Services Center Requirements The ESC’s fourth floor data center will house a secondary VMS server and its accompanying network infrastructure. The ESC is a Level 5 Hurricane Rated facility with its own redundant power systems. Along with the addition of a video wall for TMC functions, a direct connection to the EOC’s main video wall shall be added. 1. The client workstations for TMC functions must be capable of supporting all video feeds from the VMS server. A video decoder solution for supporting a two (2) to four (4) LED/OLED panel video wall shall be placed in the EOC. A video solution shall also include a direct feed to the main EOC video wall. 2. If a virtual solution is not possible, then the EOC will need to be provided a rack mounted or standalone client server and/or video decoders to support local video monitoring and management by the Traffic Operations staff. F. Video Display Control And Video Wall Requirements The Contractor shall replace the current Barco video wall and it’s components with a new video wall and video control system and all ancillary components. The video wall system and its components will be installed in two locations; the TMC and EOC. APPENDIX A depicts conceptual layouts of the video walls that were originally developed as part of the Collier County Network Study and Analysis. The primary video wall will be located at the TMC. The video wall at the TMC shall consist of zero bezel LCD screens configured to maximize the viewing area and allow the projection of at least 72 video streams and maintain the correct aspect ratio of each stream. At the EOC, 2-55” zero bezel screens will be located in a stacked configuration. All LCD screens shall be installed with no separation between bezels. 11.B.7 Packet Pg. 395 Attachment: Exhibit F 16-6679 Solicitation and Exhibits (2797 : Activu Contract for the TMOC Video Wall) 16-6679 Video Wall RFP_Non_CCNATemplate_06132016 36 During the proposal phase, a tour of the TMC and EOC facilities will be held to allow proposers to conduct onsite inspections and reviews for the TMC wall structures, electrical requirements, and location of the new video wall infrastructure. The Contractor shall supply drawings/schematics, if required, to the County for review and approval. A second tour will be conducted on the same day at the EOC to allow proposers to review the proposed location of the 2 LCD screens and review the data center rack locations to determine electrical and cabling requirements. The primary video wall control equipment will be located at the TMC and installed in the existing data center racks. These rack locations will be provided to the proposers during the tours of County facilities. The secondary video wall control system will be located at the EOC. The existing video wall equipment at the TMC, monitors, and all ancillary equipment shall be de-commissioned and provided to the County project manager. Software licenses shall be provided to support up to 250 Closed Circuit Television (CCTV) cameras and 20 operators. The software is to be used for CCTV camera control. Additionally, a media server to allow controlled streaming video broadcasts to outside agencies and for use with the new video wall is also required. All software, drivers, and management software supporting any existing CCTV cameras and encoders shall be operational and functioning properly prior to final acceptance of the project. A long-range estimate shall be developed by the Contractor for all equipment and licensing costs associated for adding new CCTV cameras or additional client software to the system in the future. This long-range estimate shall include any equipment or software licenses required to expand the system in the future should a new TMC location or agency be added to the current system. G. Training The Contractor shall provide a plan and schedule for training the TMC staff in the operation of all systems provided. H. Testing A system engineering test plan shall be provided to ensure that all systems meet their manufacturers’ requirements once fully integrated and operational and prior to acceptance by the County. Prior to acceptance by the County all equipment and systems provided must be operational and functioning as required by the County and meet all criteria as set forth in this RFP and the MTRs. I. Contractor Responsibilities In addition to the above requirements: 1. The CONTRACTOR shall ensure proper coordination with County staff and other ongoing, or planned projects that may be affected by the video wall replacement. 2. The CONTRACTOR shall ensure TMC operations are maintained to the maximum extent practicable during the video wall replacement. TMC operations shall be closely coordinated with the County’s project manager. 11.B.7 Packet Pg. 396 Attachment: Exhibit F 16-6679 Solicitation and Exhibits (2797 : Activu Contract for the TMOC Video Wall) 16-6679 Video Wall RFP_Non_CCNATemplate_06132016 37 J. County Responsibilities 1. County’s Information: Upon request, the County shall provide all known available information regarding the requirements for this project. 2. County’s Representative: The County shall designate a representative who shall be fully acquainted with the project. The representative shall render decisions promptly and furnish information expeditiously. 3. County Access: The County shall provide access for the Contractor to the necessary facilities during normal business hours or as approved by the County’s project manager. 11.B.7 Packet Pg. 397 Attachment: Exhibit F 16-6679 Solicitation and Exhibits (2797 : Activu Contract for the TMOC Video Wall) Attachment 10 COLLIER COUNTY TRAFFIC OPERATIONS TRAFFIC MANAGEMENT CENTER (TMC) #433178-1 - VIDEO WALL SYSTEM REPLACEMENT MINIMUM TECHNICAL REQUIREMENTS 11.B.7 Packet Pg. 398 Attachment: Exhibit F 16-6679 Solicitation and Exhibits (2797 : Activu Contract for the TMOC Video Wall) Video Wall System Replacement MTRs i June 17, 2016 TABLE OF CONTENTS ACRONYMS .............................................................................................................................. ii 1.0 INTRODUCTION ............................................................................................................. 3 1.1 Guaranty Provision ...................................................................................................... 2 1.2 Documentation Requirements ...................................................................................... 3 1.3 Training Requirements ................................................................................................. 5 1.4 Material Requirements ................................................................................................. 6 1.5 Spare Equipment ......................................................................................................... 6 2.0 TESTING REQUIREMENTS ........................................................................................... 6 2.1 Stand-Alone Test ......................................................................................................... 7 2.2 Subsystem Test ........................................................................................................... 8 2.3 Operational Test .......................................................................................................... 8 2.4 Final Acceptance ......................................................................................................... 9 3.0 VIDEO DISPLAY CONTROL SYSTEM AND VIDEO WALL DISPLAY SYSTEM ..........10 3.1 Video Wall Requirements ............................................................................................10 3.2 General System Description .......................................................................................10 3.3 Architecture.................................................................................................................13 3.4 Functionality................................................................................................................14 3.5 Execution ....................................................................................................................17 4.0 10 GIGABIT ETHERNET SWITCHES ............................................................................17 4.1 Description ..................................................................................................................17 4.2 Design Requirements .................................................................................................17 4.3 Technical Requirements .............................................................................................18 4.4 Construction Requirements .........................................................................................21 4.5 Testing Requirements .................................................................................................21 5.0 FIREWALL APPLIANCE ...............................................................................................21 5.1 Description ..................................................................................................................21 5.2 Requirements .............................................................................................................22 5.3 Installation Requirements............................................................................................23 5.4 Testing Requirements .................................................................................................24 6.0 COMPUTER WORKSTATIONS .....................................................................................24 6.1 Monitor Graphics Cards ..............................................................................................25 6.2 Network Management Software ..................................................................................25 11.B.7 Packet Pg. 399 Attachment: Exhibit F 16-6679 Solicitation and Exhibits (2797 : Activu Contract for the TMOC Video Wall) Video Wall System Replacement MTRs ii June 17, 2016 ACRONYMS AASHTO ............................... American Association of State Highway and Transportation Officials AC/DC ....................................................................................... Alternating Current/Direct Current ADA ................................................................................................ Americans with Disabilities Act ANSI ................................................................................... American National Standards Institute APL ............................................................................................................ Approved Products List ASTM .......................................................................... American Society for Testing and Materials ATMS ................................................................................. Advanced Traffic Management System A/V .............................................................................................................................. Audio/Visual CADD .......................................................................................... Computer Aided Drafting Design CCTV ....................................................................................................... Closed Circuit Television CCD .......................................................................................................... Charge Coupled Device COTS ..................................................................................................... Commercial Off The Shelf DHCP ................................................................................... Dynamic Host Configuration Protocol DMS .......................................................................................................... Dynamic Message Sign EIA .................................................................................................... Electronic Industries Alliance EOC ................................................................................................ Emergency Operations Center ETA ...................................................................... Electronics Technician Association International FDEP ................................................................... Florida Department of Environmental Protection FDOT .................................................................................... Florida Department of Transportation FHWA ........................................................................................... Federal Highway Administration FOA ........................................................................................................... Fiber Optic Association FTP ............................................................................................................... File Transfer Protocol GGPS ................................................................................................... Global Positioning System HAR ......................................................................................................... Highway Advisory Radio HD ........................................................................................................................... High Definition HTTP /S ................................................................................. Hypertext Transfer Protocol /Secure IGMP ................................................................................... Internet Group Management Protocol IP .......................................................................................................................... Internet Protocol IS-IS .......................................................................... Intermediate System to Intermediate System ISO ..........................................................................International Organization for Standardization ITG .................................................................................................. Information Technology Group ITS ............................................................................................ Intelligent Transportation Systems LACP ......................................................................................... Link Aggregation Control Protocol LCD .............................................................................................................. Liquid Crystal Display LED ................................................................................................................. Light Emitting Diode MIB…………………………………………………………….……………..Message Information Base MBPS ........................................................................................................... Megabits Per Second MMU ................................................................................................ Malfunction Management Unit MPEG ............................................................................................. Moving Picture Experts Group MTR .......................................................................................... Minimum Technical Requirements MVDS .................................................................................. Microwave Vehicle Detection System NEC………………………………………………………………………..………National Electric Code NEMA ...................................................................... National Electrical Manufacturers Association NMS .............................................................................................. Network Management Software NSB ................................................................................................................... Non-Stop Bridging OSPF ....................................................................................................... Open Shortest Path First PIM ................................................................................................ Protocol Independent Multicast PIM-SM ................................................................. Protocol Independent Multicast – Sparse Mode PIM-SSM ........................................... Protocol Independent Multicast – Source-Specific Multicast 11.B.7 Packet Pg. 400 Attachment: Exhibit F 16-6679 Solicitation and Exhibits (2797 : Activu Contract for the TMOC Video Wall) Video Wall System Replacement MTRs iii June 17, 2016 RFP .............................................................................................................. Request for Proposal RIP .................................................................................................... Routing Information Protocol RTVM ...................................................................... Requirements Traceability Verification Matrix SFP .................................................................................................. Small Form-Factor Pluggable SNMP ................................................................................ Simple Network Management Protocol SNTP .............................................................................................. Simple Network Time Protocol SSH ........................................................................................................................... Secure Shell TCP/IP ................................................................. Transmission Control Protocol/Internet Protocol TEM ............................................................................................................ Test Evaluation Matrix TIP ................................................................................................................ Terra Interface Panel TMC .................................................................................................... Traffic Management Center TRPS ........................................................................................ Traffic Responsive Plan Selection UL ......................................................................................................... Underwriters Laboratories UPS ................................................................................................. Uninterruptible Power Supply VAC ......................................................................................................... Volts Alternating Current VDCS .............................................................................................. Video Display Control System VLAN ................................................................................................... Virtual Local Area Network VWDS .................................................................................................. Video Wall Display System WAN ................................................................................................................ Wide Area Network 1.0 INTRODUCTION The Collier County Video Wall Replacement Project consists of improvements to the Traffic Management Center (TMC) and Emergency Operations Center (EOC). The improvements shall include the installation of a new video wall system at both the TMC and EOC; video wall system; video wall control software; 10 Gigabit Ethernet switches at the TMC, EOC, and master hub locations; the installation of a firewall appliance at the TMC; computer workstations; and the installation of a network management software (NMS) system. The project shall be integrated into the existing Collier County TMC ATMS and ITS communications network. This Minimum Technical Requirements (MTR) document sets forth the minimum requirements for the design, procurement, installation, integration and testing of the various project elements aforementioned. Each of these project elements shall be installed and seamlessly integrated into the existing TMC. All integration, programming, and configuration of the individual subsystems or field components shall be considered as part of the subsystem or component installation. All devices implemented as part of this project that are detailed in the Florida Department of Transportation (FDOT) Intelligent Transportation System (ITS) Supplement Specifications must meet the requirements of the associated specifications and/or be on the Department’s Approved Products List (APL). The devices must be on the APL prior to issuance of the Released for Construction (RFC) plans. The Contractor is responsible to ensure that all devices are compatible and/or software drivers exist for integration with the existing ATMS and ITS hardware and software components. Device drivers shall be provided by the device manufacturer and made compatible with all proposed project components. The CONTRACTOR shall verify that all electrical requirements, as specified in the National Electric Code (NEC) are met and that building construction codes are met for the video wall structures, video displays and all other required equipment that will be installed 11.B.7 Packet Pg. 401 Attachment: Exhibit F 16-6679 Solicitation and Exhibits (2797 : Activu Contract for the TMOC Video Wall) Video Wall System Replacement MTRs 2 June 17, 2016 within the TMC, EOC and master hubs. Access to the TMC and EOC shall be coordinated with the County’s project manager. Collier County operational hours are 6:30 AM to 6:00 PM Monday through Friday. The CONTRACTOR shall plan their work in the facility accordingly. The Collier County TMC has existing ITS, ATMS and signal systems in place and under daily operation. The CONTRACTOR shall coordinate all work to ensure that the existing TMC systems and the impacts on daily operations are minimized. Any network modifications or changeovers necessary for the installation of the video wall, video controller, Ethernet switches, firewall appliance, NMS server, and computer workstations shall be coordinated with the County project manager. The CONTRACTOR may be required to perform other network modifications outside of normal business hours. 1.1 Guaranty Provision The CONTRACTOR shall provide manufacturer warranties for all furnished and installed project elements against all defects and/or failures in design, assembly, fabrication and materials for a minimum warranty period of three (3) years or as specified for each type of equipment in the FDOT Standard Specifications for Road and Bridge Construction Supplemental Specification Sections 682 and 684 and this MTR document. If the manufacturer’s warranties for the furnished and installed components are for a longer period, those longer period warranties shall apply. The warranty period for all CONTRACTOR provided project features shall not begin until the date that the County issues written notice of Final Acceptance. The CONTRACTOR shall secure additional or extended manufacturer warranties as necessary for the effective date of Final Acceptance of the project. Any field element or ancillary component that, in the opinion of the County, fails three (3) times prior to the expiration of the warranty period shall be judged as unsuitable and shall be replaced by the CONTRACTOR with a new field element or ancillary component of the same make and model at no cost to the County. The unsuitable field element or ancillary component shall be permanently removed from the project. The CONTRACTOR as part of their Technical Proposal shall develop the warranty criteria, measurable standards, and remedial work plans for all products or features within the Collier County ATMS Phase 1 Project. At the start of the Operational test, the CONTRACTOR shall update this information to reflect any changes made during design and construction and submit with the as-built plan submittal for review by the County. The CONTRACTOR shall clearly identify, in writing, the designated contact person and alternate responsible for equipment support and equipment warranties as part of this submittal. The CONTRACTOR shall make these TMC systems operational and test the systems according to the test evaluation matrix (TEM) and the approved test plan. Upon written partial acceptance of all testing results, the CONTRACTOR shall make the system available to Collier County to operate the system utilizing the new equipment on an interim basis. The CONTRACTOR shall provide maintenance and an initial warranty for this hardware and software through Final Acceptance of the project. Once written notice of Final Acceptance has been given, the CONTRACTOR shall provide the standard warranty as defined in the MTR sections for each type of hardware and software. 11.B.7 Packet Pg. 402 Attachment: Exhibit F 16-6679 Solicitation and Exhibits (2797 : Activu Contract for the TMOC Video Wall) Video Wall System Replacement MTRs 3 June 17, 2016 1.2 Documentation Requirements The CONTRACTOR shall provide three sets of documentation for all components in accordance with these MTRs. The documentation shall be assembled in volumes of three-ring binders that include title pages, indices, page numbering, and section dividers. The project documentation shall be delivered to the County for review and acceptance prior to beginning the Operational Test. The documentation shall consist of the following types of manuals: User’s Manuals: The user’s manual shall describe, in sufficient level of detail, how the equipment must be operated. The user’s manual shall include pertinent operational information such as control layout, displays, and procedures for properly operating a fully functional unit. Maintenance Manual: The manufacturer/contractor-provided maintenance manual shall indicate clearly and pictorially the maintenance procedures for all components, subassemblies, and assemblies. The manual shall include pertinent information on maintaining and repairing the equipment, hardware, software, connections, interfaces, and peripheral cabling as applicable. The manual shall include timeframes for manufacturer/vendor recommended preventative maintenance activities. The manual shall include sections that completely describe the theory of operation using block diagrams and schematic drawings; diagnostic and repair procedures for corrective maintenance of the unit; assembly and disassembly instructions and drawings; layout drawings showing location of all components; and a complete components listing showing component type and ratings. System Documentation Manual: The system documentation manual shall describe the overall operation of the equipment with block level diagrams, identify all equipment in the system with module and option numbers, give a functional description for each system element, and explain how they function together in a complete operational system. The system documentation manual shall document operating procedures describing the initial turn-on and adjustments to ensure an operational system within the performance requirements as well as system-level corrective maintenance procedures. Software Manual: The software manual shall fully document the device management software including full descriptions of functions, flowcharts, and utilities required to support, configure, monitor, and manage each type of device, as well as listings and associated descriptions for complete operation of software programs. 1.2.1 Material Submittals The CONTRACTOR shall provide the following submittals f or equipment, controller assemblies, ITS devices, and ancillary components for each of the project elements identified in these MTRs. Catalog Cut-Sheet: The manufacturer/vendor-provided catalog cut sheets shall pictorially describe the item or component in detail. 11.B.7 Packet Pg. 403 Attachment: Exhibit F 16-6679 Solicitation and Exhibits (2797 : Activu Contract for the TMOC Video Wall) Video Wall System Replacement MTRs 4 June 17, 2016 Installation Procedures: The manufacturer/vendor-provided manual shall indicate clearly and pictorially the installation procedures for all components, assemblies, and subassemblies. Warranty Documentation: The warranty documentation for the equipment shall guarantee against all defects and/or failures in design, materials, and workmanship for the minimum duration specified for each piece of equipment in the FDOT Supplemental Specifications Sections 682 and 684, or these MTRs, whichever is greater. As-Builts: All as-built plans shall be produced electronically using CADD software, signed and sealed by the Engineer of Record, and submitted by the CONTRACTOR to the County as a condition precedent to issuance of written notice of Final Acceptance. The CONTRACTOR shall provide as- built documentation for each assembly, including detailed specifications and information regarding the inventory of installed assemblies by location and corresponding serial numbers. The CONTRACTOR shall also provide documentation, one set per site, detailing the technical and operational aspects of the completed installation. This documentation shall include device manuals, system diagrams, cabling diagrams, all field engineering notes specific to each location, full warranty information, and any other documentation required by the County. These site packages shall be installed within the device cabinet once the package is accepted, but prior to Final Acceptance. Test Plans: The CONTRACTOR shall prepare test plans for the individual subsystems provided for this project. The test plans shall be prepared based on the testing requirements identified in the individual subsystem sections of the FDOT Specifications, and these MTRs. Where the test requirements are not identified, the CONTRACTOR shall prepare detailed plans for review and acceptance by the County before testing. The test plans shall include, as a minimum, the following sections:  Date, time, location, and estimated duration of the test  Name of the firm and names of the engineers designated as witnesses  Description of subsystem to be tested, showing a test of every function of the equipment or system to be tested  Test equipment list  Test objectives  Test sequence details – a step-by-step outline of the test sequence to be followed  Test duration and proposed test schedule  Expected results – a description of the expected operation outputs and test results  Test result forms – forms to be used to record all data and quantitative results obtained during the test  A connection diagram wherever applicable  Software –the CONTRACTOR shall supply the County with full documentation and shall supply a copy of all diagnostic software. 11.B.7 Packet Pg. 404 Attachment: Exhibit F 16-6679 Solicitation and Exhibits (2797 : Activu Contract for the TMOC Video Wall) Video Wall System Replacement MTRs 5 June 17, 2016  A description of any special equipment, setup, manpower, or conditions required for the test 1.3 Training Requirements The CONTRACTOR shall provide a training plan for each of the subsystems and components provided including the video wall and video controller and sub- components, TMC, EOC and master hub ethernet switches, firewall appliance, and NMS system. The training plan shall include, at a minimum, the elements defined in the following paragraphs. All training shall be conducted in Collier County and at times that are agreeable to the County. The training plan shall include the proposed number of hours and intended participants for each training session. The CONTRACTOR shall solicit input from Collier County as to the actual content and hours required for each of the training elements. The training plan and course materials shall be submitted to the County for review and acceptance at least thirty (30) calendar days before training is expected to commence. The training shall be delivered on dates mutually agreeable to the CONTRACTOR and the County. The training courses shall be developed to pertain specifically to the system, presuming that the course participants have no prior knowledge of the system and associated technology. The CONTRACTOR shall be responsible for providing classroom training, which will be conducted at the Collier County TMC. The CONTRACTOR shall include all training-related costs in the unit price bid for each device. There shall be no separate payment for training. 1.3.1 Training Criteria The CONTRACTOR shall provide training on the basic description of capabilities and functions and the purpose of each subsystem and component. Training shall be conducted using vendor-provided software and hardware. The CONTRACTOR shall include training on the operation and maintenance of each subsystem and component provided in this project including the video wall system and video wall subsystem components, Ethernet switches, firewall appliance, and NMS system. The training materials shall include an introductory level briefing to familiarize attendees with the subsystems and components. The training materials shall also include an engineering/operations course that provides an overview for basic understanding of the subsystem and component operation and how it fits into the overall system. The materials shall include subsystem and component elements, theory of operation, operating procedures and capabilities, hardware and software configuration and software applications. The CONTRACTOR shall furnish ten (10) sets of accepted training course materials for each of the training courses. All materials, including any figures and drawings, shall be submitted in electronic format on CD or DVD. 11.B.7 Packet Pg. 405 Attachment: Exhibit F 16-6679 Solicitation and Exhibits (2797 : Activu Contract for the TMOC Video Wall) Video Wall System Replacement MTRs 6 June 17, 2016 The CD or DVD shall be submitted to the County. The CONTRACTOR shall record video in DVD format of all training in its entirety unless noted otherwise. One copy each of the recorded training shall be provided to Collier County. 1.4 Material Requirements The CONTRACTOR shall furnish all materials with the most recently developed and approved product (hardware, software, or firmware) versions that meet or exceed all applicable standards, specifications, requirements, and listed on the APL (if applicable) before the system is considered for acceptance. It is the CONTRACTOR’s responsibility to ensure that all subsystem assemblies, features, functions, and performance measures specified herein are met and are compatible with existing Collier County ATMS software systems. All materials furnished, assembled, fabricated, or installed shall be new products obtained from the manufacturer or reseller. The materials, equipment, and components shall be Commercial off the Shelf (COTS) products. Any variations to the defined requirements stated herein shall be submitted to the County for review and acceptance prior to procurement of materials. The CONTRACTOR shall provide all patch cables for connecting the devices and communication equipment furnished and installed according to these MTRs. The patch cables shall include all necessary data (Category 6 and single mode fiber optic cables) and video (Composite, S-Video, Component Video, HDMI, DVI, or other) cables. 1.5 Spare Equipment Spare equipment shall be provided under this contract. This shall include a minimum of:  1-10 Gbps Ethernet switch All of the spare equipment provided shall be of the same make and model as the equipment furnished for the project. Prior to final acceptance of the project, the County shall verify product specifications and delivery of all spare equipment by the CONTRACTOR to the Collier County TMC. Collier County must sign and date an acknowledgement form to verify receipt of the spare equipment. 2.0 TESTING REQUIREMENTS The CONTRACTOR will develop and submit to the County an RTVM that identifies all contract requirements and the method of verification: analysis, demonstration, inspection, or testing. The CONTRACTOR is responsible for all contract requirements and shall document the verification within the RTVM as contract requirements are met. The CONTRACTOR shall develop as part of the test plan submittal and subsequent updates thereof, a TEM to be used as a tool to cross-reference each planned test to a specific contract requirement to be verified as shown in the RTVM. The Contractor shall 11.B.7 Packet Pg. 406 Attachment: Exhibit F 16-6679 Solicitation and Exhibits (2797 : Activu Contract for the TMOC Video Wall) Video Wall System Replacement MTRs 7 June 17, 2016 use this TEM to indicate the specific functional requirements as tested and the results achieved and verified by the County. This shall provide a mechanism to ensure that all contract requirements have been successfully tested and verif ied. The CONTRACTOR shall develop a comprehensive test plan, submit it for review and acceptance by the County, incorporate all of the County’s comments, execute the plan, and document the results. All test plans as defined below shall be submitted for review and acceptance by the County within 90 calendar days of the notice to proceed. The CONTRACTOR shall submit any deviations or changes to the accepted test plan for review and acceptance by the County. The CONTRACTOR shall not begin testing until the County provides acceptance of the TEM, test plans, procedures, and data forms. The test results for each subsystem/component tested shall meet the performance requirements identified for the particular subsystem/component defined in the FDOT’s Standard Specifications Sections 682 and 684; test requirements specified in this MTR document; and all requirements defined by the CONTRACTOR in the test plan for the subsystem/component. Neither witnessing of the test by the County, nor the waiving of the right to do so, will relieve the CONTRACTOR of the responsibility to comply with the contract documents. Such actions by the County or the acceptance of any test results by the County will not be deemed acceptance of the equipment or system tested until project final acceptance. Contract time shall not be extended for time loss or delays related to testing. The cost of testing shall be considered as included in the unit cost for the item tested; no separate payment will be made for testing. Failure of any item to conform to the requirements of any test shall be counted as a defect, and the equipment under test shall be subject to test failure as determined by the County. The CONTRACTOR may offer previously failed equipment for retest provided all areas of non-compliance have been corrected and retested, and evidence thereof is submitted and acceptable to the County. All software required for diagnosing malfunctions of hardware and software/firmware shall be supplied by the CONTRACTOR and accepted by the County. A copy of all diagnostic software shall be submitted to Collier County with full documentation. Testing of the devices, equipment, and system shall include the following in the order below. 2.1 Stand-Alone Test The Stand-Alone Test shall exercise all Stand-Alone functional operations of each component and ancillary components installed utilizing the manufacturer’s hardware and software. If any component fails to pass its Stand-Alone Test more than twice, it shall be replaced by the CONTRACTOR with a new device or ancillary component of the same make and model, and the entire Stand-Alone Test shall be repeated until proven successful. The Stand-Alone Test shall be performed on each and every ITS device and ancillary component, including, but not limited to: 11.B.7 Packet Pg. 407 Attachment: Exhibit F 16-6679 Solicitation and Exhibits (2797 : Activu Contract for the TMOC Video Wall) Video Wall System Replacement MTRs 8 June 17, 2016  Video Display Units  Video Display Controllers and sub-system components  Ethernet Switches  Firewall Appliance  Network Management System  Computer Workstations 2.2 Subsystem Test The Subsystem Test shall demonstrate that all equipment furnished, adjusted, or modified by the CONTRACTOR has been installed properly and operates according to the County accepted Test Plans. The CONTRACTOR shall conduct the Subsystem Test in the presence of the County or designated representative. The Subsystem Test shall begin seven (7) days after the CONTRACTOR advises the County that they are ready to begin the test. The Subsystem Test may not begin until the CONTRACTOR has satisfied the County that all work has been completed. The Subsystem Test shall verify that all of the requirements of this MTR document defined for the subsystem being tested have been met. This Subsystem Test shall be performed utilizing the project field equipment and communications system. The Subsystem Test shall demonstrate full control of the field devices from the TMC over the Ethernet network, as well as the functions of the local/remote trouble shooting/diagnostics specified in the equipment’s functional requirements. The Subsystem Test shall be conducted using the manufacturer-supplied software. The CONTRACTOR shall provide qualified personnel to support the diagnosis and repair of system equipment during the Subsystem Test as required. These personnel shall be available for this support within 24 hours of notification that their services are needed. In the event that a subsystem fails the test or is rejected by the County, the CONTRACTOR shall correct the problem and repeat the test within seven days after receiving the rejection notice. The test shall be re-conducted until the test results are acceptable to the County. 2.3 Operational Test The operational test shall commence upon successful completion of the stand-alone and subsystem tests. The operational test shall include all project subsystems integrated and operable from the TMC and EOC, operating for a period of 30 consecutive calendar days without failure of any subsystem, or ancillary component. During the operational test, the CONTRACTOR shall submit daily failure report logs from the Network Management Software (NMS) where applicable. The CONTRACTOR shall notify the County in writing of the scheduled date of the operational test 14 calendar days prior to the commencement of the test. The operational test shall not be performed without prior written approval from the County. In the event of a system, subsystem, or ancillary component failure the operational test shall be shut down for the purposes of testing and correcting identified deficiencies (System Shutdown). System Shutdown is defined as any condition 11.B.7 Packet Pg. 408 Attachment: Exhibit F 16-6679 Solicitation and Exhibits (2797 : Activu Contract for the TMOC Video Wall) Video Wall System Replacement MTRs 9 June 17, 2016 which, due to work being performed by the CONTRACTOR and/or its designee, results in the project, any subsystem, or ancillary component to cease operation, fail or enter an error state. For each period of System Shutdown and after the identified deficiency has been corrected and met all applicable tests per these MTRs, the operational test shall be restarted from the point at which the failure occurred. If the total number of System Shutdowns exceeds three due to the same system, subsystem, or ancillary component, the CONTRACTOR shall:  Remove and replace the system, subsystem, or ancillary component with a new and unused unit as per the requirements of these MTRs;  Perform all applicable stand-alone and subsystem tests, as deemed necessary by the County and;  Upon written approval from the County, restart the operational test for a new thirty (30) consecutive calendar day period. The operational test steps described herein shall be repeated as many times as deemed necessary by the County to satisfy the requirements of these MTRs. The CONTRACTOR shall not be granted time extensions to perform the operational test due to any failures as described herein. The CONTRACTOR shall correct all failures during the operational test at no additional cost to the County. 2.4 Final Acceptance Upon the CONTRACTOR’s successful completion of the operational test and after all the required submittals, testing, training, documentation, and warranty items have been accepted by the County as specified in these MTRs and the requirements of the FDOT Standard Specifications and all applicable standards (if applicable), the County shall grant written notice of Final Acceptance. The County shall provide written notice of final acceptance of the work associated with the project based on the County’s final inspection of the project. The County shall perform the final inspections of the project in the presence of a representative of the CONTRACTOR. 11.B.7 Packet Pg. 409 Attachment: Exhibit F 16-6679 Solicitation and Exhibits (2797 : Activu Contract for the TMOC Video Wall) Video Wall System Replacement MTRs 10 June 17, 2016 3.0 VIDEO DISPLAY CONTROL SYSTEM AND VIDEO WALL DISPLAY SYSTEM 3.1 Video Wall Requirements 3.1.1 The video controller and video wall displays shall be capable of viewing up to 72 CCTV video streams and be able to tour the entire suite of County CCTV systems. It is expected that all the monitors fit together in a seamless or near seamless (< 4 mm gap between display area) unified structure to give the viewing effect of a single video wall. The new video wall shall provide bright, saturated colors in Hi Def 1080p or better resolution. 3.1.2 The controller solution must control the entire video wall medium. Individual video streams and video sources must be able to be displayed as a single image or multiple images on the video wall. 3.1.3 The entire video wall shall be controlled by a single computer instance running the vendor control software natively. All command and control in addition to video software functionality shall be performed on a single software instance operating on a single processor platform. 3.1.4 The new video wall shall have an ambient light sensing technology that provides brightness and color stability over time and across the entire display. The sensor shall continuously measure brightness and color and provide an image that is most convenient for the human eye with no maintenance or manual adjustments needed. 3.1.5 The video controller shall be capable of receiving and decoding all MPEG2, MPEG4, H.263, H.264 video streams, and CATV. In addition the video wall control system shall be capable of accepting upgrades to future video streaming technologies. 3.1.6 The video wall system solution shall be of the manufacturer’s current official product line and designed for commercial/industrial use in 24/7/365 environments. No discontinued products will be allowed. 3.1.7 The video wall system shall be comprised of a suite of video wall system management software modules running on a commercially available off- the-shelf computer hardware platform and utilize standard protocols for network communication. 3.1.8 The video wall system solution provider shall be defined as the provider of the video wall management software, and the party responsible for rigorous self-testing of the video wall management software prior to the release of the software. 3.2 General System Description 3.2.1 The video wall management system shall be a fully distributed solution, designed for multi-site and multiple server installations requiring 24/7/365 operation with support for devices supplied by multiple APL listed vendors. The video wall management system software shall offer centralized management of all devices, servers, and users. 11.B.7 Packet Pg. 410 Attachment: Exhibit F 16-6679 Solicitation and Exhibits (2797 : Activu Contract for the TMOC Video Wall) Video Wall System Replacement MTRs 11 June 17, 2016 3.2.2 The video wall management system software shall allow an unlimited number of users and groups to be defined and an unlimited number of displays to be connected to each system across multiple sites if required. 3.2.3 The video wall management system software shall be from the original equipment manufacturer and must not be delivered under a secondary video wall management system branding. 3.2.4 The video wall management system software shall support Microsoft Windows Server operating system. The system must use the Microsoft.NET Framework. 3.2.5 The video wall system software shall consist of the following core components:  Control/Management Application  Video Display Processor  Graphical User Interface  Computer Desktop Transport and Remote Control 3.2.6 The video wall system software shall support the following optional components:  IP Streaming Video Decoding Application  Mobile Device Application  Record/Playback Application  System Monitoring Application  System Interface Application 3.2.7 The video wall management system software shall be built around a core management application that provides primary administrative control over all system functions and resources. The management application shall handle client login, system configuration, asset database, and logging. 3.2.8 The video wall management system software shall contain one or more video display processors that generate visual information for all system displays under the control of the management application. The system shall support multiple instances of this application to allow effective scaling in larger systems. 3.2.9 The video wall management system software shall contain one or more graphical user interface modules that provide the user with an intuitive interface to control and manage the video wall system content in real time. The system shall support multiple instances of this application to allow effective scaling in larger systems. 11.B.7 Packet Pg. 411 Attachment: Exhibit F 16-6679 Solicitation and Exhibits (2797 : Activu Contract for the TMOC Video Wall) Video Wall System Replacement MTRs 12 June 17, 2016 3.2.10 The video wall management system software shall support the option for an IP streaming video decoding application that provides the system with the capability to view multiple IP video streams from multiple IP camera/streaming video encoder vendors in all industry-standard formats and resolutions. The system shall support multiple instances of this application to allow effective scaling in larger systems. 3.2.11 The video wall management system software shall support the option for a mobile device application that provides the system capability to capture and display photos and video streams from a mobile device (mobile phone or similarly connected tablet/iPad device). The mobile application shall have the capability to remotely view and control the video wall system. The system shall support multiple instances of this application to allow effective scaling in larger systems. 3.2.12 The video wall management system software shall support the option for a record/playback application that provides the system with the capability to record and playback multiple computer desktops simultaneously to/from local storage or network attached storage systems. The system shall support multiple instances of this application to allow effective scaling in larger systems. 3.2.13 The video wall management system software shall support the option for a monitoring application that provides the system with the capability to independently monitor and report on the health of all major system components. 3.2.14 The video wall management system software shall support the option for an application programming interface (API) that provides the capability for third-party control systems and applications to send commands to the system via standard TCP/IP or RS-232 protocol. 3.2.15 The video wall management system software shall provide a management client from where an administrator can configure and manage all servers, system resources, and users. 3.2.16 The video wall management system software shall allow the management application to be installed on dual servers configured as a Windows Cluster ensuring that the secondary server in the cluster automatically takes over in case of primary server failure. 3.2.17 The video wall management system software shall allow the display processor software to be installed on multiple servers. 11.B.7 Packet Pg. 412 Attachment: Exhibit F 16-6679 Solicitation and Exhibits (2797 : Activu Contract for the TMOC Video Wall) Video Wall System Replacement MTRs 13 June 17, 2016 3.2.18 The video wall management system software shall support an optional software module that provides customizable system actions in response to third-party application real-time events. 3.2.19 The video wall management system software shall support the transport, display, and remote control of computer desktops via Ethernet protocol. 3.2.20 The video wall management system software shall support the display of standard video signal formats, applications, and industry-standard IP streaming video sources. 3.2.21 The video wall management system software shall support integrated audio systems to allow full user control of all audio sources defined in the system. 3.2.22 The video wall management system software shall allow installation in Microsoft Active Directory environments and allow authorized users to login to the system using Windows authentication. 3.2.23 The video wall management system software shall be designed in a manner to allow discrete system software modules to communicate from any location within a local area network. 3.2.24 The video wall management system software shall support 256 bit AES encrypted transmission between software modules. 3.2.25 The video wall management system software shall support the virtualization of the management server software. 3.3 Architecture 3.3.1 Network The video wall management system shall reside on a standard Ethernet - based local area network (LAN). All system communications shall be TCP/IP standards based. Exceptions are limited to external devices under system control that are best communicated via RS-232, RS-422, or Infra- Red methods. Remote access modules shall be capable of residing outside of the LAN where VPN or other standardized networks tunneling protocols are available. System shall be capable of joining a Windows Active Directory (AD) environment where desired. 3.3.2 Hardware The video wall management system hardware shall be comprised of commercially available servers. Servers shall be specified, configured, and provided by the system provider and approved by the software system manufacturer. Servers shall run on a 64 bit Windows OS: Windows Server 2008 R2 or Windows 7. All operating systems shall run the Microsoft .NET framework. Servers and workstations shall be configured for resilient 11.B.7 Packet Pg. 413 Attachment: Exhibit F 16-6679 Solicitation and Exhibits (2797 : Activu Contract for the TMOC Video Wall) Video Wall System Replacement MTRs 14 June 17, 2016 24/7/365 operation with redundant power supplies and RAID 5 storage drive systems. Servers or workstations configured as video display processors shall utilize approved high-performance graphics output cards to render the video image for distribution to display systems. The video display processor hardware shall be capable of ingesting industry-standard video signals for display, to include DisplayPort, DVI, HDMI, VGA/RGBHV, Component Video and Composite Video. The video display processor hardware shall be capable of driving any commercially available display system(s) that utilize industry-standard video signals inputs, to include DisplayPort, DVI, HDMI, VGA/RGBHV, Component Video and Composite Video. The core system hardware and video display processor shall be capable of being configured for automatic failover in the event of primary system failure. 3.3.3 Software The video wall management system software architecture shall be modular in design and scalable in function. The system software modules shall be capable of residing on different host machines and communicating via encrypted TCP/IP transmissions within the LAN. Software modules shall support the use of libraries provided within the Microsoft.NET framework. Servers and workstations shall support the use of multi-port network interface cards (NICs). The system software shall be capable of being configured for automatic failover in the event of primary system failure. 3.3.4 Sources The video wall management system shall be capable of simultaneously displaying multiple types of video signals, IP based streaming video formats, remote desktops, video graphics, web pages, graphics files, video files, and applications for simultaneous viewing on any system display. The video wall management system shall allow the definition of an unlimited amount of sources. Sources shall be defined within the system and available to any authorized user. 3.3.5 Displays The video wall management system shall be capable of displaying any available system source on any common commercially available display utilizing common standard video signal types. Displays shall be defined within the system and available to any authorized user. Remote displays shall have the capability to be driven via TCP/IP communications via a local display processor. The video wall management system shall allow the definition of an unlimited amount of display wall processors. 3.4 Functionality 3.4.1 Graphical User Interface (GUI) The video wall management system shall provide a software-based GUI 11.B.7 Packet Pg. 414 Attachment: Exhibit F 16-6679 Solicitation and Exhibits (2797 : Activu Contract for the TMOC Video Wall) Video Wall System Replacement MTRs 15 June 17, 2016 capable of managing all available system operational functions. The software shall be capable of running on Windows-based systems. The video wall management system GUI shall be accessible only via successful user authentication and login. The system shall have the capability to alternatively use Windows Authentication credentials for system login providing single sign-on capability in Active Directory environments. The video wall management system GUI shall provide an intuitive means for dynamically arranging content on any of the system displays. It shall provide a graphical representation of all system displays and indicate all content available and currently displayed in the system. The video wall management system GUI shall display all defined system resources authorized for access by the current user profile. System resources shall be viewable as a list, resource tree, or searchable by typing the designation of the desired resource. The video wall management system GUI shall allow multiple users to log in and control the system concurrently; each in accordance with their own user rights. The video wall management system GUI shall provide real-time system logs to inform the user of system status. The video wall management system GUI shall provide annotation capability for whiteboard-like drawing over system images. The application shall have the capability to store and recall annotations. The video wall management system GUI shall provide the capability to create, store and recall multiple scripted actions. These scripts shall be assignable to user-defined push button-like graphical controls, allowing the scripts to execute upon clicking. The video wall management system GUI shall provide the following content management functions: 1. Resource view: A list of all available resources available to the system. 2. Resource search: The capability to search system resources by typing the name of the resource. 3. Video wall representation: the capability to see and manipulate a graphical representation of the video wall and/or displays along with the current content being displayed in real-time. 4. Content templates: The capability to store and recall image locations on the video wall display independently of actual content. New content added to the video wall is immediately aligned to content template boundaries. 5. Presets: The capability to store and recall content along with their relative positions on the video wall. 6. Crop: The capability to remove unwanted peripheral content from displayed content. 7. Zoom: The capability to magnify areas of a displayed source on the video wall. 8. Size: The capability to re-size content as it appears on the video wall; either preserving or modifying the original aspect ratio of the source. 9. Layering: The capability to place content on top of (or underneath) other content on the video wall. 11.B.7 Packet Pg. 415 Attachment: Exhibit F 16-6679 Solicitation and Exhibits (2797 : Activu Contract for the TMOC Video Wall) Video Wall System Replacement MTRs 16 June 17, 2016 10. Image Blending: The capability to make a displayed image partially transparent thereby making layered content underneath the primary image visible. 11. Color Keying: The capability to make certain colors of a displayed image transparent thereby making layered content underneath the color visible. 12. Snap: The capability to force displayed content to align with the boundaries of a display. 13. Source default parameters: The capability to define default size and aspect ratio settings for a source. 14. Event scheduling: The capability to automatically call up predetermined content on the video wall by time-driven schedule. 15. Multi-views: The capability to create multiple alternate versions of displayed video wall content and toggle rapidly between them. 16. Multi-zone audio control: The capability to select audio source and control volume for all audio-capable sources and all audio zones defined within a system. 3.4.2 Administrative Application The video wall management system shall provide a setup and configuration utility application for administrative functions not directly exposed to system users. The utility application shall provide full administrative control over all system configuration parameters for authorized users. The utility application shall require additional login credentials independent from system user credentials. 3.4.3 Remote Desktop Transport Application The video wall system shall provide a lightweight application to be installed on host machines intending to be used as sources for the system. The application shall provide lossless transport of the host system’s desktop image via TCP/IP protocol. The application shall communicate with the core system via a FIPS compliant, AES 256-bit encrypted transport mechanism. The application shall provide the capability to transport desktops from hosts with multi-headed displays. The application shall provide the capability to reduce the active area of the desktop being transported to a smaller, user-defined area. The application shall provide the capability for remote Keyboard and Mouse (KM) control of the host machine. The application shall provide the capability for transport of the host machine audio output. The application shall provide a means to control the rate at which desktop images are transmitted in order to meet network bandwidth limitations. The application shall have the capability to provide notification to the host machine user when the desktop transport is active and connected to the core system. The application shall allow the host machine operator to set control parameters for communication with the core system; disabling KM or desktop transport when desired. 11.B.7 Packet Pg. 416 Attachment: Exhibit F 16-6679 Solicitation and Exhibits (2797 : Activu Contract for the TMOC Video Wall) Video Wall System Replacement MTRs 17 June 17, 2016 3.5 Execution 3.5.1 The CONTRACTOR shall follow the instructions in the documentation provided by the video wall system provider to ensure that all steps have been taken to provide a safe, reliable, easy-to-operate system. 3.5.2 All equipment shall be tested and configured in accordance with instructions provided by the video wall system provider prior to installation. 3.5.3 The video wall system provider (or representative) shall conduct a site acceptance test, verifying system performance in the intended environment and commission the system’s use. 4.0 10 GIGABIT ETHERNET SWITCHES 4.1 Description The existing Collier County network consists of a complete, redundant Ethernet network with hardened managed field Ethernet switches ,communications media, ITS and ATMS field devices, non-hardened gigabit Ethernet TMC, EOC and master hub switches and a firewall appliance. The network transmits video and data streams from field devices to the Collier County TMC and the Collier County EOC. The non-hardened gigabit Ethernet TMC, EOC and master hub switches are past their end of life and will be replaced under this project. The CONTRACTOR shall decommission the existing equipment and return to the County project manager. The existing gigabit Ethernet switches are Cisco 3400ME devices which are configured with gigabit fiber interfaces and copper RJ-45 interfaces. The CONTRACTOR shall provide Ethernet TMC, EOC and master hub switches at the sites indicated in the APPENDIX B: Communications Map and this MTR. These sites shall connect the local fiber optic rings to the fiber optic backbone. The Ethernet TMC, EOC, and master hub switches provide aggregation points for the Ethernet Edge switches located at the local hub installation sites. The Ethernet shall be configured for 10 Gbps fiber Ethernet connections to comprise a 10 Gbps Ethernet backbone for the ATMS system network . All fiber connections shall be single-mode configurations. 4.2 Design Requirements 4.2.1 General The CONTRACTOR shall identify ITS equipment and Ethernet devices that are compliant with these MTRs and are compatible with those used by Collier County. 4.2.2 TMC, EOC and Master Hub Ethernet Switch The CONTRACTOR shall install, configure, and make operational, seven (7) Ethernet switches as detailed in these MTRs. The Ethernet switches shall be located at the TMC on South Horseshoe Drive, the EOC on Lely 11.B.7 Packet Pg. 417 Attachment: Exhibit F 16-6679 Solicitation and Exhibits (2797 : Activu Contract for the TMOC Video Wall) Video Wall System Replacement MTRs 18 June 17, 2016 Cultural Parkway, and the five (5) master hub locations described below.  US 41 & Airport-Pulling Road  Golden Gate Parkway & Collier Boulevard  Immokalee Road & Collier Boulevard  US 41 & Immokalee Road  Pine Ridge Road and Airport-Pulling Road 4.3 Technical Requirements 4.3.1 Ethernet TMC, ESC and Master Hub Switch The Ethernet switches shall be a single rack unit, rack mountable, non- blocking, two (2) 10 Gbps fiber switch with twenty-four (24) 10/100/1000BaseT copper ports. 4.3.2 Electrical Power Each Ethernet switch shall be supplied with 120VAC redundant, hot swappable internal power supplies. Failure of one power supply shall not affect switch operations. 4.3.3 Environmental and Cooling The Ethernet switches at a minimum shall meet the following environment ranges:  Operating temperature: 23° to 104° F (-5°C to 45°C)  Storage temperature: -40° F to 158° F (-40 °C to 70°C)  Relative humidity non-operating: 0% to 95% (noncondensing) 4.3.4 Hardware The Ethernet switches shall meet or exceed the following hardware specifications:  2 SFP 10 Gbps Fiber Ports  24 SFP 1000BaseT Copper Ports  Support for future expansion allowing the following options; o 4 x Gigabit Ethernet with Small Form-Factor Pluggable (SFP) receptacles o 2 x 10 Gigabit Ethernet with SFP+ or 4 x Gigabit Ethernet with SFP receptacles o 4 x 10 Gigabit Ethernet with SFP+ receptacles (supported only on the 48-port Gigabit Ethernet models or on the 12-port or higher 10 Gigabit Ethernet models)\ o Must be capable of supporting Universal Power over Ethernet (up to 60W per port) o Must be able to support Multi-gigabit technology allowing for speeds up to 10 Gbps over Category 6 cabling infrastructures. 11.B.7 Packet Pg. 418 Attachment: Exhibit F 16-6679 Solicitation and Exhibits (2797 : Activu Contract for the TMOC Video Wall) Video Wall System Replacement MTRs 19 June 17, 2016 4.3.5 Chassis The switch chassis shall be a rack mounted unit with both fiber and copper connections on the front. The link connections shall be able to be confirmed by front mounted LEDs. The chassis shall be capable of being configured in a stacked configuration. 4.3.6 Security The Ethernet switches shall, at a minimum, be able to perform at the following security requirements:  Identity Service Engine  IEEE 802.1x port security  Dynamic Host Configuration Protocol (DHCP) Snooping and Guard  Dynamic ARP Inspection  RA Guard  IP Source Guard  Control plane protection (CoPP)  Wireless intrusion prevention systems (WIPSs)  Cisco Discovery Protocol (natively) 4.3.7 Switch Supported Protocols The TMC, EOC, and master hub switches shall support the following protocols at a minimum;  OSFP  RIP  EIGRP (natively)  BGP 4  IGMP Snooping  IGMP V2, V3  VRRP  RSTP  MSTP  PVST (natively)  PIM-SM  PIM-SSM  IEEE 802.1AB: Link Layer Discovery Protocol (LLDP)  IEEE 802.1w: Rapid reconfiguration of Spanning Tree Protocol  IEEE 802.1X: Port Access Control  IEEE 802.1ak: Multiple Registration Protocol  IEEE 802.3u: 100BASE-T  IEEE 802.3ab: 1000BASE-T  IEEE 802.3z: 1000BASE-X  IEEE 802.3ae: 10 Gigabit Ethernet  IEEE 802.3x: Pause Frames/Flow Control 11.B.7 Packet Pg. 419 Attachment: Exhibit F 16-6679 Solicitation and Exhibits (2797 : Activu Contract for the TMOC Video Wall) Video Wall System Replacement MTRs 20 June 17, 2016  IEEE 802.3ad: Link Aggregation Control Protocol  Multicast VLAN routing  MAC-based VLAN 4.3.8 Quality of Service (QoS) At a minimum, the Ethernet switches shall support the following QoS capabilities:  Layer 2 QoS  Layer 3 QoS 4.3.9 Manageability Features At a minimum, the Ethernet switches shall support the following manageability features:  OS CLI  Web interface  Out-of-band management  ASCII configuration  Remote performance monitoring  SNMP: v1, v2c, v3 4.3.10 Services Features At a minimum, the Ethernet switches shall be able to perform the following services:  NTP  DHCP server  DHCP client and DHCP proxy  DHCP local server support  RADIUS  TACACS+  Secure copy  HTTP/HTTPs  DNS resolver  Syslog logging  Temperature sensor  Interface range specification  Port profile associations 4.3.11 Warranty and Support The Ethernet switches shall come with the manufacturer’s enhanced limited lifetime hardware warranty that includes Next Business Day (NBD) delivery of replacement of hardware where available and 90 days of technical support. 11.B.7 Packet Pg. 420 Attachment: Exhibit F 16-6679 Solicitation and Exhibits (2797 : Activu Contract for the TMOC Video Wall) Video Wall System Replacement MTRs 21 June 17, 2016 4.3.12 Optics The CONTRACTOR shall supply Small Form Factor Pluggable (SFP) with each Ethernet switch. The SFPs shall transmit data at 1000BaseX or 10 Gbps based on field fiber connection requirements. All optics shall be single-mode. All 1000BaseX optics shall be 10km, 25km, 40km, or 70km at either 1310nm or 1550nm. All 10 Gbps SFP shall support 10km or 40km distances at 1310nm. The CONTRACTOR is responsible for determining the correct SFPs for each fiber connection. The Contractor shall also provide attenuation on any SFP as required. 4.4 Construction Requirements The CONTRACTOR shall furnish all tools, equipment, materials, supplies, and manufactured hardware, and shall perform all operations and equipment integration necessary to provide a complete, fully operational Ethernet network. All Ethernet switches shall be mounted in 19-inch communications racks. The new Ethernet switches will replace the existing Cisco 3400ME switches in their mounted location. All cabling shall be:  Neatly tagged with permanent labels at both ends of every cable  Secured with wire ties and cable management hardware in the communications racks  Grounded to rack grounding hardware 4.5 Testing Requirements The CONTRACTOR shall perform the following additional tests: For each Ethernet switch, the primary backbone link between each TMC, EOC and master hub switch shall be disconnected, demonstrating alternative paths and network redundancy. For each Ethernet switch, each power supply will be disconnected separately to demonstrate the redundant power requirements of this MTR. Baseline utilization of the backbone communications shall be tested and recorded as a baseline metric for monitoring. The CONTRACTOR shall notify the County’s Project Manager at least fourteen (14) calendar days prior to testing of the communications. 5.0 FIREWALL APPLIANCE 5.1 Description The TMC currently has a firewall that has reached its end of life. The CONTRACTOR shall furnish and install a new firewall appliance at the TMC. The firewall appliance will provide remote connectivity for Collier County personnel as 11.B.7 Packet Pg. 421 Attachment: Exhibit F 16-6679 Solicitation and Exhibits (2797 : Activu Contract for the TMOC Video Wall) Video Wall System Replacement MTRs 22 June 17, 2016 well as provide protection from external network connections. The CONTRACTOR will install and configure the firewall appliance in at the TMC at a location supplied by the project manager. The CONTRACTOR will install and configure the firewall appliance for remote VPN connections, internal/external firewall policies, and intrusion and protection configurations. The CONTRACTOR shall provide a security policy configuration for the firewall to the project manager for review and approval . Upon notice-to-proceed, the County will provide the CONTRACTOR with the applicable network information and protection strategies that will be implemented. 5.2 Requirements The firewall appliance shall conform to the following requirements; Stateful inspection throughput Up to 150 Mbps IPS throughput Up to 75 Mbps with AIP-SSC-5 Maximum 3DES/AES VPN Throughput Up to 100 Mbps Users or nodes Unlimited Maximum Site-to-Site and IPsec IKEv1 Client VPN User Sessions 10/25 (requires Security Plus license) Maximum AnyConnect® or Clientless VPN 25 (Requires AnyConnect Plus) Cloud Web Security users 25 Concurrent connections 10,000; 25,000 New connections per second 4000 Virtual interfaces (VLANs) 3 (trunking disabled)/ 20 (trunking enabled) Expansion slot 1 SSC USB 2.0 ports 3 (1 on front, 2 on rear) Integrated I/O 8 Fast Ethernet with 2 PoE ports Serial ports 1 RJ-45 console Memory 512 MB Minimum system flash 128 MB System bus Multi-bus architecture Temperature 32 to 104°F (0 to 40°C) Relative humidity 5 to 95 percent noncondensing Altitude Designed and tested for 0 to 9840 ft. (3000 m) Shock 1.14 m/sec (45 in./sec) 1/2 sine input Vibration 0.41 Grms2 (3 to 500 Hz) random input Acoustic noise 60 dB max Temperature -13 to 158ºF (-25 to 70ºC) Relative humidity 5 to 95 percent noncondensing 11.B.7 Packet Pg. 422 Attachment: Exhibit F 16-6679 Solicitation and Exhibits (2797 : Activu Contract for the TMOC Video Wall) Video Wall System Replacement MTRs 23 June 17, 2016 Altitude 0 to 15,000 ft. (4570m) Shock 30G Vibration 0.41 Grms2 (3 to 500 Hz) random input AC range line voltage 100 to 240 VAC AC normal line voltage 100 to 240 VAC AC current 1.8A AC frequency 50/60 Hz Dual-power supplies None Steady state 20W Maximum peak 96W Maximum heat dissipation 72 BTU/hr. Form factor Desktop Dimensions (H x W x D) 1.75 x 7.89 x 6.87 in. (4.45x 20.04 x 17.45 cm) Weight (with AC power supply) 4.0 lbs. (1.8 kg) Safety UL 60950, CSA C22.2 No. 60950, EN 60950 IEC 60950, AS/NZS60950 Electromagnetic compatibility (EMC) CE marking, FCC Part 15 Class B, AS/NZS CISPR22 Class B, VCCI Class B, EN55022 Class B, CISPR22 Class B, EN61000-3-2, EN61000-3-3 Industry certifications FIPS 140-2 Level 2 In process: Common Criteria EAL4+ US DoD Application-Level Firewall for 5.3 Installation Requirements The CONTRACTOR shall install the firewall appliance at the TMC. The County project manager will provide the installation location in the TMC data center. The County project manager will provide the connection ports for the internal and external connections. The CONTRACTOR will coordinate with the County project manager for external carrier access and contact information. The firewall appliance policy design shall be submitted to the County project manager for review and approval. Once approval is granted the CONTRACTOR shall implement the policy on the firewall appliance. The CONTRACTOR will provide integration services to include the initialization of the firewall appliance including all start-up, licensing, and configuration activities. The County shall provide the applications to be ported, the application ports/protocols, and guidance on the type of devices and their intended operational purpose to the CONTRACTOR. The CONTRACTOR will configure and test Bring Your Own Device (BYOD) functionality within the firewall appliance. The intent of the BYOD functionality is:  Use Apple, Android, Windows devices remotely to connect to County internal systems 11.B.7 Packet Pg. 423 Attachment: Exhibit F 16-6679 Solicitation and Exhibits (2797 : Activu Contract for the TMOC Video Wall) Video Wall System Replacement MTRs 24 June 17, 2016  Remotely view County video via Apple, Droid, and Windows portable devices.  Remotely view NMS activities via Apple, Droid, and Windows portable devices. The CONTRACTOR shall coordinate with the County project manager for a list of devices, applications, and network traffic directions. 5.4 Testing Requirements The CONTRACTOR shall provide the County project manager a test plan to test the functionality of the firewall appliance, its connections to external BYOD devices and internal applications and systems. The firewall appliance shall be tested to verify it meets the specified requirements prior to final acceptance. The CONTRACTOR is responsible for all inspections and tests to ensure that all requirements are met. 6.0 COMPUTER WORKSTATIONS The CONTRACTOR shall provide two new computer workstations at the County's TMC and one at the EOC. The workstations shall be equipped with three 22” LED/LCD monitors each and shall include any additional graphics cards necessary to provide graphics output capabilities to support three monitors and meet the requirements in paragraph 6.1 below. The hardware and software for these new workstations shall be configured as application clients. The CONTRACTOR is responsible for all necessary work to integrate these workstations into the existing TMC network. The CONTRACTOR is responsible for providing all power, graphics, network, and communications cabling necessary to integrate these workstations into the TMC and the TMC network. Collier County's IT staff will provide any anti-virus or management software, other than the Network Management software, as necessary. These workstations shall meet or exceed the following minimum specifications:  Intel Core i3 2100 3.1 GHz, 3M or better CPU  16-32 GB of DDR3 RAM, 1333MHz, Dual Channel  500 GB – 1 TB, 7,200 RPM, 3.5" SATA, 16 MB Cache hard drive  16X DVD +/- RW SATA CD-ROM drive  10/100/1000 Network Interface card  Expansion slots to support additional graphics cards  PS2 Keyboard  USB optical mouse  Speakers  Restoration CD - Operating system, diagnostic and driver set  Dimensions (H x W x D): 14.17 inches x 6.89 inches x 16.42 inches  Three year warranty with 24/7 telephone tech support and next day on-site service, including labor and parts  Manufacturer compatible expansion graphics card(s) to support four monitors 11.B.7 Packet Pg. 424 Attachment: Exhibit F 16-6679 Solicitation and Exhibits (2797 : Activu Contract for the TMOC Video Wall) Video Wall System Replacement MTRs 25 June 17, 2016  Energy Efficient - Energy Star 5.0 compliant  These workstations shall have the following software installed:  Windows Seven 64-bit Operating System  Windows Seven updates and security patches  Microsoft Office Professional (XP compatible version)  Software needed to support multiple monitor configuration  All required cabling 6.1 Monitor Graphics Cards Install the graphics cards and properly configure in the workstations prior to delivery. Provide additional software as needed to support multiple monitor configurations to move or assign open windows for display on all monitors, or separately on a user specified monitor. The software shall automatically assign numbers for the attached multiple monitors, with numbers ascending from left to right. Graphic expansion cards shall be workstation manufacturer compatible and fully compatible with the workstation expansion slot capabilities. The graphics expansion card shall be capable of actively changing to different display resolutions for individual monitors without restarting the workstation. If additional software is needed for the graphics expansion card(s), then it shall be accessible from the operating system's desktop and be compatible with the workstation operating system. Graphics cards shall have a three year warranty. The graphics cards shall meet the following minimum requirements:  1GB memory dedicated graphics memory  Graphics processing unit dedicated to graphics  2 DVI or 2 DP outputs that require no cable adapters at the card output  2560 x 1600 resolution  When installed in the expansion slot, shall not disable any on-board (native to motherboard) graphics outputs  Card height (half-height or full-height) compatible with workstations expansion capabilities 6.2 Network Management Software The CONTRACTOR shall furnish, install, and populate/configure a new NMS to monitor and manage existing network devices to include Ethernet switches and edge connected devices. The CONTRACTOR shall supply a server sized according to the NMS software manufacturer’s minimum recommendations. The County’s project manager will provide the location of the server that will be installed in the TMC data center The NMS provided shall conform to the following requirements at a minimum:  Monitor and analyze real-time network performance statistics for routers, switches, wireless access points, servers, UPS systems, CCTV, Bluetooth, and any other SNMP-enabled devices.  Provide licenses for up to 1024 IP devices.  Display the Collier County Traffic network pictorially. The CONTRACTOR 11.B.7 Packet Pg. 425 Attachment: Exhibit F 16-6679 Solicitation and Exhibits (2797 : Activu Contract for the TMOC Video Wall) Video Wall System Replacement MTRs 26 June 17, 2016 shall provide an approved GUI map with the NMS software to pictorially display the location of the networked devices.  Automated Network Discovery – The NMS should automatically discover devices on the network.  Poll and query device status using multiple protocols such as SNMP, ping, http, telnet, SSH, RMON, or use a custom poller to query any SNMP-enable device that has a MIB.  Deliver prioritized alerts via E-mail, sound, and pictorially on real issues by enabling advanced network alerting dependencies for correlated events, sustained conditions, and complex combinations of device states.  Monitor network metrics including bandwidth utilization, packet loss, latency, errors, discards, and QoS.  Have a message center or centralized screen for a central view for all of the notification messages about network performance. This message center should allow the operator to quickly troubleshoot network performance issues by analyzing SNMP trap and Syslog data from a single interface, instead of by polling various machines.  Customize the collected data for graphing, alerting, and reporting purposes.  Contain a report writer to generate custom network reports. 6.2.1 Configuration The CONTRACTOR will configure the NMS system. The CONTRACTOR will install a GUI map depicting the county’s network infrastructure and device locations. The CONTRACTOR will submit a GUI map design for review and approval by the County project manager. 11.B.7 Packet Pg. 426 Attachment: Exhibit F 16-6679 Solicitation and Exhibits (2797 : Activu Contract for the TMOC Video Wall) 16-6679 Video Wall RFP_Non_CCNATemplate_06132016 39 Attachment 11 COLLIER COUNTY TRAFFIC OPERATIONS TRAFFIC MANAGEMENT CENTER (TMC) #433178-1 - VIDEO WALL SYSTEM REPLACEMENT CONCEPTUAL WALL LAYOUTS (Originally developed for the Collier County Network Analysis) 11.B.7 Packet Pg. 427 Attachment: Exhibit F 16-6679 Solicitation and Exhibits (2797 : Activu Contract for the TMOC Video Wall) Project No. Date Project Title Drawing Title Title:Name:Date: Time:12/21/2015V:\0115004 - Collier County Network Analysis\Project Working Files\Design Plans\ITS\Video Wall TMC.dgnArt4:48:07 PMPage 0115004 COLLIER COUNTY NETWORK ANALYSIS WWW.VIBENGINEERING.COM CA NO: 30322 TELEPHONE: (727) 317-4967 ST. PETERSBURG, FL 33701 SUITE 302 700 CENTRAL AVE VIBE 12/21/2015 55" 55" 55" 55" 55" 55" 55" 55" 55" 55" 55" 55" 55" 55" 55" 55" 55" 55" PLAN VIEW FRONT VIEW WORKSTATIONS 594''142''FIGURE 1A: COLLIER COUNTY TMC VIDEO WALL PROPOSED LAYOUT WITH 55" DISPLAYS 48''191''48'' SIDE PANELSIDE PANEL 11.B.7 Packet Pg. 428 Attachment: Exhibit F 16-6679 Solicitation and Exhibits (2797 : Activu Contract for the TMOC Video Wall) Project No. Date Project Title Drawing Title Title:Name:Date: Time:12/21/2015V:\0115004 - Collier County Network Analysis\Project Working Files\Design Plans\ITS\Video Wall TMC.dgnArt4:47:42 PMPage 0115004 COLLIER COUNTY NETWORK ANALYSIS WWW.VIBENGINEERING.COM CA NO: 30322 TELEPHONE: (727) 317-4967 ST. PETERSBURG, FL 33701 SUITE 302 700 CENTRAL AVE VIBE 12/21/2015 46"46"46" 46"46"46" 46"46"46" 46" 46" 46" 46" 46" 46" 46" 46" 46" PLAN VIEW FRONT VIEW WORKSTATIONS 6142''48''34''132''34'' FIGURE 1B: COLLIER COUNTY TMC VIDEO WALL PROPOSED LAYOUT WITH 46" DISPLAYS SIDE PANEL 4 6" 4 6" 4 6" SIDE PANEL 48''132''48''48''48'' 11.B.7 Packet Pg. 429 Attachment: Exhibit F 16-6679 Solicitation and Exhibits (2797 : Activu Contract for the TMOC Video Wall) Project No. Date Project Title Drawing Title Title:Name:Date: Time:12/21/2015V:\0115004 - Collier County Network Analysis\Project Working Files\Design Plans\ITS\Video Wall TMC.dgnArt4:48:38 PMPage 0115004 COLLIER COUNTY NETWORK ANALYSIS WWW.VIBENGINEERING.COM CA NO: 30322 TELEPHONE: (727) 317-4967 ST. PETERSBURG, FL 33701 SUITE 302 700 CENTRAL AVE VIBE 12/21/2015 46" 46" PLAN VIEW FRONT VIEW 96''48'' 48'' 7 FIGURE 1C: EMERGENCY SERVICES CENTER VIDEO WALL LAYOUT 11.B.7 Packet Pg. 430 Attachment: Exhibit F 16-6679 Solicitation and Exhibits (2797 : Activu Contract for the TMOC Video Wall) 16-6679 Video Wall RFP_Non_CCNATemplate_06132016 40 Attachment 12 Granting Agency Provisions & Required Forms (Submit Forms with Proposal) Grant Forms (complete and return with proposal) 1. Debarment and Suspension 2. Lobbying 3. DBE MBE Participation 4. Buy America 5. Conflict of Interest 6. Grant Acknowledgement 7. Consultant’s Affidavit 8. Truth in Negotiation 11.B.7 Packet Pg. 431 Attachment: Exhibit F 16-6679 Solicitation and Exhibits (2797 : Activu Contract for the TMOC Video Wall) Exhibit I A: Federal Provisions Professional Services FHWA 20.205 FEDERAL LAWS AND REGULATIONS Because this project activity is funded in whole or in part by the Federal Government, or an Agency thereof, Federal Law requires that the Applicant's contracts relating to the project include certain provisions. CIVIL RIGHTS COMPLIANCE The Consultant, in accordance with the Title VI of the Civil Rights Act of 1964, 78 Stat. 252, 42 U.S.C. 200d to 200d-7 and Title 49, Code of Federal Regulations, Department of Transportation, Subtitle A, Office of the Secretary, Part 21, Non-discrimination in Federally- assisted programs of the Department of Transportation issued pursuant to such Act, Collier County hereby notifies all consultants that it will affirmatively insure that in any contract entered into pursuant to this advertisement, disadvantaged business enterprises as defined at 49 CFR Part 26 will be afforded full opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, religion, national origin, marital status, sex, age, disability in consideration for an award. Non Discrimination : All contracts shall contain a provision requiring compliance with Title VI of the Civil Rights Act of 1964 (P.L. 88-352), and the regulations issued pursuant thereto, which provides that no person in the United States shall on the grounds of race, color, or national origin, be excluded from participation in, be denied the benefits of, or be otherwise subjected to discrimination under any program or activity for which the Recipient receives Federal financial assistance and will immediately take any measures necessary to effectuate this assurance. If any real property or structure thereon is provided or improved with the aid of Federal financial assistance extended to the Recipient, this assurance shall obligate the Recipient, or in the case of any transfer of such property, any transferee, for the period during which the real property or structure is used for a purpose for which the Federal financial assistance is extended, or for another purpose involving the provision of similar services or benefits. 1. Equal Employment Opportunity: The following equal employment opportunity requirements apply to the underlying contract: a. Age: Under the Age Discrimination Act of 1975, as amended (42 U.S.C.: 6101-6107), the Consultant agrees to refrain from discrimination against present and prospective employees on the basis of age. b. Race, Color, Creed, National Origin, Sex: Per Executive Order 11246 as amended by Executive Orders 11375 and 12086, and the regulations issued pursuant thereto, the Consultant agrees to refrain from discrimination against anyone on the basis of race, color, religion, sex or national origin in all phases of employment during the performance of federal or federally assisted construction contracts. The Consultant agrees to take affirmative action to insure fair treatment in employment, upgrading, demotion, or transfer and in such actions as recruitment or recruitment advertising; layoff/termination, rates of pay or other forms of compensation; and election for training and apprenticeship. c. Disabilities: The Consultant agrees that it will comply with the Americans With 11.B.7 Packet Pg. 432 Attachment: Exhibit F 16-6679 Solicitation and Exhibits (2797 : Activu Contract for the TMOC Video Wall) Exhibit I A: Federal Provisions Professional Services FHWA 20.205 Disabilities Act (Public Law 101-336, 42 U.S.C. Section 12101 et seq.), where applicable, which prohibits discrimination by public and private entities on the basis of disability in the areas of employment, public accommodations, transportation, State and local government services, and in telecommunications. OTHER REGULATIONS Access to Documents: Consultant shall exercise best efforts to maintain communication with Applicant's personnel, whose involvement in the project is necessary for successful and timely completion of the work of the project, including but not limited to the closing of specific transactions. Communications between the parties shall be verbal or in writing, as requested by the parties or as dictated by the subject matter to be addressed. During the term of the Agreement and for the ensuing record-retention period, Consultant shall make any or all project records available upon reasonable request, and in any event within two (2) business days if requested, to Collier County, and any other agency of State or Federal government, or the duly authorized representatives of any of the foregoing, that has provided funding or oversight or the project, for the purpose of making audit, examination, excerpts and/or transcriptions. For purposes of this section, "records" means any and all books, documents, papers and records of any type or nature that are directly pertinent. Retention of Documents: Consultant shall maintain all project records for a minimum period of three (3) years from the date of the last voucher. Debarment and Suspension (E.O.s 12549 and 12689): Contract awards that exceed the small purchase threshold and certain other contract awards shall not be made to parties listed on the nonprocurement portion of the General Services Administration's List of parties Excluded from Federal Procurement or Nonprocurement Programs in accordance with E.O.s 12549 and 12689, “Debarment and Suspension.” This list contains the names of parties debarred, suspended, or otherwise excluded by agencies, and Consultants declared ineligible under statutory or regulatory authority other than E.O. 12549. Consultants with awards that exceed the small purchase threshold shall provide the required certification regarding its exclusion status and that of its principals. Vendors submitting proposals for this purchase must attest that they, and their sub-Consultants and partners, are not excluded from receiving Federal contracts, certain subcontracts, and certain Federal financial and nonfinancial assistance and benefits, pursuant to the provisions of 31 U.S.C. 6101, note, E.O. 12549, E.O. 12689, 48 CFR 9.404, and each agency's codification of the Common Rule for Nonprocurement suspension and debarment. Consultant’s debarment and suspension status will be validated at the System for Award Management at www.sam.govand the State of Florida at http://dms.myflorida.com/business_operations/state_purchasing/ vendor information. Byrd Anti-Lobbying Amendment (31 U.S.C. 1352): Consultants who apply or bid for an award of $100,000 or more shall file the required certification. Each tier certifies to the tier above that it will not and has not used Federal 11.B.7 Packet Pg. 433 Attachment: Exhibit F 16-6679 Solicitation and Exhibits (2797 : Activu Contract for the TMOC Video Wall) Exhibit I A: Federal Provisions Professional Services FHWA 20.205 appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a member of Congress, officer or employee of Congress, or an employee of a member of Congress in connection with obtaining any Federal contract, grant or any other award covered by 31 U.S.C. 1352. Each tier shall also disclose any lobbying with non-Federal funds that takes place in connection with obtaining any Federal award. Such disclosures are forwarded up from tier-to-tier-to recipient. DBE Participation The overall goal for the Florida Department of Transportation’s (FDOT) Disadvantaged Business Enterprise (DBE) program for FHWA assisted contracts is established on a triennial basis. The overall goal for federal fiscal years 22015 – 2017 has been set at 9.91% race- neutral utilizing the methodologies described in 49 CRF Part 26. This means that the State's goal is to spend at least 9.91% of the federal aid highway dollars with Certified DBE's as prime firms or as sub-consultants/sub-Consultants. Race-neutrality means that the Department has demonstrated that the 9.91% overall goal can be achieved through the normal competitive procurement process without using DBE contract goals. The County encourages DBE firms to compete for County professional services projects, and also encourages non-DBE consultants to use DBE firms as sub-consultants. However, use of DBE sub-consultants is not mandatory and no preference points will be given in the selection process for DBE participation. The CONSULTANT, sub recipient or sub-Consultant shall not discriminate on the basis of race, color, national origin or sex in the performance of this Contract. The CONSULTANT shall carry our applicable requirements of 49 CFR Part 26 in the award and administration of DOT – assisted contracts. Failure of the CONSULTANT to carry out these requirements is a material breach of this Contract, which may result in the termination of this Contract or such other remedy as the COUNTY deems appropriate. Each subcontract the CONSULTANT or its subs signs in regards to a federal aid project must include the assurance in the above paragraph (see 49 CFR 26.13(b)). The CONSULTANT and its sub-Consultants agree to comply with all applicable federal implementing regulations and other implementing requirements the Federal government may issue. Prohibited Interests “No member, officer, or employee of the County or of the locality during his tenure or for 2 years thereafter shall have any interest, direct or indirect, in this contract or the proceeds thereof.” Each subcontract the CONSULTANT or its subs signs in regards to this Contract must include the assurance in the above paragraph. Solicitations for Subcontractors, including Procurements of Materials and Equipment In all solicitations made by the Contractor, either by competitive bidding or negotiation for work 11.B.7 Packet Pg. 434 Attachment: Exhibit F 16-6679 Solicitation and Exhibits (2797 : Activu Contract for the TMOC Video Wall) Exhibit I A: Federal Provisions Professional Services FHWA 20.205 to be performed under a subcontract, including procurements of materials or leases of equipment; each potential subcontractor or supplier shall be notified by the Contractor of the Contractor’s obligations under this contract and the Regulations relative to nondiscrimination on the basis of race, color, national origin, sex, age, disability, religion or family status. Administrative, contractual, or legal remedies unless otherwise provided in this contract, all claims, counter-claims, disputes and other matters in question between the local government and the contractor, arising out of or relating to this contract, or the breach of it, will be decided by arbitration, if the parties mutually agree, or in a Florida court of competent jurisdiction. Energy Conservation Requirements The Energy Conservation requirements are applicable to all contracts and subcontracts. The Contractor shall comply with any mandatory standards and policies relating to energy efficiency contained in the State Energy Conservation Plan issued in compliance with the Energy Policy and Conservation Act (42 U.S.C. Section 6201) Access to Reports and Records The vendor agrees to maintain all books, records, accounts and reports required under this contract for a period of not less than three years after the date of termination or expiration of this contract, except in the event of litigation or settlement of claims arising from the performance of this contract, in which case Vendor agrees to maintain same until the Purchaser, the Grantor Administrator, the Comptroller General, or any of their duly authorized representatives, have disposed of all such litigation, appeals, claims or exceptions related thereto. Buy America and Foreign Contractor and Supplier Restriction Source of Supply – Steel: For Federal-aid Contracts, only use steel and iron produced in the United States, in accordance with the Buy America provisions of 23 CFR 635.410, as amended. Ensure that all manufacturing processes for this material occur in the United States. As used in this specification, a manufacturing process is any process that modifies the chemical content, physical shape or size, or final finish of a product beginning with the initial melding and mixing and continuing through the bending and coating stages. A manufactured steel or iron product is complete only when all grinding, drilling, welding, finishing and coating have been completed. If a domestic product is taken outside the United States for any process, it becomes foreign source material. When using steel and iron as a component of any manufactured product incorporated into the project (e.g., concrete pipe, pres-stressed beams, corrugated steel pipe, etc.), these same provisions apply, except that the manufacturer may use minimal quantities of foreign steel and iron when the cost of such foreign materials does not exceed 0.1% of the total Contract amount or $2,500, whichever is greater. These requirements are applicable to all steel and iron materials incorporated into the finished work, but are not applicable to steel and iron items that the Contractor uses but does not incorporate into the finished work. Provide a certification from the producer of steel or iron, or any product containing steel or iron as a component, stating that all steel or iron furnished or incorporated into the furnished product was manufactured in the United States in accordance with the requirements of this specification and the Buy America provisions of 23 CFR 635.410, as amended. Such certification shall also include (1) a statement that the product was produced entirely within the United States, or (2) a statement that the product was produced 11.B.7 Packet Pg. 435 Attachment: Exhibit F 16-6679 Solicitation and Exhibits (2797 : Activu Contract for the TMOC Video Wall) Exhibit I A: Federal Provisions Professional Services FHWA 20.205 within the United States except for minimal quantities of foreign steel and iron valued at $ (actual value). Furnish each such certification to the Engineer prior to incorporating the material into the project. When FHWA allows the use of foreign steel on a project, furnish invoices to document the cost of such material, and obtain the Engineer’s written approval prior to incorporating the material into the project. 11.B.7 Packet Pg. 436 Attachment: Exhibit F 16-6679 Solicitation and Exhibits (2797 : Activu Contract for the TMOC Video Wall) Exhibit I A: Federal Provisions Professional Services FHWA 20.205 6 The following terms and conditions supersede any terms and conditions under the General Conditions of this contract and/or policy and guidelines of Collier County Government for the purpose of this engagement only. A. It is understood and agreed that all rights of Collier County relating to inspection, review, approval, patents, copyrights, and audit of the work, tracing, plans, specifications, maps, data, and cost records relating to this Agreement shall also be reserved and held by authorized representatives of the United States of America. B. It is understood and agreed that, in order to permit federal participation, no supplemental agreement of any nature may be entered into by the parties hereto with regard to the work to be performed hereunder without the approval of U.S.D.O.T., anything to the contrary in this Agreement notwithstanding. C. Compliance with Regulations: The Contractor shall comply with the Regulations relative to nondiscrimination in Federally-assisted programs of the U.S. Department of Transportation (hereinafter, “USDOT”) Title 49, Code of Federal Regulations, Part 21, as they may be amended from time to time, (hereinafter referred to as the Regulations), which are herein incorporated by reference and made a part of this Agreement. D. Nondiscrimination: The Contractor, with regard to the work performed during the contract, shall not discriminate on the basis of race, color, national origin, sex, age, disability, religion or family status in the selection and retention of subcontractors, including procurements of materials and leases of equipment. The Contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations, including employment practices when the contract covers a program set forth in Appendix B of the Regulations. E. Solicitations for Subcontractors, including Procurements of Materials and Equipment: In all solicitations made by the Contractor, either by competitive bidding or negotiation for work to be performed under a subcontract, including procurements of materials or leases of equipment; each potential subcontractor or supplier shall be notified by the Contractor of the Contractor’s obligations under this contract and the Regulations relative to nondiscrimination on the basis of race, color, national origin, sex, age, disability, religion or family status. F. Information and Reports: The Contractor shall provide all information and reports required by the Regulations or directives issued pursuant thereto, and shall permit access to its books, records, accounts, other sources of information, and its facilities as may be determined Collier County and the Federal Highway Administration to be pertinent to ascertain compliance with such Regulations, orders and instructions. Where any information required of a Contractor is in the exclusive possession of another who fails or refuses to furnish this information the Contractor shall so certify to Collier County and the Federal Highway Administration as appropriate, and shall set forth what efforts it has made to obtain the information. G. Sanctions for Noncompliance: In the event of the Contractor’s noncompliance with the nondiscrimination provisions of this contract, Collier County shall impose such contract sanctions as it, or the Federal Highway Administration, may determine to be appropriate, including, but not limited to: 1. withholding of payments to the Contractor under the contract until the Contractor 11.B.7 Packet Pg. 437 Attachment: Exhibit F 16-6679 Solicitation and Exhibits (2797 : Activu Contract for the TMOC Video Wall) Exhibit I A: Federal Provisions Professional Services FHWA 20.205 7 complies; and/or, 2. cancellation, termination or suspension of the contract, in whole or in part. H. Incorporation of Provisions: The Contractor shall include the provisions of paragraphs C. through H. in every subcontract, including procurements of materials and leases of equipment, unless exempt by the Regulations, or directives issued pursuant thereto. The Contractor shall take such action with respect to any subcontract or procurement as the Florida Department of Transportation and/or the Federal Highway Administration may direct as a means of enforcing such provisions including sanctions for noncompliance. In the event a Contractor becomes involved in, or is threatened with, litigation with a sub-contractor or supplier as a result of such direction, the Contractor may request Collier County to enter into such litigation to protect the interests of Collier County and, in addition, the Contractor may request the United States to enter into such litigation to protect the interests of the United States. I. Interest of Members of Congress: No member of or delegate to the Congress of the United States shall be admitted to any share or part of this contract or to any benefit arising there from. J. Interest of Public Officials: No member, officer, or employee of the public body or of a local public body during his tenure or for two years thereafter shall have any interest, direct or indirect, in this contract or the proceeds thereof. For purposes of this provision, public body shall include municipalities and other political subdivisions of States; and public corporations, boards, and commissions established under the laws of any State. K. Participation by Disadvantaged Business Enterprises: The Consultant shall agree to abide by the following statement from 49 CFR 26.13(b). This statement shall be included in all subsequent agreements between the Consultant and any sub-consultant or contractor. The contractor, sub recipient or subcontractor shall not discriminate on the basis of race, color, national origin, or sex in the performance of this contract. The contractor shall carry out applicable requirements of 49 CFR Part 26 in the award and administration of DOT- assisted contracts. Failure by the contractor to carry out these requirements is a material breach of this contract, which may result in the termination of this contract or such other remedy as the recipient deems appropriate. L. It is mutually understood and agreed that the willful falsification, distortion or misrepresentation with respect to any facts related to the project(s) described in this Agreement is a violation of the Federal Law. Accordingly, United States Code, Title 18, Section 1020, is hereby incorporated by reference and made a part of this Agreement. M. It is understood and agreed that if the Consultant at any time learns that the certification it provided the County in compliance with 49 CFR, Section 26.51, was erroneous when submitted or has become erroneous by reason of changed circumstances, the Consultant shall provide immediate written notice to the County. It is further agreed that the clause titled "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion - Lower Tier Covered Transaction" as set forth in 49 CFR, Section 29.510, shall be included by the Consultant in all lower tier covered transactions and in all aforementioned federal regulation. N. The County hereby certifies that neither the consultant nor the consultant's representative has been required by the County directly or indirectly as an express or implied condition 11.B.7 Packet Pg. 438 Attachment: Exhibit F 16-6679 Solicitation and Exhibits (2797 : Activu Contract for the TMOC Video Wall) Exhibit I A: Federal Provisions Professional Services FHWA 20.205 8 in connection with obtaining or carrying out this contract, to: 1. employ or retain, or agree to employ or retain, any firm or person; or, 2. pay, or agree to pay, to any firm, person, or organization, any fee, contribution, donation, or consideration of any kind. The County further acknowledges that this agreement will be furnished to a federal agency, in connection with this contract involving participation of Federal-Aid funds, and is subject to applicable State and Federal Laws, both criminal and civil. O. The Consultant hereby certifies that it has not: 1. employed or retained for a commission, percentage, brokerage, contingent fee, or other consideration, any firm or person (other than a bona fide employee working solely for me or the above contractor) to solicit or secure this contract; 2. agreed, as an express or implied condition for obtaining this contract, to employ or retain the services of any firm or person in connection with carrying out this contract; or 3. paid, or agreed to pay, to any firm, organization or person (other than a bona fide employee working solely for me or the above contractor) any fee contribution, donation, or consideration of any kind for, or in connection with, procuring or carrying out the contract. The consultant further acknowledges that this agreement will be furnished to the County and a federal agency in connection with this contract involving participation of Federal- Aid funds, and is subject to applicable State and Federal Laws, both criminal and civil. E-Verify All consultants, and their sub-consultants, performing work or providing services shall utilize the U.S. Department of Homeland Security’s E-Verify system to verify the employment eligibility of all new employees hired during the contract term. Public Entity Crimes Statement In accordance with Florida Statutes Sec. 287.133(2)(a), A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid on a contract to provide goods/services to a public entity nor be awarded or perform work as a contractor, supplier, subcontractor, or Consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017, for Category Tow, for a period of 36 months from the date of being placed on the convicted vendor list. 11.B.7 Packet Pg. 439 Attachment: Exhibit F 16-6679 Solicitation and Exhibits (2797 : Activu Contract for the TMOC Video Wall) 1 ADDENDUM #1 Memorandum Date: September 15, 2016 From: Brenda Brilhart, Procurement Strategist To: Interested Parties Subject: Addendum #1 – RFP 16-6679 Traffic Operations Video Wall Replacement The following clarifications are issued as an addendum identifying the following changes for the referenced solicitation: The due date for this solicitation has been changed to 3:00 PM on September 29, 2016. If you require additional information please post a question on the Online Bidding site or contact me using the above contact information. C: Pierre Beauvoir, Project Manager Email: BrendaBrilhart@colliergov.net Telephone: (239) 252-8446 FAX: (239) 252-6697 11.B.7 Packet Pg. 440 Attachment: Exhibit F 16-6679 Solicitation and Exhibits (2797 : Activu Contract for the TMOC Video Wall) 1 ADDENDUM #2 Memorandum Date: September 21, 2016 From: Brenda Brilhart, Procurement Strategist To: Interested Parties Subject: Addendum #2 – RFP 16-6679 Traffic Operations Video Wall Replacement The following clarifications are issued as an addendum identifying the following changes for the referenced solicitation: Multiple firms requested an extension to allow adequate time for completing proposals, the due date for this solicitation has been changed to 3:00 PM on October 19, 2016. If you require additional information please post a question on the Online Bidding site or contact me using the above contact information. C: Pierre Beauvoir, Project Manager Email: BrendaBrilhart@colliergov.net Telephone: (239) 252-8446 FAX: (239) 252-6697 11.B.7 Packet Pg. 441 Attachment: Exhibit F 16-6679 Solicitation and Exhibits (2797 : Activu Contract for the TMOC Video Wall) 1 ADDENDUM #3 Memorandum Date: September 26, 2016 From: Brenda Brilhart, Procurement Strategist To: Interested Parties Subject: Addendum #3 – RFP 16-6679 Traffic Operations Video Wall Replacement The following clarifications are issued as an addendum identifying the following changes for the referenced solicitation: ADD: A non-mandatory pre-bid meeting is scheduled for September 29, 2016 at 3:30 pm at Procurement Services (3327 Tamiami Trail East, Naples Florida 34112). If you prefer to call in, please email RSVP to brendabrilhart@colliergov.net and to receive call in details. QUESTION/ANSWER: QUESTION: The Minimum Technical Requirements document 4.1 (pg.17) refers to information indicated in the "Appendix B: Communications Map". We could not locate this part of the RFP. Could you please clarify where this is or provide the Communications Map? If you require additional information please post a question on the Online Bidding site or contact me using the above contact information. ANSWER: Communications Map attached. A: 1.0 10 GIGABIT ETHERNET SWITCHES 1.1 Description The existing Collier County network consists of a complete, redundant Ethernet network with hardened managed field Ethernet switches, communications media, ITS and ATMS field devices, non-hardened gigabit Ethernet TMC, EOC and master hub switches and a firewall appliance. The network transmits video and data streams from field devices to the Collier County TMC and the Collier County EOC. The non-hardened gigabit Ethernet TMC, EOC and master hub switches are past their end of life and will be replaced under this project. The DB shall decommission the existing equipment and return to the County project manager. The existing gigabit Ethernet switches are Cisco 3400ME devices which are configured with gigabit fiber interfaces and copper RJ-45 interfaces. The DB shall provide Ethernet TMC, EOC and master hub switches at the sites indicated in the APPENDIX B: Communications Map and this MTR. These sites shall connect the local fiber optic rings to the fiber optic backbone. The Ethernet TMC, EOC, and master hub switches provide aggregation points for the Ethernet Edge switches located at the local hub installation sites. The Ethernet shall be configured for 10 Gbps fiber Ethernet connections to comprise a 10 Gbps Ethernet backbone for the ATMS system network. All fiber connections shall be single-mode configurations. C: Pierre Beauvoir, Project Manager Enc: 1 Email: BrendaBrilhart@colliergov.net Telephone: (239) 252-8446 FAX: (239) 252-6697 11.B.7 Packet Pg. 442 Attachment: Exhibit F 16-6679 Solicitation and Exhibits (2797 : Activu Contract for the TMOC Video Wall) 1 ADDENDUM #4 Memorandum Date: October 12, 2016 From: Brenda Brilhart, Procurement Strategist To: Interested Parties Subject: Addendum #4 – RFP 16-6679 Traffic Operations Video Wall Replacement The following clarifications are issued as an addendum identifying the following changes for the referenced solicitation: CHANGE:  The due date for this bid has been extended until 3:00 pm October 24, 2016.  Correct phone number for Brenda Brilhart is (239) 252-8446. C: Pierre Beauvoir, Project Manager Email: BrendaBrilhart@colliergov.net Telephone: (239) 252-8446 FAX: (239) 252-6697 11.B.7 Packet Pg. 443 Attachment: Exhibit F 16-6679 Solicitation and Exhibits (2797 : Activu Contract for the TMOC Video Wall) ADDENDUM #5 Memorandum Date: October 13, 2016 From: Brenda Brilhart, Procurement Strategist To: Interested Parties Subject: Addendum #5 – RFP 16-6679 Traffic Operations Video Wall Replacement The following clarifications are issued as an addendum identifying the following changes for the referenced solicitation: CHANGES:  Define VMS– in minimum technical requirements VMs – Virtual Machine: The proper term which should have been written and is referred to in the RFP is VM(s) and not VMS, which stands for Virtual Machines. These are two enterprise VM products on the market; o VMware – Hardware emulation with VMware Servers and ESX Servers o XenSource (Citrix) – Provide products focused on Windows virtualization The purpose of the Virtual Machine is to enable the virtualization of computer servers. Instead of purchasing 6 or 8, One (1U) High Dell or HP servers, with two (2) Core processors, 8GB of RAM (Memory) and a 1TB Disk, you buy a single Server running VMware or Citrix’s XenSource Virtualization software to partition 1 or 2, four( 4U) High Dell, HP or IBM servers with 16, 32 through 128 Core processors, 512GB of RAM (Memory) and 16TB or 32TB of Disk Storage or even external Network Attached Storage (NAS) or a Storage Area Network (SAN) Disk Array. This latter solution allows for the creation and partition of these resources into Virtual Machines (VMs’) appropriate for the users requirements. CHANGE Page 8: Proposal Selection Committee and Evaluation Factors The County Manager shall appoint a Selection Committee to review all proposals submitted. The factors to be considered in the evaluation of proposal responses are listed below. Tab II Project Understanding & Functionality 20 Tab III Experience & Capacity of Firm 20 Tab IV Specialized Expertise of Team Members 15 Tab V Previous performance on Similar Projects 15 Tab VI Cost to the County 10 Tab VII Office Location & Responsiveness 10 Tab VIII References 10 TOTAL 100 Email: BrendaBrilhart@colliergov.net Telephone: (239) 252-8446 FAX: (239) 252-6697 11.B.7 Packet Pg. 444 Attachment: Exhibit F 16-6679 Solicitation and Exhibits (2797 : Activu Contract for the TMOC Video Wall) 2 ADD: Tab II, Project Understanding & Functionality (Maximum 20 points/4 Page Limit) In this tab, include:  Detailed plan of approach (including major tasks and sub-tasks).  Detailed time line for completion of the project.  Include with the Business Plan or as an attachment, a copy of a report as an example of work product. This should be for one of the projects listed as a reference.  Provide brief overview of the functionality of your proposed solution.  Provide proof of concept that this project is feasible. ADD: Tab VI, Cost of Services to the County (10 points) In this tab, include: In addition to the vendor’s own attached quote sheet, proposal responses should include detailed pricing information. Vendor shall supply amount needed, unit prices, and extended prices for the proposed solution, including all hardware, software, installation, shipping, and training for a turnkey system. Provide pricing for any proposed options that have been included in the response as well. Also, indicate annual support and maintenance charges for the proposed solution for a period of five years following installation. Prices must be guaranteed for one hundred and eighty (180) days following proposal due date.  Provide the projected total cost and estimated calendar day duration (including projected hours) for which your firm will provide the work as described in the Minimum Requirements in the solicitation.  Provide proposed fee schedule of principals and staff (including sub-consultants). QUESTION/ANSWER:  Q: All devices implemented as part of this project that are detailed in the Florida Department of Transportation (FDOT) Intelligent Transportation System (ITS) Supplement Specifications must meet the requirements of the associated specifications and/or be on the Department’s Approved Products List (APL). A: This statement is accurate. Choose items from the APL that fit 682-2.  Q: The devices must be on the APL prior to issuance of the Released for Construction (RFC) plans. The Contractor is responsible to ensure that all devices are compatible and/or software drivers exist for integration with the existing ATMS and ITS hardware and software components. Device drivers shall be provided by the device manufacturer and made compatible with all proposed project components. A: Depends on the contract. A best practice is to submit the cut sheet with the APL # listed prior to final approval of the plans.  Q: 4.3.12 Optics: Contractor is responsible for determining the correct SFP’s for each fiber connection Will need current design/current configuration of existing Cisco ME3400 switches that will be replaced to determine how to populate new switches to accommodate existing connections. A: We are concerned that the security of the Traffic Operations computer network would be compromised if this information is provided at this phase. The selected consultant will be granted access to the Traffic Operations after a contract is awarded and NTP is issued. 11.B.7 Packet Pg. 445 Attachment: Exhibit F 16-6679 Solicitation and Exhibits (2797 : Activu Contract for the TMOC Video Wall) 3  Q: Pre-bid meeting: Mentioned walk-thru would be scheduled. When will this be scheduled? A: Prior to the close-out of the RFP the proposer may call 239.252.5000 and ask for Pierre Beauvoir or Terri Meyer to schedule a time to visit the Traffic Management Center.  Q: Servers: Aside from the video wall servers the only other server required is for the NMS. Is this correct? A: The Video Wall Server is the only server required for this project. Note: Language deleted has been struck through. New language has been underlined. C: Pierre Beauvoir, Project Manager Enc: Pre Bid Meeting Audio File Pre Bid Meeting Sign In Sheets 11.B.7 Packet Pg. 446 Attachment: Exhibit F 16-6679 Solicitation and Exhibits (2797 : Activu Contract for the TMOC Video Wall) lN WITNESS WHEREQF, the parties hereto have erecuted this Professional Services Agreement for the replacement of Traffic Operations Video Wall Replacemenl on the day and year first wrítten above. ATTEST: Dwight E. Brock, Clerk Date: Approved âs t0 Form and Legality: Deputy County Attorney Name k <ú- -ç( Name and Title Name a Title BOARD OF COUNTY COMMISSIONERS FOR COLLIER COUNTY, FLORIDA, By Penny Taylor, Chairman Name and To 22 I t.t !'(4 @ Conlracl #16-6679 "Traftic Operations Vidêo Well Reptacemenl" Collier County Traffic Operations Video Wall Replacement W1#rt-a:jt..:ti:r r. Appendix 4: Proposal Notes, Software License and Assumptions Påyment terms a¡e as follows: Progress pðyments w¡ll be made based on ftonthly invo¡c¡ng for work perforrned. ¡ilclud¡ng equiprnen! receìved at the Aclivu låcil¡ly/ designated warehouse. Pri€e Quoles are väl¡d for l8ü days Payment is due Net 30 days from invoice All mâter¡a15 and work to bÊ performed shåll be subjecl to mutually agreeable terms ârìd condilions, based ôn the RFP documents Ali hardware is FOB dest¡nat¡on Activu software license purchases are one.t¡me charges {no annual .enewal required} Our pricing proposal is based on a firûì'f¡xed prìce. Aoy chänges reqúestêd may afiect the price. Delays in the instâllation schedule due to reasoûs outside of Act¡vu's responsibility, such as customer ¡n¡tiated de¡ays¡ site cóndit¡ons (network, power or facilily read¡ness, unforeseen m¡ssion or¡entated c¡rcumstôDces, unåvðilable facility €scorts), conttruction or other coñlractor activity, mây require Activu to provide additiorral labor and to âdjust the ¡nstallåtion scl¡edule accordingly. Additional lðbor, travel expenses and lor sh'pp¡nB ånd handl¡ng eharges nray apply. Activu reserves the r¡Bht to revóke ot deactivate the software license if payment for the proposed lystern is lato t)€yond 6 months {rÕñ the delivery of license device (Dongle} Activu will coñfiil¡ with tho Customer that the system ¡s reãdy for the 5AT, per the dat¿ irìd¡catÉd in the Activu projec! schedule. 'f the SAI or âny pórtion of the work proposed is delayed by the CúsrÕmer by more th¡rì 30 dâys bêyond the ôri8inally scheduled date, and th¡s is prevenl¡ng proiect closoout and final payment, project closeout will p.oceed änd Activu lvill invoice for the final paynìent, The outständ¡ng port¡on of lhe wo.k that was delayed by the Crstomer wi¡l then be completed as a punch list ¡tem at the eårl¡est opportunily for the Customer and Activu. The p.oposed lrr¡cô dres ñot ¡nclude any ctate and local sales taxes that may apply. Shot¡ld a sale be deefled to be !ãxable, the âppropriate sales tãx will be b¡lled separðtely and wil¡ be in âddltion to the amounl proposed here. Further, sales tax will be charged in all cases where proper documentation of exemption from sales tax is not provided. Additionally, sâles tax will nút be charged to âny custoûìer dom¡c¡lÊd ¡n añy 5late where Activu is nÕt licensed to collect såles tâx. ¡n this instance the customer o¡ ¡e-selle¡ will be responsible for femittance of its own applicat:le use tax. All soflware ¿ntJ fl¡mware ¡s subject lo licen5e and is ßot sold Act¡vu sÕftw.lre is licensed directly or throúgh a third pãrty to the Ênd User. Use of ðll Act¡vu softw¿¡re is subject to your agreenìÈnt with the terms and corrditions of Act¡vu'! ènd user llc.,nse å8reeñÊnl {EULA}. This agreemer'ìt is ¿ccsss¡blÈ throu8h the Activu soitware Svstem lnformation screen anci ãt ht t p:1/www, ¿r:tivu.c o¡rrf er¡l¡. By installíng, copyiô8, or using the Software you åre demûnstrating your agreement ro be bounr! by the Ìerms of the EULA. lfyoudonotâgreetoall of suchterms,youårenotauthorizedtoinstall copyo.usesuch¡oflwareinanyrsspss¡. The purpose of tlì¡s section is to clarify with you in writing, our expectations based on th¡rty three years of experience manaÊing video wall implementat¡on projects. Some of these may or may not be relevant to your prûject, as ¡t ¡s a comprehensive list based on thåt fuli experience, but ¡t is importânt that we properly set expectations for this proiect and the relat¡onship we hope to form with you over t¡me. After reviewing it. we ask that you would notify us if any of these are not agreed to by you. lfwe are not notlfied, additionäl and unexpected work, equipment, or both could arise resulting in unplanned costs to you. The ex¡st¡ng Video wall equipment will be disassembled by 4¡t¡vr¡+¡C+ar* ærr.tathe County¡@€{+fit'tæ+it. lntegrat¡on of the video wall system with the existing AIMS (or other applications) means proving the ðbility to display this application on the displays within the proposed system. act¡vu.com Page 65 af 77 BUY AM ERICA CERTI FICATION Certification Requirement for 23 CFR 635.4L0 Buy America on Service Agreements This project will be utilizing federal funds. Please complete either the Buy America Certification or the Minimal Use Certification and return with your signed service agreement. Buy America Certification I certify that all materials used on this project will meet the requirements of 23 CFR 635.410 Buy America and any amendments thereto. Any waivers to this requirement that have been approved by the FHWA are attached to this certification. Signature Name ?..\o,J /1,\.[ h*e- Title Ut."pn..,Å"J ?-r4.t\,, Âæ I (q i v(c<- S Company Name A Date . 1-. v,t Cu,-LD{^-l \Dn zot:. Minimal Use Certification lcertifythataminimalamountofforeignsteelandironmaterialswill beusedonthisproject. Thecostof such materials does not exceed one-tenth of one percent (0.1 percent) of the total contract cost or $2,500, whichever is greater. All other materials used on this project will meet the requirements of 23 CFR 635.410 Buy America and any amendments thereto. Any waivers to this requirement that have been approved by the FHWA are attached to this certification. Signature Name Title Company Name Date