Loading...
Backup Documents 12/10/2019 Item #11I ORIGINAL DOCUMENTS CHECKLIST & ROUTING SLIP , 1 1, TO ACCMPANY ALL ORIGINAL DOCUMENTS SEN VE i THE BOARD OF COUNTY COMMISSIONERS OFFICE FOR SIGNA GIF —' ii Print on pink paper. Attach to original document. The completed routing slip and original documents are to be forwarded toug4tynAtigC y Office at the time the item is placed on the agenda. All completed routing slips and original documents must be received in th t}`A o 0 Office no later than Monday preceding the Board meeting. **NEW** ROUTING SLIP Risk Management Complete routing lines#1 through#2 as appropriate for additional signatures,dates,and/or information needed. If the document is already complete witl the exception of the Chairman's signature,draw a line through routing lines#1 through#2,complete the checklist,and forward to the County Attorney Office. Route to Addressee(s) (List in routing order) Office Initials Date 1. Risk Risk Management L� l, I ji 2. County Attorney Office County Attorney Office , j?//10 9 �] ` 4. BCC Office Board of County (....5%-. ....:44,,..A ` ` G Commissioners \ - \' ,\\ 4. Minutes and Records Clerk of Court's Office C--1--e, 146fict 17'S17121 - 5. Procurement Services Procurement Services PRIMARY CONTACT INFORMATION Normally the primary contact is the person who created/prepared the Executive Summary. Primary contact information is needed in the event one of the addressees above,may need to contact staff for additional or missing information. Name of Primary Staff Ana Reynoso/PURCHASING Contact Information 239-252-8950 Contact/Dept tment ' Agenda Date Item was DECEMBER 10, 2019 // Agenda Item Number 11..I. Approved by the BCC v Type of Document CONTRACT Number of Original 2 Attached Documents Attached PO number or account N/A 19-7547 Stanley number if document is StanleyConvergent to be recorded g Convergent Security Solutions, Security Solutions, Inc. Inc. INSTRUCTIONS & CHECKLIST Initial the Yes column or mark"N/A"in the Not Applicable column,whic - er is Yes N/A(Not appropriate. (Initial) Applicable) 1. Does the document require the chairman's original signa - e STAMP OK N/A 2. Does the document need to be sent to another agency for ..ditional signatures? yes, N/A provide the Contact Information(Name;Agency;Address;Pho :• ...• . .ched sheet. 3. Original document has been signed/initialed for legal sufficiency. (All documents to be AR signed by the Chairman,with the exception of most letters,must be reviewed and signed by the Office of the County Attorney. 4. All handwritten strike-through and revisions have been initialed by the County Attorney's N/A Office and all other parties except the BCC Chairman and the Clerk to the Board 5. The Chairman's signature line date has been entered as the date of BCC approval of the AR document or the final negotiated contract date whichever is applicable. 6. "Sign here"tabs are placed on the appropriate pages indicating where the Chairman's AR signature and initials are required. 7. In most cases(some contracts are an exception),the original document and this routing slip N/A should be provided to the County Attorney Office at the time the item is input into SIRE. Some documents are time sensitive and require forwarding to Tallahassee within a certain time frame or the BCC's actions are nullified. Be aware of your deadlines! 8. The document was approved by the BCC on 12/10/2019 and all changes made during N/A is not the meeting have been incorporated in the attached document. The County an option for Attorney's Office has reviewed the changes,if applicable. this line. 9. Initials of attorney verifying that the attached document is the version approved by theA is not BCC,all changes directed by the BCC have been made, and the document is ready for � option for Chairman's signature. this line. 111. MEMORANDUM Date: December 17, 2019 To: Ana Reynoso, Purchasing Tech Procurement Services From: Ann Jennejohn, Deputy Clerk Minutes & Records Department Re: Request for Proposal No. 19-7547, "Security Control System Replacement for Collier County Jail Facilities Contractor: Stanley Convergent Security Solutions, Inc. Attached, is an original copy of the contract referenced above, (Item #11I) approved by the Board of County Commissioners on Tuesday, December 10, 2019. The second original contract has been held in the Minutes and Records Department for the Board's Official Record. If you have any questions, please contact me at 252-8406. Thank you. Attachment 111 IN WITNESS WHEREOF, the undersigned have signed this unanimous written consent as of the date set forth above. Michael A. Bartone Meggan L.Ehret Robert H.Raff,Jr. (W3143358} 3 111 IN WITNESS WHEREOF, the undersigned have signed this unanimous written consent as of the date set forth above. Michael A. Bartone \cf e Meggan L. AV. t obert H. Raff, Jr. { \� (W3143358) 3 11 � UNANIMOUS WRITTEN CONSENT OF THE DIRECTORS OF STANLEY CONVERGENT SECURITY SOLUTIONS, INC. ,2019 The undersigned, being all the directors of STANLEY CONVERGENT SECURITY SOLUTIONS, INC., a Delaware corporation (the "Corporation"), do hereby consent to the adoption of, and do hereby adopt, by unanimous written consent without a meeting, the following resolutions: RESOLVED, that the Standing Resolutions attached hereto be, and hereby are, adopted as the Standing Resolutions of the Corporation; and that such Standing Resolutions supersede all standing resolutions and rules of the board of directors of the Corporation adopted prior to the date hereof that are within the scope of matters contemplated, or authority conferred, by the foregoing resolutions or the Standing Resolutions; NOW,THEREFORE, BE IT RESOLVED: That the resignation of Megan M. Long as a Director and Assistant Secretary of the Company is hereby accepted; and RESOLVED, that each of the officers of the Corporation as of the date hereof be removed as officers of the Corporation; FURTHER RESOLVED, that each of the following persons is hereby elected and ratified, confirmed and approved to hold the office set forth opposite their respective name, each to hold such office until their resignation or removal or until their respective successor is duly appointed: NAME OFFICE John Skowronski President Robert H. Raff, Jr. Chief Operating Officer and Chairman of the Board Michael A. Bartone Vice President, Corporate Tax and Treasurer Steven G. Walker Vice President, Customer Service Gregory P. Srnulski Vice President, Real Estate Michael D. Vagnini Vice President, Tax Compliance and Financial Reporting Mary E. Brown Director of Operations Meggan L. Ehret Secretary Adan Ayala Assistant Secretary Donald J. Riccitelli Assistant Secretary Theodore C. Morris Assistant Secretary Catherine S. Torello Assistant Treasurer (W3143358} 1 1 I NAME OFFICE Robert T. Paternostro Assistant Treasurer Karen Maples Director of Regulatory Compliance and Licensing William A. D'Orlando Massachusetts Electrical Compliance Officer Jonathan Hall Oregon Responsible Managing Individual Alvin Rodriguez New York State Fire and Security Compliance Officer Michael Cochran St. Louis County, MO Compliance Officer Jeffrey Carrier Qualified Agent for Rhode Island Angel L. Cruz Qualified Agent for Rhode Island Joe Ficker Qualified Agent for West Virginia Manuel Robles Nevada Responsible Managing Employee for SCSS Robert Swidecki Nevada Responsible Managing Employee for Alarm Center Michael Lake Nevada Responsible Managing Employee for SCSS Robert Swidecki Qualified Agent for SentryNet [Signature page follows] {W3143358} 2 ' ill SINGLE-CONTRACTOR AWARD AGREEMENT # 19-7547 for Security Control System Upgrade for the Collier County Jail Facilities THIS AGREEMENT, made and entered into on this t( day of \dbei- 20 i0 , by and between Stanley Convergent Security Solutions, Inc. , authorized to do business in the State of Florida, whose business address is 8350 Sunlight Drive, Fishers, IN 46037 , (the "Contractor") and Collier County, a political subdivision of the State of Florida, (the "County" or "Owner): WITNESSETH: 1. AGREEMENT TERM. The Agreement shall be for a 540 days (_)--yearperiod, commencing ❑ u al 1111 issuance of NTP , and--terminating (_-yeaf(s) - _ e - - - - • • - - - - _ - -g ❑ Purchase-Orders) ❑ Wer der(s) issued prior-tethe expiration of the Agreement per' le . - - - - - - -- - - - -- - - - -- - - - • _ - - -- - - _ ( mat The County Manager, or his designee, may, at his discretion, extend the Agreement under all of the terms and conditions contained in this Agreement for up to one hundred and eighty (180) days. The County Manager, or his designee, shall give the Contractor written notice of the County's intention to extend the Agreement term prior to the end of the Agreement term then in effect. 2. COMMENCEMENT OF SERVICES. The Contractor shall commence the work upon issuance of a UI Purchase Order Q Notice to Proceed. 3. STATEMENT OF WORK. The Contractor shall provide services in accordance with the terms and conditions of Q Request for Proposal (RFP) ❑ Invitation to Bid (ITB) Other ( )# 19-7547 , including all Attachment(s), Exhibit(s) and Addenda and the Contractor's proposal referred to herein and made an integral part of this Agreement. 0 The Contractor shall also provide services in accordance with Exhibit A— Scope of Services attached hereto. 3.1 This Agreement contains the entire understanding between the parties and any modifications to this Agreement shall be mutually agreed upon in writing by the Parties, in compliance with the County's Procurement Ordinance, as amended, and Procurement Procedures in effect at the time such services are authorized. Page 1 of 33 Single-Contractor Award Agreement 2017 007 Ver.1 CAU ill 3.2 The execution of this Agreement shall not be a commitment to the Contractor to order any minimum or maximum amount. The County shall order items/services as required but makes no guarantee as to the quantity, number, type or distribution of items/services that will be ordered or required by this Agreement. 3.3 1111 The procedure for obtaining Work under this Agreement is outlined in Exhibit A – Scope of Services attached hereto. 1 1 .. _ : -- - ,, __ _ Other € +lai-t/Att-aehment: - -, - -_ •— . '. - -:.- e_:._ ':. : -- a 'et e • e..- _ ... _ 'e.'e. . .._._ .- - . . - .. . 4. THE AGREEMENT SUM. maximum amount of ($ ), per - -- • • _. . -. , e. -e e• - - -"•. .-. - . .. . e e- -e . •e - • --_a e: • . W •- •- - e •- a ••" .ee ee • . e" •__ •. _- 'e- . _ . •-• • • e• - - e - - . e. - -- -o- - -- -.. . -- -- • - - - _ Agent/Project Manag- -- -*••e - - . . _ . ._ . _ _ - "Local Government Prompt Payment Act". ISI The County shall pay the Contractor for the performance of this Agreement based on Exhibit B- Fee Schedule, attached hereto and the price methodology as defined in Section 4.1. Payment will be made upon receipt of a proper invoice and upon approval by the County's Contract Administrative Agent/Project Manager, and in compliance with Chapter 218, Fla. Stats., otherwise known as the "Local Government Prompt Payment Act". for Quotations and pursuant to the Price Methodology in Section 1.1. Contractor's quoted prices shall be based on Exhibit B Fee Schedule. Payment will be made upon receipt of a proper -. - --- :e - -- • ' •• .- e•,•-• r , -. e.-- in compliance-with Chapter 218, Fla. Stats., otherwise known as the "Local Government Prompt Payment Act". maximum amount of _- - ($ ), per e. _ _ _ - �,,- --- - --e in- • Section 1.1. I I Contractor's quoted prices shall be based on Exhibit B Fee Schedule. Page 2 of 33 Single-Contractor Award Agreement 2017.007 Ver.1 11i 4.1 Price Methodology (as selected below): ❑� Lump Sum (Fixed Price): A firm fixed total price offering for a project; the risks are transferred from the County to the contractor; and, as a business practice there are no hourly or material invoices presented, rather, the contractor must perform to the satisfaction of the County's project manager before payment for the fixed price contract is authorized. Time and Materials: The County agrees to pay the contractor for the amount of labor time spent by the contractor's employees and subcontractors to perform the work (number of hours times hourly rate), and for materials and equipment used in the project (cost of materials plus the contractor's markup). This methodology is generally used in projects in which it is not possible to accurately estimate the size of the project, or when it is expected that the project requirements would most likely change. As a general business practice, these contracts include back-up documentation of costs; invoices would include number of hours worked and billing rate by position (and not company (or subcontractor) timekeeping or payroll records), material or equipment invoices, and other reimbursable documentation for the project. ❑■ Unit Price: The County agrees to pay a firm total fixed price (inclusive of all costs, including labor, materials, equipment, overhead, etc.) for a repetitive product or service delivered (i.e. installation price per ton, delivery price per package or carton, etc.). The invoice must identify the unit price and the number of units received (no contractor inventory or cost verification). 4.2 Any County agency may obtain services under this Agreement, provided sufficient funds are included in their budget(s). 4.3 Payments will be made for services furnished, delivered, and accepted, upon receipt and approval of invoices submitted on the date of services or within six (6) months after completion of the Agreement. Any untimely submission of invoices beyond the specified deadline period is subject to non-payment under the legal doctrine of"laches" as untimely submitted. Time shall be deemed of the essence with respect to the timely submission of invoices under this Agreement. 4.4 ❑ bursabeiml c -- . - - - • - - •• . _. _ - _ - . •• -- .- MMS MM the-shallrues: Mileage $0,445-pep-mile Breakfast $6419 Lunch $41-.00 Dinner $a-9499 Airfare ' - - - - - -- - •- - - - - - -- - - - - - - hedging - -- - - - - - - - - - • - - - . -- - Parking Taxi-or-Airport Limousine ' - - - -. _ - • - ' . .' - - _ . . • - Page 3 of 33 Single-Contractor Award Agreement 2017.007 Ver.1 CAO 1 1 ha Agreemcnt. 5. SALES TAX. Contractor shall pay all sales, consumer, use and other similar taxes associated with the Work or portions thereof, which are applicable during the performance of the Work. Collier County, Florida as a political subdivision of the State of Florida, is exempt from the payment of Florida sales tax to its vendors under Chapter 212, Florida Statutes, Certificate of Exemption # 85-8015966531 C. 6. NOTICES. All notices from the County to the Contractor shall be deemed duly served if mailed or emailed to the Contractor at the following: Company Name: Stanley Convergent Security Solutions, Inc Address: 8350 Sunlight Drive Fishers, IN 46037 Attention Name & Title: Dustin Hackleman, Senior Sales Engineer Telephone: (317)572-2120 E-Mail(s): dustin.hacklemanasbdinc.com All Notices from the Contractor to the County shall be deemed duly served if mailed or emailed to the County to: Board of County Commissioners for Collier County, Florida Division Director: Damon Grant Division Name: Facilities Management on behalf of CCSO Address: 3335 Tamiami Trail East, Suite 101 Naples, FL 34112 Administrative Agent/PM: Chief Roberts/ Miguel Carballo (FM) Telephone: (239) 821-1211 / (239)252-8380 E-Mail(s): miguel.carballoncolliercountyfl.gov The Contractor and the County may change the above mailing address at any time upon giving the other party written notification. All notices under this Agreement must be in writing. 7. NO PARTNERSHIP. Nothing herein contained shall create or be construed as creating a partnership between the County and the Contractor or to constitute the Contractor as an agent of the County. 8. PERMITS: LICENSES: TAXES. In compliance with Section 218.80, F.S., all permits necessary for the prosecution of the Work shall be obtained by the Contractor. The County will not be obligated to pay for any permits obtained by Subcontractors. Page 4 of 33 Single-Contractor Award Agreement 2017.007 Ver.1 lii Payment for all such permits issued by the County shall be processed internally by the County. All non-County permits necessary for the prosecution of the Work shall be procured and paid for by the Contractor. The Contractor shall also be solely responsible for payment of any and all taxes levied on the Contractor. In addition, the Contractor shall comply with all rules, regulations and laws of Collier County, the State of Florida, or the U. S. Government now in force or hereafter adopted. The Contractor agrees to comply with all laws governing the responsibility of an employer with respect to persons employed by the Contractor. 9. NO IMPROPER USE. The Contractor will not use, nor suffer or permit any person to use in any manner whatsoever, County facilities for any improper, immoral or offensive purpose, or for any purpose in violation of any federal, state, county or municipal ordinance, rule, order or regulation, or of any governmental rule or regulation now in effect or hereafter enacted or adopted. In the event of such violation by the Contractor or if the County or its authorized representative shall deem any conduct on the part of the Contractor to be objectionable or improper, the County shall have the right to suspend the Agreement of the Contractor. Should the Contractor fail to correct any such violation, conduct, or practice to the satisfaction of the County within twenty-four (24) hours after receiving notice of such violation, conduct, or practice, such suspension to continue until the violation is cured. The Contractor further agrees not to commence operation during the suspension period until the violation has been corrected to the satisfaction of the County. 10. TERMINATION. Should the Contractor be found to have failed to perform his services in a manner satisfactory to the County as per this Agreement, the County may terminate said Agreement for cause; further the County may terminate this Agreement for convenience with a thirty (30) day written notice. The County shall be the sole judge of non-performance. In the event that the County terminates this Agreement, Contractor's recovery against the County shall be limited to that portion of the Agreement Amount earned through the date of termination. The Contractor shall not be entitled to any other or further recovery against the County, including, but not limited to, any damages or any anticipated profit on portions of the services not performed. 11. NO DISCRIMINATION. The Contractor agrees that there shall be no discrimination as to race, sex, color, creed or national origin. 12. INSURANCE. The Contractor shall provide insurance as follows: A. ■ Commercial General Liability: Coverage shall have minimum limits of $ 1,000,000 Per Occurrence, $2,000,000 aggregate for Bodily Injury Liability and Property Damage Liability. This shall include Premises and Operations; Independent Contractors; Products and Completed Operations and Contractual Liability. B. n Business Auto Liability: Coverage shall have minimum limits of $ 1,000,000 Per Occurrence, Combined Single Limit for Bodily Injury Liability and Property Damage Liability. This shall include: Owned Vehicles, Hired and Non-Owned Vehicles and Employee Non-Ownership. C. n Workers' Compensation: Insurance covering all employees meeting Statutory Limits in compliance with the applicable state and federal laws. The coverage must include Employers' Liability with a minimum limit of$ 1,000,000 for each accident. Page 5 of 33 Single-Contractor Award Agreement 2017.007 Ver.1 CAO 111 claims arising out of the performance of profes✓ional services under this Agreement. Contractor waives its right of rccovcry against County as to any claims undcr this insurance. Such insurance shall have limits of not les than $ each claim and aggregate. E. n Cyber Liability: Coverage shall have minimum limits of$1,000,000 per claim. I : Coverage shall have minimum limits of$ per claim. Special Requirements: Collier County Board of County Commissioners, OR, Board of County Commissioners in Collier County, OR, Collier County Government shall be listed as the Certificate Holder and included as an "Additional Insured" on the Insurance Certificate for Commercial General Liability where required. This insurance shall be primary and non-contributory with respect to any other insurance maintained by, or available for the benefit of, the Additional Insured and the Contractor's policy shall be endorsed accordingly. Current, valid insurance policies meeting the requirement herein identified shall be maintained by Contractor during the duration of this Agreement. The Contractor shall provide County with certificates of insurance meeting the required insurance provisions. Renewal certificates shall be sent to the County thirty (30) days prior to any expiration date. Coverage afforded under the policies will not be canceled or allowed to expire until the greater of: thirty (30) days prior written notice, or in accordance with policy provisions. Contractor shall also notify County, in a like manner, within twenty-four (24) hours after receipt, of any notices of expiration, cancellation, non- renewal or material change in coverage or limits received by Contractor from its insurer, and nnthinn rnntainArl hPrain chap rpiiavP C'nntractnr of this renuirement to orovide notice. Contractor shall ensure that all subcontractors comply with the same insurance requirements that the Contractor is required to meet. 13. INDEMNIFICATION. To the maximum extent permitted by Florida law, the Contractor shall defend, indemnify and hold harmless Collier County, its officers and employees from any and all liabilities, damages, losses and costs, including, but not limited to, reasonable attorneys' fees and paralegals' fees, whether resulting from any claimed breach of this Agreement by Contractor, any statutory or regulatory violations, or from personal injury, property damage, direct or consequential damages, or economic loss, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the Contractor or anyone employed or utilized by the Contractor in the performance of this Agreement. This indemnification obligation shall not be construed to negate, abridge or reduce any other rights or remedies which otherwise may be available to an indemnified party or person described in this paragraph. This section does not pertain to any incident arising from the sole negligence of Collier County. 13.1 The duty to defend under this Article 13 is independent and separate from the duty to indemnify, and the duty to defend exists regardless of any ultimate liability of the Contractor, County and any indemnified party. The duty to defend arises immediately upon presentation of a claim by any party and written notice of such claim being provided to Contractor. Contractor's obligation to indemnify and defend under this Article 13 will survive the expiration or earlier termination of this Agreement until it is determined by final judgment that an action against the County or an indemnified party for the matter indemnified hereunder is fully and finally barred by the applicable statute of limitations. Page 6 of 33 Single-Contractor Award Agreement 2017.007 Ver.1 S 1 1 i 14. AGREEMENT ADMINISTRATION. This Agreement shall be administered on behalf of the County by the Facilities Management Division 15. CONFLICT OF INTEREST. Contractor represents that it presently has no interest and shall acquire no interest, either direct or indirect, which would conflict in any manner with the performance of services required hereunder. Contractor further represents that no persons having any such interest shall be employed to perform those services. 16. COMPONENT PARTS OF THIS AGREEMENT. This Agreement consists of the following component parts, all of which are as fully a part of the Agreement as if herein set out verbatim: Contractor's Proposal, Insurance Certificate(s), INC Exhibit A Scope of Services, Exhibit B Fee Schedule, RFP/ Other # 19-7547 , including Exhibits, Attachments and Addenda/Addendum, f 1 subsequent quotes and corresponding I* Exhibit C-1 Public Payment Bond, Exhibit C-2 Public Performance Bond, • Exhibit D - Release and Affidavit Form, I■] Exhibit E — Form of Contract Application for Payment, Exhibit F - Change Order, ■ Exhibit G - Certificate of Substantial Completion, U Exhibit H -Certificate of Final Completion, ❑■ Exhibit I - Warranty, a4 Other Exhibit/Attachment: 17. APPLICABILITY. Only the sections corresponding to any checked box (■) will apply to this Agreement. 18. SUBJECT TO APPROPRIATION. It is further understood and agreed by and between the parties herein that this Agreement is subject to appropriation by the Board of County Commissioners. 19. PROHIBITION OF GIFTS TO COUNTY EMPLOYEES. No organization or individual shall offer or give, either directly or indirectly, any favor, gift, loan, fee, service or other item of value to any County employee, as set forth in Chapter 112, Part III, Florida Statutes, Collier County Ethics Ordinance No. 2004-05, as amended, and County Administrative Procedure 5311. Violation of this provision may result in one or more of the following consequences: a. Prohibition by the individual, firm, and/or any employee of the firm from contact with County staff for a specified period of time; b. Prohibition by the individual and/or firm from doing business with the County for a specified period of time, including but not limited to: submitting bids, RFP, and/or quotes; and, c. immediate termination of any Agreement held by the individual and/or firm for cause. 20. COMPLIANCE WITH LAWS. By executing and entering into this Agreement, the Contractor is formally acknowledging without exception or stipulation that it agrees to comply, at its own expense, with all federal, state and local laws, codes, statutes, ordinances, rules, regulations and requirements applicable to this Agreement, including but not limited to those dealing with the Immigration Reform and Control Act of 1986 as located at 8 U.S.C. 1324, et seq. and regulations relating thereto, as either may be amended; taxation, workers' compensation, equal employment and safety including, but not limited to, the Trench Safety Act, Chapter 553, Florida Statutes, and the Florida Public Records Law Chapter 119, including specifically those contractual requirements at F.S. § 119.0701(2)(a)-(b) as stated as follows: IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT: Page 7 of 33 Single-Contractor Award Agreement 2017.007 Ver.1 111 Communication and Customer Relations Division 3299 Tamiami Trail East, Suite 102 Naples, FL 34112-5746 Telephone: (239) 252-8383 The Contractor must specifically comply with the Florida Public Records Law to: 1. Keep and maintain public records required by the public agency to perform the service. 2. Upon request from the public agency's custodian of public records, provide the public agency with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in this chapter or as otherwise provided by law. 3. Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of the contract if the Contractor does not transfer the records to the public agency. 4. Upon completion of the contract, transfer, at no cost, to the public agency all public records in possession of the Contractor or keep and maintain public records required by the public agency to perform the service. If the Contractor transfers all public records to the public agency upon completion of the contract, the Contractor shall destroy any rJi inlirra+n n,uhlir ror,nrric that arc cvcmnt nr rnnfirlcntial anri auamnt frnm nl Ihllr rP.rnrris disclosure requirements. If the Contractor keeps and maintains public records upon completion of the contract, the Contractor shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the public agency, upon request from the public agency's custodian of public records, in a format that is compatible with the information technology systems of the public agency. If Contractor observes that the Contract Documents are at variance therewith, it shall promptly notify the County in writing. Failure by the Contractor to comply with the laws referenced herein shall constitute a breach of this Agreement and the County shall have the discretion to unilaterally terminate this Agreement immediately. 21. OFFER EXTENDED TO OTHER GOVERNMENTAL ENTITIES. Collier County encourages and agrees to the successful Contractor extending the pricing, terms and conditions of this solicitation or resultant Agreement to other governmental entities at the discretion of the successful Contractor. 22. • BONDS. A. When a construction project is in excess of$200,000, the Contractor(s) shall be required to provide Payment and Performance Bonds. B. When required by Owner, the Contractor shall furnish a Performance and/or Payment Bond prior to commencing performance, for the full amount of the Work, which shall act as a security guaranteeing the performance of the Contractor's work and the payment by the Contractor to any other party(ies) providing labor and/or materials in connection with each Page 8 of 33 Single-Contractor Award Agreement 2017.007 Ver.1 S i1i construction or renovation project performed by the Contractor. The bonds shall be furnished using the forms prescribed in Exhibit "C-1" and Exhibit "C-2". C. If the surety for any bond furnished by Contractor is declared bankrupt, becomes insolvent, its right to do business in the State of Florida, terminates or it ceases to meet the requirements imposed by the Contract Documents, the Contractor shall, within five (5) calendar days thereafter, substitute another bond and surety, both of which shall be subject to the Owner's approval. 23. ❑� LIQUIDATED DAMAGES. The "Commencement Date" shall be established in the Notice to Proceed to be issued by the Owner. Contractor shall commence the work within five (5) calendar days from the Commencement Date. No Work shall be performed at the Project site prior to the Commencement Date. Any Work performed by Contractor prior to the Commencement Date shall be at the sole risk of Contractor. The Work shall be substantially completed within the time specified in the Request for Quotation/Work Summary/Scope of Services. The date of substantial completion of the Work (or designated portions thereof) is the date certified by the Owner when construction is sufficiently �:•� complete, in accordance with the Contract Documents, so Owner can occupy or utilize the Work (or designated portions thereof) for the use for which it is intended. The Work shall reach final completion and be ready for final acceptance by Owner within the time specified in the Request for Quotation/Work Summary/Scope of Services. Owner and Contractor recognize that since time is of the essence for any work under this Agreement, Owner will suffer financial loss if the Work is not substantially completed within the times cnarifiarl in the RPni IPO fnr Oi intatinnANnrk SI immary/Scone of Services. Should Contractor fail to substantially complete the Work within the specified time period, Owner shall be entitled to assess as liquidated damages, but not as a penalty, the amount specified in the Request for Quotation/Work Summary/Scope of Services for each calendar day thereafter until substantial completion is achieved. The Project shall be deemed to be substantially completed on the date the Owner issues a Certificate of Substantial Completion pursuant to the terms hereof. Contractor hereby expressly waives and relinquishes any right which it may have to seek to characterize the above noted liquidated damages as a penalty, which the parties agree represents a fair and reasonable estimate of the Owner's actual damages at the time of contracting if Contractor fails to substantially complete the Work in a timely manner. When any period of time is referenced by days herein, it shall be computed to exclude the first day and include the last day of such period. If the last day of any such period falls on a Saturday or Sunday or on a day made a legal holiday by the law of the applicable jurisdiction, such day shall be omitted from the computation, and the last day shall become the next succeeding day which is not a Saturday, Sunday or legal holiday. 24. n PAYMENTS. Generally, the Contractor will be paid upon completion; however, for Work in excess of thirty (30) days, the Contractor may request to receive Progress Payments. Subsequent to the first payment, Contractor must provide Owner with a fully executed Release and Affidavit in the form attached hereto as Exhibit"D" as a condition precedent to release of each progress payment. All applications for payment, whether for full payment or a progress payment shall be in writing, and in substantially the form attached hereto as Exhibit "E." Page 9 of 33 Single-Contractor Award Agreement 2017.007 Ver.1 CAO il � 25. PAYMENTS WITHHELD. Owner may decline to approve any application for payment, or portions thereof, because of defective or incomplete work, outstanding punchlist items, subsequently discovered evidence or subsequent inspections. The Owner may nullify the whole or any part of any approval for payment previously issued and Owner may withhold any payments otherwise due Contractor under this Agreement or any other Agreement between Owner and Contractor, to such extent as may be necessary in the Owner's opinion to protect it from loss because of: (a) defective Work not remedied; (b) third party claims failed or reasonable evidence indicating probable fling of such claims; (c) failure of Contractor to make payment properly to subcontractors or for labor, materials or equipment; (d) reasonable doubt that the Work can be completed for the unpaid balance of the Contract Amount; (e) reasonable indication that the Work will not be completed within the Contract Time; (f) unsatisfactory prosecution of the Work by the Contractor; or (g) any other material breach of the Contract Documents. If any conditions described above are not remedied or removed, Owner may, after three (3) days written notice, rectify the same at Contractor's expense. Owner also may offset against any sums due Contractor the amount of any liquidated or unliquidated obligations of Contractor to Owner, whether relating to or arising out of this Agreement or any other Agreement between Contractor and Owner. 26. SUBMITTALS AND SUBSTITUTIONS. Any substitution of products/materials from specifications shall be approved in writing by Owner in advance. 27. 111 CONTRACT TIME AND TIME EXTENSIONS. A. Time is of the essence in the performance of any Work under this Agreement and Contractor shall diligently pursue the completion of the Work and coordinate the Work being done on the Project by its subcontractors and materialmen, as well as coordinating its Work with all work of others at the Project Site, so that its Work or the work of others shall not be delayed or impaired by any act or omission by Contractor. Contractor shall be solely responsible for all construction means, methods, techniques, sequences, and procedures as well as coordination of all portions of the Work under the Contract Documents, and the coordination of Owner's supplies and contractors. B. Should Contractor be obstructed or delayed in the prosecution of or completion of the Work as a result of unforeseeable causes beyond the control of Contractor, and not due to its fault or neglect, including but not restricted to acts of Nature or of the public enemy, acts of Government, fires, floods, epidemics, quarantine regulation, strikes or lockouts, Contractor shall notify the Owner in writing within forty-eight (48) hours after the commencement of such delay, stating the cause or causes thereof, or be deemed to have waived any right which Contractor may have had to request a time extension. C. No interruption, interference, inefficiency, suspension or delay in the commencement or progress of the Work from any cause whatever, including those for which Owner may be responsible, in whole or in part, shall relieve Contractor of his duty to perform or give rise to any right to damages or additional compensation from Owner. Contractor expressly acknowledges and agrees that it shall receive no damages for delay. Contractor's sole remedy, if any, against Owner will be the right to seek an extension to the Contract Time; provided, however, the granting of any such time extension shall not be a condition precedent to the aforementioned "No Damage for Delay" provision. This paragraph shall expressly apply to claims for early completion, as well as to claims based on late completion. Page 10 of 33 Single-Contractor Award Agreement 2017.007 Ver.1 CAO 111 28. CHANGES IN THE WORK. Owner shall have the right at any time during the progress of the Work to increase or decrease the Work. Promptly after being notified of a change, Contractor shall submit an itemized estimate of any cost or time increases or savings it foresees as a result of the change. Except in an emergency endangering life or property, or as expressly set forth herein, no addition or changes to the Work shall be made except upon written order of Owner, and Owner shall not be liable to the Contractor for any increased compensation without such written order. No officer, employee or agent of Owner is authorized to direct any extra or changed work orally. Any modifications to this Agreement shall be in compliance with the County's Procurement Ordinance and Procurement Procedures in effect at the time such modifications are authorized. A Change Order in the form attached as Exhibit "F" to this Agreement, shall be issued and executed promptly after an Agreement is reached between Contractor and Owner concerning the requested changes. Contractor shall promptly perform changes authorized by duly executed Change Orders. The Contract Amount and Contract Time shall be adjusted in the Change Order in the manner as Owner and Contractor shall mutually agree. 29. ■ CLEAN UP. Contractor agrees to keep the Project site clean at all times of debris, rubbish and waste materials arising out of the Work. At the completion of the Work, Contractor shall remove all debris, rubbish and waste materials from and about the Project site, as well as all tools, appliances, construction equipment and machinery and surplus materials, and shall leave the Project site clean. qn cTeMnePnS nF (:nNnII(:T• PRn.IFC:T MANAC;FR. SUPERVISOR. EMPLOYEES. The Contractor shall employ people to work on County projects who are neat, clean, well-groomed and courteous. Subject to the American with Disabilities Act, Contractor shall supply competent employees who are physically capable of performing their employment duties. The County may require the Contractor to remove an employee it deems careless, incompetent, insubordinate or otherwise objectionable and whose continued employment on Collier County projects is not in the best interest of the County. 31. ■ TESTS AND INSPECTIONS. If the Contract Documents or any codes, laws, ordinances, rules or regulations of any public authority having jurisdiction over the Project requires any portion of the Work to be specifically inspected, tested or approved, Contractor shall assume full responsibility therefore, pay all costs in connection therewith and furnish to the County the required certificates of inspection, testing or approval. All inspections, tests or approvals shall be performed in a manner and by organizations acceptable to the County. 32. •I PROTECTION OF WORK. A. Contractor shall fully protect the Work from loss or damage and shall bear the cost of any such loss or damage until final payment has been made. If Contractor or anyone for whom Contractor is legally liable is responsible for any loss or damage to the Work, or other work or materials of the County or County's separate contractors, Contractor shall be charged with the same, and any monies necessary to replace such loss or damage shall be deducted from any amounts due Contractor. B. Contractor shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall Contractor subject any part of the Work or adjacent property to stresses or pressures that will endanger it. Page 11 of 33 Single-Contractor Award Agreement 2017.007 Ver.1 C 111 C. Contractor shall not disturb any benchmark established by the County with respect to the Project. If Contractor, or its subcontractors, agents or anyone, for whom Contractor is legally liable, disturbs the County's benchmarks, Contractor shall immediately notify the County. The County shall re-establish the benchmarks and Contractor shall be liable for all costs incurred by the County associated therewith. 33. EMERGENCIES. In the event of any emergency affecting the safety or protection of persons or the Work or property at the Project site or adjacent thereto, Contractor, without special instruction or authorization from Owner is obligated to act to prevent threatened damage, injury or loss. Contractor shall give the Owner written notice within forty-eight (48) hours after the occurrence of the emergency, if Contractor believes that any significant changes in the Work or variations from the Contract Documents have been caused thereby. If the Owner determines that a change in the Contract Documents is required because of the action taken in response to an emergency, a Change Order shall be issued to document the consequences of the changes or variations. If Contractor fails to provide the forty-eight (48) hour written notice noted above, the Contractor shall be deemed to have waived any right it otherwise may have had to seek an adjustment to the Contract Amount or an extension to the Contract Time. 34. QUI COMPLETION. When the entire Work (or any portion thereof designated in writing by Owner) is ready for its intended use, Contractor shall notify Owner in writing that the entire Work (or such designated portion) is substantially complete and request that Owner issue a Certificate of �i ihctantial r.mmnlPtinn Within a reasonable time thereafter. Owner and Contractor shall make an inspection of the Work (or designated portion thereof) to determine the status of completion. If Owner does not consider the Work (or designated portion) substantially complete, the Owner shall notify Contractor in writing giving the reasons therefor. If Owner considers the Work (or designated portion) substantially complete, Owner shall prepare and deliver to Contractor a Certificate of Substantial Completion, Exhibit G, which shall fix the date of Substantial Completion for the entire Work (or designated portion thereof) and include a tentative punchlist of items to be completed or corrected by Contractor before final payment. Owner shall have the right to exclude Contractor from the Work and Project site (or designated portions thereof) after the date of Substantial Completion, but Owner shall allow Contractor reasonable access to complete or correct items on the tentative punchlist. Upon receipt of written certification by Contractor that the Work is completed in accordance with the Contract Documents and is ready for final inspection and acceptance, Owner will make such inspection and, if Owner finds the Work acceptable and fully performed under the Contract Documents, Owner shall promptly issue a Certificate of Final Completion, Exhibit H, recommending that on the basis of Owner's observations and inspections, and the Contractor's certification that the Work has been completed in accordance with the terms and conditions of the Contract Documents, that the entire balance found to be due Contractor is due and payable. Final payment shall not become due and payable until Contractor submits: A. The Release and Affidavit in the form attached as Exhibit "D." B. Consent of Surety (if applicable) to final payment. Page 12 of 33 Single-Contractor Award Agreement 2017.007 Ver.1 ill C. If required by Owner, other data establishing payment or satisfaction of all obligations, such as receipt, releases and waivers of liens, arising out of the Contract Documents, to the extent and in such form as may be designated by Owner. D. The warranty in the form attached as Exhibit "I". Owner reserves the right to inspect the Work and make an independent determination as to the acceptability of the Work. Unless and until the Owner is completely satisfied, the final payment shall not become due and payable. 35. WARRANTY. Contractor expressly warrants that the goods, materials and/or equipment covered by this Agreement will conform to the requirements as specified, and will be of satisfactory material and quality production, free from defects, and sufficient for the purpose intended. Goods shall be delivered free from any security interest or other lien, encumbrance or claim of any third party. Any services provided under this Agreement shall be provided in accordance with generally accepted professional standards for the particular service. These warranties shall survive inspection, acceptance, passage of title and payment by the County. Contractor further warrants to the County that all materials and equipment furnished under the Contract Documents shall be applied, installed, connected, erected, used, cleaned and conditioned in accordance with the instructions of the applicable manufacturers, fabricators, suppliers or processors except as otherwise provided for in the Contract Documents. If, within one (1) year after final completion, any Work is found to be defective or not in conformance with the Contract Documents, Contractor shall correct it promptly after receipt of written notice from the County. Contractor shall also be responsible for and pay for replacement 4 UI ICl.JClll UI dUJ Ut IIL IIIdLCIId IJ UI VVUln VV IIILII Islay LL- UaIllayl.0 LA, I ..uvI I..1..1.� „�„ or repair. These warranties are in addition to those implied warranties to which the County is entitled as a matter of law. 36. AGREEMENT TERMS. If any portion of this Agreement is held to be void, invalid, or otherwise unenforceable, in whole or in part, the remaining portion of this Agreement shall remain in effect. 37. ADDITIONAL ITEMS/SERVICES. Additional items and/or services may be added to this Agreement in compliance with the Procurement Ordinance, as amended, and Procurement Procedures. 38. DISPUTE RESOLUTION. Prior to the initiation of any action or proceeding permitted by this Agreement to resolve disputes between the parties, the parties shall make a good faith effort to resolve any such disputes by negotiation. The negotiation shall be attended by representatives of Contractor with full decision-making authority and by County's staff person who would make the presentation of any settlement reached during negotiations to County for approval. Failing resolution, and prior to the commencement of depositions in any litigation between the parties arising out of this Agreement, the parties shall attempt to resolve the dispute through Mediation before an agreed-upon Circuit Court Mediator certified by the State of Florida. The mediation shall be attended by representatives of Contractor with full decision-making authority and by County's staff person who would make the presentation of any settlement reached at mediation to County's board for approval. Should either party fail to submit to mediation as required hereunder, the other party may obtain a court order requiring mediation under section 44.102, Fla. Stat. Page 13 of 33 Single-Contractor Award Agreement 2017.007 Ver.1 I. 39. VENUE. Any suit or action brought by either party to this Agreement against the other party relating to or arising out of this Agreement must be brought in the appropriate federal or state courts in Collier County, Florida, which courts have sole and exclusive jurisdiction on all such matters. 40. • - _ a . -- -e• - - e '- -- e e- _ -e e • _ -_ replacement personnel. ❑� AGREEMENT STAFFING. The Contractor's personnel and management to be utilized for this Agreement shall be knowledgeable in their areas of expertise. The County reserves the right to perform investigations as may be deemed necessary to ensure that competent persons will be utilized in the performance of the Agreement. The Contractor shall assign as many people as necessary to complete required services on a timely basis, and each person assigned shall be available for an amount of time adequate to meet required services. 4 41 n ORDFR OF PRFCEDENCF. In the event of any conflict between or amona the terms of any of the Contract Documents, the terms of solicitation the Contractor's Proposal, and/or the County's Board approved Executive Summary, the Contract Documents shall take precedence. ORDER-OF 12RECED€N. an#-F-tti4ed4--In the event of any conflict between-or-among . ... . _ • . e • _.• .. •-_- . - - - -- _ .. :e• _ _ -.. -e --- - - - . _ -- - --- - -- -- Contractor at County's discretion. 42. ASSIGNMENT. Contractor shall not assign this Agreement or any part thereof, without the prior consent in writing of the County. Any attempt to assign or otherwise transfer this Agreement, or any part herein, without the County's consent, shall be void. If Contractor does, with approval, assign this Agreement or any part thereof, it shall require that its assignee be bound to it and to assume toward Contractor all of the obligations and responsibilities that Contractor has assumed toward the County. 43. SECURITY. The Contractor is required to comply with County Ordinance 2004-52, as amended. Background checks are valid for five (5) years and the Contractor shall be responsible for all associated costs. If required, Contractor shall be responsible for the costs of providing background checks by the Collier County Facilities Management Division for all employees that shall provide services to the County under this Agreement. This may include, but not be limited to, checking federal, state and local law enforcement records, including a state and FBI fingerprint check, credit Page 14 of 33 Single-Contractor Award Agreement 2017.007 Ver.1 CAO 111 reports, education, residence and employment verifications and other related records. Contractor shall be required to maintain records on each employee and make them available to the County for at least four (4) years. All of Contractor's employees and subcontractors must wear Collier County Government Identification badges at all times while performing services on County facilities and properties. Contractor ID badges are valid for one (1) year from tl-3 date of issuance and can be renewed each year at no cost to the Contractor during the time period in which their background check is valid, as discussed below. All technicians shall have on their shirts the name of the contractor's business. The Contractor shall immediately notify the Collier County Facilities Management Division via e- mail (DL-FMOPS@colliergov.net) whenever an employee assigned to Collier County separates from their employment. This notification is critical to ensure the continued security of Collier County facilities and systems. Failure to notify within four (4) hours of separation may result in a deduction of$500 per incident. 44. ■ SAFETY. All Contractors and subcontractors performing service for Collier County are required and shall comply with all Occupational Safety and Health Administration (OSHA), State and County Safety and Occupational Health Standards and any other applicable rules and regulations. Also, all Contractors and subcontractors shall be responsible for the safety of their employees and any unsafe acts or conditions that may cause injury or damage to any persons or property within and around the work site. Collier County Government has authorized the Occupational Safety and Health Administration (OSHA) to enter any Collier County Facility, property and/or right-of-way for the purpose of inspection of any Contractor's work operations. This provision is non-negotiable by any aivisio UCaepartrnefli appliGauit uorim it u i .uul I LI Ile!la appiy as vvaIl as all Contractor rights, with one exception. Contractors do not have the right to refuse to allow OSHA onto a project that is being performed on Collier County Property. Collier County, as the owner of the property where the project is taking place shall be the only entity allowed to refuse access to the project. However, this decision shall only be made by Collier County's Risk Management Division Safety Manager and/or Safety Engineer. (Intentionally left blank-signature page to follow) Page 15 of 33 Single-Contractor Award Agreement 2017.007 Ver.1 11 1 a , IN WITNESS WHEREOF, the parties hereto, by an authorized person or agent, have executed this Agreement on the date and year first written above. ATTEST: BOARD OF Ce . Y COMMISSIONERS ��?' ' n''�" � COLLIE Coir Y, FL." DA Crystal K..,0nael.,-Clet�cf Courts & Comp 9-Her . • . ' c° qs- 040 By: .. _ _ .0 s� By: .i„ 40 -."' jliam L. McDaniel Jr. , Chairman Dated: , .. " „ ...ie •> t he to. ,,Cha iman's Cont alt_o�seGVhesses: Stanle Conver•ent Securit -,�.i:•ns I. . Contractor ' .... ,,, ., , Contractor's First Witness Signature "1r' - 2. ,,,,, , ,„ _ __ / .,1A-- Ae„,t 6 / i TType/print signature and titleT TType/pr t Otiar7s name C \ ---)2 - Contracto s Second Witness Signature S4 \,4 :\ c.11,e TType/print witness name ',•pro ed . to ' mar. Legality: i a ' i - ;, Co ty attorney LG Print Name �+ Item# ILL_ Agenda,2.10 Date KJ Date 1 I. W Rec'd 1'_, Deputy Cler'%' . Page 16 of 33 Single-Contractor Award Agreement 2017.007 Ver.1 44 CM) � 1i Exhibit A Scope of Services ❑� following this page (pages A-i through A-5 I I this exhibit is not applicable 9 Page 17 of 33 Single-Contractor Award Agreement 2017.007 Ver.1 CA iii EXHIBIT A-SCOPE OF SERVICES SECURITY CONTROL SYSTEM UPGRADE FOR THE COLLIER COUNTY JAIL FACILITIES SOLICITATION NO.: 19-7547 BACKGROUND The Collier County Naples Jail Center currently has 1100 beds combined between the old and new portions of the jail. The existing security control system is a Stanley Integrator.com system. The upgrade would be intended for both the Naples and Immokalee Jail facilities and will be planned based upon the availability of funds. The listing of equipment for the Naples Jail is included in the scope, the Immokalee Jail Center includes the following list of equipment. • Cameras:40 • Inside Cameras-35 • Outside Toggle(zoom)-3 • Outside Stationary-2 • Analog CCTV Monitors-6 • Card Readers-34 • IJC Integrator Controlled Keyed Doors-12 • TTC Tntevrator Slidinu Controlled Doors-28 • 10 tablets Also proposed is changing out the existing analogs to 1920 x 1080 IP cameras and adding 8 additional cameras to cover the sally ports and Housing.Provide POE switches as needed. No power injectors are required. DETAILED SCOPE OF WORK The Contractor will provide a complete upgrade,including all new headend equipment and cameras,of your electronic security control system.The upgrade will provide a new state-of-the-art system that will provide many years of reliable service.The proposal is based on a phased implementation in order to minimize disruption and keep the existing systems on-line as long as possible during the replacement. Important considerations to note are All existing Touchscreens will be removed and replaced with new Touchscreen Stations. The existing locking headend equipment including programmable logic controllers and relays will be removed and replaced with new Programmable Logic Controllers and new relays.Operational intercom headend equipment will be replaced with new VOIP-based intercom headend equipment.A new IP intercom master station will be provided at each new Touchscreen Control Station. Existing paging amplifiers will be removed and replaced.Existing analog cameras throughout the jail will be replaced with new IP cameras;new IP cameras will also be provided at new locations.New CAT6 cable will be provided at all new camera locations and to the majority of replacement cameras;new CAT6 cable to cameras will be installed in existing or new conduit as required.The existing camera recording system will be replaced with a new Digital Video Recording System to provide 24/7 recording of all new IP cameras. Standard video storage provided is approximately sixty(60)days dependent upon configuration and level of activity recorded. Existing card access headend equipment will be removed and replaced with a new Card Access System to provide control of existing card readers.New lighting relay controls panels will be installed in certain locations, while existing utility control relay panels will be reused in other locations; all will be integrated into the new system. Existing field devices such as door position switches, locks, intercoms, paging speakers, duress pushbuttons,door pushbuttons,card readers,and request-to-exit pushbuttons will be reused.Alternates are included for the court cells camera system and a guard tour system via mobile tablets utilizing a new wireless network. Proposal is based on re-use of certain existing network cabling. Additional new network cabling will be installed between specified equipment rooms as described herein. Provide new cabling as required for a fully functional system. All equipment and materials shall be non-proprietary, off-the-shelf components available for purchase from multiple national distributors. PLCs shall not be a product of the electronic systems integrator. ***Note:All re-use equipment will require approval from the County's Project Manager A-1 I Page 111 1.0 LOCKING SYSTEM 1.01 Remove existing Touchscreen stations and locking headend equipment,including but not limited to,PLCs,relays,network switches,computers,etc. 1.02 Furnish & install new Touchscreen Control Stations at(17) control locations. Stations will include a minimum 32"LCD monitor with touchscreen overlay, CPU, keyboard, mouse, and Windows® 10 Operating System. Provide UPS backup power. The Touchscreen monitor will have a split screen with the left side of the monitor dedicated to security control of field devices and the right side of the monitor dedicated to CCTV camera call-up and video display. The portion of the monitor dedicated to CCTV shall have video display capability and the ability to simultaneously display digitized video from as many as eight(8)individual cameras in the facility or camera tours utilizing a dedicated window of the touchscreen display.Video window configuration and camera call ups shall be performed completely from the Touchscreen and shall be customizable on a per user basis.The system shall automatically save and retain the individual user configurations and shall be restored upon user logon.The CCTV control capabilities shall be as follows: • User-scalable windows(1,2,5,or 8 views). • User-selectable cameras. • User-programmable camera tours(capable of up to 7 simultaneous tours). • User-selectable window locations for tours,continuous views,and primary and secondary incident monitors. • 10,30,and 60 second user selectable video replay function for all Touchscreen Control Stations equipped with digital video. • • On-screen PTZ camera control. 1.02 Reuse existing millwork and desks at Control Stations. 1.03 Provide new GUI application software as user interface to control system. GUI application software shall run on Windows® 10 OS.Provide unlimited licenses 1.04 Furnish & install new Programmable Logic Controllers and control relays at (11) locations sized to provide control for and/or annunciation of the locking system, intercommunications systems, and other miscellaneous security systems as described herein. Each PLC location shall include a CPU with integral Ethernet port. Installation of remote I/O is not acceptable.Proprietary relay boards are not acceptable. 1.05 Provide locking control and/or annunciation of all existing controlled and monitored doors, rollup doors, gates, and monitored only doors. 1.06 Re-use existing equipment cabinets to the extent possible. Replace or provide new equipment cabinets as needed. 1.07 Remove&replace wall-mounted cabinets in Corridor Equipment Closets HU2,HU3,HU4,HU5,HU6,and HU7. 1.08 Furnish&install Hewlett-Packard LaserJet networked system printer in Central Control. 1.09 Furnish&install new rack-mounted server computer in Main Equipment Room. Specify alerting for system failures, and SLA for restoration. Identify contingency for complete system failure. Provide redundancy for server. Software shall be configured such that failure of the primary server will not impact system operations; failover to redundant systems shall occur seamlessly with no discernable impact on system functionality or operation. 1.10 Furnish&install new rack-mounted computer to record all system activities and log all system functions. System logs shall be searchable and capable of being printed as standard or custom reports. 1.11 Furnish& install(1)new System Administration Workstation in Central Control.Workstation will consist of(1)23"LCD monitor,CPU,keyboard,mouse,and Windows® 10 Operating System. Provide UPS backup power. 1.12 Furnish& install new Gigabit Ethernet switches,patch panels,jacks,patch cables,and network transmission equipment as required. Ethernet network shall be an industry-standard star topology;ring topology is not acceptable.All camera switches should be PoE. 1.13 Furnish&install new fiber optic interface panels at Equipment Rooms 3004, 103(Four Corners),and Old Medical. Re-use existing fiber interface panels at Equipment Rooms 1065, 168,and 174. 1.14 Furnish&install network time synchronization device and rooftop GPS antenna to synchronize time across all networks. 1.15 Furnish&install new rack-mounted KVM switch in Main Equipment Room. 1.16 Furnish& install new rack-mount UPS units as required to support new headend equipment. UPS should maintain power for fifteen(15)to thirty(30)minutes until generator kicks on(normally within minutes). Provide network connectivity for UPS alarm alerts. 1.17 Re-use existing elevator interface panels to provide control consistent with existing system of(4)elevators. 1.18 Provide equipment necessary to establish remote access to system for remote diagnostics and troubleshooting via a secure VPN connection. 2.0 INTERCOM SYSTEM 2.01 Remove existing intercom headend equipment. 2.02 Furnish&install new TOA IP Intercom Master stations;one(1)at each Touchscreen Control Station. 2.03 Furnish&install new TOA IP-based intercom exchanges sized as required to provide control and annunciation of all existing intercom stations. 2.04 Remove existing paging amplifiers. 2.05 Furnish&install new TOA paging amplifiers sized as required for existing paging speakers and paging zones. 2.06 Terminate existing field wiring on new intercom and paging headend equipment as required. A-2 Page 3.0 CLOSED CIRCUIT TELEVISION SYSTEM 3.01 Remove existing CCTV monitors,CCTV headend equipment,and cameras. 3.02 Establish new CCTV equipment room at Old Medical area to support new IP cameras in Housing Units 6 and 7. 3.03 Furnish&install(373)new IP, 1080p fixed interior dome cameras.Provide mounting hardware as required. Cameras shall be Bosch or equivalent with low light capabilities suitable for use under normal or low light conditions of illumination. 3.04 Furnish&install(4)new IP, 1080p interior fixed elevator cameras. Provide mounting hardware as required. Cameras shall be Bosch or equivalent with low light capabilities suitable for use under normal or low light conditions of illumination. 3.05 Furnish&install(15)new IP, 1080p exterior fixed dome cameras.Provide mounting hardware as required. Cameras shall be Bosch or equivalent with low light capabilities suitable for use under normal or low light conditions of illumination. 3.06 Furnish&install(3)new IP, 1080p exterior PTZ dome cameras.Provide mounting hardware as required. Cameras shall be Bosch or equivalent with low light capabilities suitable for use under normal or low light conditions of illumination. 3.07 Furnish & install new Digital Video Recording System at Equipment Room 1065 consisting of Video Management & Recording software,a rack-mounted administrative computer,and iSCSI storage arrays capable of 24/7 recording of video from(395)new cameras at 15 fps.at 1080p resolution.Standard video storage provided is approximately 60 days dependent upon configuration and level of activity recorded. 3.08 Furnish & install the following Video Review Workstations; each consisting of(1) 23" LCD Monitor, CPU, keyboard, mouse, Windows® 10 Operating System, stand-alone UPS unit, and video review and administration software license. Workstations will reside on a separate CCTV network. -(1)in Kitchen Office with a 23"LCD monitor -(1)in Booking Sergeant's Office with a 23"LCD monitor -(1)in Classification with a 23"LCD monitor -(1)in Sergeant's Office with a 23"LCD monitor -(1)in Secretary's Office with a 23"LCD monitor 3.09 Furnish & install the following Video Review Workstations; each consisting of(1) 32" LCD Monitor, CPU, keyboard, mouse, Windows® 10 Operating System, stand-alone UPS unit, and video review and administration software license. Workstations will reside on a separate CCTV network. -(1)at Four Corner's location 3.10 Furnish&install new Gigabit Ethernet switches,patch panels,jacks,patch cables,and network transmission equipment for a separate Digital Video network as required. Provide POE switches to power IP cameras. Ethernet network shall be an industry-standard star topology;ring topology is not acceptable. existing coax cable. 3.12 Provide new redundant router set to provide a firewall to isolate the CCTV network from the Touchscreen security network. Provide capability for viewing of camera video using a web browser over an external network and emailing of camera and system alarms. 3.13 Re-use existing equipment cabinets to the extent possible;furnish&install new equipment cabinets as required. 4.0 CARD ACCESS SYSTEM 4.01 Remove existing card access headend equipment and card access workstation. 4.02 Furnish&install new Card Access headend equipment in new wall-mount enclosures to provide control of all existing card readers,request-to-exit pushbuttons,and keypads.Card access electronics shall not be installed in security equipment racks or cabinets and must be housed in separate enclosures dedicated to card access. 4.03 Furnish&install new card access controllers,wall mounted,as required. 4.04 Furnish&install new card access system administrative workstation in the Conference Room.Includes 23"LCD monitor, CPU,keyboard,mouse,Windows® 10 Operating System,stand-alone UPS unit,and card access system software. 4.05 Furnish&install new Gigabit Ethernet switches,Ethernet patch panels,network transmission equipment,and patch cables for a separate card access network as required. Ethernet network shall be an industry-standard star topology;ring topology is not acceptable. 4.06 Owner's existing proximity cards will be re-used. 5.0 MISCELLANEOUS SYSTEMS 5.01 Provide control and annunciation of duress alarms. 5.02 Re-use existing utility control relay panels and relays where appropriate;furnish&install new control relay panels as needed to provide full functionality. 5.03 Provide on/off control consistent with the current system's functionality for lighting, receptacles, inmate telephones, and water valves. 6.0 CONDUIT,CABLING,&POWER 6.01 Furnish, install,test, &terminate new cabling as required to support a fully operational system. General requirements are listed below.Any cabling,whether or not listed herein,necessary for the new system shall be included. A-3 I aqe 11 ' 6.02 Furnish,install,&terminate new CAT6 cables in conduit as needed for network backbone to support the new system.New system shall be implemented with three (3) separate networks: Locking/Touchscreen, CCTV/Digital Video, and Card Access.Each network shall be implemented in an industry-standard star topology;ring topologies are not acceptable. 6.03 Furnish,install,&terminate new CAT6 cable as needed from each new IP camera to associated equipment room 6.04 Furnish,install,&terminate(1)new coax cable and conduit from roof-mounted GPS antenna to time server. 6.05 Furnish, install, & terminate new CAT6 cabling from each computer workstation, CCTV monitor, WAPs, etc., to its associated equipment room as required for a fully operational system. 6.07 Furnish&install new 120VAC Emergency Power Circuits and UPS Circuits as required. 6.08 For new conduit and cabling being provided to peripheral devices and workstations,the following approach will be taken: above the ceiling and in areas that are not accessible by inmates,plenum-rated cable not run in conduit will be provided.In inmate accessible areas,plenum-rated cable in exposed EMT conduit will be provided. 6.09 Extend cabling between cabinets as required. 6.10 Provide firestopping of penetrations of fire-rated floors and walls. 6.11 Provide testing of all new cabling.Cable should certify as ISO 11801:2002 Class EA(Cat6A).Cables,jacks,patch panels and equipment should be labeled,and a diagram should be included with deliverables. 7.0 COURT CELLS CAMERA SYSTEM(ALTERNATE#1) 7.01 Remove all existing CCTV monitors,headend,and cameras. 7.02 Furnish, install, test, & commission (26) new fixed interior IP 1080p cameras. Provide mounting hardware as required. Cameras shall be Bosch or equivalent with low light capabilities suitable for use under normal or low light conditions of illumination. 7.03 Install new Gigabit Ethernet Switches, patch panels, patch cables, and fiber optic transmission equipment as required Installation of any switches or hardware needs to be placed in the Mezzanine(secure cabinet) 7.04 Furnish, install,test, &terminate cabling as required to support new cameras and CCTV system. Re-use coax cabling for elevator cameras. 7,05 Furnish&install new Ethernet-over-Coax transmitters for elevator cameras to re-use existing coax cabling. 7.06 Furnish&install(1)new Video Review Workstation in the 2"d Floor Security Office consisting of(3)32"LCD monitors, CPU, keyboard, mouse, Windows® 10 Operating System, stand-alone UPS unit, and video review and administration software license. 7.07 Furnish&install(1)new fiber interface panel in the 2nd Floor Security Installation of any switches or hardware needs to be plaeeu 111 LUG IVi GLL0.11111G OG1.U1G 1.0.U1IIGL). 7.08 Integrate new Courthouse camera system with new CCTV system in Jail to provide viewing of cameras via the Touchscreens and Video Review stations in the base proposal. 7.09 Expand Digital Video Recording System at Equipment Room 1065 to provide 24/7 recording of video from (24) new cameras at 15 fps. at 1080p resolution. Standard video storage provided is approximately 60 days dependent upon configuration and level of activity recorded. 8.0 GUARD TOUR SYSTEM(ALTERNATE#2) 8.01 Provide new Guard Tour system software to record guard tour rounds and wellness checks. Software shall provide the following minimum capabilities: schedule tours,receive real-time notifications,provide searchable historic logs,date/time stamp events. 8.02 Furnish&install (27)new Wireless Access Points(WAPs),ceiling mounted,powered via POE switches; include one(1) WAP in each dayroom/sub-dayroom and in Booking. 8.03 Furnish&install (129)stainless steel barcode placards for use with tablets. Barcodes shall be located at entrances to each housing unit and at strategic points in each dayroom for recording of guard tour rounds. Barcodes shall be compatible with tablet's integral barcode scanner. 8.04 Provide Gigabit Ethernet switches,Ethernet patch panels,network transmission equipment,and patch cables as required to support WAPs and tablets. Ethernet network shall be an industry-standard star topology;ring topology is not acceptable. 8.05 Provide new rack-mounted computer to serve as interface between tablets and electronic security control system. 8.06 Provide (51) AndroidTM or iOS tablets with ruggedized cases. Tablets shall have a minimum screen size of 8" and shall include an integral barcode scanner,2.1MP/8.0MP(front/rear) camera,3GB memory, and SureLock application. Tablets shall provide wireless security control,electronic shift log entry,and guard tour rounds recording. 8.07 Provide Electronic Shift Log software to record day-to-day operations.Software shall be capable of operating on tablets and Touchscreen control stations. Software shall provide the following minimum capabilities: unlimited log entries, user customized standard entries, custom barcode creation for routine/common activities to allow shift entries via barcode scanning,comprehensive searching and reporting,and JMS interface for import of inmate and staff names. 9.0 CLARIFICATIONS 9.01 Provide shop drawings,O&M Manuals,as-built documentation,and Owner instruction for all systems described herein. 9.02 Provide three(3)software iterations for Owner review of touchscreen software. 9.02.01 The first iteration shall be based on floor plans and RFP requirements and shall be reviewed by the Owner for functionality and screen layout. A-4 I Page 0 11i 9.02.02 The second iteration shall incorporate the Owner's comments into the software and shall then again be reviewed by the Owner. 9.02.03 The final iteration shall incorporate the Owner's comments from the second iteration and shall be installed on site for final testing and troubleshooting. 9.03 Owner will provide high-speed interne connection with static IP address for VPN connection to allow remote troubleshooting and support via the Internet. 9.04 Provide daily cleanup and disposal. 9.05 All work shall be performed in a quality,workmanship manner in compliance with industry standards,local codes and NEC. 9.06 Provide Spare Parts for major system components (e.g., PLCs, Touchscreens, cameras, intercom and paging headend, network switches,etc.). 9.07 Include Performance and Payment Bonds 9.08 Provide a one-year warranty for new equipment supplied under this proposal. Warranty shall be limited to repair or replacement of equipment deemed to have failed under conditions of normal use and shall exclude failures attributable to misuse,vandalism,flooding,or lightning. A-5 I Page e lig Exhibit B Fee Schedule following this page (pages 1 through 2 ) n this exhibit is not applicable li yS Page 18 of 33 Single-Contractor Award Agreement 2017.007 Ver.1 ICA 0 11 ' T ANLEY EXHIBIT B-FEE SCHEDULE SSecurity • SECURITY CONTROL SYSTEM UPGRADE FOR THE COLLIER COUNTY JAIL FACILITIES(#19-7547) Evaluation Criteria No. 4: Cost of Services to the County Base Bid $1,390,350.00* *This price is based on Evaluation Criteria No. 3: Business Plan The estimated calendar duration of the base bid project is 540 calendar days. 4.1 Optional Pricing: Option#1 (Add 8 Cameras to Immokalee Jail) ADD $ 29,975.00 As part of this option, STANLEY will provide eight (8) additional camera locations at the Immokalee Jail. The Base Bid includes only replacing existing cameras. Option#2 (Add 85 Cameras to Naples Jail) ADD $212,465.00 As part of this option, STANLEY will provide eighty-five (85) additional camera locations at the Naples Jail. The Base Bid includes only replacing existing cameras. 4 —Alternate-P r-ic ing-:- Alternate#1 (Court Cells Camera System) ADD $76,720.00 Alternate#2 (Guard Tour System) ADD $ 261,070.00 4.3 Fee Schedule of Principals and Staff: Design Engineering Labor $ 95.00/hour Software Engineering Labor $ 110.00/hour Commissioning Engineering Labor $ 95.00/hour Project Management Labor $ 125.00/hour Chnn Accamhly I ahnr $ 75.00/hour 4.4 Bonds/Taxes/Freight: The prices do not include any applicable taxes, prevailing wage, and/or MBE content. If taxes are required, you will need to figure taxes based upon our entire quoted price. 100% Payment/Performance Bond and Freight has been included. B-1 CAO h t i ® 1.61 / .k _ /( ® 26 \ § °cne a 8 \ 'u ) zz Ul— G z ) = weI \ k/ \ �f \ u ® 0-,} \ ` �(\ i(( \ { )\\ ) u ; % # 0. o /2 ■ k(k \ \ §/��_ \ a w \ 0 \ k ; / \ §/ ^ \ §, { 2222 ( oa/! a 2:E $� \ cu §± 0o00(.01 0000 0064 \ / `// 696909 _ _ _ _ ® t ` 09 ( E. f § \ ( j Z: \ \ \ 0 9} / r -o |\ / w0 / : 2 L9; / _ { w l \§ 5 / liJ § \ / ©2 0 0 'El §! 2 / 52 § § § ® ; z % i § ` � ZU2 ' 0 Lu ( \ 2 � '4- Z3k2 § LU $ ;� O \ '| � k ) � _ ( / ) z � � k � \ k ( } j ( \ \ { Q \ / i _ $ $ o ' " )/ eeeee Z ( 3 } u \ � ) ( zzz66 ( ® ! $ ® ® 0000 ) ZZ ( 2) Z k ) \ ) \ j / \ \ / \ \ / f �a Fl ; * © - - \} 0 n 2 2 j § . U ) J / 3 ` 0 0 0 0 0 0 0 0 0 0 iii Exhibit C-1 ❑ this exhibit is not applicable PUBLIC PAYMENT BOND Bond No. 107157602 Contract No. KNOW ALL MEN BY THESE PRESENTS: That Stanley Convergent Security Solutions, Inc. , as Principal, and Travelers Casualty and Surety Company of America , as Surety, located at One Tower Square, Hartford, CT 06183 (Business Address) are held and firmly bound One Million Six Hundred Thirty Two Thousand Seven Hundred tOBoard of County Commissioners for Collier County,Florida as Oblige in the sum of Ninety and 00/100 Dollars ($1,632,790.00 ) for the payment whereof we bind ourselves, our heirs, executors, personal representatives, successors and assigns, jointly and severally. WHEREAS, Principal has entered into a contract dated as of the j_day of gec.eM`<!20 with Oblige for Project No. 19-7547 Security Control System Upgrade for the Collier County Jail Facilities in accordance with drawings and specifications, which contract is incorporated by reference and made a part hereof, and is referred to as the Contract. THE CONDITION OF THIS BOND is that if Principal: Promptly makes payment to all claimants as defined in Section 255.05(1), Florida Statutes, supplying Principal with labor, materials or supplies, used directly or indirectly by Principal in the prosecution of the work provided for in the contract, then this bond is void; otherwise it remains in full force. Any changes in or under the Contract and compliance or noncompliance with any formalities connected with the Contract or the changes do not affect sureties' obligation under this Bond. The provisions of this bond are subject to the time limitations of Section 255.0592. In no event will the Surety be liable in the aggregate to claimants for more than the penal sum of this Payment Bond, regardless of the number of suits that may be filed by claimants. IN WITNESS WHEREOF, the above parties have executed this instrument this 10th day of October , 2019 , the name of under-signed representative, pursuant to authority of its governing body. Page 19 of 33 Single-Contractor Award Agreement 2017.007 Ver.1 CAp If. 111 Signed, sealed and delivered in the presence of: PRINCIPAL: Stanley Convergent Security Solutions, Inc. L5e-5. 1 By: C A ,1 � 7 Witnesses as to Principal Name: f' Its: STATE OF rt :1 0-A01/4- COUNTY OF �iP.t,Ott pn Thg foregoing instrument was ackno ledged before me this 5of • 20 , b�y �I ,1 )(kr-4_ -.)0.,C.,(0-6-1-LA, asof S , a �x-w.�.'� corporation, on behalf of the corporation. He(�ie isersonally known to me OR has produced as identification and did (did not)take'an :agth. / , My Commission Expires: ds - ,I A (Signature of Notary �•�'' FtIST/ Name: 61r 15'11 1 I\�� - i''•,, (Legibly Printed) "• •Nod • 2 (AFFIX OFFICIAL SEA*),�,,�5 7-,4 (AFFIX s Notary Public, State of 'ndIo la A ,, ``Q0 Commission No.: Obi U61 q - AlC * ATTEST: ''',- '' . SURETY: '` Travelers Casualty and Surety Company of America (Printed Name) One Tower Square, Hartford, CT 06183 (Business Address) n/a (Authorized Signature) Witness as to Surety (Printed Name) OR Page 20 of 33 Single-Contractor Award Agreement 2017.007 Ver.1 CrC 111 •• ; , r Asttorney in Faq Louis S. Bensinger (Attach Power of Attorney) Witnesses Lockton Companies 751 Arbor Way, Suite 250 Blue Bell, PA 19422-1951 (Business Address) Tammy L. Orehek (Printed Name) 215-583-9241 (Telephone Number) STATE OF Pennsylvania COUNTY OF Montgomery The foregoing instrument was acknowledged before me this 10th of October 2019 , by_ Tammy L. Orehek , as Attorney-in-Fact of Travelers and Casualty Company of America , Surety, on behalf of Surety. He/She is personally known to me OR has produced n/a as identification and who did(did not)take an oath. My Commission Expires: March 23, 2023 (Signature of Notary) Name: Jennifer Lynne Taverna (Legibly Printed) (AFFIX OFFICIAL SEAL) Notary Public, State of Pennsylvania Commission No.: Commonwealth of Pennsylvania-Notary Seal Jennifer Lynne Taverna, Notary Public Montgomery County My Commission Expires March 23, 2023 Commission Number 1289207 Page 21 of 33 Single-Contractor Award Agreement 2017.007 Ver.1 ,CAO iii ❑ this exhibit is not applicable EXHIBIT C-2 PUBLIC PERFORMANCE BOND Bond No. 107157602 Contract No. KNOW ALL MEN BY THESE PRESENTS: That Stanley Convergent Security Solutions, Inc. as Principal, and Travelers Casualty and Surety Company of America , as Surety, located at One Tower Square, Hartford, CT 06183 (Business Address) are held and firmly bound to Board of County Commissioners for Collier County, Florida , as Oblige in the sum of One Million Six Hundred Thirty-Two Thousand Seven Hundred Ninety and 00/100($ 1,632,790.00 )for the payment whereof we bond ourselves, our heirs,executors, personal representatives, successors and assigns,jointly and severally. WHEREAS, Principal has entered into a contract dated as of thew day of tgfisRbQr 11 20 ; , with Oblige for Project No. 19-7547 Security Control System Upgrade for the Collier County Jail Facilities in accordance with drawings and specifications, which contractor is incorporated by reference and made a pat hereof, and is referred to as the Contract. THE CONDITION OF THIS BOND is that if Principal: 1. Performs the Contract at the times and in the manner prescribed in the Contract, and 2. Pays Oblige any and all losses, damages, costs and attorneys' fees that Oblige sustains because of any default by Principal under the Contract, including, but not limited to, all delay damages, whether liquidated or actual, incurred by Oblige; and 3. Performs the guarantee of all work and materials furnished under the Contract for the time specified in the Contract, then this bond is void; otherwise it remains in full force. Any changes in or under the Contract and compliance or noncompliance with any formalities connected with the Contract or the changes do not affect Sureties obligation under this bond. The Surety, for value received, hereby stipulates and agrees that no changes, extensions of time, alterations or additions to the terms of the Contract or other work to be performed hereunder,or the specifications referred to therein shall in anywise affect its obligations under this bond, and it does hereby waive notice of any such changes, extensions of time, alternations or additions to the terms of the Contract or to work or to the specifications. Page 22 of 33 Single-Contractor Award Agreement 2017.007 Ver.1 Ili This instrument shall be construed in all respects as a common law bond. It is expressly understood that the time provisions and statute of limitations under Section 255.05, Florida Statutes, shall not apply to this bond. In no event will the Surety be liable in the aggregate to Oblige for more than the penal sum of this Performance bond regardless of the number of suits that may be filed by Oblige. IN WITNESS WHEREOF, the above parties have executed this instrument this loth day of October , 2019 , the name of each party being affixed and these presents duly signed by its undersigned representative, pursuant to authority of its governing body. Signed, sealed and delivered in the presence of: PRINCIPAL: Stanley Convergent Security Solutions, Inc. L'c 5 ) By: Witnesses as to Principal Name: tiy.14 ` L.11:41 Its: I'u� STATE OF ‘Y`U� COUNTY OF ie‘ lif\ n The foregoing instrument was acknowledge before nie this h•' day of �V • 20 " 2,by Vl 1,O` '&\fL , as of SC.SS , a 1. 4. corporation, on behalf of the corporation. HeQShe is plersonally known to )OR has produced — ( as identification and did (did not)take an oath. I • My Commission Expires: 2 & , (Signature of Notary Name: lel Iri 1 I (\C, l (Legibly Printed) (AFFIX OFFICIAL SEALk'' G • NO Notary Public, State of (CJ 1�+\ C) LL ' 1 * ' 1/4•1/4::4 Commission No.: ��`"� PUB L P OF INDt N Page 23 of 33 Single-Contractor Award Agreement 2017.007 Ver.1 CCA() iii ATTEST: SURETY: Travelers Casualty and Surety Company of America (Printed Name) One Tower Square Hartford,CT 06183 (Business Address) n/a (Authorized Signature) Witness as to Surety — (Printed Name) OR . As Attorn y in Fact Louis J. Bensigner (Attach Power of Attorni) Witnesses Lockton Companies 751 Arbor Way, Suite 250 Blue Bell, PA 19422 (Business Address) Tammy L. Orehek,Attorney-in-Fact (Printed Name) 215-583-9241 (Telephone Number) STATE OF Pennsylvania COUNTY OF Montgomery The foregoing instrument was acknowledged before me this 10th day of October , 20 19 , by Tammy L. Orehek , as Attorney-in-Fact of Travelers Casualty and Surety Company of America , Surety, on bealf of Surety. He/She is personally known to me OR has produced n/a as identification and who did(did not)take an oath. My Commission Expires • - � /�K March 23, 2023 (Signatur, f Notary) Name: Jennifer Lynne Taverna (Legibly Printed) (AFFIX OFFICIAL SEAL) Notary Public, State of Pennsylvania Commission No.: Commonwealth of Pennsylvania-Notary Seal Jennifer Lynne Taverna,Notary Public Montgomery County My Commission Expires March 23, 2023 Page 24 of 33 Commission Number 1289207 _ _ .. . • .,. . _. -emenL2.QtLQ.7 V r.1 111 Travelers Casualty and Surety Company of America .iA. Travelers Casualty and Surety Company TRAVELERS J St. Paul Fire and Marine Insurance Company POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company are corporations duly organized under the laws of the State of Connecticut (herein collectively called the "Companies"),and that the Companies do hereby make,constitute and appoint TAMMY L OREHEK of FARMINGTON Connecticut , their true and lawful Attorney-in-Fact to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF,the Companies have caused this instrument to be signed,and their corporate seals to be hereto affixed,this 17th day of January, 2019. 410 944. 4,,vo•,y0♦ E fet WATFOrik `. HARTFORD, � CAOR�L'l ` CONN, tits t * W 6 �� Ip State of Connecticut y: /� BS City of Hartford ss. Robert L.Rane Yenior Vice President On this the 17th day of January, 2019, before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President of Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of said Companies by himself as a duly authorized officer. IN WITNESS WHEREOF,I hereunto set my hand and official seal. �`'' 4P. r au ,r i OTARY [ My Commission expires the 30th day of June,2021 E*I *Hs 1 �II,�� Nue`ic ' Anna P.Nowik,Notary Public This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Travelers Casualty and Surety Company of America,Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company,which resolutions are now in full force and effect,reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys-in-Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds,recognizances,contracts of indemnity,and other writings obligatory in the nature of a bond,recognizance,or conditional undertaking,and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her;and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary;and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required)by one or more Attorneys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority;and it is FURTHER RESOLVED,that the signature of each of the following officers: President,any Executive Vice President,any Senior Vice President, any Vice President,any Assistant Vice President,any Secretary,any Assistant Secretary,and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I, Kevin E. Hughes, the undersigned, Assistant Secretary of Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company, do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies,which remains in full force and effect. Dated this 10th day of October , 2019 . s� qr44430 Q tow).. N % es OF tKevin E.Hughes,Assistant Secretary To verify the authenticity of this Power of Attorney,please call us at 1-800-421-3880. Please refer to the above-named Attorney-in-Fact and the details of the bond to which this Power of Attorney is attached. Til TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA HARTFORD,CONNECTICUT 06183 FINANCIAL STATEMENT AS OF JUNE 30,2019 CAPITAL STOCK$6,480,000 ASSF I t: 1 TAHITI FIE 1,&SURPLUS CASH AND INVESTED CASH $ 126,044,492 UNEARNED PREMIUMS $ 1,044,254,065 BONDS 3,657,484,389 LOSSES 786,554,485 STOCKS 301,556,879 LOSS ADJUSTMENT EXPENSES 165,965,315 INVESTMENT INCOME DUE AND ACCRUED 37,505,938 COMMISSIONS 33,039,858 OTHER INVESTED ASSETS 4,298,731 TAXES,LICENSES AND FEES 12,314,734 PREMIUM BALANCES 291,611,840 OTHER EXPENSES 32,884,644 NET DEFERRED TAX ASSET 51,102,309 CURRENT FEDERAL AND FOREIGN INCOME TAXES 7,883,423 REINSURANCE RECOVERABLE 24,272,783 REMITTANCES AND ITEMS NOT ALLOCATED 16,516,275 SECURITIES LENDING REINVESTED COLLATERAL ASSETS 5,320,191 AMOUNTS WITHHELD I RETAINED BY COMPANY FOR OTHERS 29,111,086 RECEIVABLES FROM PARENT,SUBSIDIARIES AND AFFILIATES 15,814,022 RETROACTIVE REINSURANCE RESERVE ASSUMED 799,095 OTHER ASSETS TRI-PARTY I TAX CREDIT BONDS 3,691,530 POLICYHOLDER DIVIDENDS 11,240,864 ASSUMED REINSURANCE RECEIVABLE AND PAYABLE 567,396 PROVISION FOR REINSURANCE 7,641,356 OTHER ASSETS 1,043,260 ADVANCE PREMIUM 1,256,693 PAYABLE FOR SECURITIES LENDING 5,320,191 ESCHEAT LIABILITY 1,232,614 CEDED REINSURANCE NET PREMIUMS PAYABLE 46,393,646 OTHER ACCRUED EXPENSES AND LIABILITIES 75,783 TOTAL LIABILITIES $ 2,202,484,127 CAPITAL STOCK $ 6,480,000 PAID IN SURPLUS 433,803,760 OTHER SURPLUS 1,877,545,873 TOTAL SURPLUS TO POLICYHOLDERS $ 2,317,829,633 TOTAL ASSETS $ 4,520,313,760 TOTAL LIABILITIES&SURPLUS -$ 4,520,313,7fid_ STATE OF CONNECTICUT ! COUNTY OF HARTFORD I SS CITY OF HARTFORD MICHAEL J.DOODY,BEING DULY SWORN,SAYS THAT HE IS VICE PRESIDENT,FINANCE,OF TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, AND THAT TO THE BEST OF HIS KNOWLEDGE AND BELIEF,THE FOREGOING IS A TRUE AND CORRECT STATEMENT OF THE FINANCIAL CONDITION OF SAID COMPANY AS OF THE 30TH DAY OF JUNE,2019. -.77'C e'-/az weltY1 VICE PRESID NT,FI E �.1 ..i 1-1 r------ - +L_ S- iii .�� SUBSCRIBED AND SWORN TO BEFORE ME THIS NOTARY PUBLIC 23RD DAY OF AUGUST,2019 SUSAN M.WEISSLEDER Notary Public ` .{`.ISI s My Commission Expires November 30,2022 4 'S',' ,.r ()TAR j ON %,o UBS GJ; Iii n this exhibit is not applicable EXHIBIT D RELEASE AND AFFIDAVIT FORM COUNTY OF ( ) STATE OF (_ Before me, the undersigned authority, personally appeared who after being duly sworn, deposes and says: (1) In accordance with the Contract Documents and in consideration of $ to be received, ("Contractor") releases and waives for itself and it's subcontractors, material-men, successors and assigns, all claims demands, damages, costs and expenses, whether in contract or in tort, against the Board of County Commissioners of Collier County, Florida, relating in any way to the performance of the Agreement between Contractor and Owner, dated 20 for the period from to . This partial waiver and release is conditioned upon payment of the consideration described above. It is not effective until said payment is received in paid funds. (2) Contractor certifies for itself and its subcontractors, material-men, successors and assigns, that all charges for labor, materials, supplies, lands, licenses and other expenses for which Owner might be sued or for which a lien or a demand against any payment bond might be filed, shall be fully satisfied and paid upon Owner's payment to Contractor. (3) Contractor agrees to indemnify, defend and save harmless Owner from all demands or suits, actions, claims of liens or other charges filed or asserted against the Owner arising out of the performance by Contractor of the Work covered by this Release and Affidavit. (4) This Release and Affidavit is given in connection with Contractor's [monthly/final]Application for Payment No. CONTRACTOR BY: Witness ITS: DATE: Witness [Corporate Seal] STATE OF COUNTY OF The foregoing instrument was acknowledged before me this day of , 20 , by , as of , a corporation, on behalf of the corporation. He/she is personally known to me or has produced as identification and did (did not)take an oath. My Commission Expires: (Signature of Notary) NAME: (Legibly Printed) Notary Public, State of (AFFIX OFFICIAL SEAL) Commissioner No.: Page 25 of 33 Single-Contractor Award Agreement 2017.007 Ver.1 CA Ill this exhibit is not applicable EXHIBIT E FORM OF CONTRACT APPLICATION FOR PAYMENT Bid No. (County Project Manager) PO No. (County Department) Collier County Board of County Commissioners(the OWNER) or Project No. Collier County Water-Sewer District(the OWNER) Application Date FROM: (Contractor's Representative) Payment Application No. (Contractor's Name) for Work accomplished through the Date: (Contractor's Address) RE: (Project Name) Original Contract Time: Original Contract Amount: $ Revised Contract Time: Total Change Orders to Date $ Revised Contract Amount $ Total value of Work Completed Retainage @ 1 0% thru[insert date] $ and stored to Date $ Retainage @ __% after [insert date] $ Less previous payment(s) $ Percent Work completed to Date: % AMOUNT DUE THIS Percent Contract Time completed to Date % APPLICATION: $ Liquidated Damages to be Accrued $ ATTACH SCHEDULE OF VALUES AND ACCOMPANYING DOCUMENTATION TO THIS APPLICATION CONTRACTOR'S CERTIFICATION: The undersigned CONTRACTOR certifies that: (1) all previous progress payments received from OWNER on account of Work done under the Contract referred to above have been applied to discharge in full all obligations of CONTRACTOR incurred in connection with Work covered by prior Applications for Payment numbered 1 through inclusive; (2)title to all materials and equipment incorporated in said Work or otherwise listed in or covered by this Application for Payment will pass to OWNER at time of payment free and clear of all liens, claims, security interests and encumbrances (except such as covered by Bond acceptable to OWNER); (3) all amounts have been paid for work which previous payments were issued and received from the OWNER and that current payment is now due; (4) and CONTRACTOR agrees that all overruns as shown on the monthly estimate summary shall, in fact, be added to the revised contract and shall be incorporated into a future Change Order: By CONTRACTOR: (Contractor's Name) (Signature) DATE: (Type Name&Title) (shall be signed by a duly authorized representative of CONTRACTOR) Payment to the CONTRACTOR for the above AMOUNT DUE THIS APPLICATION is recommended: By Design Professional : (DP's Name) (Signature) DATE: (Type Name&Title) Payment to the CONTRACTOR for the above AMOUNT DUE THIS APPLI CATION is approved: By OWNER'S Project Manager: (Signature) DATE: (Type Name and Title) Page 26 of 33 Single-Contractor Award Agreement 2017.007 Ver.1 0 Ill ❑ this exhibit is not applicable EXHIBIT F CHANGE ORDER ❑ Contract Modification ❑Work Order Modification Contract#: Change#: Purchase Order#: Project#: Contractor/Firm Name: Project Name: Project Manager Name: Department: Original Contract/Work Order Amount Original BCC Approval Date; Agenda Item # Current BCC Approved Amount Last BCC Approval Date; Agenda Item # Current Contract/Work Order Amount SAP Contract Expiration Date (Master) Dollar Amount of this Change #DIV/0! Total Change from Original Amount Revised Contract/Work Order Total $ 0.00 #DIV/0! Change from Current BCC Approved Amount Cumulative Changes $ 0.00 #DIV/01 Change from Current Amount Completion Date, Description of the Task(s)Change,and Rationale for the Change Notice to Proceed Original Last Approved Revised Date Date Completion Date Date Includes this change) #of Days Added Select Tasks ❑Add new task(s) ❑ Delete task(s) ❑ Change task(s) ❑ Other(see below) _ .___.__.___ a_41.._ nf46n.nnnnetnr1 nhannnlcl 4n fhn tackle%and /or the additional days added(if requested);2.)why this change was not included in the original contract;and,3.) describe the impact if this change is not processed. Attach additional information from the Design Professional and/or Contractor if needed. Prepared by: Date: (Project Manager Name and Division) Acceptance of this Change Order shall constitute a modification to contract/work order identified above and will be subject to all the same terms and conditions as contained in the contract/work order indicated above,as fully as if the same were stated in this acceptance. The adjustment, if any, to the Contract shall constitute a full and final settlement of any and all claims of the Contractor / Vendor/ Consultant/Design Professional arising out of or related to the change set forth herein, including claims for impact and delay costs. Accepted by: Date: (Contractor/Vendor/Consultant/Design Professional and Name of Firm, if project applicable) Approved by: Date: (Design Professional and Name of Firm, if project applicable) Approved by: Date: (Procurement Professional Page 27 of 33 Single-Contractor Award Agreement 2017.007 Ver.1 all ❑ this exhibit is not applicable EXHIBIT G CERTIFICATE OF SUBSTANTIAL COMPLETION OWNER'S Project No. ENGINEER'S Project No. PROJECT: CONTRACTOR Contract For Contract Date This Certificate of Substantial completion applies to all Work under the Contract documents or to the following specified parts thereof: To OWNER And To The Work to which this Certificate applies has been inspected by authorized representatives of OWNER, CONTRACTOR AND DESIGN PROFESSIONAL, and that Work is hereby declared to be substantially complete in accordance with the contract documents on: DATE OF SUBSTANTIAL COMPLETION A tentative list of items to be completed or corrected is attached hereto. This list may not be all- inclusive, and the failure to include an item in it does not alter the responsibility of CONTRACTOR to complete all the Work in accordance with the Contract Documents. The items in the tentative list shall be completed or corrected by CONTRACTOR within days of the above date of Substantial Completion. Page 28 of 33 Single-Contractor Award Agreement 2017.007 Ver.1 S The responsibilities between OWNER and CONTRACTOR for security, operation, safety, maintenance, heat, utilities, insurance and warranties shall be as follows: RESPONSIBILITIES: OWNER: CONTRACT OR: The following documents are attached to and made a part of this Certificate: This certificate does not constitute an acceptance of Work not in accordance with the Contract Documents nor is it a release of CONTRACTOR'S obligation to complete the Work in accordance with the Contract Documents. LAl...1..0 Ll.0 1.J y Vli,.) lI I I I.) I,.JJI VI ILII VII , '--_ Design Professional By: Type Name and Title CONTRACTOR accepts this Certificate of Substantial Completion on , 20 • CONTRACTOR By: Type Name and Title OWNER accepts this Certificate of Substantial Completion on , 20 OWNER By: Type Name and Title Page 29 of 33 Single-Contractor Award Agreement 2017.007 Ver.1 11 ' this exhibit is not applicable EXHIBIT H CERTIFICATE OF FINAL COMPLETION OWNER'S Project No. ENGINEER'S Project No. PROJECT: CONTRACTOR Contract For Contract Date This Certificate of Final completion applies to all Work under the Contract documents. To uvv'Nam And To The Work to which this Certificate applies has been inspected by authorized representatives of OWNER, CONTRACTOR AND DESIGN PROFESSIONAL, and that Work is hereby declared to be finally complete in accordance with the contract documents on: DATE OF FINAL COMPLETION Page 30 of 33 Single-Contractor Award Agreement 2017.007 Ver.1 Aid The warranty in Exhibit I is attached to and made a part of this Certificate: Executed by Design Professional on , 20_ Design Professional By: Type Name and Title CONTRACTOR accepts this Certificate of Final Completion on 20 CONTRACTOR By: Type Name and Title OWNER accepts this Certificate of Final Completion on 20 OWNER By: Type Name and Title Page 31 of 33 Single-Contractor Award Agreement 2017.007 Ver.1 ail n this exhibit is not applicable EXHIBIT I WARRANTY In consideration of ten dollars, ($10.00), receipt of which is hereby acknowledged, the undersigned CONTRACTOR does hereby provide, warrant and guarantee all work done and executed under the contract either directly performed by the CONTRACTOR or at the express request of the CONTRACTOR by a SUBCONTRACTOR or CONSULTANT. Project Name: Date of Final Completion: Name and Address of CONTRACTOR: cnniTRAr..Tr1R warrantc anri ni iaranteec the\work net-formed ni It-slight to the contract shall be free of all defects of materials and workmanship for a period of one year from the DATE OF FINAL COMPLETION. The undersigned party further agrees that it will, at its own expense, replace and/or repair all defective work and materials and all other work damaged by any defective work upon written demand by the COUNTY. It is further understood that further consideration for this warranty and guaranty is the consideration given for the requirement pursuant to the general conditions and specifications under which the contract was let that such warranty and guaranty would be given. This warranty and guaranty is in addition to any other warranties or guaranties for the work performed under the contract and does not constitute a waiver of any rights provided pursuant to Florida Statutes, Chapter 95, et seq. DATE: CONTRACTOR BY: Attest: Page 32 of 33 Multi-Award Agreement 2017.006 Ver.1 h�, Ili Other Exhibit/Attachment Description: following this page (pages through ) 1.1 this exhibit is not applicable Page 33 of 33 Multi-Award Agreement 2017.006 Ver.] 0 Ili A ® DATE(MM/DD/YYYY) 1.•• CERTIFICATE OF LIABILITY INSURANCE 10/04/2019 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW, THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies)must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT MARSH USA,INC. NAME: PHONE FAX 20 CHURCH STREET,8TH FLOOR (A/C.No.Ext): fAIC,No): HARTFORD,CT 06103 E-MAIL ADDRESS: Attn:slanleyblackanddecker.certrequest@marsh.com INSURER(S)AFFORDING COVERAGE NAIC# CN102745085-SCSS-GAWU-19-20 DHACK INSURER A:Hartford Fire Insurance Co 19682 INSURED INSURER B:Hartford Underwriters Insurance Company 30104 STANLEY CONVERGENT SECURITY SOLUTIONS,INC. INSURER C:N/A N/A 8350 SUNLIGHT DRIVE INSURER D:Twin City Fire Insurance Company 29459 FISHERS,IN 46037 INSURER E:Hartford Casualty Insurance Company 29424 INSURER F:Trumbull Insurance Company 27120 COVERAGES CERTIFICATE NUMBER: NYC-010446218-03 REVISION NUMBER: 22 THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSRLTYPE OF INSURANCE NSD Swvo POLICY NUMBER (MMIR ODY/YYYYPOLICY EXP ) IMM/DDIYYYY) LIMITS A X COMMERCIAL GENERAL LIABILITY 02 CSE J77030 04/01/2019 04/01/2020 EACH OCCURRENCE $ 2,000,000 DAMAGE TO RENTED CLAIMS-MADE X OCCUR PREMISES(So occurrence) $ 2,000,000 MED EXP(Any one person) $ 10,000 PERSONAL&ADV INJURY $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2,000,000 X POLICY PRO-T LOC PRODUCTS-COMP/OP AGG $ 2,500,000 JEC OTHER: PROD-COMP/OP OCC $ 2,500,000 A AUTOMOBILE LIABILITY 02 CSE J77023(AOS) 04/01/2019 04/01/2020 COMBINED SINGLE LIMIT (Ea accident) $ 2,000,000 B X ANY AUTO 02 CSE J77024(HI) 04/01/2019 04/01/2020 BODILY INJURY(Per person) $ '.. OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS ONLY AUTOS HIRED NON-OWNED PROPERTY DAMAGE $ AUTOS ONLY _ AUTOS ONLY (Per accident) $ UMBRELLA LIAB OCCUR EACH OCCURRENCE $ _ EXCESS LIAB CLAIMS-MADE AGGREGATE $ DED RETENTION$ $ D WORKERS COMPENSATION 02 WBR J77021-(ND,WI) 04/01/2019 04/01/2020 x PER 0TH- AND EMPLOYERS'LIABILITY STATUTE ER E Y/N 02 XWE J77022(NY,OH)" 04/01/2019 04/01/2020 2,000,000 ANYPROPRIETOR/PARTNER/EXECUTIVE EL,EACH ACCIDENT $ F OFFIC(Mandatory InNH) cLUDED7 N NIA 02 WNJ7702004/01/2019 04/01/2020 2,000,000 (Mandatory NH) (ADS)* E.L.DISEASE-EA EMPLOYEE $ B If yes,describe under 02 WN J77020(HI) 04/01/2019 04/01/2020 2,000,000 DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ DESCRIPTION OF OPERATIONS I LOCATIONS/VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached if more space Is required) RE:SOLICITATION#19-7547 SECURITY CONTROL SYSTEM UPGRADE FOR THE COLLIER COUNTY JAIL FACILITIES;TERM:18 MONTHS COLLIER COUNTY BOARD OF COMMISSIONERS IS/ARE INCLUDED AS ADDITIONAL INSURED SOLELY AS RESPECT TO GENERAL LIABILITY CLAIMS ARISING OUT OF SCSS ACTS WHILE ON THE PREMISES(OTHER THAN CLAIMS RELATED TO SCSS PROFESSIONAL SERVICE COVERAGE)WHERE STANLEY CONVERGENT SECURITY SOLUTIONS,INC.HAS AGREED TO PROVIDE THIS COVERAGE IN A WRITTEN CONTRACT. SEE ADDITIONAL PAGES FOR TEXT. CERTIFICATE HOLDER CANCELLATION COLLIER COUNTY BOARD OF COMMISSIONERS SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE ATTN:JESSICASUAREZ THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN 3295 TAMIAMI TRAIL EAST ACCORDANCE WITH THE POLICY PROVISIONS. NAPLES,FL 34112 AUTHORIZED REPRESENTATIVE of Marsh USA Inc. Manashi Mukherjee _Avtaa ►µ ©1988-2016 ACORD CORPORATION. All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD lig AGENCY CUSTOMER ID: CN102745085 LOC#: Hartford AR® ADDITIONAL REMARKS SCHEDULE Page 2 of 2 AGENCY NAMED INSURED MARSH USA,INC. STANLEY CONVERGENT SECURITY SOLUTIONS,INC. POLICY NUMBER 8350 SUNLIGHT DRIVE FISHERS,IN 46037 CARRIER NAIC CODE EFFECTIVE DATE: ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: 25 FORM TITLE: Certificate of Liability Insurance WORKERS COMP Trumbull Insurance Company for AOS including AK,AL,AR,AZ,CA,CO,CT,DC,DE,FL,GA,IA, ID,IL,IN,KS,KY,LA,MA,MD,ME,MN,MI,MO,MS,MT,NC,NE,NH,NJ,NM,NV,NY,OH,OK,OR,PA,RI,SC,SD,TN,TX,UT,VA,VT,WA,WV and WY. "Excess WC SIR for NY and OH is$2,000,000 for subsidiaries with payroll In those states and as on file with State WC Board. CONTINUED FROM DESCRIPTION SECTION: IF THE OPERATIONS APPLY TO BURGLAR,FIRE ANDIOR OTHER SECURITY SYSTEMS OR SERVICES,INCLUDING INSTALLATION,MAINTENANCE,REPAIR ANDIOR MONITORING,THE PROVISIONS ENTITLED LIQUIDATED DAMAGES AND SCSS LIMITS OF LIABIUTY AS STATED IN SCSS INSTALLATION AND SERVICE AGREEMENT (OR ANY OTHER SIMILAR AGREEMENT FOR THE FURNISHING OF SERVICES)WITH CERTIFICATE HOLDER SHALL APPLY COMMERCIAL GENERAL LIABILITY BLANKET ADDITIONAL INSURED COVERAGE INCLUDES ONGOING AND COMPLETED OPERATIONS AS REQUIRED BY WRITTEN CONTRACT.NO INSURED STATUS APPLIES FOR THE SOLE NEGUGENCE OF THE ADDITIONAL INSURED FOR ITS OWN ACTS OR OMISSIONS OR THOSE OF ITS EMPLOYEES OR ANYONE ELSE ACTING ON ITS BEHALF. AS MAY BE AGREED UNDER SEPARATE CONTRACT,THE GENERAL LIABILITY POLICY STIPULATES THAT THE INSURANCE AFFORDED THE ADDITIONAL INSUREDS SHALL APPLY AS PRIMARY INSURANCE AND THAT ANY OTHER INSURANCE CARRIED BY THE OWNER OR CONTRACTOR WILL NOT CONTRIBUTE WITH THIS INSURANCE. COVERAGE FOR CONTRACTUAL LIABIUTY AND CROSS SUITS LIABILITY IS PROVIDED TO THE EXTENT OF COMMERCIAL GENERAL LIABILITY COVERAGE. WITH REGARD TO GENERAL LIABILITY,AUTO LIABILITY,AND WORKERS COMPENSATION: IF THIS POLICY IS CANCELLED BY THE INSURER,OTHER THAN FOR NON-PAYMENT OF PREMIUM,NOTICE OF SUCH CANCELLATION WILL BE PROVIDED TO THE CERTIFICATE HOLDER(S)WITH MAILING ADDRESSES ON FILE WITH THE AGENT OF RECORD. SUCH NOTICE WILL BE PROVIDED WITHIN 30 DAYS OF THE INSURER'S RECEIPT OF CERTIFICATE HOLDER(S)INFORMATION FROM THE AGENT OF RECORD. IF NOTICE IS MAILED,PROOF OF MAILING TO THE LAST KNOWN MAILING ADDRESS OF THE CERTIFICATE HOLDER(S)ON FILE WITH THE AGENT OF RECORD WILL BE SUFFICIENT PROOF OF NOTICE.FAILURE TO PROVIDE SUCH NOTICE TO THE CERTIFICATE HOLDER(S)WILL NOT AMEND OR EXTEND THE DATE THE CANCELLATION BECOMES EFFECTIVE,NOR WILL IT NEGATE CANCELLATION OF THE POLICY. FAILURE TO SEND NOTICE SHALL IMPOSE NO LIABILITY OF ANY KIND UPON THE INSURER OR ITS AGENTS OR REPRESENTATIVES. ACORD 101 (2008/01) ©2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD Ili THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. NOTICE OF CANCELLATION TO CERTIFICATE HOLDER(S) This policy is subject to the following additional on file with the agent of record will be sufficient Conditions: proof of notice. If this policy is cancelled by the Company, other Any notification rights provided by this than for nonpayment of premium, notice of such endorsement apply only to active certificate cancellation will be provided to the certificate holder(s) who were Issued a certificate of holder(s) with mailing addresses on file with the Insurance applicable to this policy's term. agent of record. Such notice will be provided Failure to provide such notice to the certificate within 30 days of the Company's receipt of holder(s) will not amend or extend the date the certificate holder(s) information from the agent of cancellation becomes effective, nor will It negate record. cancellation of the policy. Failure to send notice If notice is mailed, proof of mailing to the last shall impose no liability of any kind upon the known mailing address of the certificate holder(s) Company or its agents or representatives. Form IH 0310 06 11 Page 1 of 1 © 2011,The Hartford 1i POLICY NUMBER: 02 CSL J77030 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BLANKET ADDITIONAL INSURED (CONTRACTORS) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART A. Section II-Who Is An Insured Is amended to (3) Prior to the expiration of the period include as an additional Insured: of time that the written contract or 1. Any person or organization, when you have written agreement requires such Insurance he provided to the agreed in writing in a contract or agreement additional insured; that such person or organization be added as an additional insured on your policy;and b. Only to the extent permitted by law;and 2. Any other person or organization you are C. will not be broader than that which you are contractually required to add as an additional required by the contract or agreement to insured under the contract or agreement provide for such additional Insured. described In Paragraph 1.above. C. With respect to the insurance provided to any when you have agreed in a written contract or person or organization qualifying as an additional written agreement to provide Insurance such as insured under this endorsement, the following is afforded under this policy for such person(s)or additional exclusions are added to Paragraph 2., organizetion(s). Exclusions of Section I-Coverage A-Bodily B. The Insurance provided to the additional insured Injury And Property Damage Liability and is limited as follows: Paragraph 2., Exclusions of Section I - 1. This coverage Is provided only with respect Coverage B - Personal And Advertising to liability for "bodily injury", "property Injury Liability: damage"or'personal and advertising injury" This insurance does not apply to: caused,in whole or in part,by your ads or 1. "Bodily injury", "property damage" or omissions or the acts or omissions of those "personal and advertising injury'arising out acting on your behalf: of the rendering of,or the failure to render, a. In the performance of your ongoing any professional architectural, engineering operations for such additional Insured;or or surveying services,including: b. In connection with your work" for the (a) The preparing, approving, or falling to additional insured and included within prepare or approve, maps, shop the "products-completed operations drawings, opinions, reports, surveys, • hazard". field orders,change orders or drawings 2. The insurance provided to the additional and specifications;or insured applies: (b) Supervisory, inspection, architectural or a. Only if the "bodily Injury' or "property engineering activities. damage" occurs, or the "personal and 2. Any person or organization for whom you advertising injury'offense is committed: have procured separate Commercial (1) During the policy period; General Liability insurance while such (2) Subsequent to the execution of such insurance Is In effect,regardless of whether the scope of coverage or the limits of written contract or written Insurance of this policy exceed those of such agreement;and other Insurance, or whether or not such other insurance is valid and collectable. D. With respect to the insurance afforded to those 2. The folowing is added to the Other vendors,the following Is added to Section III— Insurance Condition and supersedes any Limits Of Insurance And Applicable provision to the contrary: Deductible. Primary And Noncontributory Insurance '.. The most we will pay on behalf of the additional This insurance is primary to and writ not seek Insured,and the most you must reimburse us is contribution from any other insurance Um amount of Insurance: available to an additional Insured under this 1. Required by die contract or agreement;or endorsement,provided that you have agreed 2. Available under the applicable Limits of in writing in a contract or agreement that this Insurance shown In the Declarations: would be primary and would not souk contribution from any other insurance whichever Is less. available to Ire additional Insured. This erxlorsemenl shall not Increase the 3. If an additional insured is subject to appl cable Limits of insurance shown in the sovereign immunity, we will not raise any Declarations. defense involving in any way Jurisdiction of E. With respect to the Insurance provided to any the tribunal, Immunity of the authority, person or organization qualifying as an additional governmental nature of the authority,or the insured under this endorsement. Section IV— provisions of any statutes respecting'suits" Commercial General Liability Conditions Is against an authority without the express amended as follows: wrllen consent of the authority. 1. Assistance Arid Cooperation Of Involved Additional Insureds 1 he following fs added to the Duties In The '.. Event Of Occurrence. Offense Claim Or '. Suit condition: As soon as practicab'e. each additional '.. Insured must give us prompt notice of any 'occurrence"or offense which may result in a claim, forward all legal papers to us, cooperate in the defense of any actions,rind ottrenvlse comply with policy conditions, 2013,The Hartford Form GT 20 00 04 13 Includes copyrighted material of Insurance Services Office,Inc.,with Its permission.) THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. NOTICE OF CANCELLATION TO CERTIFICATE HOLDER(S) This policy is subject to the following additional on file with the agent of record will be sufficient Conditions: proof of notice. If this policy is cancelled by the Company, other Any notification rights provided by this than for nonpayment of premium, notice of such endorsement apply only to active certificate cancellation will be provided to the certificate holder(s) who were issued a certificate of holder(s) with mailing addresses on file with the insurance applicable to this policy's term. agent of record. Such notice will be provided Failure to provide such notice to the certificate within 30 days of the Company's receipt of holder(s) will not amend or extend the date the certificate holder(s) information from the agent of cancellation becomes effective, nor will it negate record. cancellation of the policy. Failure to send notice if notice is mailed, proof of mailing to the last shall impose no liability of any kind upon the known mailing address of the certificate holder(s) Company or its agents or representatives. Form 11-103 10 06 11 Page 1 of 1 © 2011, The Hartford ll � THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. NOTICE OF CANCELLATION TO CERTIFICATE HOLDER(S) Policy Number: 02 tnr J77020 Endorsement Number: 13 Effective Date:o4/01/2o19 Effective hour is the same as stated on the Information Page of the policy. Named Insured and Address: STANLEY BLACK & DECKER, INC. 1000 STANLEY DRIVE NEW BRITAIN, CT 06053 If this policy is cancelled by the Company, other than Any notification rights provided by this endorsement for non-payment of premium, notice of such apply only to active certificate holder(s) who were cancellation will be provided to the certificate issued a certificate of insurance applicable to this holder(s) with mailing addresses on file with the policy's term. agent of record. Such notice will be provided within Failure to provide such notice to the certificate 30 clays of the Company's receipt of certificate holder(s) will not amend or extend the date the holder(s)information from the agent of record. cancellation becomes effective, nor will it negate If notice Is mailed, proof of mailing to the last known cancellation of the policy. Failure to send notice mailing address of the certificate holder(s) on file shall impose no liability of any kind upon the with the agent of record will be sufficient proof of Company or its agents or representatives. notice. Form WC 99 03 98 Printed in U.S.A. Process Date: Policy Expiration Date: CI 2011,The Hartford 1 1 I AC® CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DD/YYYY) 10/18/2019 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(les)must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT MARSH USA,INC. NAME: 20 CHURCH STREET,8TH FLOOR (A/c No.Ext): FAX No): HARTFORD,CT 06103 E-MAIL Attn:stanleyblackanddecker.certrequesl@marsh.com ADDRESS: INSURER(S)AFFORDING COVERAGE NAIC# CN102745085-ALL-Prof-18-19 DHACK INSURER A:Indian Harbor Insurance Company 36940 INSURED INSURERS: STANLEY CONVERGENT SECURITY SOLUTIONS,INC. INSURER C: 8350 SUNLIGHT DRIVE INSURER D FISHERS,IN 46037 INSURER E: INSURER F COVERAGES CERTIFICATE NUMBER: NYC-010446230-02 REVISION NUMBER: 7 THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADDL SUBR POLICY EFF POLICY EXP LTRINSD WVD POLICY NUMBER (MM/DD/YYYY) (MMIDD/YYYY) LIMITS COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ DAMAGE TO RENTED CLAIMS-MADE OCCUR PREMISES(Ea occurrence) $ MED EXP(Any one person) $ PERSONAL&ADV INJURY $ GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ PRO- POLICY JECT LOC PRODUCTS-COMP/OPAGG_ $ OTHER: $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ (Ea accident) ANY AUTO BODILY INJURY(Per person) $ OWNED SCHEDULED BODILY INJURY AUTOS ONLY AUTOS (Per accident) $ HIRED NON-OWNED PROPERTY DAMAGE $ - AUTOS ONLY _ AUTOS ONLY (Per accident) UMBRELLA LIAB OCCUR EACH OCCURRENCE $ EXCESS LIAB CLAIMS-MADE AGGREGATE $ DED RETENTION$ $ WORKERS COMPENSATION PERO TUTE ETH AND EMPLOYERS'LIABILITY Y/N ANYPROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBEREXCLUDED7 N N/A E.L.EACH ACCIDENT $ (Mandatory In NH) E.L.DISEASE-EA EMPLOYEE $ If ESunder E.L.DISEASE-POLICY LIMIT $ DESCRIPTION OF OPERATIONS below A CYBER RISK& MTP9036228 01 12/26/2018 12/26/2019 EACH CLAIM AND AGGR 1,000,000 PROFESSIONAL LIABILITY SIR VALUE: 1,000,000 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached If more space Is required) RE:SOLICITATION#19-7547 SECURITY CONTROL SYSTEM UPGRADE FOR THE COLLIER COUNTY JAIL FACILITIES;TERM:12-18 MONTHS CERTIFICATE HOLDER CANCELLATION COLLIER COUNTY BOARD OF COMMISSIONERS SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE ATTN:SWAIN HALL THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN 3295 TAMIAMI TRAIL EAST ACCORDANCE WITH THE POLICY PROVISIONS. NAPLES,FL 34112 AUTHORIZED REPRESENTATIVE of Marsh USA Inc. Manashi Mukherjee aCetuact. �TiM u ©1988-2016 ACORD CORPORATION. All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD