Loading...
Agenda 07/09/2019 Item #16C 5 (Bid #19-7620 w/Plug Smart)07/09/2019 EXECUTIVE SUMMARY Recommendation to award Invitation to Bid No. 19-7620, “Collier County Metasys NAE Replacement,” to Plug Smart in the amount of $518,338.84 for the upgrade to an open Architecture Building Automation System from the Johnson Controls Metasys Building Automation System, authorize the necessary budget amendments, and authorize the Chairman to sign the attached agreement. OBJECTIVE: To upgrade the Collier County Johnson Controls Metasys Building Automation Network Automation Engines (NAEs) and Network Integration Engines (NIEs) to an open architecture Building Automation System. CONSIDERATIONS: The Facilities Management Division is responsible for the maintenance of the Building Automation system Countywide. To maintain the integrity and continuous operation of Building Automation, staff developed a comprehensive scope of work and solicited for these services. The Collier County Facilities Management Division desires to obtain services to upgrade all the Collier County Johnson Controls Metasys Building Automation NAEs and NIEs (59 NAEs and NIEs in 42 separate buildings), also referred to as HVAC controllers, to an open architecture Building Automation System. Services are based on a lump sum proposal that includes hardware, server’s software installation, programming of all devices to be the equivalent functionality or better than the current system, provides training and timelines to execute the project as a part of a fully functional integrated system. This upgrade to the County Building HVAC controllers is required for the following reasons: • Non-compliant network equipment; • Ongoing challenges in getting support for Johnson Controls equipment and services; • Move away from proprietary systems and have more competitive pricing for parts and supplies; and • The added benefit of staff’s ability to repair and replace these plug-and-play systems on demand. On May 3, 2019, the Procurement Services Division released Invitation to Bid No. 19-7620 for Collier County Metasys NAE Replacement to 7,481 vendors. Interested vendors downloaded thirty-nine (39) bid packages, and the County received two (2) bids by the May 17, 2019 deadline. On June 7, 2019, pricing and scope was reviewed by John McCormick, PE, Principal Engineer, Facilities Management Division. Mr. McCormick’s knowledge and experience in mechanical design, controls and construction over the past 30 years affords him a professional level of expertise in this area. In the attached Memorandum, Mr. McCormick confirmed that the pricing is commensurate with the scope of work and in line with the industry standards. Staff is recommending to award to Plug Smart as the lowest responsive and responsible bidder in the bid amount set forth in the below table. Collier County Metasys NAE Replacement Company Name City Count y Stat e Amount Responsive/Responsibl e Plug Smart Bonita Springs Lee FL $518,338.84 Y/Y United Mechanical, Inc. Fort Myers Lee FL $590,000.00 Y/Y 16.C.5 Packet Pg. 892 07/09/2019 This project will be brought to the Infrastructure Surtax Citizen Oversight Committee later this year for validation of surtax funds as part of the HVAC capital equipment upgrades. This item is being brought before the Board now in order to begin a 6-month implementation process so that the County’s Information Technology Division can meet their validation timeline for this new software, prior to the installation of the servers to completed by June 2020. FISCAL IMPACT: A budget amendment in the amount of $600,000 is required to reallocate funds from Project 51031, J-1 HVAC into Project 52162, HVAC Replacements within the County Wide Capital Project Fund (301). Additional funding in the amount of $82,000 is necessary for the installation of firewalls as required by the Information Technology Division. LEGAL CONSIDERATIONS: This item is approved as to form and legality, and requires majority vote for Board approval. -SRT GROWTH MANAGEMENT IMPACT: There is no growth management impact associated with this project. RECOMMENDATION: To award Invitation to Bid No. 19-7620, “Collier County Metasys NAE Replacement,” to Plug Smart for the upgrade to an open Architecture Building Automation System from the Johnson Controls Metasys Building Automation system, authorize the necessary budget amendments and authorize the Chairman to execute the attached agreement. Prepared By: John McCormick, PE, Principal Project Manager, Facilities Management ATTACHMENT(S) 1. 19-7620 Plug Smart_Contract_Vendor Signed (PDF) 2. 19-7620 Plug Smart_Insurance Renewal_7-1-19 (PDF) 3. 19-7620 NORA_Signed (PDF) 4. 19-7620 Bid Tabulation (PDF) 5. 19-7620 Memorandum from PE_signed (PDF) 6. 19-7620 Solicitation (PDF) 7. [Linked] 19-7620 Plugsmart_Submittal (PDF) 16.C.5 Packet Pg. 893 07/09/2019 COLLIER COUNTY Board of County Commissioners Item Number: 16.C.5 Doc ID: 9486 Item Summary: Recommendation to award Invitation to Bid No. 19-7620, “Collier County Metasys NAE Replacement,” to Plug Smart in the amount of $518,338.84 for the upgrade to an open Architecture Building Automation System from the Johnson Controls Metasys Building Automation System, authorize the necessary budget amendments, and authorize the Chairman to sign the attached agreement. Meeting Date: 07/09/2019 Prepared by: Title: – Facilities Management Name: John McCormick 06/28/2019 9:27 AM Submitted by: Title: Director - Facilities Management – Facilities Management Name: Damon Grant 06/28/2019 9:27 AM Approved By: Review: Facilities Management Sarah Hamilton Director - Facilities Skipped 06/28/2019 9:32 AM Public Utilities Department Dan Rodriguez Additional Reviewer Completed 06/28/2019 11:09 AM Public Utilities Operations Support Joseph Bellone Additional Reviewer Completed 06/28/2019 11:37 AM Public Utilities Operations Support Tara Castillo Additional Reviewer Completed 06/28/2019 1:19 PM Procurement Services Opal Vann Level 1 Purchasing Gatekeeper Completed 06/28/2019 1:35 PM Procurement Services Ted Coyman Additional Reviewer Completed 06/28/2019 1:41 PM Procurement Services Swainson Hall Additional Reviewer Completed 06/28/2019 1:42 PM Procurement Services Priscilla Doria Additional Reviewer Completed 06/28/2019 1:43 PM Public Utilities Department Sarah Hamilton Level 1 Division Reviewer Completed 06/28/2019 1:44 PM Public Utilities Department George Yilmaz Level 2 Division Administrator Review Completed 06/28/2019 5:26 PM County Attorney's Office Scott Teach Level 2 Attorney Review Completed 07/01/2019 10:34 AM Office of Management and Budget Valerie Fleming Level 3 OMB Gatekeeper Review Completed 07/01/2019 10:37 AM Office of Management and Budget Susan Usher Additional Reviewer Completed 07/01/2019 12:34 PM County Attorney's Office Jeffrey A. Klatzkow Level 3 County Attorney's Office Review Completed 07/01/2019 3:06 PM County Manager's Office Geoffrey Willig Level 4 County Manager Review Completed 07/01/2019 4:23 PM 16.C.5 Packet Pg. 894 07/09/2019 Board of County Commissioners MaryJo Brock Meeting Pending 07/09/2019 9:00 AM 16.C.5 Packet Pg. 895 16.C.5.aPacket Pg. 896Attachment: 19-7620 Plug Smart_Contract_Vendor Signed (9486 : Award Invitation to Bid No. 19-7620, “Collier County Metasys NAE 16.C.5.aPacket Pg. 897Attachment: 19-7620 Plug Smart_Contract_Vendor Signed (9486 : Award Invitation to Bid No. 19-7620, “Collier County Metasys NAE 16.C.5.aPacket Pg. 898Attachment: 19-7620 Plug Smart_Contract_Vendor Signed (9486 : Award Invitation to Bid No. 19-7620, “Collier County Metasys NAE 16.C.5.aPacket Pg. 899Attachment: 19-7620 Plug Smart_Contract_Vendor Signed (9486 : Award Invitation to Bid No. 19-7620, “Collier County Metasys NAE 16.C.5.aPacket Pg. 900Attachment: 19-7620 Plug Smart_Contract_Vendor Signed (9486 : Award Invitation to Bid No. 19-7620, “Collier County Metasys NAE 16.C.5.aPacket Pg. 901Attachment: 19-7620 Plug Smart_Contract_Vendor Signed (9486 : Award Invitation to Bid No. 19-7620, “Collier County Metasys NAE 16.C.5.aPacket Pg. 902Attachment: 19-7620 Plug Smart_Contract_Vendor Signed (9486 : Award Invitation to Bid No. 19-7620, “Collier County Metasys NAE 16.C.5.aPacket Pg. 903Attachment: 19-7620 Plug Smart_Contract_Vendor Signed (9486 : Award Invitation to Bid No. 19-7620, “Collier County Metasys NAE 16.C.5.aPacket Pg. 904Attachment: 19-7620 Plug Smart_Contract_Vendor Signed (9486 : Award Invitation to Bid No. 19-7620, “Collier County Metasys NAE 16.C.5.aPacket Pg. 905Attachment: 19-7620 Plug Smart_Contract_Vendor Signed (9486 : Award Invitation to Bid No. 19-7620, “Collier County Metasys NAE 16.C.5.aPacket Pg. 906Attachment: 19-7620 Plug Smart_Contract_Vendor Signed (9486 : Award Invitation to Bid No. 19-7620, “Collier County Metasys NAE 16.C.5.aPacket Pg. 907Attachment: 19-7620 Plug Smart_Contract_Vendor Signed (9486 : Award Invitation to Bid No. 19-7620, “Collier County Metasys NAE 16.C.5.aPacket Pg. 908Attachment: 19-7620 Plug Smart_Contract_Vendor Signed (9486 : Award Invitation to Bid No. 19-7620, “Collier County Metasys NAE 16.C.5.a Packet Pg. 909 Attachment: 19-7620 Plug Smart_Contract_Vendor Signed (9486 : Award Invitation to Bid No. 19-7620, “Collier County Metasys NAE 16.C.5.aPacket Pg. 910Attachment: 19-7620 Plug Smart_Contract_Vendor Signed (9486 : Award Invitation to Bid No. 19-7620, “Collier County Metasys NAE 16.C.5.aPacket Pg. 911Attachment: 19-7620 Plug Smart_Contract_Vendor Signed (9486 : Award Invitation to Bid No. 19-7620, “Collier County Metasys NAE 16.C.5.aPacket Pg. 912Attachment: 19-7620 Plug Smart_Contract_Vendor Signed (9486 : Award Invitation to Bid No. 19-7620, “Collier County Metasys NAE 16.C.5.aPacket Pg. 913Attachment: 19-7620 Plug Smart_Contract_Vendor Signed (9486 : Award Invitation to Bid No. 19-7620, “Collier County Metasys NAE 16.C.5.aPacket Pg. 914Attachment: 19-7620 Plug Smart_Contract_Vendor Signed (9486 : Award Invitation to Bid No. 19-7620, “Collier County Metasys NAE 16.C.5.bPacket Pg. 915Attachment: 19-7620 Plug Smart_Insurance Renewal_7-1-19 (9486 : Award Invitation to Bid No. 19-7620, “Collier County Metasys NAE 16.C.5.b Packet Pg. 916 Attachment: 19-7620 Plug Smart_Insurance Renewal_7-1-19 (9486 : Award Invitation to Bid No. 19-7620, “Collier County Metasys NAE 16.C.5.bPacket Pg. 917Attachment: 19-7620 Plug Smart_Insurance Renewal_7-1-19 (9486 : Award Invitation to Bid No. 19-7620, “Collier County Metasys NAE 16.C.5.bPacket Pg. 918Attachment: 19-7620 Plug Smart_Insurance Renewal_7-1-19 (9486 : Award Invitation to Bid No. 19-7620, “Collier County Metasys NAE 16.C.5.bPacket Pg. 919Attachment: 19-7620 Plug Smart_Insurance Renewal_7-1-19 (9486 : Award Invitation to Bid No. 19-7620, “Collier County Metasys NAE 16.C.5.bPacket Pg. 920Attachment: 19-7620 Plug Smart_Insurance Renewal_7-1-19 (9486 : Award Invitation to Bid No. 19-7620, “Collier County Metasys NAE 16.C.5.bPacket Pg. 921Attachment: 19-7620 Plug Smart_Insurance Renewal_7-1-19 (9486 : Award Invitation to Bid No. 19-7620, “Collier County Metasys NAE 16.C.5.cPacket Pg. 922Attachment: 19-7620 NORA_Signed (9486 : Award Invitation to Bid No. 19-7620, “Collier County Metasys NAE Replacement”) Procurement Professional: Swainson Hall Notifications: 7001 Project Manager: John Donatelli Downloads: 39 Submittals: 2 DATE SENT: May 3, 2019 QUOTE DUE DATE: May 17, 2019 SITE VISIT: May 10, 2019 AWARD CRITERIA: Lowest Lump Sum Bid Summary Description Qty*Unit Cost Lump Sum Cost Cost Lump Sum Cost NAE 57 Each $7,124.26 $406,082.82 $0.00 $0.00 NIE 2 Each $7,124.26 $14,248.52 $0.00 $0.00 Software Installation 1 Lump Sum $37,043.00 $37,043.00 $0.00 $0.00 Programming 1 Lump Sum $55,564.50 $55,564.50 $0.00 $0.00 Training Session 1 Lump Sum $5,400.00 $5,400.00 $0.00 $0.00 Required Servers**1 Lump Sum $0.00 $0.00 $0.00 $0.00 Required Hardware**1 Lump Sum $0.00 $0.00 $0.00 $0.00 Total Bid $518,338.84 Total Bid $590,000.00 Vendor Checklist Yes Yes Conflict of Interest Yes Yes Vendor Declaration Yes Yes Immigration Yes Yes E-verify Yes Yes Substitute W9 Yes Yes Insurance Yes Yes Sunbiz Yes Yes Local Vendor Yes Yes * Quantities may vary during installation and are used for bidding purposes ** Quantities may vary by vendor. This lump sum cost is a not to exceed cost and it is the responsibility of the vendor to estimate quanitities ITB 19-7620 Bid Schedule Due: May 17, 2019 at 3:00PM Plugsmart United Mechanical, Inc. 16.C.5.d Packet Pg. 923 Attachment: 19-7620 Bid Tabulation (9486 : Award Invitation to Bid No. 19-7620, “Collier County Metasys NAE Replacement”) Memorandum Date: June 27, 2019 To: Ted Coyman, Procurement Services Division Director From: John McCormick, PE, Principal Engineer Cc: Daniel R. Rodriguez, Deputy Department Head, PUD Damon Grant, Facilities Management Division Director RE: BID 19-7620, Collier County Metasys NAE Replacement I have reviewed the bid tab and solicitation for the proposed Metasys NAE Replacement Project, and have confirmed the scope of work and associated costs of the Plug Smart Proposal are in line with Industry Standards. Typically, there are 2 standard methods available of back-integration to the Legacy Metasys HVAC Control Systems now in place throughout our Buildings in Collier County: Tridium / Niagra and Computrols / BACnet. Tridium systems require JACE units to replace NAEs at an average cost of $15,000 each and licensing fees of $300-$500 per year, whereas Computrols use LX Controllers that average $10,000 - $15,000 per each LX Unit and require NO licensing fees and carry a lifetime warranty. Obviously, the Computrols would be preferred due to the least first cost and operating cost. The apparent low bidder, Plug Smart has proposed the Computrols System for all 59 NAEs at a total cost of $519,000, which is significantly less than the expected $590,000 (the second low bidder, United) to a high estimated cost of $708,000. The low bid proposal from Plug Smart is comprehensive and thorough and includes all required equipment, software, installation, and engineering that will include a detailed Network Topology Diagram with Graphics for the entire system. System Commissioning and all Owner Training are also included for a true turnkey proposal. My recommendation is the proposal from Plug Smart and the associated cost meet the Cost Reasonableness criteria and I would recommend we approve as such. If you have any questions or need more information, please let me know. Respectfully, John McCormick, PE Principal Engineer McCormickJohn Digitally signed by McCormickJohn Date: 2019.06.27 09:13:50 -04'00' 16.C.5.e Packet Pg. 924 Attachment: 19-7620 Memorandum from PE_signed (9486 : Award Invitation to Bid No. 19-7620, “Collier County Metasys NAE Replacement”) COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS INVITATION TO BID (ITB) FOR COLLIER COUNTY METASYS NAE REPLACEMENT SOLICITATION NO.: 19-7620 SWAINSON HALL, PROCUREMENT MANAGER PROCUREMENT SERVICES DIVISION 3295 TAMIAMI TRAIL EAST, BLDG C-2 NAPLES, FLORIDA 34112 TELEPHONE: (239) 252-8935 Swainson.Hall@colliercountyfl.gov (Email) This solicitation document is prepared in a Microsoft Word format. Any alterations to this document made by the Consultant may be grounds for rejection of proposal, cancellation of any subsequent award, or any other legal remedies available to the Collier County Government. 16.C.5.f Packet Pg. 925 Attachment: 19-7620 Solicitation (9486 : Award Invitation to Bid No. 19-7620, “Collier County Metasys NAE Replacement”) SOLICITATION PUBLIC NOTICE INVITATION TO BID (ITB) NUMBER: 19-7620 PROJECT TITLE: Collier County Metasys NAE Replacement PRE- BID MEETING: May 10, 2019 at 10:00AM LOCATION: FACILITIES MANAGEMENT DIVISION, TRAINING ROOM, 3335 TAMIAMI TRAIL EAST, NAPLES, FLORIDA 34112 DUE DATE: May 17, 2019 at 3:00PM PLACE OF BID OPENING: PROCUREMENT SERVICES DIVISION 3295 TAMIAMI TRAIL EAST, BLDG C-2 NAPLES, FL 34112 All proposals shall be submitted online via the Collier County Procurement Services Division Online Bidding System: https://www.bidsync.com/bidsync-cas/ INTRODUCTION As requested by the Facilities Management Division (hereinafter, the “Division or Department”), the Collier County Board of County Commissioners Procurement Services Division (hereinafter, “County”) has issued this Invitation to Bid (hereinafter, “ITB”) wi th the intent of obtaining bid submittals from interested and qualified vendors in accordance with the terms, conditions and specifications stated or attached. The vendor, at a minimum, must achieve the requirements of the Specifications or Scope of Work stated. BACKGROUND The Collier County Facilities Management Division desires to obtain services to upgrade all the Collier County Johnson Contro ls Metasys Building Automation NAE’s and NIE’s (57 NAE’s and 2 NIE’s in 42 separate buildings) to an open architecture Building Automation System. Devices replacing the NAE/NIEs, at a minimum, shall be backwards compatible with Johnson Controls endpoint devices and at a minimum, support JCI N2 protocol as well as BACNET protocol. Services shall be a lump sum proposal that includes hardware, servers, software installation, programming of all devices to be the equivalent functionality or better than the cu rrent system, provide training and timelines to execute the project as a part of a fully functional integrated system. TERM OF CONTRACT The contract term, if an award is made is intended to be for three (3) years with two (2) one (1) year renewal option s. 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. The County Manager, or designee, may, at his discretion, extend the Agreement under all of the terms and conditions contained in this Agreement for up to one hundred eighty (180) days. The County Manager, or designee, shall give the Contractor written not ice of the County's intention to extend the Agreement term not less than ten (10) days prior to the end of the Agreement term then in ef fect. 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. AWARD CRITERIA ITB award criteria are as follows: ➢ The County’s Procurement Services Division reserves the right to clarify a vendor’s submittal prior to the award of the solicitation. 16.C.5.f Packet Pg. 926 Attachment: 19-7620 Solicitation (9486 : Award Invitation to Bid No. 19-7620, “Collier County Metasys NAE Replacement”) ➢ It is the intent of Collier County to award to the lowest, respon sive and responsible vendor(s) that represents the best value to the County. ➢ For the purposes of determining the winning bidder, the County will select the vendor with the lowest price as outlined below: • Lowest Total Bid ➢ Collier County reserves the right to select one, or more than one suppliers, award on a line item basis, establish a pool for quoting, or other options that represents the best value to the County; however, it is the intent to: • Identify a Single Awardee ➢ The County reserves the right to issue a formal contract, standard County Purchase Order, or utilize the County Purchasing Card for the award of this solicitation. DETAILED SCOPE OF WORK 1. The contractor shall install, test and go live with the new server software and client software before any of the NAEs are replaced. The VMware server will be provided by Collier County IT based on the vendor requirements. 2. At a minimum the following shall be included: a. Architectural Diagram b. Approved Collier County TACS Document (Technical Architectural, Compatibility and Supportability Requirements Document) c. Survey all connected hardware d. Download the entire database from each NAE in Scope e. Analyze Databases for gaps, omissions, and errors f. Import files into the new controllers g. Configure points that need controlling h. Reprogram Alarming, Time Scheduling and Trending i. Create Graphics j. Points Mapping & renaming k. Debug l. Commission system m. Create As built Drawings & submittal package n. Owner training 3. The contractor shall remove, install, program and test the new equivalent devices in an agreed upon schedule. 4. Any Building Automation devices such as (Variable Air Valves) VAVs, Outside Air Units (OAUs), Air Handler Units (AHUs), Chilled Water Pumps, Condenser Pumps, Cooling Towers Fan Motors, Chillers and any other devices that were controlled by the NAE / NIE shall be tested after the NAE / NIE has been replaced and configured by the new device. 5. The project has an anticipated award date of July 15th and shall be completed by the end of December 2019. 6. Mandatory Pre-bid Walk-thru with Question and Answer Session to be held on Friday May 10 th at 10:00 am in Building W Facilities Training Room. REFERENCES: • Current Architectural Diagram • TACS Document (Technical Architectural, Compatibility and Supportability Requirements Document) VENDOR CHECKLIST ***Vendor should check off each of the following items as the necessary action is completed (please see, Form 2: Vendor Check List): The Solicitation Submittal has been signed. The Solicitation Pricing Document (Bid Schedule/Quote Schedule/Proposal Pricing/etc.) has been completed and attached. 16.C.5.f Packet Pg. 927 Attachment: 19-7620 Solicitation (9486 : Award Invitation to Bid No. 19-7620, “Collier County Metasys NAE Replacement”) All applicable forms have been signed and included, along with licenses to complete the require ments of the project. Any addenda have been signed and included. Affidavit for Claiming Status as a Local Business, if applicable. Division of Corporations - Florida Department of State – http://dos.myflorida.com/sunbiz/ (If work performed in the State). E-Verify/Immigration Affidavit (Memorandum of Understanding). The County requires that the vendor submits no fewer than three (3) completed reference forms from clients during the last five (5) years whose projects are of a similar nature to this solicitation as a part of their proposal. Provide information on the projects completed by the vendor that best represent projects of similar size, scope and complexity of this project using the Reference Form provided. Vendors may include two (2) additional pages for each project to illustrate aspects of the completed project that provides the information to assess the experience of the Proposer on relevant work. 16.C.5.f Packet Pg. 928 Attachment: 19-7620 Solicitation (9486 : Award Invitation to Bid No. 19-7620, “Collier County Metasys NAE Replacement”) Addendum 1 Date: May 14, 2019 From: Swainson Hall, Procurement Manager To: Interested Bidders Subject: Addendum #1 Solicitation #19-7620 Collier County Metasys NAE Replacement The following clarifications are issued as an addendum identifying the following clarification to the scope of work, changes, deletions, or additions to the original solicitation document for the referenced solicitation: Change 1. Posting Insurance Requirements (See Attached) If you require additional information, please post a question on our Bid Sync (www.bidsync.com) bidding platform under the solicitation for this project. C: John Donatelli, Project Manager Please sign below and return a copy of this Addendum with your submittal for the above referenced solicitation. (Signature) Date (Name of Firm) Email: Swainson.Hall@colliercountyfl.gov Telephone: (239) 252-8935 DATE SENT: May 3, 2019 QUOTE DUE DATE: May 17, 2019 SITE VISIT: May 10, 2019 AWARD CRITERIA: Lowest Lump Sum Bid Summary Description Qty*Unit Cost Lump Sum Cost NAE 57 Each $7,124.26 $406,082.86 NIE 2 Each $7,124.26 $14,248.52 Software Installation 1 Lump Sum $0.00 $37,043.00 Programming 1 Lump Sum $0.00 $55,564.50 Training Session 1 Lump Sum $0.00 $5,400.00 Required Servers**1 Lump Sum $0.00 $0.00 Required Hardware**1 Lump Sum $0.00 $0.00 Total Bid $518,338.88 ITB 19-7620 Bid Schedule Due: May 17, 2019 at 3:00PM Please fill out and sign this form along with your proposal. No proposal will be considered unless the this form is properly signed. Vendor Signature: Axel Korn_________________________________________________________________________ Print Name: Axel Korn____________________________________________________________________________ Company Name: Plug Smart____________________________________________________ Date: 05/14/2019_________ * Quantities may vary during installation and are used for bidding purposes ** Quantities may vary by vendor. This lump sum cost is a not to exceed cost and it is the responsibility of the vendor to estimate quanitities needed. Form 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 Solicitation Submittal has been signed. The Solicitation Pricing Document (Bid Schedule/Quote Schedule/etc.) has been completed and attached. 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. Affidavit for Claiming Status as a Local Business, if applicable. Division of Corporations - Florida Department of State – http://dos.myflorida.com/sunbiz/ (If work performed in the State). E-Verify/Immigration Affidavit (Memorandum of Understanding). ALL SUBMITTALS MUST HAVE THE SOLICITATION NUMBER AND TITLE Name of Firm: _Juice Technologies Inc., DBA Plug Smart_____________________ Address: _350 E First Ave., STE 210__________________________________ City, State, Zip: _Columbus, Ohio 43201_____________________________________ Telephone: _800-518-5576____________________________________________ Email: _fbusupport@plugsmart.com_________________________________ Representative Signature: ________________________________________________________ Representative Name: ___Rich Housh, CEO_______________________ Date _5/16/19____ Form 3: Conflict of Interest Affidavit The Vendor certifies that, to the best of its knowledge and belief, the past and current work on any Collier County project affiliated with this solicitation 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 / vendor 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. 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: __Juice Technologies Inc., DBA Plug Smart________________________________________ Signature and Date: ______________5/16/19_____________________________ Print Name: ____Rich Housh__________________________________________________________ Title of Signatory: ____Chief Executive Officer___________________________________________ Form 4: Vendor Declaration Statement BOARD OF COUNTY COMMISSIONERS Collier County Government Complex Naples, Florida 34112 Dear Commissioners: The undersigned, as Vendor declares that this response 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 Vendor agrees, if this solicitation submittal 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 solicitation pertains. The Vendor states that the submitted is based upon the documents listed by the above referenced Solicitation. Further, the vendor agrees that if awarded a contract for these goods and/or services, the vendor will not be eligible to compete, submit a proposal, be awarded, or perform as a sub-vendor for any future associated with work that is a result of this awarded contract. IN WITNESS WHEREOF, WE have hereunto subscribed our names on this __16th___ day of _____May_, 2019__ in the County of Collier in the State of Florida. Firm’s Legal Name: Juice Technologies, Inc. dba Plug Smart Address: 1040 Collier Center Way #12 City, State, Zip Code: Naples, FL 34110 Florida Certificate of Authority Document Number Federal Tax Identification Number *CCR # or CAGE Code *Only if Grant Funded _26-23682777____________________________________________________________________ Telephone: 800-518-5576 Signature by: (Typed and written) Title: Rich Housh, Chief Executive Officer Solicitation Collier County Metasys NAE Replacement - 19-7620 Submitted by: Juice Technologies Inc. dba Plug Smart Solicitation Collier County Metasys NAE Replacement - 19-7620 Submitted by: Juice Technologies Inc. dba Plug Smart Additional Contact Information Send payments to: (required if different from above) Juice Technologies, Inc. dba Plug Smart Company name used as payee Contact name: Ms. Colleen Lorms Title: Office Manager Address: 350 East 1st Avenue #210 City, State, ZIP Columbus, Ohio 43201 Telephone: 800-518-5576 Email: Colleen.lorms@plugsmart.com Office servicing Collier County to place orders (required if different from above) Contact name: Mr. Axel Korn Title: Senior Project Manager Address: 1040 Collier Center Way, Suite #13 City, State, ZIP Naples, FL 34110 Telephone: 239-877-2515 Email: Axel.korn@plugsmart.com Form 5: Immigration Affidavit Certification This Affidavit is required and should be signed, notarized by an authorized principal of the firm and submitted with formal solicitation submittals. Further, 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 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’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 applicable 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 proposal. Company Name ____Juice Technologies Inc., DBA Plug Smart___________________________________ Print Name Rich Housh Title ___Chief Executive Officer_ Signature Date ____5/16/19_____________ State of __Florida___________ County of ____Collier_______ The signee of these Affidavit guarantees, as evidenced by the sworn affidavit required herein, the truth and accuracy of this affidavit to interrogatories hereinafter made. Solicitation 19-7620 NAE Replacement Submitted by: Juice Technologies, Inc. dba Plug Smart THE E-VERIFY MEMORANDUM OF UNDERSTANDING FOR EMPLOYERS USING A WEB SERVICES E-VERIFY EMPLOYER AGENT ARTICLE I PURPOSE AND AUTHORITY The parties to this agreement are the Department of Homeland Security (DHS), the Juice Technologies, Inc (Employer), and the Web Services E-Verify Employer Agent. The purpose of this agreement is to set forth terms and conditions which the Employer and the Web Services E-Verify Employer Agent will follow while participating in E-Verify. E-Verify is a program that electronically confirms an employee’s eligibility to work in the United States after completion of Form I-9, Employment Eligibility Verification (Form I-9). This Memorandum of Understanding (MOU) explains certain features of the E-Verify program and describes specific responsibilities of the Employer, the E-Verify Employer Agent, the Social Security Administration (SSA), and DHS. References in this MOU to the Employer include the Web Services E-Verify Employer Agent when acting on behalf of the Employer. For purposes of this MOU, the E-Verify browser refers to the website that provides direct access to the E-Verify system: https://e-verify.uscis.gov/emp. You may access E-Verify directly free of charge via the E-Verify browser. Authority for the E-Verify program is found in Title IV, Subtitle A, of the Illegal Immigration Reform and Immigrant Responsibility Act of 1996 (IIRIRA), Pub. L. 104-208, 110 Stat. 3009, as amended (8 U.S.C. § 1324a note). The Federal Acquisition Regulation (FAR) Subpart 22.18, “Employment Eligibility Verification” and Executive Order 12989, as amended, provide authority for Federal contractors and subcontractors (Federal contractor) to use E- Verify to verify the employment eligibility of certain employees working on Federal contracts. ARTICLE II RESPONSIBILITIES A. RESPONSIBILITIES OF THE EMPLOYER 1. For purposes of this MOU, references to the Employer include the Web Services E-Verify Employer Agent when acting on behalf of the Employer. 2. By enrolling in E-Verify and signing the applicable MOU, the Employer asserts that it is a legitimate company which intends to use E-Verify for legitimate purposes only and in accordance with the laws, regulations and DHS policies and procedures relating to the use of E-Verify. 3. The Employer agrees to display the following notices supplied by DHS (though the Web Services E-Verify Employer Agent) in a prominent place that is clearly visible to prospective employees and all employees who are to be verified through the system: A. Notice of E-Verify Participation B. Notice of Right to Work 4. The Employer agrees to provide to the SSA and DHS the names, titles, addresses, and telephone numbers of the Employer representatives to be contacted about E-Verify. The Employer also agrees to keep such information current by providing updated information to SSA and DHS whenever the representatives’ contact information changes. 5. The Employer agrees to become familiar with and comply with the most recent version of theE-Verify User Manual. The Employer will obtain the E-Verify User Manual from the Web ServicesE-Verify Employer Agent, and will be notified by the Web Services E-Verify Employer Agent when a new version of the E-Verify User Manual becomes available. 6. The Employer agrees to comply with current Form I-9 procedures, with two exceptions: A. If an employee presents a "List B" identity document, the Employer agrees to only accept "List B" documents that contain a photo. (List B documents identified in 8 C.F.R. 274a.2(b)(1)(B)) can be Company ID Number:72760 Client Company ID Number:1141164 Page 1 of 17 | E-Verify MOU for Employers Using a Web Services Employer Agent | Revision Date 06/01/13 presented during the Form I-9 process to establish identity.) If an employee objects to the photo requirement for religious reasons, the Employer should contact E-Verify at 888-464-4218. B. If an employee presents a DHS Form I-551 (Permanent Resident Card), Form I-766 (Employment Authorization Document), or U.S. Passport or Passport Card to complete Form I-9, the Employer agrees to make a photocopy of the document and to retain the photocopy with the employee’s Form I-9. The Employer will use the photocopy to verify the photo and to assist DHS with its review of photo mismatches that employees contest. DHS may in the future designate other documents that activate the photo screening tool. Note: Subject only to the exceptions noted previously in this paragraph, employees still retain the right to present any List A, or List B and List C, document(s) to complete the Form I-9. 7. The Employer agrees to record the case verification number on the employee's Form I-9 or to print the screen containing the case verification number and attach it to the employee's Form I-9. 8. The Employer agrees that, although it participates in E-Verify, the Employer has a responsibility to complete, retain, and make available for inspection Forms I-9 that relate to its employees, or from other requirements of applicable regulations or laws, including the obligation to comply with the antidiscrimination requirements of section 274B of the INA with respect to Form I-9 procedures. A. The following modified requirements are the only exceptions to an Employer’s obligation to not employ unauthorized workers and comply with the anti-discrimination provision of the INA: (1) List B identity documents must have photos, as described in paragraph 6 above; (2) When an Employer confirms the identity and employment eligibility of newly hired employee using E-Verify procedures, the Employer establishes a rebuttable presumption that it has not violated section 274A(a)(1)(A) of the Immigration and Nationality Act (INA) with respect to the hiring of that employee; (3) If the Employer receives a final nonconfirmation for an employee, but continues to employ that person, the Employer must notify DHS and the Employer is subject to a civil money penalty between $550 and $1,100 for each failure to notify DHS of continued employment following a final nonconfirmation; (4) If the Employer continues to employ an employee after receiving a final nonconfirmation, then the Employer is subject to a rebuttable presumption that it has knowingly employed an unauthorized alien in violation of section 274A(a)(1)(A); and (5) no E-Verify participant is civilly or criminally liable under any law for any action taken in good faith based on information provided through the E-Verify. B. DHS reserves the right to conduct Form I-9 compliance inspections, as well as any other enforcement or compliance activity authorized by law, including site visits, to ensure proper use of E-Verify. 9. The Employer is strictly prohibited from creating an E-Verify case before the employee has been hired, meaning that a firm offer of employment was extended and accepted and Form I-9 was completed. The Employer agrees to create an E-Verify case for new employees within three Employer business days after each employee has been hired (after both Sections 1 and 2 of Form I-9 have been completed), and to complete as many steps of the E-Verify process as are necessary according to the E-Verify User Manual. If E- Verify is temporarily unavailable, the three-day time period will be extended until it is again operational in order to accommodate the Employer's attempting, in good faith, to make inquiries during the period of unavailability. 10. The Employer agrees not to use E-Verify for pre-employment screening of job applicants, in support of any unlawful employment practice, or for any other use that this MOU or the E-Verify User Manual does not authorize. 11. The Employer must use E-Verify (through its Web Services E-Verify Employer Agent) for all new employees. The Employer will not verify selectively and will not verify employees hired before the effective date of this MOU. Employers who are Federal contractors may qualify for exceptions to this requirement as described in Article II.B of this MOU. 12. The Employer agrees to follow appropriate procedures (see Article III below) regarding tentative nonconfirmations. The Employer must promptly notify employees in private of the finding and provide them with the notice and letter containing information specific to the employee’s E-Verify case. The Employer agrees to provide both the English and the translated notice and letter for employees with limited English proficiency to employees. The Employer agrees to provide written referral instructions to employees and instruct affected employees to bring the English copy of the letter to the SSA. The Employer must allow employees to contest the finding, and not take adverse action against employees if they choose to contest the finding, while their case is still pending. Further, when employees contest a tentative nonconfirmation based upon a photo mismatch, the Employer must take additional steps (see Article III.B below) to contact DHS with information necessary to resolve the challenge. 13. The Employer agrees not to take any adverse action against an employee based upon the employee's Company ID Number:72760 Client Company ID Number:1141164 Page 2 of 17 | E-Verify MOU for Employers Using a Web Services Employer Agent | Revision Date 06/01/13 perceived employment eligibility status while SSA or DHS is processing the verification request unless the Employer obtains knowledge (as defined in 8 C.F.R. § 274a.1(l)) that the employee is not work authorized. The Employer understands that an initial inability of the SSA or DHS automated verification system to verify work authorization, a tentative nonconfirmation, a case in continuance (indicating the need for additional time for the government to resolve a case), or the finding of a photo mismatch, does not establish, and should not be interpreted as, evidence that the employee is not work authorized. In any of such cases, the employee must be provided a full and fair opportunity to contest the finding, and if he or she does so, the employee may not be terminated or suffer any adverse employment consequences based upon the employee’s perceived employment eligibility status (including denying, reducing, or extending work hours, delaying or preventing training, requiring an employee to work in poorer conditions, withholding pay, refusing to assign the employee to a Federal contract or other assignment, or otherwise assuming that he or she is unauthorized to work) until and unless secondary verification by SSA or DHS has been completed and a final nonconfirmation has been issued. If the employee does not choose to contest a tentative nonconfirmation or a photo mismatch or if a secondary verification is completed and a final nonconfirmation is issued, then the Employer can find the employee is not work authorized and terminate the employee’s employment. Employers or employees with questions about a final nonconfirmation may call E-Verify at 1- 888-464-4218 (customer service) or 1-888-897-7781 (worker hotline). 14. The Employer agrees to comply with Title VII of the Civil Rights Act of 1964 and section 274B of the INA as applicable by not discriminating unlawfully against any individual in hiring, firing, employment eligibility verification, or recruitment or referral practices because of his or her national origin or citizenship status, or by committing discriminatory documentary practices. The Employer understands that such illegal practices can include selective verification or use of E-Verify except as provided in part D below, or discharging or refusing to hire employees because they appear or sound “foreign” or have received tentative nonconfirmations. The Employer further understands that any violation of the immigration-related unfair employment practices provisions in section 274B of the INA could subject the Employer to civil penalties, back pay awards, and other sanctions, and violations of Title VII could subject the Employer to back pay awards, compensatory and punitive damages. Violations of either section 274B of the INA or Title VII may also lead to the termination of its participation in E-Verify. If the Employer has any questions relating to the anti-discrimination provision, it should contact OSC at 1-800-255-8155 or 1-800-237-2515 (TDD). 15. The Employer agrees that it will use the information it receives from E-Verify (through its Web Services E- Verify Employer Agent) only to confirm the employment eligibility of employees as authorized by this MOU. The Employer agrees that it will safeguard this information, and means of access to it (such as Personal Identification Numbers and passwords), to ensure that it is not used for any other purpose and as necessary to protect its confidentiality, including ensuring that it is not disseminated to any person other than employees of the Employer who are authorized to perform the Employer's responsibilities under this MOU except for such dissemination as may be authorized in advance by SSA or DHS for legitimate purposes. 16. The Employer agrees to notify DHS immediately in the event of a breach of personal information. Breaches are defined as loss of control or unauthorized access to E-Verify personal data. All suspected or confirmed breaches should be reported by calling 1-888-464-4218 or via email at E-Verify@dhs.gov. Please use “Privacy Incident – Password” in the subject line of your email when sending a breach report to E-Verify. 17. The Employer acknowledges that the information it receives from SSA through its Web ServicesE-Verify Employer Agent is governed by the Privacy Act (5 U.S.C. § 552a(i)(1) and (3)) and the Social Security Act (42 U.S.C. 1306(a)). Any person who obtains this information under false pretenses or uses it for any purpose other than as provided for in this MOU may be subject to criminal penalties. 18. The Employer agrees to cooperate with DHS and SSA in their compliance monitoring and evaluation of E- Verify, which includes permitting DHS, SSA, their contractors and other agents, upon reasonable notice, to review Forms I-9 and other employment records and to interview it and its employees regarding the Employer’s use of E-Verify, and to respond in a prompt and accurate manner to DHS requests for information relating to their participation in E-Verify. 19. The Employer shall not make any false or unauthorized claims or references about its participation in E- Verify on its website, in advertising materials, or other media. The Employer shall not describe its services as federally-approved, federally-certified, or federally-recognized, or use language with a similar intent on its website or other materials provided to the public. Entering into this MOU does not mean that E-Verify endorses or authorizes your E-Verify services and any claim to that effect is false. 20. The Employer shall not state in its website or other public documents that any language used therein has been provided or approved by DHS, USCIS or the Verification Division, without first obtaining the prior written consent of DHS. 21. The Employer agrees that E-Verify trademarks and logos may be used only under license by DHS/USCIS (see M-795 (Web)) and, other than pursuant to the specific terms of such license, may not be used in any manner that might imply that the Employer’s services, products, websites, or publications are sponsored by, endorsed by, licensed by, or affiliated with DHS, USCIS, or E-Verify. Company ID Number:72760 Client Company ID Number:1141164 Page 3 of 17 | E-Verify MOU for Employers Using a Web Services Employer Agent | Revision Date 06/01/13 22. The Employer understands that if it uses E-Verify procedures for any purpose other than as authorized by this MOU, the Employer may be subject to appropriate legal action and termination of its participation in E- Verify according to this MOU. B. RESPONSIBILITIES OF THE WEB SERVICES E-VERIFY EMPLOYER AGENT 1. The Web Services E-Verify Employer Agent agrees to complete its Web Services interface no later than six months after the date the Web Services User signs this MOU. E-Verify considers your interface to be complete once it has been built pursuant to the Interface Control Agreement (ICA), submitted to E-Verify for testing, and approved for system access. 2. The Web Services E-Verify Employer Agent agrees to perform sufficient maintenance on the Web Services interface in accordance with the requirements listed in the ICA. These requirements include, but are not limited to, updating the Web Services interface to ensure that any updates or enhancements are incorporated no later than six months after the issuance of an ICA. Web Services E-Verify Employer Agents should be aware that this will require the investment of time and resources. Compliance with the requirements of the ICA must be carried out to the satisfaction of DHS and or its assignees. 3. The Web Services E-Verify Employer Agent agrees to provide to SSA and/or DHS the names, titles, addresses, e-mail addresses, and telephone numbers of the Web Services E-Verify Employer Agent representative who will access information, as well as ensure cooperation, communication, and coordination with E-Verify. In addition, Web Services E-Verify Employer Agents must provide to SSA and/or DHS the names, titles, addresses, and telephone numbers of its clients and their staff who will access information through E-Verify. Web Services E-Verify Employer Agents must ensure the contact information is updated with SSA and DHS whenever the points of contact change. 4. The Web Services E-Verify Employer Agent agrees to become familiar with and comply with theE-Verify User Manual and provide a copy of the most current version of the manual to the Employer so that the Employer can become familiar with and comply with E-Verify policy and procedures. The Web Services E-Verify Employer Agent agrees to obtain a revised E-Verify User Manual as it becomes available and to provide a copy of the revised version to the Employer no later than 30 days after the manual becomes available. 5. The Web Services E-Verify Employer Agent agrees that any person accessing E-Verify on its behalf is trained on the most recent E-Verify policy and procedures. 6. The Web Services E-Verify Employer Agent agrees that any of its representatives who will perform employment verification cases will complete the E-Verify Tutorial before that individual initiates any cases. A. The Web Services E-Verify Employer Agent agrees that all of its representatives will take the refresher tutorials initiated by E-Verify as a condition of continued use of E-Verify, including any tutorials for Federal contractors, if any of the Employers represented by the Web Services E-Verify Employer Agent is a Federal contractor. B. Failure to complete a refresher tutorial will prevent the Web Services E-Verify Employer Agent and Employer from continued use of E-Verify. 7. The Web Services E-Verify Employer Agent agrees to grant E-Verify access only to current employees who need E-Verify access. The Web Services E-Verify Employer Agent must promptly terminate an employee’s E- Verify access if the employee is separated from the company or no longer needs access to E-Verify. 8. The Web Services E-Verify Employer Agent agrees to obtain the necessary equipment to use E- Verify as required by the E-Verify rules and regulations as modified from time to time. 9. The Web Services E-Verify Employer Agent agrees to, consistent with applicable laws, regulations, and policies, commit sufficient personnel and resources to meet the requirements of this MOU. 10. The Web Services E-Verify Employer Agent agrees to provide its clients with training on E-Verify processes, policies, and procedures. The E-Verify Employer Agent also agrees to provide its clients with ongoing E- Verify training as needed. E-Verify is not responsible for providing training to clients of E-Verify Employer Agents. 11. The Web Services E-Verify Employer Agent agrees to provide the Employer with the notices described in Article II.B.2 below. 12. The Web Services E-Verify Employer Agent agrees to create E-Verify cases for the Employer it represents in accordance with the E-Verify Manual, the E-Verify Web-Based Tutorial and all other published E-Verify rules and procedures. The Web Services E-Verify Employer Agent will createE-Verify cases using information provided by the Employer and will immediately communicate the response back to the Employer. If E-Verify is temporarily unavailable, the three-day time period will be extended until it is again operational in order to accommodate the Web Services E-Verify Employer Agent’s attempting, in good faith, to make inquiries on behalf of the Employer during the period of unavailability. If, however, the Web Services interface is unavailable due to no fault of E-Verify, then the three-day time period is not extended. In such a case, the Company ID Number:72760 Client Company ID Number:1141164 Page 4 of 17 | E-Verify MOU for Employers Using a Web Services Employer Agent | Revision Date 06/01/13 Web Services E-Verify Employer Agent must use the E-Verify browser during the outage. 13. The Web Services E-Verify Employer Agent agrees to ensure that all notices, referral letters and any other materials otherwise including instructions regarding tentative nonconfirmations, will be consistent with the most current E-Verify tentative nonconfirmation notices and referral letters, which are available on E-Verify’s website. 14. The Web Services E-Verify Employer Agent agrees that any system or interface it develops will follow the steps for creating E-Verify cases and processing tentative nonconfirmations, as laid out in the ICA, this MOU and the User Manual, including but not limited to allowing an employer to close an invalid case where appropriate, allowing an employer to refer a tentative nonconfirmation only when an employee chooses to contest a tentative nonconfirmation (no automatic referrals), and referring a tentative nonconfirmation to the appropriate agency at the time the employer prints the referral letter and provides the letter to the employee. The Web Services E-Verify Employer Agent understands that any failure to make its system or interface consistent with proper E-Verify procedures can result in DHS terminating the Web Services E-Verify Employer Agent’s agreement and access with or without notice. 15. When the Web Services E-Verify Employer Agent receives notice from a client company that it has received a contract with the FAR clause, then the Web Services E-Verify Employer Agent must update the company’s E-Verify profile within 30 days of the contract award date. 16. If data is transmitted between the Web Services E-Verify Employer Agent and its client, then the Web Services E-Verify Employer Agent agrees to protect personally identifiable information during transmission to and from the Web Services E-Verify Employer Agent. 17. The Web Services E-Verify Employer Agent agrees to notify DHS immediately in the event of a breach of personal information. Breaches are defined as loss of control or unauthorized access toE-Verify personal data. All suspected or confirmed breaches should be reported by calling 1-888-464-4218 or via email at . Please use “Privacy Incident – Password” in the subject line of your email when sending a breach report to E- Verify. 18. The Web Services E-Verify Employer Agent agrees to fully cooperate with DHS and SSA in their compliance monitoring and evaluation of E-Verify, including permitting DHS, SSA, their contractors and other agents, upon reasonable notice, to review Forms I-9, employment records, and all records pertaining to the Web Services E-Verify Employer Agent’s use of E-Verify, and to interview it and its employees regarding the use of E-Verify, and to respond in a timely and accurate manner to DHS requests for information relating to their participation in E-Verify. A. The Web Services E-Verify Employer Agent agrees to cooperate with DHS if DHS requests information about the Web Services E-Verify Employer Agent’s interface, including requests by DHS to view the actual interface operated by the Web Services E-Verify Employer Agent as well as related business documents. The Web Services E-Verify Employer Agent agrees to demonstrate for DHS the functionality of its interface to E-Verify upon request. B. The Web Services E-Verify Employer Agent agrees to demonstrate, if requested by DHS, that it has provided training to its clients that meets E-Verify standards. Training programs must provide a focused study of the topics covered in the E-Verify User Manual and pertinent Supplemental Guides. Furthermore, training programs and materials must be updated as E-Verify changes occur. The Web Services E-Verify Employer Agent is encouraged to incorporate information from existing E-Verify materials, including the Enrollment Quick Reference Guide, the E-Verify Employer Agent Client Handbook (formerly known as the Designated Agent Client Handbook), and existing tutorials and manuals into their training program. E-Verify also encourages the Web Services E-Verify Employer Agent to supervise first-time use of the E-Verify browser or Web Services interface by its staff and Employer clients as part of any training program. The Web Services E-Verify Employer Agent agrees to submit its training program materials to DHS for review upon request. Failure to provide adequate training could, in some instances, lead to penalties as described in Article V.F.1. of this MOU. 19. The Web Services E-Verify Employer Agent shall not make any false or unauthorized claims or references about its participation in E-Verify on its website, in advertising materials, or other media. The Web Services E-Verify Employer Agent shall not describe its services as federally-approved, federally-certified, or federally-recognized, or use language with a similar intent on its website or other materials provided to the public. Entering into this MOU does not mean that E-Verify endorses or authorizes your Web Services E- Verify Employer Agent services and any claim to that effect is false. 20. The Web Services E-Verify Employer Agent shall not state in its website or other public documents that any language used therein has been provided or approved by DHS, USCIS or the Verification Division, without first obtaining the prior written consent of DHS. 21. The Web Services E-Verify Employer Agent agrees that E-Verify trademarks and logos may be used only Company ID Number:72760 Client Company ID Number:1141164 Page 5 of 17 | E-Verify MOU for Employers Using a Web Services Employer Agent | Revision Date 06/01/13 under license by DHS/USCIS (see ) and, other than pursuant to the specific terms of such license, may not be used in any manner that might imply that the Web Services E-Verify Employer Agent’s services, products, websites, or publications are sponsored by, endorsed by, licensed by, or affiliated with DHS, USCIS, or E- Verify. 22. The Web Services E-Verify Employer Agent understands that if it uses E-Verify procedures for any purpose other than as authorized by this MOU, the Web Services E-Verify Employer Agent may be subject to appropriate legal action and termination of its participation in E-Verify according to this MOU. C. RESPONSIBILITIES OF FEDERAL CONTRACTORS The Web Services E-Verify Employer Agent shall ensure that the Web Services E-Verify Employer Agent and the Employers it represents carry out the following responsibilities if the Employer is a Federal contractor or becomes a federal contractor. The Web Services E-Verify Employer Agent should instruct the client to keep the Web Services E- Verify Employer Agent informed about any changes or updates related to federal contracts. It is the Web Services E- Verify Employer Agent’s responsibility to ensure that its clients are in compliance with all E-Verify policies and procedures. 1. If the Employer is a Federal contractor with the FAR E-Verify clause subject to the employment verification terms in Subpart 22.18 of the FAR, it will become familiar with and comply with the most current version of the E-Verify User Manual for Federal Contractors as well as the E-Verify Supplemental Guide for Federal Contractors. 2. In addition to the responsibilities of every employer outlined in this MOU, the Employer understands that if it is a Federal contractor subject to the employment verification terms in Subpart 22.18 of the FAR it must verify the employment eligibility of any “employee assigned to the contract” (as defined in FAR 22.1801). Once an employee has been verified through E-Verify by the Employer, the Employer may not reverify the employee through E-Verify. A. An Employer that is not enrolled in E-Verify as a Federal contractor at the time of a contract award must enroll as a Federal contractor in the E-Verify program within 30 calendar days of contract award and, within 90 days of enrollment, begin to verify employment eligibility of new hires using E- Verify. The Employer must verify those employees who are working in the United States, whether or not they are assigned to the contract. Once the Employer begins verifying new hires, such verification of new hires must be initiated within three business days after the hire date. Once enrolled in E-Verify as a Federal contractor, the Employer must begin verification of employees assigned to the contract within 90 calendar days after the date of enrollment or within 30 days of an employee’s assignment to the contract, whichever date is later. B. Employers enrolled in E-Verify as a Federal contractor for 90 days or more at the time of a contract award must use E-Verify to begin verification of employment eligibility for new hires of the Employer who are working in the United States, whether or not assigned to the contract, within three business days after the date of hire. If the Employer is enrolled in E-Verify as a Federal contractor for 90 calendar days or less at the time of contract award, the Employer must, within 90 days of enrollment, begin to use E-Verify to initiate verification of new hires of the contractor who are working in the United States, whether or not assigned to the contract. Such verification of new hires must be initiated within three business days after the date of hire. An Employer enrolled as a Federal contractor in E-Verify must begin verification of each employee assigned to the contract within 90 calendar days after date of contract award or within 30 days after assignment to the contract, whichever is later. C. Federal contractors that are institutions of higher education (as defined at 20 U.S.C. 1001(a)), state or local governments, governments of Federally recognized Indian tribes, or sureties performing under a takeover agreement entered into with a Federal agency under a performance bond may choose to only verify new and existing employees assigned to the Federal contract. Such Federal contractors may, however, elect to verify all new hires, and/or all existing employees hired after November 6, 1986. Employers in this category must begin verification of employees assigned to the contract within 90 calendar days after the date of enrollment or within 30 days of an employee’s assignment to the contract, whichever date is later. D. Upon enrollment, Employers who are Federal contractors may elect to verify employment eligibility of all existing employees working in the United States who were hired after November 6, 1986, instead of verifying only those employees assigned to a covered Federal contract. After enrollment, Employers must elect to verify existing staff following DHS procedures and begin E-Verify verification of all existing employees within 180 days after the election. E. The Employer may use a previously completed Form I-9 as the basis for creating an E-Verify case for an employee assigned to a contract as long as: i. That Form I-9 is complete (including the SSN) and complies with Article II.A.6, Company ID Number:72760 Client Company ID Number:1141164 Page 6 of 17 | E-Verify MOU for Employers Using a Web Services Employer Agent | Revision Date 06/01/13 ii. The employee’s work authorization has not expired, and iii. The Employer has reviewed the information reflected in the Form I-9 either in person or in communications with the employee to ensure that the employee’s Section 1, Form I-9 attestation has not changed (including, but not limited to, a lawful permanent resident alien having become a naturalized U.S. citizen). F. The Employer shall complete a new Form I-9 consistent with Article II.A.6 or update the previous Form I-9 to provide the necessary information if: i. The Employer cannot determine that Form I-9 complies with Article II.A.6, ii. The employee’s basis for work authorization as attested in Section 1 has expired or changed, or iii. The Form I-9 contains no SSN or is otherwise incomplete. Note: If Section 1 of Form I-9 is otherwise valid and up-to-date and the form otherwise complies with Article II.C.5, but reflects documentation (such as a U.S. passport or Form I- 551) that expired after completing Form I-9, the Employer shall not require the production of additional documentation, or use the photo screening tool described in Article II.A.5, subject to any additional or superseding instructions that may be provided on this subject in the E- Verify User Manual. G. The Employer agrees not to require a second verification using E-Verify of any assigned employee who has previously been verified as a newly hired employee under this MOU or to authorize verification of any existing employee by any Employer that is not a Federal contractor based on this Article. 3. The Employer understands that if it is a Federal contractor, its compliance with this MOU is a performance requirement under the terms of the Federal contract or subcontract, and the Employer consents to the release of information relating to compliance with its verification responsibilities under this MOU to contracting officers or other officials authorized to review the Employer’s compliance with Federal contracting requirements. D. RESPONSIBILITIES OF SSA 1. SSA agrees to allow DHS to compare data provided by the Employer (through the E-Verify Employer Agent) against SSA’s database. SSA sends DHS confirmation that the data sent either matches or does not match the information in SSA’s database. 2. SSA agrees to safeguard the information the Employer provides (through the E-Verify Employer Agent) through E-Verify procedures. SSA also agrees to limit access to such information, as is appropriate by law, to individuals responsible for the verification of Social Security numbers or responsible for evaluation of E- Verify or such other persons or entities who may be authorized by SSA as governed by the Privacy Act (5 U.S.C. § 552a), the Social Security Act (42 U.S.C. 1306(a)), and SSA regulations (20 CFR Part 401). 3. SSA agrees to provide case results from its database within three Federal Government work days of the initial inquiry. E-Verify provides the information to the E-Verify Employer Agent. 4. SSA agrees to update SSA records as necessary if the employee who contests the SSA tentative nonconfirmation visits an SSA field office and provides the required evidence. If the employee visits an SSA field office within the eight Federal Government work days from the date of referral to SSA, SSA agrees to update SSA records, if appropriate, within the eight-day period unless SSA determines that more than eight days may be necessary. In such cases, SSA will provide additional instructions to the employee. If the employee does not visit SSA in the time allowed, E-Verify may provide a final nonconfirmation to the E-Verify Employer Agent. Note: If an Employer experiences technical problems, or has a policy question, the employer should contact E-Verify at 1-888-464-4218. E. RESPONSIBILITIES OF DHS 1. DHS agrees to provide the Employer with selected data from DHS databases to enable the Employer (through the E-Verify Employer Agent) to conduct, to the extent authorized by this MOU: A. Automated verification checks on alien employees by electronic means, and B. Photo verification checks (when available) on employees. 2. DHS agrees to assist the E-Verify Employer Agent with operational problems associated with its participation in E-Verify. DHS agrees to provide the E-Verify Employer Agent names, titles, addresses, and telephone numbers of DHS representatives to be contacted during the E-Verify process. Company ID Number:72760 Client Company ID Number:1141164 Page 7 of 17 | E-Verify MOU for Employers Using a Web Services Employer Agent | Revision Date 06/01/13 3. DHS agrees to provide to the E-Verify Employer Agent with access to E-Verify training materials as well as an E-Verify User Manual that contain instructions on E-Verify policies, procedures, and requirements for both SSA and DHS, including restrictions on the use of E-Verify. 4. DHS agrees to train E-Verify Employer Agents on all important changes made to E-Verify through the use of mandatory refresher tutorials and updates to the E-Verify User Manual. Even without changes to E-Verify, DHS reserves the right to require E-Verify Employer Agents to take mandatory refresher tutorials. 5. DHS agrees to provide to the Employer (through the E-Verify Employer Agent) a notice, which indicates the Employer's participation in E-Verify. DHS also agrees to provide to the Employer anti-discrimination notices issued by the Office of Special Counsel for Immigration-Related Unfair Employment Practices (OSC), Civil Rights Division, U.S. Department of Justice. 6. DHS agrees to issue each of the E-Verify Employer Agent’s E-Verify users a unique user identification number and password that permits them to log in to E-Verify. 7. DHS agrees to safeguard the information the Employer provides (through the E-Verify Employer Agent), and to limit access to such information to individuals responsible for the verification process, for evaluation of E- Verify, or to such other persons or entities as may be authorized by applicable law. Information will be used only to verify the accuracy of Social Security numbers and employment eligibility, to enforce the INA and Federal criminal laws, and to administer Federal contracting requirements. 8. DHS agrees to provide a means of automated verification that provides (in conjunction with SSA verification procedures) confirmation or tentative nonconfirmation of employees' employment eligibility within three Federal Government work days of the initial inquiry. 9. DHS agrees to provide a means of secondary verification (including updating DHS records) for employees who contest DHS tentative nonconfirmations and photo mismatch tentative nonconfirmations. This provides final confirmation or nonconfirmation of the employees' employment eligibility within 10 Federal Government work days of the date of referral to DHS, unless DHS determines that more than 10 days may be necessary. In such cases, DHS will provide additional verification instructions. ARTICLE III REFERRAL OF INDIVIDUALS TO SSA AND DHS A. REFERRAL TO SSA 1. If the Employer receives a tentative nonconfirmation issued by SSA, the Employer must print the notice as directed by E-Verify. The Employer must promptly notify employees in private of the finding and provide them with the notice and letter containing information specific to the employee’s E-Verify case. The Employer also agrees to provide both the English and the translated notice and letter for employees with limited English proficiency to employees. The Employer agrees to provide written referral instructions to employees and instruct affected employees to bring the English copy of the letter to the SSA. The Employer must allow employees to contest the finding, and not take adverse action against employees if they choose to contest the finding, while their case is still pending. 2. The Employer agrees to obtain the employee’s response about whether he or she will contest the tentative nonconfirmation as soon as possible after the Employer receives the tentative nonconfirmation. Only the employee may determine whether he or she will contest the tentative nonconfirmation. 3. After a tentative nonconfirmation, the Employer will refer employees to SSA field offices only as directed by E-Verify. The Employer must record the case verification number, review the employee information submitted to E-Verify to identify any errors, and find out whether the employee contests the tentative nonconfirmation. The Employer will transmit the Social Security number, or any other corrected employee information that SSA requests, to SSA for verification again if this review indicates a need to do so. 4. The Employer will instruct the employee to visit an SSA office within eight Federal Government work days. SSA will electronically transmit the result of the referral to the Employer within 10 Federal Government work days of the referral unless it determines that more than 10 days is necessary. 5. While waiting for case results, the Employer agrees to check the E-Verify system regularly for case updates. 6. The Employer agrees not to ask the employee to obtain a printout from the Social Security Administration number database (the Numident) or other written verification of the SSN from the SSA. B. REFERRAL TO DHS 1. If the Employer receives a tentative nonconfirmation issued by DHS, the Employer must promptly notify employees in private of the finding and provide them with the notice and letter containing information specific to the employee’s E-Verify case. The Employer also agrees to provide both the English and the translated notice and letter for employees with limited English proficiency to employees. The Employer must Company ID Number:72760 Client Company ID Number:1141164 Page 8 of 17 | E-Verify MOU for Employers Using a Web Services Employer Agent | Revision Date 06/01/13 allow employees to contest the finding, and not take adverse action against employees if they choose to contest the finding, while their case is still pending. 2. The Employer agrees to obtain the employee’s response about whether he or she will contest the tentative nonconfirmation as soon as possible after the Employer receives the tentative nonconfirmation. Only the employee may determine whether he or she will contest the tentative nonconfirmation. 3. The Employer agrees to refer individuals to DHS only when the employee chooses to contest a tentative nonconfirmation. 4. If the employee contests a tentative nonconfirmation issued by DHS, the Employer will instruct the employee to contact DHS through its toll-free hotline (as found on the referral letter) within eight Federal Government work days. 5. If the Employer finds a photo mismatch, the Employer must provide the photo mismatch tentative nonconfirmation notice and follow the instructions outlined in paragraph 1 of this section for tentative nonconfirmations, generally. 6. The Employer agrees that if an employee contests a tentative nonconfirmation based upon a photo mismatch, the Employer will send a copy of the employee’s Form I-551, Form I-766, U.S. Passport, or passport card to DHS for review by: A. Scanning and uploading the document, or B. Sending a photocopy of the document by express mail (furnished and paid for by the employer). 7. The Employer understands that if it cannot determine whether there is a photo match/mismatch, the Employer must forward the employee’s documentation to DHS as described in the preceding paragraph. The Employer agrees to resolve the case as specified by the DHS representative who will determine the photo match or mismatch. 8. DHS will electronically transmit the result of the referral to the Employer within 10 Federal Government work days of the referral unless it determines that more than 10 days is necessary. 9. While waiting for case results, the Employer agrees to check the E-Verify system regularly for case updates. ARTICLE IV SERVICE PROVISIONS A. NO SERVICE FEES 1. SSA and DHS will not charge the Employer or the Web Services E-Verify Employer Agent for verification services performed under this MOU. The Employer is responsible for providing equipment needed to make inquiries. To access E-Verify, an Employer will need a personal computer with Internet access. ARTICLE V SYSTEM SECURITY AND MAINTENANCE A. DEVELOPMENT REQUIREMENTS 1. Software developed by Web Services E-Verify Employer Agents must comply with federally-mandated information security policies and industry security standards to include but not limited to: 2. Public Law 107-347, “E-Government Act of 2002, Title III, Federal Information Security Management Act (FISMA),” December 2002. 3. Office of Management and Budget (OMB) Memorandum (M-10-15), “FY 2010 Reporting Instructions for the Federal Information Security Management Act and Agency Privacy Management,” April 2010. 4. National Institute of Standards and Technology (NIST) Special Publication (SP) and Federal Information Processing Standards Publication (FIPS). 5. International Organization for Standardization/International Electrotechnical Commission (ISO/IEC) 27002, Information Technology — Security Techniques — Code of Practice for Information Security Management. 6. The Web Services E-Verify Employer Agent agrees to update its Web Services interface to reflect system enhancements within six months from the date DHS notifies the Web Services User of the system update. The Web Services User will receive notice from DHS in the form of an Interface Control Agreement (ICA). The Web Services E-Verify Employer Agent agrees to institute changes to its interface as identified in the ICA, including all functionality identified and all data elements detailed therein. 7. The Web Services E-Verify Employer Agent agrees to demonstrate progress of its efforts to update its Web Services interface if and when DHS requests such progress reports. Company ID Number:72760 Client Company ID Number:1141164 Page 9 of 17 | E-Verify MOU for Employers Using a Web Services Employer Agent | Revision Date 06/01/13 8. The Web Services E-Verify Employer Agent acknowledges that if its system enhancements are not completed to the satisfaction of DHS or its assignees within six months from the date DHS notifies the Web Services User of the system update, then the Web Services User’s E-Verify account may be suspended, and support for previous releases of E-Verify may no longer be available to the Web Services User. The Web Services E-Verify Employer Agent also acknowledges that DHS may suspend the Web Services User’s account after the six-month period has elapsed. 9. The Web Services E-Verify Employer Agent agrees to incorporate error handling logic into its development or software to accommodate and act in a timely fashion should an error code be returned. 10. The Web Services E-Verify Employer Agent agrees to complete the technical requirements testing which is confirmed upon receiving approval of test data and connectivity between the Web Services E-Verify Employer Agent and DHS. 11. DHS will not reimburse any Web Services E-Verify Employer Agent or software developer who has expended resources in the development or maintenance of a Web Services interface if that party is unable, or becomes unable, to meet any of the requirements set forth in this MOU. 12. Housing, development, infrastructure, maintenance, and testing of the Web Services applications may take place outside the United States and its territories, but testing must be conducted to ensure that the code is correct and secure. 13. If the Web Services E-Verify Employer Agent includes an electronic Form I-9 as part of its interface, then it must comply with the standards for electronic retention of Form I-9 found in 8 CFR 274a.2(e). B. INFORMATION SECURITY REQUIREMENTS Web Services E-Verify Employer Agents performing verification services under this MOU must ensure that information that is shared between the Web Services E-Verify Employer Agent and DHS is appropriately protected comparable to the protection provided when the information is within the DHS environment [OMB Circular A-130 Appendix III]. To achieve this level of information security, the Web Services E-Verify Employer Agent agrees to institute the following procedures: 1. Conduct periodic assessments of risk, including the magnitude of harm that could result from the unauthorized access, use, disclosure, disruption, modification, or destruction of information and information systems that support the operations and assets of the DHS, SSA, and the Web ServicesE-Verify Employer Agent and its clients; 2. Develop policies and procedures that are based on risk assessments, cost-effectively reduce information security risks to an acceptable level, and ensure that information security is addressed throughout the life cycle of each organizational information system; 3. Implement subordinate plans for providing adequate information security for networks, facilities, information systems, or groups of information systems, as appropriate; 4. Conduct security awareness training to inform the Web Services E-Verify Employer Agent’s personnel (including contractors and other users of information systems that support the operations and assets of the organization) of the information security risks associated with their activities and their responsibilities in complying with organizational policies and procedures designed to reduce these risks; 5. Develop periodic testing and evaluation of the effectiveness of information security policies, procedures, practices, and security controls to be performed with a frequency depending on risk, but no less than once per year; 6. Develop a process for planning, implementing, evaluating, and documenting remedial actions to address any deficiencies in the information security policies, procedures, and practices of the organization; 7. Implement procedures for detecting, reporting, and responding to security incidents; 8. Create plans and procedures to ensure continuity of operations for information systems that support the operations and assets of the organization; 9. In information-sharing environments, the information owner is responsible for establishing the rules for appropriate use and protection of the subject information and retains that responsibility even when the information is shared with or provided to other organizations [NIST SP 800-37]. 10. DHS reserves the right to restrict Web Services calls from certain IP addresses. 11. DHS reserves the right to audit the Web Services E-Verify Employer Agent’s application. 12. Web Services E-Verify Employer Agents and Software Developers agree to cooperate willingly with the DHS assessment of information security and privacy practices used by the company to develop and maintain the Company ID Number:72760 Client Company ID Number:1141164 Page 10 of 17 | E-Verify MOU for Employers Using a Web Services Employer Agent | Revision Date 06/01/13 software. C. DATA PROTECTION AND PRIVACY REQUIREMENTS 1. Web Services E-Verify Employer Agents must practice proper Internet security; this means using HTTP over SSL/TLS (also known as HTTPS) when accessing DHS information resources such as E-Verify [NIST SP 800- 95]. Internet security practices like this are necessary because Simple Object Access Protocol (SOAP), which provides a basic messaging framework on which Web Services can be built, allows messages to be viewed or modified by attackers as messages traverse the Internet and is not independently designed with all the necessary security protocols for E-Verify use. 2. In accordance with DHS standards, the Web Services E-Verify Employer Agent agrees to maintain physical, electronic, and procedural safeguards to appropriately protect the information shared under this MOU against loss, theft, misuse, unauthorized access, and improper disclosure, copying use, modification or deletion. 3. Any data transmission requiring encryption shall comply with the following standards: A. Products using FIPS 197 Advanced Encryption Standard (AES) algorithms with at least 256-bit encryption that has been validated under FIPS 140-2. B. NSA Type 2 or Type 1 encryption. 4. User ID Management (Set Standard): All information exchanged between the parties under this MOU will be done only through authorized Web Services E-Verify Employer Agent representatives identified above. 5. The Web Services E-Verify Employer Agent agrees to use the E-Verify browser instead of its own interface if it has not yet upgraded its interface to comply with the Federal Acquisition Regulation (FAR) system changes. In addition, Web Services E-Verify Employer Agents whose interfaces do not support the Form I-9 from 2/2/2009 or 8/7/2009 should also use the E-Verify browser until the system upgrade is completed. 6. The Web Services E-Verify Employer Agent agrees to use the E-Verify browser instead of its own interface if it has not completed updates to its system within six months from the date DHS notifies the Web Services E- Verify Employer Agent of the system update. The Web Services E-Verify Employer Agent can resume use of its interface once it is up-to-date, unless the Web Services E-Verify Employer Agent has been suspended or terminated from continued use of the system. D. COMMUNICATIONS 1. Web Services E-Verify Employer Agents and Software Developers agree to develop an electronic system that is not subject to any agreement that would restrict access to and use of by an agency of the United States. 2. The Web Services E-Verify Employer Agent agrees to develop effective controls to ensure the integrity, accuracy and reliability of its electronic system. 3. The Web Services E-Verify Employer Agent agrees to develop an inspection and quality assurance program that regularly, at least once per year, evaluates the electronic system, and includes periodic checks of electronically stored information. The Web Services E-Verify Employer Agent agrees to share the results of its regular inspection and quality assurance program with DHS upon request. 4. The Web Services E-Verify Employer Agent agrees to develop an electronic system with the ability to produce legible copies of applicable notices, letters, etc. 5. All information exchanged between the parties under this MOU will be in accordance with applicable laws, regulations, and policies, including but not limited to, information security guidelines of the sending party with respect to any information that is deemed Personally Identifiable Information (PII), including but not limited to the employee or applicant’s Social Security number, alien number, date of birth, or other information that may be used to identify the individual. 6. Suspected and confirmed information security breaches must be reported to DHS according to Article II.A.17. Reporting such breaches does not relieve the Web Services E-Verify Employer Agent from further requirements as directed by state and local law. The Web Services E-Verify Employer Agent is subject to applicable state laws regarding data protection and incident reporting in addition to the requirements herein. E. SOFTWARE DEVELOPER RESTRICTIONS 1. The Web Services E-Verify Employer Agent agrees that if it develops a Web Services interface and sells such interface, then it can be held liable for any misuse by the company that purchases the interface. It is the responsibility of the Web Services E-Verify Employer Agent to ensure that its interface is used in accordance with E-Verify policies and procedures. Company ID Number:72760 Client Company ID Number:1141164 Page 11 of 17 | E-Verify MOU for Employers Using a Web Services Employer Agent | Revision Date 06/01/13 2. The Web Services E-Verify Employer Agent agrees to provide software updates to each client who purchases its software. Because of the frequency Web Services updates, an ongoing relationship between the software developer and the client is necessary. 3. DHS reserves the right to terminate the access of any software developer with or without notice who creates or uses an interface that does not comply with E-Verify procedures. 4. Web Services Software Developers pursuing software development independent of serving clients as a Web Services E-Verify Employer Agent are not eligible to receive an ICA. At this time, E-Verify does not permit Web Services software development without also being a Web Services E-Verify Employer Agent or Web Services Employer. F. PENALTIES 1. The Web Services E-Verify Employer Agent agrees that any failure on its part to comply with the terms of the MOU may result in account suspension, termination, or other adverse action. 2. DHS is not liable for any financial losses to Web Services E-Verify Employer Agent, its clients, or any other party as a result of your account suspension or termination. ARTICLE VI MODIFICATION AND TERMINATION A. MODIFICATION 1. This MOU is effective upon the signature of all parties and shall continue in effect for as long as the SSA and DHS operates the E-Verify program unless modified in writing by the mutual consent of all parties. 2. Any and all E-Verify system enhancements by DHS or SSA, including but not limited to E-Verify checking against additional data sources and instituting new verification policies or procedures, will be covered under this MOU and will not cause the need for a supplemental MOU that outlines these changes. B. TERMINATION 1. The Web Services E-Verify Employer Agent may terminate this MOU and its participation in E-Verify at any time upon 30 days prior written notice to the other parties. In addition, any Employer represented by the Web Services E-Verify Employer Agent may voluntarily terminate its MOU upon giving DHS 30 days’ written notice. The Web Services E-Verify Employer Agent may not refuse to terminate the Employer based upon an outstanding bill for verification services. 2. Notwithstanding Article V, part A of this MOU, DHS may terminate this MOU, and thereby the Web Services E-Verify Employer Agent’s participation in E-Verify, with or without notice at any time if deemed necessary because of the requirements of law or policy, or upon a determination by SSA or DHS that there has been a breach of system integrity or security by the Web Services E-Verify Employer Agent or Employer, or a failure on the part of either party to comply with established E-Verify procedures and/or legal requirements. The Employer understands that if it is a Federal contractor, termination of this MOU by any party for any reason may negatively affect the performance of its contractual responsibilities. Similarly, the Employer understands that if it is in a state where E-Verify is mandatory, termination of this by any party MOU may negatively affect the Employer’s business. 3. A Web Services E-Verify Employer Agent for an Employer that is a Federal contractor may terminate this MOU when the Federal contract that requires its participation in E-Verify is terminated or completed. In such cases, the Web Services E-Verify Employer Agent must provide written notice to DHS. If the Web Services E- Verify Employer Agent fails to provide such notice, then that Employer will remain an E-Verify participant, will remain bound by the terms of this MOU that apply to non-Federal contractor participants, and will be required to use the E-Verify procedures to verify the employment eligibility of all newly hired employees. 4. The Web Services E-Verify Employer Agent agrees that E-Verify is not liable for any losses, financial or otherwise, if the Web Services E-Verify Employer Agent or the Employer is terminated from E-Verify. ARTICLE VII PARTIES A. Some or all SSA and DHS responsibilities under this MOU may be performed by contractor(s), and SSA and DHS may adjust verification responsibilities between each other as necessary. By separate agreement with DHS, SSA has agreed to perform its responsibilities as described in this MOU. B. Nothing in this MOU is intended, or should be construed, to create any right or benefit, substantive or procedural, enforceable at law by any third party against the United States, its agencies, officers, or employees, or against the Web Services E-Verify Employer Agent, its agents, officers, or employees. Company ID Number:72760 Client Company ID Number:1141164 Page 12 of 17 | E-Verify MOU for Employers Using a Web Services Employer Agent | Revision Date 06/01/13 C. The Web Services E-Verify Employer Agent may not assign, directly or indirectly, whether by operation of law, change of control or merger, all or any part of its rights or obligations under this MOU without the prior written consent of DHS, which consent shall not be unreasonably withheld or delayed. Any attempt to sublicense, assign, or transfer any of the rights, duties, or obligations herein is void. D. Each party shall be solely responsible for defending any claim or action against it arising out of or related to E-Verify or this MOU, whether civil or criminal, and for any liability wherefrom, including (but not limited to) any dispute between the Web Services E-Verify Employer Agent or the Employer and any other person or entity regarding the applicability of Section 403(d) of IIRIRA to any action taken or allegedly taken by the Web Services E-Verify Employer Agent or the Employer. E. The Web Services E-Verify Employer Agent understands that its participation in E-Verify is not confidential information and may be disclosed as authorized or required by law and DHS or SSA policy, including but not limited to, Congressional oversight, E-Verify publicity and media inquiries, determinations of compliance with Federal contractual requirements, and responses to inquiries under the Freedom of Information Act (FOIA). F. The individuals whose signatures appear below represent that they are authorized to enter into this MOU on behalf of the Employer, the Web Services E-Verify Employer Agent and DHS respectively. The Web Services E-Verify Employer Agent understands that any inaccurate statement, representation, data or other information provided to DHS may subject the Web Services E-Verify Employer Agent, as the case may be, its subcontractors, its employees, or its representatives to: (1) prosecution for false statements pursuant to 18 U.S.C. 1001 and/or; (2) immediate termination of its MOU and/or; (3) possible debarment or suspension. G. The foregoing constitutes the full agreement on this subject between DHS, the Employer, and the E-Verify Employer Agent. Juice Technologies, Inc (Employer) hereby designates and appoints Ramulu Janne (E- Verify Employer Agent), including its officers and employees, as the E-Verify Employer Agent for the purpose of carrying out (Employer) responsibilities under the MOU between the Employer, the E-Verify Employer Agent, and DHS. Company ID Number:72760 Client Company ID Number:1141164 Page 13 of 17 | E-Verify MOU for Employers Using a Web Services Employer Agent | Revision Date 06/01/13 If you have any questions, contact E-Verify at 1-888-464-4218. Approved by: Employer Name (Please Type or Print)Title Signature Date E-Verify Employer Agent ADP TotalSource, Inc. (GA) Name (Please Type or Print) Ramulu Janne Title Signature Electronically Signed Date September 28, 2018 Department of Homeland Security – Verification Division Name Title Signature Date Company ID Number:72760 Client Company ID Number:1141164 Page 14 of 17 | E-Verify MOU for Employers Using a Web Services Employer Agent | Revision Date 06/01/13 Information Required for the E-Verify Program Information relating to your Company: Company Name Juice Technologies, Inc Company Facility Address 350E. 1st Avenue Suite 210 Columbus, OH 43201 Company Alternate Address 350E. 1st Avenue Suite 210 Columbus, OH 43201 County or Parish Franklin Employer Identification Number 26-2368277 North American Industry Classification Systems Code Professional, Scientific, And Technical Services (541) Parent Company Number of Employees 20 to 99 Number of Sites Verified for 1 Company ID Number:72760 Client Company ID Number:1141164 Page 15 of 17 | E-Verify MOU for Employers Using a Web Services Employer Agent | Revision Date 06/01/13 Are you verifying for more than 1 site? If yes, please provide the number of sites verified for in each State: Ohio 1 Company ID Number:72760 Client Company ID Number:1141164 Page 16 of 17 | E-Verify MOU for Employers Using a Web Services Employer Agent | Revision Date 06/01/13 Information relating to the Program Administrator(s) for your Company on policy questions or operational problems: Name Tom Martin Phone Number (614) 507-3816 Fax Number Email Address tom.martin@plugsmart.com Company ID Number:72760 Client Company ID Number:1141164 Page 17 of 17 | E-Verify MOU for Employers Using a Web Services Employer Agent | Revision Date 06/01/13 Form 7: Vendor Submittal – Local Vendor Preference Affidavit (Check Appropriate Boxes Below) State of Florida (Select County if Vendor is described as a Local Business) Collier County Lee County Vendor affirms that it is a local business as defined by the Procurement Ordinance of the Collier County Board of County Commissioners and the Regulations Thereto. As defined in Section XV of the Collier County Procurement Ordinance: Local business means the vendor has a current Business Tax Receipt issued by the Collier County Tax Collector prior to bid or proposal submission to do business within Collier County, and that identifies the business with a permanent physical business address located within the limits of Collier County from which the vendor’s staff operates and performs business in an area zoned for the conduct of such business. A Post Office Box or a facility that receives mail, or a non-permanent structure such as a construction trailer, storage shed, or other non-permanent structure shall not be used for the purpose of establishing said physical address. In addition to the foregoing, a vendor shall not be considered a "local business" unless it contributes to the economic development and well-being of Collier County in a verifiable and measurable way. This may include, but not be limited to, the retention and expansion of employment opportunities, support and increase to the County's tax base, and residency of employees and principals of the business within Collier County. Vendors shall affirm in writing their compliance with the foregoing at the time of submitting their bid or proposal to be eligible for consideration as a "local business" under this section. A vendor who misrepresents the Local Preference status of its firm in a proposal or bid submitted to the County will lose the privilege to claim Local Preference status for a period of up to one year under this section. Vendor must complete the following information: Year Business Established in Collier County or Lee County: 09/18/2018 by business tax receipt attached Number of Employees (Including Owner(s) or Corporate Officers): 42 full time, 6 part time Number of Employees Living in Collier County or Lee (Including Owner(s) or Corporate Officers): 5 If requested by the County, vendor will be required to provide documentation substantiating the information given in this affidavit. Failure to do so will result in vendor’s submission being deemed not applicable. Vendor Name: Juice Technologies, Inc. dba Plug Smart Date: 5/16/2019 Address in Collier or Lee County: 1040 Collier Center Way, #12, Naples FL 34110 Signature: __Rich Housh __________________________________________ Title: Chief Executive Officer ________________________ 1.0 LOCAL VENDOR PREFERENCE (LVP) 1.1 The County is using the Competitive Sealed Bid methodology of source selection for this procurement, as authorized by Ordinance Number 2017-08 establishing and adopting the Collier County Procurement Ordinance. 1.2 Local business means the vendor has a current Business Tax Receipt issued by the Collier County Tax Collector prior to bid or proposal submission to do business within Collier County, and that identifies the business with a permanent physical business address located within the limits of Collier County from which the vendor’s staff operates and performs business in an area zoned for the conduct of such business. A Post Office Box or a facility that receives mail, or a non-permanent structure such as a construction trailer, storage shed, or other non-permanent structure shall not be used for the purpose of establishing said physical address. In addition to the foregoing, a vendor shall not be considered a "local business" unless it contributes to the economic development and well-being of Collier County in a verifiable and measurable way. This may include, but not be limited to, the retention and expansion of employment opportunities, support and increase to the County's tax base, and residency of employees and principals of the business within Collier County. Vendors shall affirm in writing their compliance with the foregoing at the time of submitting their bid or proposal to be eligible for consideration as a "local business" under this section. A vendor who misrepresents the Local Preference status of its firm in a proposal or bid submitted to the County will lose the privilege to claim Local Preference status for a period of up to one year. 1.3 Under this solicitation, bidders desiring to receive local preference will be invited and required to affirmativel y state and provide documentation as set forth in the solicitation in support of their status as a local business. Any bidder who fails to submit sufficient documentation with their bid offer shall not be granted local preference consideration for the purposes of that specific contract award. Except where federal or state law, or any other funding source, mandates to the contrar y, Collier County and its agencies and instrumentalities, will give preference to local businesses in the following manner. 1.4 Competitive bid (local price match option). Each formal competitive bid solicitation shall clearl y identify how the price order of the bids received will be evaluated and determined. When a qualified and responsive, non-local business submits the lowest price bid, and the bid submitted by one or more qualified and responsive local businesses is within ten percent of the price submitted by the non-local business, then the local business with the apparent lo west bid offer (i.e., the lowest local bidder) shall have the opportunity to submit an offer to match the price(s), less one (1) dollar, offered by the overall lowest, qualified and responsive bidder. In such instances, staff shall first verify if the lowest non-local bidder and the lowest local bidder are in fact qualified and responsive bidders. Next, the Procurement Services Division shall determine if the lo west local bidder meets the requirements of Fla. Stat. Sec.287.087 (Preferences to businesses with drug-free workplace programs). If the lo west local bidder meets the requirements of Fla. Stat. Sec. 287.087, the Procurement Services Division shall invite the lo west local bidder to submit a matching offer, less one (1) dollar, within five (5) business da ys thereafter. If the lowest local bidder submits an offer that fully matches the lo west bid, less one (1) dollar, from the lowest non-local bidder tendered previously, then award shall be made to the local bidder. If the lowest local bidder declines or is unable to match the lowest non-local bid price(s), then award will be made to the lowest overall qualified and responsive bidder. If the lowest local bidder does not meet the requirement of Fla. Stat. Sec 287.087, and the lowe st non-local bidder does, award will be made to the bidder that meets the requirements of the reference state law. 1.5 Bidder must complete and submit with their bid response the Affidavit for Claiming Status as a Local Business which is included as part of this solicitation. Failure on the part of a Bidder to submit this Affidavit with their bid response will preclude said Bidder from being considered for local preference on this solicitation. 1.6 A Bidder who misrepresents the Local Preference status of its firm in a bid submitted to the County will lose the privilege to claim Local Preference status for a period of up to one (1) year. 1.7 The County may, as it deems necessary, conduct discussions with responsible bidders 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. COLLIER COUNTY PROCUREMENT SERVICES DIVISION Plug Smart 1040 Collier Center Way, #12 Naples, Fl 34110 239-877-2515 www.plugsmart.com Proposal Letter May 16, 2019 ATTN: Swainson Hall, Procurement Manager - Acquisitions Collier County Board of County Commissioners Procurement Services Division 3295 Tamiami Trail East Naples, Florida 34112 Phone: 239-252-8935 / Fax: 239-252-6334 SOLICITATION 19-7620 - PROPOSAL - (COLLIER COUNTY METASYS NAE REPLACEMENT) Mr. Hall, Plug Smart is pleased to provide this proposal to upgrade Collier County’s current NAE’s and NIE’s with a fully integrated open architecture Building Automation System, capable of integrating JCI N2 protocols and any legacy versions thereof. Plug Smart shall replace Johnson Controls Network Automation Engine (NAE) Controllers and Network Integration Engine (NIE) Controllers to Computrols Direct Digital Controllers (DDC). Computrols controllers come with the only lifetime warranty in the industry and are designed and manufactured in the United States of America. The controllers feature a two-piece design that allow replacement by any level technician within 10 minutes, empowering the building maintenance crew to service the system in house. Computrols controllers offer the largest integration platform in the industry allowing for unparalleled scaling. This scope of work shall be completed within a 6-month time frame or accommodate Collier County timelines as needed. Operator training shall be included throughout the project and provide technical knowledge and tools to efficiently service and maintain the system cost effectively. COLLIER COUNTY PROCUREMENT SERVICES DIVISION Solicitation # 19-7620 Page | 2 Scope of Work Furnished, Install and Configure Plug Smart is to furnish a Computrols Building Automation System which includes the following:  Plug Smart will provide a detailed Network Topology Diagram with all relevant information to Collier County. Relevant information includes but is not limited to: IP Addresses, MAC Addresses, Version Numbers, Point Relations, ETC. Plug Smart will upload an editable version (.vsd) and a PDF version of the Network Topology Diagram to the Collier County owned Computrols Server.  Plug Smart will provide submittals with detailed specifications, part numbers, and manufactures for controls components and parts used in the installation. Submittal Package will be uploaded on the Computrols Server.  Plug Smart will Install, Program, and Configure all Computrols Controllers associated with the project scope. Upon completing the initial Program and Configuration first full system backup will be created. Automatic backups will be sets for a weekly interval and stored on the Computrols Server.  Plug Smart will provide Collier County with Computrols Building Automation Software (CBAS) on the Collier County owned Computrols Server. CBAS contains the Programming/Configuration Tools, Graphical Views, Hardware/System Views, Integration Platform, System Interface, Operational Interface, and Reporting all packaged into the one program. CBAS is designed to control and monitor HVAC, Lighting, Access Control, and Fire Alarm Systems.  Plug Smart will provide all technical and site-specific documentation on the CBAS software. Technical Documentation will be uploaded to the Computrols Server.  Plug Smart will replace 57 NAE Controllers and 2 NIE Controllers throughout the Collier County Facilities to upgrade the entire system to Computrols.  Plug Smart will provide all installed hardware and Computrols controller documentation. Hardware and controller documentation will be uploaded to the Computrols Server.  Plug Smart will clearly label each Computrols LX Controller and cabinet housing the controller. Information on the label will include but not be limited to: IP Address, Name, Version Number, ETC.  Computrols LX Controllers in the CBAS program will be assigned system notes which include but are not limited to installation location, date of installation, version numbers, etc. that will always be accessible to Collier County.  Plug Smart will provide operator level training to Collier County throughout the installation.  Plug Smart will provide a weekly updated schedule for the duration of the project.  Plug Smart will document any faulty equipment, poor conditions of equipment or devices, and energy savings opportunities to Collier County. COLLIER COUNTY PROCUREMENT SERVICES DIVISION Solicitation # 19-7620 Page | 3 Exclusions These items are excluded or to be provided by others:  Plug Smart will utilize the current device list and point naming convention in place during the NAE replacement. Renaming of the points and devices is not included.  Plug Smart will migrate files from the current system to be utilized in the Computrols LX Controllers. The proposal excludes recreating or recovering corrupt database files.  Plug Smart will use existing Test and Balance (TAB) entered data and parameters for devices and equipment. TAB and parameter adjustments are excluded.  Plug Smart will use the existing Network Infrastructure for the new Computrols LX Controllers. Plug Smart excludes networking and IT related tasks as Collier County’s IT Administrators will have to work in conjunction with Plug Smart Engineers for IT and Network related requests. Collier County will be required to provide IP Addresses and connection of IP Addresses to the Collier County owned Computrols Server.  Plug Smart will provide Hardware Views and Points Views to operate the Collier County Computrols BMS including Graphics.  Plug Smart will reuse existing controls enclosures and power sources. UPS, transformers, enclosures, and electrical is not included.  Replacement or support for existing faulty or nonoperational equipment and sensors.  Fire Alarm wiring or connection of any kind. COLLIER COUNTY PROCUREMENT SERVICES DIVISION Solicitation # 19-7620 Page | 4 Pricing Plug Smart will provide transparent pricing and documentation. Pricing NAE Replacement $406,082.86 NIE Replacement $ 14,248.52 Software Installation $ 37,043.00 Programming $55,564.50 Training $5,400.00 Total Investment $518,338.88 Fees & Schedule Plug Smart will execute the above listed scope of work and project deliverables which include all materials, labor, field investigation, meetings, oversight, supervision including direct and indirect associated costs. The total investment for Plug Smart to perform the services and deliverables outlined is not to exceed $518,338.38. Project execution is to begin 2 weeks following contract execution. Estimated time of completion is within 6 months. Signature of Authorization If you agree with the terms and conditions in this letter, please acknowledge this by signing below: Plug Smart Collier County Procurement Services Division Axel Korn 05/15/2019 Axel Korn Date Business Unit Leader Collier County Government Date Reference Questionnaire Solicitation: Reference Questionnaire for: Plug Smart (Name of Company Requesting Reference Information) (Name of Individuals Requesting Reference Information) Name: LeeWehr (Evaluator completing reference questionnaire) Company: CH Healthcare SystemsN (Evaluator’s Company completing reference) Email: lee.wehr@nchmd.org FAX: Telephone: 239-624-2853 Collier County has implemented a process that collects reference information on firms and their key personnel 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 have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored “0.” (Please note, references from Collier County staff will not be accepted.) Project Description: Chilled Water Optimization Completion Date: 9/2017 Project Budget: $303,000 Project Number of Days: 90 Item Citeria Score 1 Ability to manage the project costs (minimize change orders to scope). 9 2 Ability to maintain project schedule (complete on-time or early). 9 3 Quality of work. 9 4 Quality of consultative advice provided on the project. 9 5 Professionalism and ability to manage personnel. 9 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 9 7 Ability to verbally communicate and document information clearly and succinctly. 9 8 Abiltity to manage risks and unexpected project circumstances. 9 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 9 10 Overall comfort level with hiring the company in the future (customer satisfaction). 9 TOTAL SCORE OF ALL ITEMS Reference Questionnaire Solicitation: Reference Questionnaire for: Plugsmart (Name of Company Requesting Reference Information) Plug Smart - Axel Korn (Name of Individuals Requesting Reference Information) Name:Sam Moreland (Evaluator completing reference questionnaire) Company:United Mechanical, Inc. (Evaluator’s Company completing reference) Email: smoreland@umihvac.com FAX: 239.939.4225 Telephone: 239.939.4502 Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has l isted 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 have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored “0.” (Please note, references from Collier County staff will not be accepted.) Project Description: Behavioral Health Unit & Oncology Completion Date: 04/06/2017 Project Budget: $105,000.00 Project Number of Days: 5 Months Item Citeria Score 1 Ability to manage the project costs (minimize change orders to scope). 10 2 Ability to maintain project schedule (complete on-time or early). 10 3 Quality of work. 10 4 Quality of consultative advice provided on the project. 10 5 Professionalism and ability to manage personnel. 10 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 10 7 Ability to verbally communicate and document information clearly and succinctly. 10 8 Abiltity to manage risks and unexpected project circumstances. 10 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 10 Overall comfort level with hiring the company in the future (customer satisfaction). 10 TOTAL SCORE OF ALL ITEMS 100 Reference Questionnaire Solicitation: Reference Questionnaire for: Plugsmart (Name of Company Requesting Reference Information) Plug Smart - Axel Korn (Name of Individuals Requesting Reference Information) Name:Sam Moreland (Evaluator completing reference questionnaire) Company:United Mechancial, Inc. (Evaluator’s Company completing reference) Email: smoreland@umihvac.com FAX: 239.939.4225 Telephone: 239.939.4502 Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has l isted 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 have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored “0.” (Please note, references from Collier County staff will not be accepted.) Project Description: NCH Heart Catheterization Lab & Endoscopy Completion Date: 10/14/2016 Project Budget: $73,000.00 Project Number of Days: 5 Months Item Citeria Score 1 Ability to manage the project costs (minimize change orders to scope). 10 2 Ability to maintain project schedule (complete on-time or early). 10 3 Quality of work. 10 4 Quality of consultative advice provided on the project. 10 5 Professionalism and ability to manage personnel. 10 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 10 7 Ability to verbally communicate and document information clearly and succinctly. 10 8 Abiltity to manage risks and unexpected project circumstances. 10 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 10 Overall comfort level with hiring the company in the future (customer satisfaction). 10 TOTAL SCORE OF ALL ITEMS 100 Reference Questionnaire Solicitation: Reference Questionnaire for: Plug Smart (Name of Company Requesting Reference Information) (Name of Individuals Requesting Reference Information) Name: LeeWehr (Evaluator completing reference questionnaire) Company: CH Healthcare SystemsN (Evaluator’s Company completing reference) Email: lee.wehr@nchmd.org FAX: Telephone: 239-624-2853 Collier County has implemented a process that collects reference information on firms and their key personnel 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 have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored “0.” (Please note, references from Collier County staff will not be accepted.) Project Description: NNH AHU replacement project Completion Date: 9/2017 Project Budget: $1,100,000 Project Number of Days: 90 Item Citeria Score 1 Ability to manage the project costs (minimize change orders to scope). 9 2 Ability to maintain project schedule (complete on-time or early). 9 3 Quality of work. 9 4 Quality of consultative advice provided on the project. 9 5 Professionalism and ability to manage personnel. 9 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 9 7 Ability to verbally communicate and document information clearly and succinctly. 9 8 Abiltity to manage risks and unexpected project circumstances. 9 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 9 10 Overall comfort level with hiring the company in the future (customer satisfaction). 9 TOTAL SCORE OF ALL ITEMS Product Highlights Computrols, Inc. | 2520 Belle Chasse Hwy. | Gretna, LA 70053 | Tel: 504.529.1413 Email: sales@computrols.com | www.computrols.com Computrols Building Automation System CBAS is the simplest building automation system software to install, program, and operate. Field points are referred to by their full name, not by point assignments or abbreviated characters. Point statuses are displayed in a variety of summaries, logical groups, and custom graphics. Control schemes are created through English language “If/Then” logic statements. CBAS software incorporates easy-to-use mouse-driven menus with online help screens. CBAS software is also capable of seamlessly integrating with a number of other manufacturers’ field controllers. Software Capabilities Optimum start/stop PID loop control for valves, dampers, VFD’s, etc. Duty cycling Night setback/morning warm-up Password protection Alarm customization One-click Runtime Point Creation Demand load shedding Time-of-day scheduling Overtime/holiday scheduling Discharge/supply temperature reset Enthalpy control Continuous point data histories Single point reports Point relations display Cut-and-paste channels/panels One click backup Optional header points Scan rate report Energy consumption graphing Support for Existing Controllers Modbus, BACnet, Johnson Controls N2, CSI/INET, Siemens FLN, Trane Comm4, OPTO-22, Johnson Controls 8500 Series, Honeywell Microcell, Johnson Controls VAV, Johnson Controls UNT, Honeywell Delta 1000 & 2000, and more... CBAS Screen Shots Simple System Overview Product Highlights Computrols, Inc. | 2520 Belle Chasse Hwy. | Gretna, LA 70053 | Tel: 504.529.1413 Email: sales@computrols.com | www.computrols.com Computrols Building Automation System CBAS is the simplest building automation system software to install, program, and operate. Field points are referred to by their full name, not by point assignments or abbreviated characters. Point statuses are displayed in a variety of summaries, logical groups, and custom graphics. Control schemes are created through English language “If/Then” logic statements. CBAS software incorporates easy-to-use mouse-driven menus with online help screens. CBAS software is also capable of seamlessly integrating with a number of other manufacturers’ field controllers. Software Capabilities Optimum start/stop PID loop control for valves, dampers, VFD’s, etc. Duty cycling Night setback/morning warm-up Password protection Alarm customization One-click Runtime Point Creation Demand load shedding Time-of-day scheduling Overtime/holiday scheduling Discharge/supply temperature reset Enthalpy control Continuous point data histories Single point reports Point relations display Cut-and-paste channels/panels One click backup Optional header points Scan rate report Energy consumption graphing Support for Existing Controllers Modbus, BACnet, Johnson Controls N2, CSI/INET, Siemens FLN, Trane Comm4, OPTO-22, Johnson Controls 8500 Series, Honeywell Microcell, Johnson Controls VAV, Johnson Controls UNT, Honeywell Delta 1000 & 2000, and more... CBAS Screen Shots Simple System Overview CBAS Exclusive Software Innovations Computrols Incorporated | 2520 Belle Chasse Hwy., Gretna, LA 70053 | Phone: 504 529-1413 | www.computrols.com © Copyright 2017 by Computrols Incorporated. All rights reserved. Computrols, and the Computrols C, are registered trademarks of Computrols, Inc. All product specifications are subject to change without notice. Appearance of equipment ordered may differ from the equipment shown in photographs. ID: DS-INNO-2007-05-01 Auto-Tuning PID Control Loops No need to grind over calculations to make sure you don’t over- shoot setpoints. The decisions are made for you. You don’t even need to know what PID means! Continuous History Recording Lets you know exactly what happened in the past or what’s happening now on any point in your system so you’re never in the dark. Password Customization Use custom passwords to ensure the integrity of vital data. This also provides the system administrator with a complete list of lockouts to choose from. Graphics View CBAS offers three viewing options: hardware view, text view, and graphics view. Each offers a unique and thorough view of your system as a whole. Backup Backup to any logical drive with one click. CBAS automatical- ly increments the backup number for you. Backups can be set to occur at a specific schedule. Formulas and Calculations Complete calculations and reference various important formu- las without having to leave CBAS. Also includes helpful docu- mentation like instructions on building a network cable. CBAS Exclusive Software Innovations (continued) If/Then Logic CBAS features English language programming so there are no codes to memorize. As the needs of your facility change, it’s simple to reprogram CBAS. Adaptive Optimal Start/Stop Takes information from recent optimal starts and adjusts the slope to start equipment at the latest possible moment achiev- ing the occupied setpoint. Logical Groups Provides the ability to combine similar points into one screen. Users would then be able to view points that are alike all at once. Alarm Setup With CBAS, alarms can be programmed to send to mobile devices such as a cellphone or PDA, keeping you informed wherever you are. Notepad Write notes concerning a specific point. The notepad for a point automatically displays whenever a user selects the point. All-Points View Harness the ability to view, monitor, and control all points via one organized screen. Points can be rearranged to suit your preferences. Computrols Incorporated | 2520 Belle Chasse Hwy., Gretna, LA 70053 | Phone: 504 529-1413 | www.computrols.com © Copyright 2017 by Computrols Incorporated. All rights reserved. Computrols, and the Computrols C, are registered trademarks of Computrols, Inc. All product specifications are subject to change without notice. Appearance of equipment ordered may differ from the equipment shown in photographs. ID: DS-INNO-2007-05-01 CBAS Exclusive Software Innovations (continued) Point Program Screen All commands are accessible via one master screen making it far more simple to adjust settings or modify a system in a mul- titude of ways. CBAS-Web Our premier web-enabled BAS product provides a point moni- toring and command interface, as well as programming fea- tures including schedules and overtime. Interface Channels Channels are communications links to equipment using third party RS485 protocols such as Bacnet, ModBus RTU, Opto, and N2. With CBAS, users can easily assign and modify these channels at will. Reports Many types of reports can be generated: overtime, history trends, schedules, logic, hardware, alarms, points, and meters among others. An overtime report, for example, can be gener- ated over various time periods and point groupings. Scheduling Make scheduling easy with on-the-fly graphical or text-based scheduling tools that are both incredibly intuitive and accurate. Sequencer The Sequencer feature makes it easy to start and stop boilers, chillers, compressors, cooling towers, etc. based on runtime or on a sequential order. Computrols Incorporated | 2520 Belle Chasse Hwy., Gretna, LA 70053 | Phone: 504 529-1413 | www.computrols.com © Copyright 2017 by Computrols Incorporated. All rights reserved. Computrols, and the Computrols C, are registered trademarks of Computrols, Inc. All product specifications are subject to change without notice. Appearance of equipment ordered may differ from the equipment shown in photographs. ID: DS-INNO-2007-05-01 CBAS Exclusive Software Innovations Computrols Incorporated | 2520 Belle Chasse Hwy., Gretna, LA 70053 | Phone: 504 529-1413 | www.computrols.com © Copyright 2017 by Computrols Incorporated. All rights reserved. Computrols, and the Computrols C, are registered trademarks of Computrols, Inc. All product specifications are subject to change without notice. Appearance of equipment ordered may differ from the equipment shown in photographs. ID: DS-INNO-2007-05-01 Auto-Tuning PID Control Loops No need to grind over calculations to make sure you don’t over- shoot setpoints. The decisions are made for you. You don’t even need to know what PID means! Continuous History Recording Lets you know exactly what happened in the past or what’s happening now on any point in your system so you’re never in the dark. Password Customization Use custom passwords to ensure the integrity of vital data. This also provides the system administrator with a complete list of lockouts to choose from. Graphics View CBAS offers three viewing options: hardware view, text view, and graphics view. Each offers a unique and thorough view of your system as a whole. Backup Backup to any logical drive with one click. CBAS automatical- ly increments the backup number for you. Backups can be set to occur at a specific schedule. Formulas and Calculations Complete calculations and reference various important formu- las without having to leave CBAS. Also includes helpful docu- mentation like instructions on building a network cable. CBAS Exclusive Software Innovations (continued) If/Then Logic CBAS features English language programming so there are no codes to memorize. As the needs of your facility change, it’s simple to reprogram CBAS. Adaptive Optimal Start/Stop Takes information from recent optimal starts and adjusts the slope to start equipment at the latest possible moment achiev- ing the occupied setpoint. Logical Groups Provides the ability to combine similar points into one screen. Users would then be able to view points that are alike all at once. Alarm Setup With CBAS, alarms can be programmed to send to mobile devices such as a cellphone or PDA, keeping you informed wherever you are. Notepad Write notes concerning a specific point. The notepad for a point automatically displays whenever a user selects the point. All-Points View Harness the ability to view, monitor, and control all points via one organized screen. Points can be rearranged to suit your preferences. Computrols Incorporated | 2520 Belle Chasse Hwy., Gretna, LA 70053 | Phone: 504 529-1413 | www.computrols.com © Copyright 2017 by Computrols Incorporated. All rights reserved. Computrols, and the Computrols C, are registered trademarks of Computrols, Inc. All product specifications are subject to change without notice. Appearance of equipment ordered may differ from the equipment shown in photographs. ID: DS-INNO-2007-05-01 CBAS Exclusive Software Innovations (continued) Point Program Screen All commands are accessible via one master screen making it far more simple to adjust settings or modify a system in a mul- titude of ways. CBAS-Web Our premier web-enabled BAS product provides a point moni- toring and command interface, as well as programming fea- tures including schedules and overtime. Interface Channels Channels are communications links to equipment using third party RS485 protocols such as Bacnet, ModBus RTU, Opto, and N2. With CBAS, users can easily assign and modify these channels at will. Reports Many types of reports can be generated: overtime, history trends, schedules, logic, hardware, alarms, points, and meters among others. An overtime report, for example, can be gener- ated over various time periods and point groupings. Scheduling Make scheduling easy with on-the-fly graphical or text-based scheduling tools that are both incredibly intuitive and accurate. Sequencer The Sequencer feature makes it easy to start and stop boilers, chillers, compressors, cooling towers, etc. based on runtime or on a sequential order. Computrols Incorporated | 2520 Belle Chasse Hwy., Gretna, LA 70053 | Phone: 504 529-1413 | www.computrols.com © Copyright 2017 by Computrols Incorporated. All rights reserved. Computrols, and the Computrols C, are registered trademarks of Computrols, Inc. All product specifications are subject to change without notice. Appearance of equipment ordered may differ from the equipment shown in photographs. ID: DS-INNO-2007-05-01 Collier County Information Technology Department Version: 14 Revision Date: 5/11/2018 Revised by: Richard J. Badge Vendor signature: Axel Korn Date: 08/14/2018 Key for C18:C76 C = If internal required, If hosted N/A R= Required O= Optional, but may include additional costs to support Key for C18: C76 Place an X in the YES or NO column, add any comments required in column H Non-Technical Requirements Yes No Vendor's comments Collier County Comments Team responsible CMA 5401 compliance R Yes Vendors proposing to supply software solutions to Collier County must comply with County-Practices-and-Procedures- (CMA) 5401 INFORMATION SYSTEMS PROCUREMENT AND LIFECYCLE MANAGEMENT IT Managers Vendors proposing to supply any software solutions to Collier County must fill out this document, sign it, and return it to the Collier County IT Division to review. R Yes IT Managers Technical Requirements for Applications Hosted on the BCC Network R/O Weighted for optional business requirement for depts. fielding RFPS Yes No Vendor's comments Collier County Comments Team responsible Web-based candidate software shall utilize Microsoft Internet Explorer. No other browser is supported. Current Collier Production Version is IE11 or Edge.R1 R N/A The department purchasing the software benefits from increased security, efficiency, and lower support costs over the life of the software Service Desk Please list any other browsers in column G, they may or may not be considered as acceptable. Any non-Microsoft browser considered as acceptable may incur dedicated support costs. R2 O Applications The vendor must submit any applicable license agreements for any proposed elements including a description of the licensing model, and list prices for all license types and whether or not custom licensing arrangements are available.R3 R Yes Allows the department that is purchasing the software to determine the limitations of the licensing and the short and long- term costs Applications Vendor name: Plug Smart Application name: Computrols Technical Architectural, Compatibility and Supportability Requirements Document (TACS) Requesting Div./Dept.: Collier County Information Technology Department Version: 14 Revision Date: 5/11/2018 Revised by: Richard J. Badge Vendor signature: Axel Korn Date: 08/14/2018 Key for C18:C76 C = If internal required, If hosted N/A R= Required O= Optional, but may include additional costs to support Key for C18: C76 Place an X in the YES or NO column, add any comments required in column H Vendor name: Plug Smart Application name: Computrols Technical Architectural, Compatibility and Supportability Requirements Document (TACS) Requesting Div./Dept.: The vendor must submit any applicable maintenance agreements for any proposed elements including a description of the maintenance plan, software upgrade policies and exclusions, and list prices for all maintenance agreement types and whether or not custom maintenance agreements are available. R4 R Yes For the department purchasing the software this information will help them plan when will and how often these events take place and to manage their costs more efficiently. Applications SAP is Collier's financial application and as such: • Applications cannot directly interface with SAP • Applications that have a point of sales component must be able to produce a batch file daily containing all financial transactions for that day • The batch file will use the format supplied by the Collier County Clerk of Courts R5 R Yes Applications All desktop software applications must utilize Microsoft Operating System, current Collier Production Version release with current patches and service packs, Windows 10 (64-bit).R6 R Yes Operations Applications may not use Exchange Event Sinks or Exchange Public Folders.R7 R Yes Operations If US-CERT posts vulnerabilities associated with an application then the application must be mitigated within a 30 day timeframe by the software vendor.R8 R Yes Operations Software must comply with all Federal, State and Local regulation. Especially the Florida Information Protection Act (FIPA Fla. Stat. 501.171). Vendors and consultants must be able to show that their applications either a) do not store the type of sensitive data mentioned in FIPA in their application's database or b) be prepared to demonstrate how they secure the type of sensitive data mentioned in FIPA in their application's database. R9 R Yes We don't store sensitive information.Link to Sensitive Data questions Administrative HIPAA compliance is required for any applications that contain an individuals’ electronic personal information if it is created, received, used, or maintained in the software. R10 R Yes We don't store sensitive information. Collier County Information Technology Department Version: 14 Revision Date: 5/11/2018 Revised by: Richard J. Badge Vendor signature: Axel Korn Date: 08/14/2018 Key for C18:C76 C = If internal required, If hosted N/A R= Required O= Optional, but may include additional costs to support Key for C18: C76 Place an X in the YES or NO column, add any comments required in column H Vendor name: Plug Smart Application name: Computrols Technical Architectural, Compatibility and Supportability Requirements Document (TACS) Requesting Div./Dept.: All applications that include point of sales systems or accept any type of payments using credit cards must be PCI (Payment Card Industry Data Security Standard) compliant and recertify every year. All credit card processing must be done outside of the BCC network. R11 R Yes We don't do point of sale. Vendors are required to meet banking industries PCI compliance requirements All vendors requiring access to Collier County facilities and the computer network must comply with current published County ordinances and policies. Those ordinances and policies are same requirements that all county employees must agree to, which include finger printing ,a background check, and signing any user agreements required access the BCC computer network. R12 R Yes Any software which stores personally identifying information, including but not limited to passwords, SSN, driver’s license numbers, etc.... or any financial information, such as credit card numbers, bank routing information, etc... must fully protect the information and disclose the methods of protection used, access protection methods, and life cycle handling of this data. Industry standard encryption methods utilizing at least 256 bit encryption techniques are required. R13 R Yes We don't store sensitive user information.All IT teams Software vendors will acknowledge in writing prior to selection, that Collier County Government will own any and all data and the databases.R14 R Yes Applications The candidate software application proposal must include a complete hardware topology diagram and recommended hardware configurations. Vendor Deliverables: - Topology Diagram - Recommended hardware requirements (workstation and server) - Network bandwidth requirements C1 R Yes Technical specifications, hardware requirements, and visual representations of the candidate’s recommended software solution will enable the selection committee to understand the complexity of the application and costs to support it. Applications Web-based software must utilize IIS 7.5 or newer with current patches and service packs.C2 R N/A The department purchasing the software benefits from increased security, efficiency, and lower support costs over the life of the software Operations Applications that utilize a web browser for an internal or external access will utilize TLS1.2 instead of SSL C3 R N/A Operations Collier County Information Technology Department Version: 14 Revision Date: 5/11/2018 Revised by: Richard J. Badge Vendor signature: Axel Korn Date: 08/14/2018 Key for C18:C76 C = If internal required, If hosted N/A R= Required O= Optional, but may include additional costs to support Key for C18: C76 Place an X in the YES or NO column, add any comments required in column H Vendor name: Plug Smart Application name: Computrols Technical Architectural, Compatibility and Supportability Requirements Document (TACS) Requesting Div./Dept.: Software applications should support and run on current shipping release of virtual servers, including: - VMware ESX ( most current version ) C4 R Yes Operations All software upgrades or changes required by the selected vendor must be fully tested before being moved into the production environment. Therefore vendors must include in their proposal the costs for licensing, professional services, and annual maintenance to set up and maintain test and development environments. C5 R Yes Applications System must support the current the use of NetBackup in the Collier Production environment with NetBackup most current version. C6 R Yes Operations All server software applications must utilize Microsoft Operating System, current Collier Production Version release with current patches and service packs, current version is Server 2012 R2 C7 R Yes Standardizing the desktop operating system to a few specific versions decreases the management overhead for support and lowers the cost to the agency. Operations Solutions requiring a back-end database must utilize Microsoft SQL Server Standard or Enterprise edition. The solution must use Microsoft SQL Server 2012 (64-bit) or newer. Compatibility mode must match the version of Microsoft SQL Server. C8 R No We use a combination of a distributed controller database and MySQL. Development For SQL Server based solutions, the use of the default SQL SA account is prohibited. The use of the SA role for daily functions is also prohibited. The solution will adhere to the least privilege principle. C9 R N/A Development Hard coding account access shall not be permitted. C10 R Yes Provides enhanced application security by removing the issue of being unable to change user account names and passwords if that information is compromised. Operations/Development Collier County Information Technology Department Version: 14 Revision Date: 5/11/2018 Revised by: Richard J. Badge Vendor signature: Axel Korn Date: 08/14/2018 Key for C18:C76 C = If internal required, If hosted N/A R= Required O= Optional, but may include additional costs to support Key for C18: C76 Place an X in the YES or NO column, add any comments required in column H Vendor name: Plug Smart Application name: Computrols Technical Architectural, Compatibility and Supportability Requirements Document (TACS) Requesting Div./Dept.: If a geographic information systems (GIS) is included in the solution, the solution must leverage the County's ESRI GIS infrastructure, which includes ArcGIS for Server Enterprise Advanced version. Loosely couple architecture using the REST endpoints is the preferred architecture solution. The County strives to keep its ESRI GIS current with the latest released version. C11 R N/A Development All optional items listed below may incur additional costs for support and maintenance for the application that is proposed. All additional costs, for implementation and ongoing maintenance would be borne by the department purchasing the application. R/O Weighted for optional business requirement for depts. fielding RFPS Yes No Vendor's comments Collier County Comments Incident Support providing 24x7/365 coverage shall be offered. Incident response service levels shall be specified. O1 O - 10 Yes Plug Smart would be responsible for providing 24/7/365 support and incident response This service is appropriate when a department’s critical business is run outside of the normal 8 to 5 Monday to Friday work week ( example: evenings, weekends, holidays) and the software systems are proprietary or complex enough that the BCC IT department cannot always resolve the issue without assistance from the vendor. There is however, a premium associated with the cost of this type of vendor support, which the department purchasing the software would bare. Applications Client software applications should support and the vendor should provide package definition files with silent install without user interaction, using Microsoft SCCM current version. Supported installation packages include: MSI, Microsoft Windows installer MSI compatible O2 O - 10 Results in lower support and maintenance costs for the department that owns the software.Applications All software application vendors are required to notify Collier County when new releases become available and when current releases and related systems are no longer supported.O3 O - 10 Yes Plug Smart would be responsible for notifying the Owner of software updates Allows the department that owns the software to get the latest functionality that the vendor is offering along with patches that keep software security and compatibility current. Applications Collier County Information Technology Department Version: 14 Revision Date: 5/11/2018 Revised by: Richard J. Badge Vendor signature: Axel Korn Date: 08/14/2018 Key for C18:C76 C = If internal required, If hosted N/A R= Required O= Optional, but may include additional costs to support Key for C18: C76 Place an X in the YES or NO column, add any comments required in column H Vendor name: Plug Smart Application name: Computrols Technical Architectural, Compatibility and Supportability Requirements Document (TACS) Requesting Div./Dept.: Preferred solutions should take advantage of the County's Active Directory environment and utilize Windows Authentication at the application, database and server tier, run fully in the user context, and not require elevated permissions or administrative permissions. Elevated permissions require adherence to all relevant policies, such as the Elevated Privileges and Elevated Database Permissions policies. O4 O - 10 Provides enhanced security by eliminating the possibility of a disgruntled former employee or vendor getting access to a department's application since their network account with be disabled. All IT teams Does the application require anti-virus exclusions Anti-Virus? If so please provide paths & or processes O5 Security Software required by the Information Technology Division that ALL Proposer's software must compatible with.Vendor's comments Collier County Comments NNT R-15 Yes Security Change Auditor R-16 Yes Security Cisco AMP (Antivirus)R-17 Yes Security Windows Firewall R-18 Yes Security Flexera R-19 Yes Security SCCM R-20 Yes Security System Center Endpoint Security R-21 Yes Security Cisco AnyConnect R-22 Yes Security Vendor Required Software for their applications to run Yes No Vendor's comments Collier County Comments Does the application require Flash?No Applications Does the application require Java?No Applications Does the application require Silverlight?No Applications Software listed in this section will require additional dedicated costs for support. If for some reason the proposing vendor's software is not compliant with CMA5401, then it is possibly to mitigate the issues . However mitigation would be a dedicated service and the purchasing division would be responsible to bare all of the costs of the mitigation. Collier County Information Technology Department Version: 14 Revision Date: 5/11/2018 Revised by: Richard J. Badge Vendor signature: Axel Korn Date: 08/14/2018 Key for C18:C76 C = If internal required, If hosted N/A R= Required O= Optional, but may include additional costs to support Key for C18: C76 Place an X in the YES or NO column, add any comments required in column H Vendor name: Plug Smart Application name: Computrols Technical Architectural, Compatibility and Supportability Requirements Document (TACS) Requesting Div./Dept.: Does the application require any type of PDF software?No Applications Cloud or SAS Specific Applications and Services Yes No Vendor's comments Collier County Comments ADFS for single sign on O Not cloud-based Does the application require the installation of software, including browser plug- ins on a end user's computer, list all the software and version number required in cell H70. R Not cloud-based Provide a detailed architectural diagram of the application that includes links to all servers, services, and IP addresses. Yes If a vendor cannot provide a detailed architectural diagram of their application that includes links to all servers, services, and IP addresses this will not necessarily preclude a vendor from selling their application to a Collier County division. However, the Collier County Information Technology Division will not be able to troubleshoot any problems beyond the edge of the BCC network and it will be the vendors responsibility to resolve any issues that occur. Collier County uses a web filtering service. Does the proposing vendor's solution work with a web filtering service. If it does, please provide all IP Addresses and the services being delivered in cell H70. Yes Variances are possible if a vendor does not want or cannot supply the requested information. However, if problems with the application occur and the BCC network is functioning as designed, it is the responsibility of the vendor to troubleshoot and resolve the issues. If your application requires whitelisting, please provide a list of URL's to be bypassed in the web filtering service.N/A Software listed in this section will require additional dedicated costs for support. Collier County Information Technology Department Version: 14 Revision Date: 5/11/2018 Revised by: Richard J. Badge Vendor signature: Axel Korn Date: 08/14/2018 Key for C18:C76 C = If internal required, If hosted N/A R= Required O= Optional, but may include additional costs to support Key for C18: C76 Place an X in the YES or NO column, add any comments required in column H Vendor name: Plug Smart Application name: Computrols Technical Architectural, Compatibility and Supportability Requirements Document (TACS) Requesting Div./Dept.: List the web browsers and versions that your application is compatible with in cell H74 Support all Explorer Versions from 9 up, all versions of Edge, Chrome version 11 and up. Describe your data backup and recovery process. Will a copy of the database be available if requested and what format will it be in?Configurable daily automatic backups upon request Is any type of sensitive data stored in the application database and if so what steps are taken to protect that data?No Link to Sensitive Data questions What colocation data center is the proposing vendor's application housed at ?N/A - None Minimum bandwidth required?10 mbps on internal network Web applications must support HTTPS, TLS 1.1 or higher N/A Collier County Information Technology Department Version: 14 Revision Date: 5/11/2018 Revised by: Richard J. Badge Vendor signature: Axel Korn Date: 08/14/2018 Key for C18:C76 C = If internal required, If hosted N/A R= Required O= Optional, but may include additional costs to support Key for C18: C76 Place an X in the YES or NO column, add any comments required in column H Non-Technical Requirements Yes No Vendor's comments Collier County Comments Team responsible CMA 5401 compliance R Yes Vendors proposing to supply software solutions to Collier County must comply with County-Practices-and-Procedures- (CMA) 5401 INFORMATION SYSTEMS PROCUREMENT AND LIFECYCLE MANAGEMENT IT Managers Vendors proposing to supply any software solutions to Collier County must fill out this document, sign it, and return it to the Collier County IT Division to review. R Yes IT Managers Technical Requirements for Applications Hosted on the BCC Network R/O Weighted for optional business requirement for depts. fielding RFPS Yes No Vendor's comments Collier County Comments Team responsible Web-based candidate software shall utilize Microsoft Internet Explorer. No other browser is supported. Current Collier Production Version is IE11 or Edge.R1 R N/A The department purchasing the software benefits from increased security, efficiency, and lower support costs over the life of the software Service Desk Please list any other browsers in column G, they may or may not be considered as acceptable. Any non-Microsoft browser considered as acceptable may incur dedicated support costs. R2 O Applications The vendor must submit any applicable license agreements for any proposed elements including a description of the licensing model, and list prices for all license types and whether or not custom licensing arrangements are available.R3 R Yes Allows the department that is purchasing the software to determine the limitations of the licensing and the short and long- term costs Applications Vendor name: Plug Smart Application name: Computrols Technical Architectural, Compatibility and Supportability Requirements Document (TACS) Requesting Div./Dept.: Collier County Information Technology Department Version: 14 Revision Date: 5/11/2018 Revised by: Richard J. Badge Vendor signature: Axel Korn Date: 08/14/2018 Key for C18:C76 C = If internal required, If hosted N/A R= Required O= Optional, but may include additional costs to support Key for C18: C76 Place an X in the YES or NO column, add any comments required in column H Vendor name: Plug Smart Application name: Computrols Technical Architectural, Compatibility and Supportability Requirements Document (TACS) Requesting Div./Dept.: The vendor must submit any applicable maintenance agreements for any proposed elements including a description of the maintenance plan, software upgrade policies and exclusions, and list prices for all maintenance agreement types and whether or not custom maintenance agreements are available. R4 R Yes For the department purchasing the software this information will help them plan when will and how often these events take place and to manage their costs more efficiently. Applications SAP is Collier's financial application and as such: • Applications cannot directly interface with SAP • Applications that have a point of sales component must be able to produce a batch file daily containing all financial transactions for that day • The batch file will use the format supplied by the Collier County Clerk of Courts R5 R Yes Applications All desktop software applications must utilize Microsoft Operating System, current Collier Production Version release with current patches and service packs, Windows 10 (64-bit).R6 R Yes Operations Applications may not use Exchange Event Sinks or Exchange Public Folders.R7 R Yes Operations If US-CERT posts vulnerabilities associated with an application then the application must be mitigated within a 30 day timeframe by the software vendor.R8 R Yes Operations Software must comply with all Federal, State and Local regulation. Especially the Florida Information Protection Act (FIPA Fla. Stat. 501.171). Vendors and consultants must be able to show that their applications either a) do not store the type of sensitive data mentioned in FIPA in their application's database or b) be prepared to demonstrate how they secure the type of sensitive data mentioned in FIPA in their application's database. R9 R Yes We don't store sensitive information.Link to Sensitive Data questions Administrative HIPAA compliance is required for any applications that contain an individuals’ electronic personal information if it is created, received, used, or maintained in the software. R10 R Yes We don't store sensitive information. Collier County Information Technology Department Version: 14 Revision Date: 5/11/2018 Revised by: Richard J. Badge Vendor signature: Axel Korn Date: 08/14/2018 Key for C18:C76 C = If internal required, If hosted N/A R= Required O= Optional, but may include additional costs to support Key for C18: C76 Place an X in the YES or NO column, add any comments required in column H Vendor name: Plug Smart Application name: Computrols Technical Architectural, Compatibility and Supportability Requirements Document (TACS) Requesting Div./Dept.: All applications that include point of sales systems or accept any type of payments using credit cards must be PCI (Payment Card Industry Data Security Standard) compliant and recertify every year. All credit card processing must be done outside of the BCC network. R11 R Yes We don't do point of sale. Vendors are required to meet banking industries PCI compliance requirements All vendors requiring access to Collier County facilities and the computer network must comply with current published County ordinances and policies. Those ordinances and policies are same requirements that all county employees must agree to, which include finger printing ,a background check, and signing any user agreements required access the BCC computer network. R12 R Yes Any software which stores personally identifying information, including but not limited to passwords, SSN, driver’s license numbers, etc.... or any financial information, such as credit card numbers, bank routing information, etc... must fully protect the information and disclose the methods of protection used, access protection methods, and life cycle handling of this data. Industry standard encryption methods utilizing at least 256 bit encryption techniques are required. R13 R Yes We don't store sensitive user information.All IT teams Software vendors will acknowledge in writing prior to selection, that Collier County Government will own any and all data and the databases.R14 R Yes Applications The candidate software application proposal must include a complete hardware topology diagram and recommended hardware configurations. Vendor Deliverables: - Topology Diagram - Recommended hardware requirements (workstation and server) - Network bandwidth requirements C1 R Yes Technical specifications, hardware requirements, and visual representations of the candidate’s recommended software solution will enable the selection committee to understand the complexity of the application and costs to support it. Applications Web-based software must utilize IIS 7.5 or newer with current patches and service packs.C2 R N/A The department purchasing the software benefits from increased security, efficiency, and lower support costs over the life of the software Operations Applications that utilize a web browser for an internal or external access will utilize TLS1.2 instead of SSL C3 R N/A Operations Collier County Information Technology Department Version: 14 Revision Date: 5/11/2018 Revised by: Richard J. Badge Vendor signature: Axel Korn Date: 08/14/2018 Key for C18:C76 C = If internal required, If hosted N/A R= Required O= Optional, but may include additional costs to support Key for C18: C76 Place an X in the YES or NO column, add any comments required in column H Vendor name: Plug Smart Application name: Computrols Technical Architectural, Compatibility and Supportability Requirements Document (TACS) Requesting Div./Dept.: Software applications should support and run on current shipping release of virtual servers, including: - VMware ESX ( most current version ) C4 R Yes Operations All software upgrades or changes required by the selected vendor must be fully tested before being moved into the production environment. Therefore vendors must include in their proposal the costs for licensing, professional services, and annual maintenance to set up and maintain test and development environments. C5 R Yes Applications System must support the current the use of NetBackup in the Collier Production environment with NetBackup most current version. C6 R Yes Operations All server software applications must utilize Microsoft Operating System, current Collier Production Version release with current patches and service packs, current version is Server 2012 R2 C7 R Yes Standardizing the desktop operating system to a few specific versions decreases the management overhead for support and lowers the cost to the agency. Operations Solutions requiring a back-end database must utilize Microsoft SQL Server Standard or Enterprise edition. The solution must use Microsoft SQL Server 2012 (64-bit) or newer. Compatibility mode must match the version of Microsoft SQL Server. C8 R No We use a combination of a distributed controller database and MySQL. Development For SQL Server based solutions, the use of the default SQL SA account is prohibited. The use of the SA role for daily functions is also prohibited. The solution will adhere to the least privilege principle. C9 R N/A Development Hard coding account access shall not be permitted. C10 R Yes Provides enhanced application security by removing the issue of being unable to change user account names and passwords if that information is compromised. Operations/Development Collier County Information Technology Department Version: 14 Revision Date: 5/11/2018 Revised by: Richard J. Badge Vendor signature: Axel Korn Date: 08/14/2018 Key for C18:C76 C = If internal required, If hosted N/A R= Required O= Optional, but may include additional costs to support Key for C18: C76 Place an X in the YES or NO column, add any comments required in column H Vendor name: Plug Smart Application name: Computrols Technical Architectural, Compatibility and Supportability Requirements Document (TACS) Requesting Div./Dept.: If a geographic information systems (GIS) is included in the solution, the solution must leverage the County's ESRI GIS infrastructure, which includes ArcGIS for Server Enterprise Advanced version. Loosely couple architecture using the REST endpoints is the preferred architecture solution. The County strives to keep its ESRI GIS current with the latest released version. C11 R N/A Development All optional items listed below may incur additional costs for support and maintenance for the application that is proposed. All additional costs, for implementation and ongoing maintenance would be borne by the department purchasing the application. R/O Weighted for optional business requirement for depts. fielding RFPS Yes No Vendor's comments Collier County Comments Incident Support providing 24x7/365 coverage shall be offered. Incident response service levels shall be specified. O1 O - 10 Yes Plug Smart would be responsible for providing 24/7/365 support and incident response This service is appropriate when a department’s critical business is run outside of the normal 8 to 5 Monday to Friday work week ( example: evenings, weekends, holidays) and the software systems are proprietary or complex enough that the BCC IT department cannot always resolve the issue without assistance from the vendor. There is however, a premium associated with the cost of this type of vendor support, which the department purchasing the software would bare. Applications Client software applications should support and the vendor should provide package definition files with silent install without user interaction, using Microsoft SCCM current version. Supported installation packages include: MSI, Microsoft Windows installer MSI compatible O2 O - 10 Results in lower support and maintenance costs for the department that owns the software.Applications All software application vendors are required to notify Collier County when new releases become available and when current releases and related systems are no longer supported.O3 O - 10 Yes Plug Smart would be responsible for notifying the Owner of software updates Allows the department that owns the software to get the latest functionality that the vendor is offering along with patches that keep software security and compatibility current. Applications Collier County Information Technology Department Version: 14 Revision Date: 5/11/2018 Revised by: Richard J. Badge Vendor signature: Axel Korn Date: 08/14/2018 Key for C18:C76 C = If internal required, If hosted N/A R= Required O= Optional, but may include additional costs to support Key for C18: C76 Place an X in the YES or NO column, add any comments required in column H Vendor name: Plug Smart Application name: Computrols Technical Architectural, Compatibility and Supportability Requirements Document (TACS) Requesting Div./Dept.: Preferred solutions should take advantage of the County's Active Directory environment and utilize Windows Authentication at the application, database and server tier, run fully in the user context, and not require elevated permissions or administrative permissions. Elevated permissions require adherence to all relevant policies, such as the Elevated Privileges and Elevated Database Permissions policies. O4 O - 10 Provides enhanced security by eliminating the possibility of a disgruntled former employee or vendor getting access to a department's application since their network account with be disabled. All IT teams Does the application require anti-virus exclusions Anti-Virus? If so please provide paths & or processes O5 Security Software required by the Information Technology Division that ALL Proposer's software must compatible with.Vendor's comments Collier County Comments NNT R-15 Yes Security Change Auditor R-16 Yes Security Cisco AMP (Antivirus)R-17 Yes Security Windows Firewall R-18 Yes Security Flexera R-19 Yes Security SCCM R-20 Yes Security System Center Endpoint Security R-21 Yes Security Cisco AnyConnect R-22 Yes Security Vendor Required Software for their applications to run Yes No Vendor's comments Collier County Comments Does the application require Flash?No Applications Does the application require Java?No Applications Does the application require Silverlight?No Applications Software listed in this section will require additional dedicated costs for support. If for some reason the proposing vendor's software is not compliant with CMA5401, then it is possibly to mitigate the issues . However mitigation would be a dedicated service and the purchasing division would be responsible to bare all of the costs of the mitigation. Collier County Information Technology Department Version: 14 Revision Date: 5/11/2018 Revised by: Richard J. Badge Vendor signature: Axel Korn Date: 08/14/2018 Key for C18:C76 C = If internal required, If hosted N/A R= Required O= Optional, but may include additional costs to support Key for C18: C76 Place an X in the YES or NO column, add any comments required in column H Vendor name: Plug Smart Application name: Computrols Technical Architectural, Compatibility and Supportability Requirements Document (TACS) Requesting Div./Dept.: Does the application require any type of PDF software?No Applications Cloud or SAS Specific Applications and Services Yes No Vendor's comments Collier County Comments ADFS for single sign on O Not cloud-based Does the application require the installation of software, including browser plug- ins on a end user's computer, list all the software and version number required in cell H70. R Not cloud-based Provide a detailed architectural diagram of the application that includes links to all servers, services, and IP addresses. Yes If a vendor cannot provide a detailed architectural diagram of their application that includes links to all servers, services, and IP addresses this will not necessarily preclude a vendor from selling their application to a Collier County division. However, the Collier County Information Technology Division will not be able to troubleshoot any problems beyond the edge of the BCC network and it will be the vendors responsibility to resolve any issues that occur. Collier County uses a web filtering service. Does the proposing vendor's solution work with a web filtering service. If it does, please provide all IP Addresses and the services being delivered in cell H70. Yes Variances are possible if a vendor does not want or cannot supply the requested information. However, if problems with the application occur and the BCC network is functioning as designed, it is the responsibility of the vendor to troubleshoot and resolve the issues. If your application requires whitelisting, please provide a list of URL's to be bypassed in the web filtering service.N/A Software listed in this section will require additional dedicated costs for support. Collier County Information Technology Department Version: 14 Revision Date: 5/11/2018 Revised by: Richard J. Badge Vendor signature: Axel Korn Date: 08/14/2018 Key for C18:C76 C = If internal required, If hosted N/A R= Required O= Optional, but may include additional costs to support Key for C18: C76 Place an X in the YES or NO column, add any comments required in column H Vendor name: Plug Smart Application name: Computrols Technical Architectural, Compatibility and Supportability Requirements Document (TACS) Requesting Div./Dept.: List the web browsers and versions that your application is compatible with in cell H74 Support all Explorer Versions from 9 up, all versions of Edge, Chrome version 11 and up. Describe your data backup and recovery process. Will a copy of the database be available if requested and what format will it be in?Configurable daily automatic backups upon request Is any type of sensitive data stored in the application database and if so what steps are taken to protect that data?No Link to Sensitive Data questions What colocation data center is the proposing vendor's application housed at ?N/A - None Minimum bandwidth required?10 mbps on internal network Web applications must support HTTPS, TLS 1.1 or higher N/A 5/17/2019 Detail by Entity Name search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=EntityName&directionType=Initial&searchNameOrder=JUICETECHNOL…1/2 Department of State / Division of Corporations / Search Records / Detail By Document Number / Document Number FEI/EIN Number Date Filed Effective Date State Status Last Event Event Date Filed Event Effective Date Detail by Entity Name Florida Profit Corporation JUICE TECHNOLOGIES, INC. Filing Information P15000102268 26-2368277 12/30/2015 12/31/2015 FL ACTIVE AMENDMENT 04/08/2019 NONE Principal Address 1040 COLLIER CENTER WAY, STE #12 Naples, FL 34110 Changed: 09/05/2018 Mailing Address 350 E 1ST AVE #210 COLUMBUS, OH 43201 Registered Agent Name & Address C T CORPORATION SYSTEM 1200 SOUTH PINE ISLAND ROAD PLANTATION, FL 33324 Name Changed: 12/07/2016 Officer/Director Detail Name & Address Title CEO, Chairman HOUSH, RICHARD D 50 6th Ave. N Naples, FL 34102 Title President D C Florida Department of State 5/17/2019 Detail by Entity Name search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=EntityName&directionType=Initial&searchNameOrder=JUICETECHNOL…2/2 ZEHALA, DAVID B 350 E 1ST AVE #210 COLUMBUS, OH 43201 Title COO PAPAY, DANIEL 350 E 1ST AVE #210 COLUMBUS, OH 43201 Annual Reports Report Year Filed Date 2018 04/26/2018 2019 02/14/2019 2019 04/04/2019 Document Images 04/04/2019 -- AMENDED ANNUAL REPORT View image in PDF format 02/14/2019 -- ANNUAL REPORT View image in PDF format 05/04/2018 -- AMENDED ANNUAL REPORT View image in PDF format 04/26/2018 -- ANNUAL REPORT View image in PDF format 01/31/2017 -- ANNUAL REPORT View image in PDF format 12/07/2016 -- REINSTATEMENT View image in PDF format 12/30/2015 -- Domestic Profit View image in PDF format Florida Department of State, Division of Corporations VM -ESX RS485 and/or JCI N2 Network VM -ESX CBAS Server Window Server 2012 or 2016 BCC Network CBAS 8,16, 32 or 64 LX Controllers CBAS 8,16, 32 or 64 LX Controllers Supports Third Party Devices • Johnson Controls • ALC • Trane • Honeywell • CSI/INET • Reliable Controls Supports Protocols • BACnet • Modbus • Johnson N2 CBAS WEB Server Linux Based OS Computrols integrates seamlessly to the existing JCI devices by removing the NAE and replacing it with a LX controller. Comp utrols uses the existing JCI N2 or RS485 network to interface with the Controllers such as the UNT or VAV controllers. Computrols dr ivers allow CBAS to be able to reprogram or modify existing program in the JCI controllers. As JCI controllers fail they can be replaced with Computrols VAV or LX controllers while still utilizing the existing JCI N2 network wiring. Card Access uses the same CBAS 8,16,32 or 64 LX hardware except they are configured for card access instead of building automation. CBAS Web Clients Viewing only Configured by User Group GW Workstation Admin Workstations for HVAC Techs CBAS Web Server • Apache Web Server • Supports TLS 1.2 • Supports IE, Edge, Chrome, Firefox CBAS Server • Building Automation Application • Card Access Application • MySQL DB • Proprietary Authentication • Users, Groups • Customizable • Backups • Automatic and Ad/Hoc Computrols LX Controller Computrols VAV Controller JCI Controller Facilities Operations Workstations Card Access Application for Building Automation Techs Computrols Door Controller VM -ESX RS485 and/or JCI N2 Network VM -ESX CBAS Server Window Server 2012 or 2016 BCC Network CBAS 8,16, 32 or 64 LX Controllers CBAS 8,16, 32 or 64 LX Controllers Supports Third Party Devices • Johnson Controls • ALC • Trane • Honeywell • CSI/INET • Reliable Controls Supports Protocols • BACnet • Modbus • Johnson N2 CBAS WEB Server Linux Based OS Computrols integrates seamlessly to the existing JCI devices by removing the NAE and replacing it with a LX controller. Comp utrols uses the existing JCI N2 or RS485 network to interface with the Controllers such as the UNT or VAV controllers. Computrols dr ivers allow CBAS to be able to reprogram or modify existing program in the JCI controllers. As JCI controllers fail they can be replaced with Computrols VAV or LX controllers while still utilizing the existing JCI N2 network wiring. Card Access uses the same CBAS 8,16,32 or 64 LX hardware except they are configured for card access instead of building automation. CBAS Web Clients Viewing only Configured by User Group GW Workstation Admin Workstations for HVAC Techs CBAS Web Server • Apache Web Server • Supports TLS 1.2 • Supports IE, Edge, Chrome, Firefox CBAS Server • Building Automation Application • Card Access Application • MySQL DB • Proprietary Authentication • Users, Groups • Customizable • Backups • Automatic and Ad/Hoc Computrols LX Controller Computrols VAV Controller JCI Controller Facilities Operations Workstations Card Access Application for Building Automation Techs Computrols Door Controller Ethernet EthernetEthernet Legacy JCI Computer Ethernet Switch RS485 VMAs/VAVs UNTs DX9100s VMA/VAV VMA/VAV VMA/VAV UNT UNT UNT Relay Relay Relay DX9100 DX9100 Humidity Sensor MN-S3 Actuator Temp Sensor Relay Relay Humidity Sensor Temp Sensor Relay Relay Relay Humidity Sensor Temp Sensor RS485 RS485NCMNCM NCM JCI Interfacing © Copyright Computrols, Inc. All rights reserved. Computrols, and the Computrols C, are registered trademarks of Computrols, Inc. Computrols, Inc. | 2520 Belle Chasse Hwy. | Gretna, LA 70053 Tel: 504.529.1413 Email: sales@computrols.com | www.computrols.com The topologies below illustrate approximations of various existing JCI networks. See the back of this page for for the Computrols system interface. Contact Computrols Today Find out how we can help improve your facility and save you money. Or visit us on the web at www.computrols.com 504.529.1413 or sales@computrols.com ComputrolsCBAS Server Ethernet EthernetEthernet RS485 Ethernet Switch VMAs/VAVs UNTs DX9100s VMA/VAV VMA/VAV VMA/VAV UNT UNT UNT Relay Relay Relay DX9100 DX9100 Humidity Sensor MN-S3 Actuator Temp Sensor Relay Relay Humidity Sensor Temp Sensor Relay Relay Relay Humidity Sensor Temp Sensor Computrols16-LXController RS485 RS485 © Copyright Computrols, Inc. All rights reserved. Computrols, and the Computrols C, are registered trademarks of Computrols, Inc. Computrols, Inc. | 2520 Belle Chasse Hwy. | Gretna, LA 70053 Tel: 504.529.1413 Email: sales@computrols.com | www.computrols.com JCI Interfacing These topologies illustrate Computrols interfacing with existing JCI networks. Contact Computrols Today Find out how we can help improve your facility and save you money. Or visit us on the web at www.computrols.com 504.529.1413 or sales@computrols.com 16-LX Computrols16-LXController 16-LX Computrols16-LXController 16-LX Ethernet EthernetEthernet Legacy JCI Computer Ethernet Switch RS485 VMAs/VAVs UNTs DX9100s VMA/VAV VMA/VAV VMA/VAV UNT UNT UNT Relay Relay Relay DX9100 DX9100 Humidity Sensor MN-S3 Actuator Temp Sensor Relay Relay Humidity Sensor Temp Sensor Relay Relay Relay Humidity Sensor Temp Sensor RS485 RS485NCMNCM NCM JCI Interfacing © Copyright Computrols, Inc. All rights reserved. Computrols, and the Computrols C, are registered trademarks of Computrols, Inc. Computrols, Inc. | 2520 Belle Chasse Hwy. | Gretna, LA 70053 Tel: 504.529.1413 Email: sales@computrols.com | www.computrols.com The topologies below illustrate approximations of various existing JCI networks. See the back of this page for for the Computrols system interface. Contact Computrols Today Find out how we can help improve your facility and save you money. Or visit us on the web at www.computrols.com 504.529.1413 or sales@computrols.com ComputrolsCBAS Server Ethernet EthernetEthernet RS485 Ethernet Switch VMAs/VAVs UNTs DX9100s VMA/VAV VMA/VAV VMA/VAV UNT UNT UNT Relay Relay Relay DX9100 DX9100 Humidity Sensor MN-S3 Actuator Temp Sensor Relay Relay Humidity Sensor Temp Sensor Relay Relay Relay Humidity Sensor Temp Sensor Computrols16-LXController RS485 RS485 © Copyright Computrols, Inc. All rights reserved. Computrols, and the Computrols C, are registered trademarks of Computrols, Inc. Computrols, Inc. | 2520 Belle Chasse Hwy. | Gretna, LA 70053 Tel: 504.529.1413 Email: sales@computrols.com | www.computrols.com JCI Interfacing These topologies illustrate Computrols interfacing with existing JCI networks. Contact Computrols Today Find out how we can help improve your facility and save you money. Or visit us on the web at www.computrols.com 504.529.1413 or sales@computrols.com 16-LX Computrols16-LXController 16-LX Computrols16-LXController 16-LX Halsey Beshears, SecretaryRon DeSantis, GovernorSTATE OF FLORIDADEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATIONELECTRICAL CONTRACTORS LICENSING BOARDTHE SPECIALTY ELECTRICAL CONTRACTOR HEREIN IS CERTIFIED UNDER THEPROVISIONS OF CHAPTER 489, FLORIDA STATUTESKORN, AXEL BERNHARDTDo not alter this document in any form.PLUG SMARTLICENSE NUMBER: ES12001258EXPIRATION DATE: AUGUST 31, 2020This is your license. It is unlawful for anyone other than the licensee to use this document.1040 COLLIER CENTER WAY 12NAPLES FL 34110Always verify licenses online at MyFloridaLicense.com