Loading...
Backup Documents 09/14/2021 Item #16A58 ORIGINAL DOCUMENTS CHECKLIST & ROUTING SLIP 1 6 A 5 8 TO ACCOMPANY ALL ORIGINAL DOCUMENTS SENT TO THE BOARD OF COUNTY COMMISSIONERS OFFICE FOR SIGNATURE Print on pink paper. Attach to original document. The completed routing slip and original documents are to be forwarded to the County Attorney Office at the time the item is placed on the agenda. All completed routing slips and original documents must be received in the County Attorney Office no later than Monday preceding the Board meeting. **NEW** ROUTING SLIP Complete routing lines#1 through#2 as appropriate for additional signatures,dates,and/or information needed. If the document is already complete with the exception of the Chairman's signature,draw a line through routing lines#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 G6 401/1 21 2. County Attorney Office County Attorney Office q I M 1 71 4. BCC Office Board of County Commissioners 3 qe 4. Minutes and Records Clerk of Court's Office 'cw) 173/cit„.1 9.90a 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 Jessica Suarez/PURCHASING Contact Information 239-252-8407 Contact/ Department Agenda Date Item was September 14,2021 Agenda Item Number 16.A.58 Approved by the BCC Type of Document AGREEMENT Number of Original 1 Attached Documents Attached PO number or account N/A 20-7812 IVS, INC number if document is IVS, INC to be recorded INSTRUCTIONS & CHECKLIST Initial the Yes column or mark"N/A"in the Not Applicable column,whichever is Yes N/A(Not appropriate. (Initial) Applicable) 1. Does the document require the chairman's original signature STAMP OK N/A 2. Does the document need to be sent to another agency for additional signatures? If yes, N/A provide the Contact Information(Name;Agency;Address;Phone)on an attached sheet. 3. Original document has been signed/initialed for legal sufficiency. (All documents to be JS 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 JS 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 JS 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 09/14/2021 and all changes made during Ns not the meeting have been incorporated in the attached document. The County ift" an option for Attorney's Office has reviewed the changes,if applicable. 9. Initials of attorney verifying that the attached document is the version approved by the �� BCC,all changes directed by the BCC have been made,and the document is ready for the �� Paro t �r?fpr Chairman's signature. , \ this isk Management 1 6* 58 MEMORANDUM Date: September 22, 2021 To: Jessica Suarez, Purchasing Technician Procurement Services From: Martha Vergara, Sr. Deputy Clerk Minutes & Records Department Re: Contract #20-7812 for "Collier Area Transit On-Board Security Cameras" Contractor: IVS, Inc. Attached for your records is an original of the referenced document above, (Item #16A58) adopted by the Board of County Commissioners on Tuesday, September 14, 2021. The Board's Minutes & Records Department has kept an original as part of the Board's Official Records. If you have any questions, please feel free to contact me at 252-7240. Thank you. Attachment 16A58 GENERAL SERVICE AGREEMENT # 20-7812 for Collier Area Transit OnBoard Security� Cameras THIS AGREEMENT, made and entered into on this 1144 day of 3ou1fiOQc___ 20 21 , by and between IVS, Inc. authorized to do business in the State of Florida, whose business address is 119 S. Woodburn Drive, Dothan, AL 36305 , (the "Contractor") and Collier County, a political subdivision of the State of Florida, (the "County"): WITNESSETH: 1. AGREEMENT TERM. The Agreement shall be for a three (3 ) year period, commencing • upon the date of Board approval or-U upon , and terminating three (3 ) year(s) from that date or until all outstanding Purchase Order(s) issued prior to the expiration of the Agreement period have been completed or terminated. The County may, at its discretion and with the consent of the Contractor, renew the Agreement under all of the terms and conditions contained in this Agreement for two (2 ) additional one ( 1 ) year(s) periods. The County shall give the Contractor written notice of the County's intention to renew the Agreement term prior to the end of the Agreement term then in effect. 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 0 Purchase Order ❑ Notice to Proceed. 3. STATEMENT OF WORK. The Contractor shall provide services in accordance with the terms and conditions of III Request for Proposal (RFP) Other ( ) # 20-7812 , including all Attachment(s), Exhibit(s) and Addenda and the Contractor's proposal referred to herein and made an integral part of this Agreement. The Contractor shall also provide services in accordance with Exhibit A — Scope of Services & Attachment A 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 17 General Service Agreement#2017-003(Ver.l) 6A58 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. 4. THE AGREEMENT SUM. I estimated maximum amount of ($ ), made upon receipt of a propcf- itwo+s „ AI The County shall pay the Contractor for the performance of this Agreement upon completion or partial completion of the work tasks as accepted and approved by the County's Contract Administrative Agent/County Project Manager or his designee pursuant to the fees as set forth in 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". estimated maximum amount of ($ ), S tiers-44: n The County shall pay the Contractor for the performance of this Agreement an estimated maximum amount of ($ ), • • • 4.1 Price Methodology (as selected below): • • •• • , uized, Page 2 of 17 General Service Agreement#2017-003(Ver.1) 6A 5 8 u • whieh-itis-not-porisiblc to accurately estimate the size of the pfejeot ,.r whe i+ is e*Pe6t • ■ 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 • as per Section 112.061 Fla. Stets. L?oimh„roomon+ hr+ll ho + Oho f�llnueinn r� r• �'��a i7..Ti v v v v ..v..... ....�... .—� �- -Trc_•f_.._ __I I I J I S�L_ Mileage $0.44.5 per mile Breakfast e WOO Lunch e Dinner Airfare ems&-fare Rental car Actual rental cost limited to compact or standard size vehicles Parking Taxi or Airport Limousine Page 3 of 17 General Service Agreement#2017-003(Ver.I) 2 6A5o Reimbursable items other than travel expenses shall be limited to the following: telephone ,�,n Gr ake n„rs �n+ a Fhiv Agfeeme 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: IVS, Inc. Address: 119 S. Woodburn Dr. Dothan, AL 36305 Authorized Agent: Attention Name & Title: Lani Gomez, Bid Coordinator Telephone: (800) 673-1788 E-Mail(s): bids@angeltrax.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: Michelle Edwards Arnold Division Name: Public Transit & Neighborhood Enhancement Address: 3299 Tamiami Trail East, Suite 103 Naples, FL 34112 Administrative Agent/PM: Omar DeLeon Telephone: (239) 252-4996 E-Mail(s): Omar.DeLeonAcolliercountyfl.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. Page 4 of 17 General Service Agreement#2017-003(Ver.l) 1 6A 58 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. 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. 0 Commercial General Liability: Coverage shall have minimum limits of $ 1,000,000 Per Occurrence, $2,000,000 aggregate for Bodily Injury Liability Page 5 of 17 General Service Agreement#2017-003(Ver.1) �� $ 6A58 and Property Damage Liability. This shall include Premises and Operations; Independent Contractors; Products and Completed Operations and Contractual Liability. B- ❑ Business A Tito liability; Coverage shall have fhihimtim limits of $ Per Occurrence, Combined Single Li • qe Non Ownership. C. ■1 Workers' Compensation: Insurance covering all employees meeting Statutory Limits in compliance with the applicable state and federal laws. The coverage must include Employers' Liability with a minimum limit of $500,000 for each accident. D- I ofessiionat-Liabil' ' aired by the Contractor to ensure its legal this insurance. Such insurance shall have limits of not less than $ each 1 Abe -ag . F ju Technology Errors & Omissions : Coverage shall have minimum liimits of $ 1,000,000 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 nothing contained herein shall relieve Contractor of this requirement to provide notice. Contractor shall ensure that all subcontractors comply with the same insurance requirements that the Contractor is required to meet. Page 6 of 17 General Service Agreement#2017-003(Ver.l) I 6 A 5 8 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. 14. AGREEMENT ADMINISTRATION. This Agreement shall be administered on behalf of the County by the Public Transit & Neighborhood Enhancement Division 15. CONFLICT OF INTEREST. Contractor represents that it presently has no interest and shall acquire no interest, either direct or indirect, which would conflict in any manner with the performance of services required hereunder. Contractor further represents that no persons having any such interest shall be employed to perform those services. 16. COMPONENT PARTS OF THIS AGREEMENT. This Agreement consists of the following component parts, all of which are as fully a part of the Agreement as if herein set out verbatim: Contractor's Proposal, Insurance Certificate(s), Exhibit A Scope of Services, ❑■ Exhibit B Fee Schedule, ❑■ RFP/ ❑ ITB/❑ Other #20-7812 , including Exhibits, Attachments and Addenda/Addendum, ❑ subsequent quotes, and ■ Other Exhibit/Attachment: Grant Certifications and Assurances 17. APPLICABILITY. Sections corresponding to any checked box (Ur expressly apply to the terms of 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. Page 7 of 17 General Service Agreement#2017-003(Ver.1) 16A58 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: Communication and Customer Relations Division 3299 Tamiami Trail East, Suite 102 Naples, FL 34112-5746 Telephone: (239) 252-8999 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. Page 8 of 17 General Service Agreement#2017-003(Ver.1) Gt' 1 6A58 4. Upon completion of the contract, transfer, at no cost, to the public agency all public records in possession of the Contractor or keep and maintain public records required by the public agency to perform the service. If the Contractor transfers all public records to the public agency upon completion of the contract, the Contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the Contractor keeps and maintains public records upon completion of the contract, the Contractor shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the public agency, upon request from the public agency's custodian of public records, in a format that is compatible with the information technology systems of the public agency. If Contractor observes that the Contract Documents are at variance therewith, it shall promptly notify the County in writing. Failure by the Contractor to comply with the laws referenced herein shall constitute a breach of this Agreement and the County shall have the discretion to unilaterally terminate this Agreement immediately. 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. PAYMENTS WITHHELD. The County may decline to approve any application for payment, or portions thereof, because of defective or incomplete work, subsequently discovered evidence or subsequent inspections. The County may nullify the whole or any part of any approval for payment previously issued and the County may withhold any payments otherwise due to Contractor under this Agreement or any other Agreement between the County and Contractor, to such extent as may be necessary in the County'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, the County may, after three (3) days written notice, rectify the same at Contractor's expense. The County also may offset against any sums due Contractor the amount of any liquidated or unliquidated obligations of Contractor to the County, whether relating to or arising out of this Agreement or any other Agreement between Contractor and the County. 23. • 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. Page 9 of 17 General Service Agreement#2017-003(Ver.]) 1 6A58 24. STANDARDS OF CONDUCT: PROJECT MANAGER, 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. 25. 1.1 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 or repair of adjacent materials or Work which may be damaged as a result of such replacement or repair. These warranties are in addition to those implied warranties to which the County is entitled as a matter of law. 26. • 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. 27. • 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 to Contractor. Page 10 of 17 General Service Agreement#2017-003(Ver.1) `4c(' Al I A 58 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. 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. 28. SUBMITTALS AND SUBSTITUTIONS. Any substitution of products/materials form specifications shall be approved in writing by the County in advance. 29. CHANGES IN THE WORK. The County 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 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 modification of the Purchase Order by the County, and the County shall not be liable to the Contractor for any increased compensation without such modification. No officer, employee or agent of the County is authorized to direct any extra or changed work orally. Any modifications to this Agreement shall be in compliance with the County Procurement Ordinance and Procedures in effect at the time such modifications are authorized. 30. 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. 31. 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. 32. 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 11 of 17 General Service Agreement#2017-003(Ver.1) CP. 1 6 A 5 6 33. 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. 34. ❑ KEY PERSONNE land datcc. The Contractor shall not change Kcy Pcrr met: (1) Proposed replacements have substantially the same or better qualifications seven (7) days of the change. The County retains final approval of proposed 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. 35. [lORDER-OF—RRECEDE-NC . take-pfecedeciGe, II! ORDER OF PRECEDENCE (Grant Funded). In the event of any conflict between or among the terms of any of the Contract Documents and/or the County's Board approved Executive Summary, the terms of the Agreement shall take precedence over the terms of all other Contract Documents, except the terms of any Supplemental Conditions shall take precedence over the Agreement. To the extent any conflict in the terms of the Contract Documents cannot be resolved by application of the Supplemental Conditions, if any, or the Agreement, the conflict shall be resolved by imposing the more strict or costly obligation under the Contract Documents upon the Contractor at County's discretion. 36. 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 Page 12 of 17 General Service Agreement#2017-003(Ver.1) co 16A 5 8 assignee be bound to it and to assume toward Contractor all of the obligations and responsibilities that Contractor has assumed toward the County. 37. 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 reports, education, residence and employment verifications and other related records. Contractor shall be required to maintain records on each employee and make them available to the County for at least four(4)years. All of Contractor's employees and subcontractors must wear Collier County Government Identification badges at all times while performing services on County facilities and properties. Contractor ID badges are valid for one (1) year from the date of issuance and can be renewed each year at no cost to the Contractor during the time period in which their background check is valid, as discussed below. All technicians shall have on their shirts the name of the contractor's business. The Contractor shall immediately notify the Collier County Facilities Management Division via e-mail (DL-FMOPS@colliergov.net) whenever an employee assigned to Collier County separates from their employment. This notification is critical to ensure the continued security of Collier County facilities and systems. Failure to notify within four (4) hours of separation may result in a deduction of $500 per incident. 38. I■ 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 division/department and/or Contractor. All applicable OSHA inspection criteria apply as well 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 13 of 17 General Service Agreement#2017-003(Ver.1) 1 6A58 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 COUNTY COMMISSIONERS COLLIER OUNTY, FLORIDA Crystal K. Kinzel, Clerk of Court & / Co .: . -r f`-\ r By: 1111j` a..alb.1 By: A , .i i/% . . p; r'': FR f , Chair Dated: , '. ' d - 0'/ (SEA ' es as o i :mil* signature only. Contrac or's Witnesses: IVS, Inc. Contractor By: ,J /l o tractor's First Witness '�,;/ /l./(lige g-ew U'u� (�E0katkr°I"!/'1 QJ /7• ( ar 1'Type/print signature and titlet type/print witness namet Co tors Second Witness 1.fi..-1 k-b'�1/J r..J 1'Type/print witness namel' Appro as to Form and Legality:V \ , County Attorney S( \We✓ Print Name qA)C. f\,��`v Page 14 of 17 General Service Agreement#2017-003(Ver.l) " - 1 6 A 5 8 Exhibit A Scope of Services & Attachment A 0 following this page (pages 1 through 8 ) this exhibit is not applicable Page l5of17 General Service Agreement#2017-003(Ver.l) 40) 1 6A58 RFP # 20-7812 "Collier Area Transit Onboard Security Cameras" EXHIBIT A SCOPE OF SERVICES The intent of this Agreement is to provide the Division with the capability of live feed and health monitoring on their fleet of buses,which can be accomplished by upgrading/replacing existing video surveillance and recording systems on 32 fixed route buses and 39 paratransit buses. Project cost must be all-inclusive and represent complete installation on the entire existing bus fleet and removal of current on-board video system and components. Collier Area Transit(also referred to as"CAT") The terms"Contractor" and"Vendor"may be used interchangeably throughout this Agreement. DETAILED SCOPE OF WORK 1. Description The Contractor must be a qualified firm with experience in providing and installing turn-key on-board video surveillance/camera systems on bus fleets. This Agreement is to upgrade/replace existing video surveillance and recording systems on 32 fixed route buses and 45 paratransit bus units of CAT's bus fleet. CAT is currently operating a video surveillance system with the following camera systems;22 AngelTrax Vulcan Series V12 MDVR, 28 AngelTrax Flex-play Hybrid Vault MBQ and 7 REI Bus Watch camera systems. 2. Terms and Definitions a. DVR: Digital Video Recorder,with IP capabilities b. CAT: Collier Area Transit c. On-Premise(s)—The location of CAT is 8300 Radio Rd. Naples,FL 34104 d. On-Board—located/installed on the vehicle. 3. Requirements and Contractor's Responsibilities a. Provide and install turn-key on-board video surveillance/camera systems on entire bus fleet. b. Provide a camera system with live feed capability, event tagging, download tagging for a unified system on board all CAT buses. c. The Vendor should include camera specifications, cabling requirements, equipment installation, system testing to make up a video management system for the ease of use by management and operations. d. The Vendor, as part of this scope, should include the removal and safe disposal of current on-board video components. CAT reserves the right to retain any of the removed components. All hard drives and electronic media removed are to be accounted for and turned over to CAT for secure and proper disposal. e. Contractors shall possess the licenses/permits required to perform required installations in the specified jurisdiction. f. Contractor's experience with product must be a minimum of five(5)years. g. The Vendor will be responsible to provide (off-premises) standard infrastructure hardware such as servers, workstations, routers, switches, and wireless access points that may be identified as part of the proposal. The Vendor shall supply the specifications for these items as part of this proposal. Hosted services (off-premises), and all other requirements and costs shall be included in the proposal and furnished by the provider, including but not limited to cameras, camera assemblies, and housing;wiring and cabling; Digital Video Recorder; other hardware; cloud-based hosted software; client software; licensing;warranties; and training. h. This system should be a fully off-premise hosted, cloud solution. i. CAT will coordinate with the Vendor for removal and installation of the DVR and camera equipment. j. The system shall include all necessary hardware and software for camera operation and recording without Page 1 of 60 Exhibit A-Scope of Services 1 6A58 intervention. k. The system shall include remote wireless video retrieval download scheduling as well as manual retrieval at the DVR 1. The system shall provide an automated process for requesting and accessing videos, and full health monitoring from a web-based dashboard. m. System shall have the capability of scaling between the highest resolution of at least 1280x960 or better and 10- l5fps minimum, to maximize storage space. Proposal shall provide a matrix to indicate resolution to capacity ratio. n. The DVR shall retain recordings for a minimum of 30 days on the on-board video recorder. o. System shall include an operator's panic button to record video at a resolution of 1280x960 or better at 15fps minimum on the operator's left console. p. System shall provide video data in a manner consistent with the conveyance of video forensic evidence. Video must fairly and accurately represent what it depicts.It must be self-verifying providing a detailed enough picture of the scene for a witness to confirm that the area is accurately depicted. q. System shall allow the user to record streaming video in an industry-standard format that can be viewed on a standard DVD player or other common computer media. Formats are to include H.264, video compression, mpeg-4. r. System shall allow the user to capture still pictures in multiple formats. s. System shall provide a date and time stamp option. t. System shall continue recording 15-30 minutes after vehicle ignition is switch off. u. Proposal shall include as an option,additional hardware,software,and licensing for the System to interface with the bus J1939 communication system to record, and display (synchronized with video playback), metadata including but not limited to LH Turn, RH Turn, brake pressure, and accelerator pedal position. v. System shall record and playback with video, latitude, longitude, direction, speed, acceleration x, acceleration, and acceleration z. w. The system shall include all-color digital cameras with Infrared (IR) illuminators, control system, and a recording storage device. The system shall have the capability of marking and saving an event as specified by CAT. It shall have GPS daily time synchronization capability. The system module shall be located in the radio box. x. The cameras shall be mounted to provide a clear view of the entire passenger compartment and be protected to prevent tampering and vandalism. Outside cameras shall be securely installed and properly sealed to prevent water intrusion. y. The system shall have a minimum 2.0 TB Hard Disk Drive(Solid State Drive recommended)with redundancy such as raid 1 or equivalent and a recording capacity of no less than 30 days.The system shall have the capability to switch recording to another device if a hard drive malfunctions or becomes defective. The system shall be programmable to automatically tag events,to include panic button activation or a hard deceleration/impact.The system shall include GPS, and 3-axis accelerometer. Tagged events shall be stored, and available through both wireless download(Wi-Fi 802.1 ln)and manual retrieval of the DVR. z. The vehicle shall be equipped with an HD (high-definition) DVR and eight (8) HD (high-definition) digital cameras, according to the diagrams on"Attachment A"(Fixed Route and Para Transit buses). 4. Product Guarantee and Warranty a. Materials and workmanship hereinafter specified and furnished shall be fully guaranteed by the Camera Manufacturer for three(3)years from transfer of title against any defects.The Vendor shall correct defects that may occur as the result of faulty workmanship within first year after installation and acceptance by CAT,at no additional cost to CAT. The Vendor shall promptly, at no cost to CAT, correct or re-perform (including modifications or additions as necessary)any nonconforming or defective work within first year after completion of the project of which the work is a part. The period of the Vendor's warranty(ies)for any items herein are not exclusive remedies, and CAT has recourse to any warranties of additional scope given by the Vendor to CAT and all other remedies available at law or in equity. The Vendor's warranties shall commence with acceptance of/or payment for the work in full. b. The Vendor shall pass along to CAT any additional warranties offered by the manufacturers, at no additional costs to CAT, should said warranties extend beyond the one-year period specified herein. 5. Training Page2of6 COD Exhibit A-Scope of Services 1 6A58 a. The Vendor shall submit a training plan that describes the procedures that will be employed to adequately accomplish training related to the implementation and full utilization of the system. b. Training shall be provided to personnel designated by CAT within 15 business days from the completed installation and acceptance date. Training for all hardware and software must be provided on-site and shall at a minimum include: i. Name and phone number of the person responsible for training for six months. ii. How to install or setup a computer as a viewing station. iii. How to operate the camera software in order to zoom, pan and focus. iv. How to record and retrieve data. v. How to search and retrieve pre-recorded video information according to time stamps. vi. How to search and retrieve pre-recorded video from the server. vii. How to remove and reinstall the camera from the casing. viii. How to secure and remove the power source. ix. How to setup and configure the live feed video management software for event tagging, and event downloads. c. The Vendor shall provide a contact person and phone number to assist CAT with any technical questions. The Vendor shall include in the cost training post-implementation. 6. Technical Support a. CAT requires that the Vendor offer one full year of full technical support as part of its total project cost. This technical support shall include,but not necessarily be limited to: i. Phone and email support with service technician/engineer during all normal administrative business hours maintained by CAT. ii. Provision of diagnostics/repairs via remote control access to system hardware/software. iii. On-site technical support when required. iv. Product upgrades, new releases, patches, etc. when issued by the Vendor throughout the first five (5) years of implementation.The product upgrades,new releases,patches,etc.for year 1 must be included in the Vendor's total project cost.The product upgrades,new releases,patches,etc.for years 2 through 5 should be included as additional price options in the proposal. 7. Installation,Testing,and Acceptance Once the Vendor receives a purchase order, they shall develop a detailed schedule of implementation of the solution. a. Access to CAT Location i. Throughout the period of software installation, CAT shall designate a local project manager to coordinate the Vendor's local installation efforts. All contact with the County regarding project matters,site visits,project schedule,training,etc.shall be coordinated through CAT's project manager. b. Installation i. The Vendor's implementation schedule shall document major milestones during the development, customization, and installation phases of the project. ii. Upon completion of the installation phase,the Vendor shall notify CAT in writing,of the readiness of the system installation for testing. iii. The Vendor may stage installation to best ensure compatibility of all integrated scheduling products. c. Action Item List(AIL) i. The Vendor will maintain an Action Item List(AIL),with each item numbered and indicating the date generated, item description,assigned person, date resolved and ongoing notes on resolution. d. Testing i. Upon notification that the system is ready for testing; the purchaser and the Vendor will schedule a date for performance testing. Testing shall commence when notified by the Vendor that the software is ready for testing. ii. On-Site Representation: Page 3 of 6 `�10 Exhibit A-Scope of Services 1 6A58 • Vendor shall have the Project Manager and/or a duly qualified software engineer on-site during the initial testing of all software products. iii. Testing Period • CAT shall operate the system in test mode for a minimum of two weeks, up to a maximum of 30 days, during the testing period. During this time, CAT shall compile a list of issues, bugs, software glitches, hardware mal-function etc.,that shall be the responsibility of the Vendor to correct during an additional 30-day period. iv. Errors, Corrections, and Fixes • If, after testing, the system does not perform to specifications or Vendor representations, Vendor shall be given 30 days after notification of the problem to remedy the issue. v. Final Testing • Upon satisfactory fix of all software bugs and or hardware malfunction, integration problems, etc., CAT will again commence a final 30-day testing period to verify that the Vendor has addressed the identified problems. vi. Acceptance • After final testing is completed to the satisfaction of CAT, the County's Contract Administrator will send notice of acceptance to the Vendor. 8. Minimum Technical Specifications a. Digital Video Recorder(DVR) System minimum Specifications are as follows: i. The DVR shall record a minimum of 8 video channels simultaneously up to 12, with 8 analog high definition(AHD)camera channels and 4 IP camera channels. ii. The 8 AHD channels shall be capable of 1920 x 1080(1080P)at 30 FPS. iii. The DVR shall provide a selectable frame rate from 1 to 30 frames per second per channel. iv. The DVR shall provide adjustable quality settings on each channel of 10 to 100%. v. The DVR shall provide resolution,frame rate,and quality settings configurable independently for each video channel. vi. The DVR shall record a separate audio channel with each video channel. vii. The DVR shall support data storage on 2.5"mobile ruggedized hard drives. viii. The DVR hard drive shall connect to a PC or laptop via a USB cable supporting up to USB 3.0. ix. The DVR shall be able to transfer recorded video and audio to a removable USB Flash drive. x. The DVR shall provide alarm event tagging for automatic/manual download and to provide fast access to alarm events during playback. xi. The DVR shall provide alarm triggering based on panic button, input(brakes, stop arm, etc. - up to 8 total), vehicle speed, acceleration(collision, hard braking, etc.), or J1939 data. xii. The DVR shall provide increased frame rate on alarm occurrence: up to 30 frames per second. xiii. The DVR shall provide vehicle data, including inputs,speed,acceleration,and GPS coordinates stored continuously with video at all times—"black box" data recording functionality. xiv. The DVR shall provide time stamp,vehicle ID,camera names,and vehicle data permanently embedded in video data as metadata—no video shall be permanently obscured by text. xv. The DVR shall provide audio, video, and vehicle data stored fully synchronized in a proprietary tamper-resistant file format with no known editing method to assure the integrity of video evidence chain of custody. xvi. The DVR shall support the ability to individually set the following from each IP camera connected to the recorder: frame rates, image resolution, and data stream bitrate xvii. The DVR shall be capable of increasing camera resolution,bitrate,and/or frame rate on an alarm event. xviii. shall have firmware that can be upgraded for new functionality. The DVR firmware shall support upgrade directly from the DVR through the USB port. b. DVR(Digital Video Recorder)Features i. The DVR system shall provide a built-in clock-calendar accurate to within±4 minutes per year across the entire operating temperature range(-40°C to+65°C or-40°F to+160°F). ii. The built-in clock-calendar shall include an Internal 10-year clock battery for accurate time keeping even when removed from the vehicle. iii. The built-in clock-calendar shall provide an embedded time stamp recorded with video as metadata that does not obscure video. Page 4 of 6 ( v` Exhibit A-Scope of Services 1 6 A 5 8 iv. The built-in clock-calendar shall provide selectable NTP or GPS time synchronization including time synchronization options and GMT offset. v. The built-in clock-calendar shall provide customizable automatic Daylight Savings Time adjustment. vi. The DVR system shall provide for local playback and configuration. vii. The DVR system shall provide an optional password for DVR configuration and access through local UI, Web UI, and iOS and Android applications, or recorded video playback c. DVR System Connectivity Specifications are as follows: i. The DVR shall at a minimum support the defined J1939 network monitoring capabilities. The DVR shall communicate diagnostics information including: General fault, under/over temperature, under/over voltage, camera channel abnormal, and HDD fault. The DVR shall also be capable of receiving vehicle information over the J-1939 CAN-bus interface.Information shall include,but is not limited to, brake pedal position, accelerator position, turn signal status, bike rack status, and wheel chair ramp status. ii. The DVR can provide its current date,time,offset,and daylight time setting in response to a date-time query from the J1939 interface. iii. The DVR can be configured to set its time based on command from the J1939 interface. iv. The DVR shall have internal(to the chassis)an optional upgradeable,modular wireless communication card. This wireless card shall be compatible with 802.11 AC,AN, BGN transmission bands. v. The DVR shall have a built-in GPS receiver. GPS hardware module shall be built in the main DVR assembly.GPS shall track vehicle location synchronized with the video.The DVR shall have the option to synchronize its time with a GPS device or a network time server(NTP). d. Video Review Application Specifications are as follows: i. Video review software shall provide basic functionality including but not limited to play forward, pause and play backwards, play with synchronized audio, move forward frame by frame, move backward frame,fast forward and reverse. ii. The software shall enable the user to save a series of individual images to disk/storage media. iii. The software shall support digitally scaling recorded video aspect ratio to fill the video display area or locking content to its original aspect ratio by user configuration. iv. The software shall allow time and date searches of recorded information. v. The software shall permit incident location via time search by direct entry into a time/date field or via drag/drop of a timeline bar vi. The software shall support the following image save methods: single image frame to file, multiple frames between times to directory and video file to directory. vii. The player shall support and make visible GPS metadata. viii. The player shall support visual tracking of the vehicle on a map during video playback. ix. The software shall support writing saved video files to removable/writable media: USB, CD, DVD, and Network Location. Supports formats are to include H.264,video compression,mpeg-4. x. Software shall be able to create a single .exe file that contains the player and evidence file. This file can be optionally password protected. e. Centralized Management Software Application(Video Playback Software) Specifications are as follows: i. The DVR shall provide facilities for seamless integration with the management system. ii. The centralized management software shall enable personnel to easily and remotely gather video evidence, monitor live situations, and configure and maintain a video surveillance system consisting of network video recorders and IP video cameras. iii. The video playback software shall provide for viewing video from all of the following viewing sources: Hard drive, SD card, USB thumb-drive,archived video, or remote DVR(playback or live video). iv. The video playback software shall provide for video selection by days on the calendar and video segments highlighted by video type(normal or alarm). v. The video playback software shall provide for selecting video by month/video segment/time/vehicle location(GPS map). vi. The video playback software shall provide for the following playback controls:time slider control with 4 zoom levels (24 hours, 6 hour, 1 hour, or 10 minutes), play, forward/reverse, pause, fast forward/reverse(1 X-32X speed), slow forward/reverse(1/2,1/4,1/8,1/16 speed). vii. The video playback software shall provide for advanced search of recorded video with included capability to color code inputs for differentiation as reviewing data. viii. The video playback software shall correlate search results with their corresponding location on the Page 5 of 6 e' Exhibit A-Scope of Services �' 1 6 A 5 8 GPS map such that location of the event will be noted on the map and clicking on the map segment will display the appropriate video for the search result. ix. The video playback software shall provide for GPS mapping and display of vehicle location, route, a bread crumb trail and vehicle inputs all synchronized with video playback. x. The video playback software shall provide for GPS mapping and search integration.The ability to click on any point within the displayed location/route/bread crumb trail and have the software playback system go directly to the associated recorded video and start playing shall be included as part of the software package. xi. The video playback software shall provide for a proprietary file format that saves all video/audio channels and vehicle data in a single file, manual or graphical time/date range selection, automatic or user configured file name and/or location in a proprietary and tamper resistant file. xii. The video playback software shall provide a one-step conversion to AVI file, metadata (GPS, etc.) export,with mosaic playback(multiple video channels, one screen). xiii. The video playback software shall provide for a Snapshot save tool to save still images from any video screen. Snapshot capability shall be available on all channels of video. xiv. The centralized management software shall provide the ability to compare a Reference Image versus the camera's Current Image to see if the camera has been tampered with or altered in anyway. xv. The centralized management software system shall require entry of security credentials to log on and off the client and server management applications. f. DVR Web Browser User Interface (WebUI) i. The DVR system shall provide a built in Web UI accessed remotely or locally with a standard web browser. ii. The WebUI shall be able to view live video. iii. The WebUI shall be able to backup recorded video. iv. The WebUI shall be able to configure all DVR parameters. v. The WebUI shall be able to facilitate firmware upgrades. vi. The WebUI shall support HTML5 to allow video viewing and playback in multiple web browsers including IE, Chrome, and Safari. g. Diagnostics i. The DVR system shall have selectable audible or visible fault alerts. ii. The DVR system shall have video loss detection for each camera. iii. The DVR system shall detect system and hard drive faults. iv. The DVR system shall have multiple system indicators on the front panel including power, heater, fault,record, and video loss. v. The optional panic button shall have remote record status and fault indicator. vi. The DVR system shall provide an optional output module software package to provide status and fault reporting to third party systems(AVL, etc.). vii. The DVR system shall provide display of current firmware versions and available hard disk drive space. 9. Fixed Route Bus Inventory Number of Buses Manufacturer/Model 14 Gillig 30' /G29E102R2 12 Gillig 35' /G27B102N4 3 Gillig 40' /G27D 102N4 1 Freightliner 30' /Legacy 2 Hometown TrolliesNillagers 32 Total Para Transit Bus Inventory Number of Buses Manufacturer/Model 39 Para transit cut-away Page 6 of 6 Exhibit A-Scope of Services (`I'n 6A58 "ATTACHMENT A" CAMERA COVERAGE DIAGRAM Fixed Route Buses 4 TM h 7 Camera Coverage 1 Forward Facing(Fixed Lens 4.0 mm) 2 Front Door 3 Front to back 4 Operator's Area facing down 5 Middle facing rear door 6 Rear outside 7 Outside street side 8 Driver street side C`q�0 1 6A 58 CAMERA COVERAGE DIAGRAM Para Transit Buses l L3 v I I A It! Igo I. Camera Coverage 1 Forward Facing (Fixed Lens 4.0 mm) 2 Front Door 3 Front to back 4 Operator's Area facing down 5 Middle facing rear door 6 Rear 7 Outside street side 8 Driver street side �0 ! 6A 58 Exhibit B Fee Schedule N following this page (pages through 13) ❑ this exhibit is not applicable Page 16 of 17 General Service Agreement 142017-003(Ver.1) lei 1 6A 58 QUOTE#: ATXQ40726-02 gelTrax PREPARED BY: AngelTrax Mobile Video Surveillance AngelTrax` BILLING DETAILS SHIPPING DETAILS ,,,.•' 119 South Woodburn Drive Dothan,AL 36305 Cell: 334.692.4600 Corporate Office: 1.800.673.1788 tina.parker@angeltrax.com QUOTED PRODUCTS MODEL&DESCRIPTION QTY I UNIT PRICE TOTAL PRICE FIXED ROUTE VEHICLES 16 $2,271.90 $36,350.40 AngelTrax VULCANV12 Mobile Digital Video Recording System(System Contents and Product Descriptions Listed Below) V12-1201 1 Vulcan Series 12 Channel HD/IP Mobile Digital Video Recorder • 12 Channels with 8 Channels D1,WD1,720P,or up to 1080P+4 Channels IP p up to 1080P • 1TB Platter Hard Drive •SD64GB 64GB SD Card for Redundant Recording • Built-in Wi-Fi Module • Built-in G-Force Sensor •Vandal-Resistant Locking Front Cover • Panic Button •H.264 Compression •Includes configuration of built-in Wi-Fi module per user specifications SSD2TB-UPGRADE 1 2TB Solid-State Hard Drive REQUIRES PURCHASE OF HARD DRIVE TRAY We recommend the use of storage media provided only by AngelTrax for our recording devices.AngelTrax hard drives and SD cards are optimized for around-the-clock video surveillance and are designed to withstand extreme temperatures.Standard hard drives and SD cards purchased through consumer resellers are not made for surveillance devices and have been known to stop functioning at any time without warning,causing a loss of video. 2 of 14 1 6A58 QUOTED PRODUCTS MODEL&DESCRIPTION CITY UNIT PRICE TOTAL PRICE DMB100-V12 1 L-Shaped Vertical Mounting Bracket for Vulcan V12 MDVR a' 0 C VULPBH 1 Vulcan Series Panic Button Housing i'0, PC color HD3600V 3 (3)Vulcan Series Anvil 3600 HD Low Profile Camera f' ••3.6mm Lens with 360-Degree Articulating Lens Casing for Image Orientation ;0 • IP68 Rated Waterproof Interior/Exterior Camera Siliallas • 1080P HD •3 Megapixels • Noise-Gated Microphone •Vandal-Resistant Casing •Scratch-Resistant,Anti-Glare Glass Lens Cover • Infrared • For use in school bus SAV applications as overview camera when equipped with YELHS1 yellow housing HD2500V 4 '— (4)Vulcan Series Anvil 2500 HD Low Profile Camera PN •2.5mm Lens with 360-Degree Articulating Lens Casing for Image Orientation • 4. 4 f , ••IP68 Rated Waterproof Interior/Exterior Camera • 1080P HD " •3 Megapixels •Noise-Gated Microphone •Vandal-Resistant Casing •Scratch-Resistant,Anti-Glare Glass Lens Cover •Infrared HD2100V 1 I' II\ Vulca Series Anvil 2100 HD Low Profile Camera •2.1mm Lens with 360-Degree Articulating Lens Casing for Image Orientation • IP68 Rated Waterproof Interior/Exterior Camera • 1080P HD •3 Megapixels • Noise-Gated Microphone •Vandal-Resistant Casing •Scratch-Resistant,Anti-Glare Glass Lens Cover • Infrared HD4CBL 2 (2)13.12 ft.HD Camera Cable HD9CBL 3 (3)29.53 ft.HD Camera Cable . ilit _.,,,,,,,}1 (\i,D 10 3 of 14 QUOTED PRODUCTS MODEL&DESCRIPTION QTY UNIT PRICE TOTAL PRICE HD12CBL 2 (2)39.37 ft.HD Camera Cable HD18CBL 1 59.06 ft.HD Camera Cable VULBR100 1 Windshield Mounting Bracket for Vulcan Series HD-V Cameras TRIMDANT 1 Tri-Mode Roof-Mounted Antenna •Wi-Fi,Cellular and Passive GPS Antenna • Roof-Mounted PARATRANSIT VEHICLES 14 $2,271.90 $31,806.60 AngelTrax VULCANV12 Mobile Digital Video Recording System(System Contents and Product Descriptions Listed Below) V12-1201 1 Vulcan Series 12 Channel HD/IP Mobile Digital Video Recorder • 12 Channels with 8 Channels D1,WD1,720P,or up to 1080P+4 Channels IP up to 1080P • 1TB Platter Hard Drive •SD64GB 64GB SD Card for Redundant Recording •Built-in Wi-Fi Module •Built-in G-Force Sensor •Vandal-Resistant Locking Front Cover • Panic Button • H.264 Compression •Includes configuration of built-in Wi-Fi module per user specifications SSD2TB-UPGRADE 1 2TB Solid-State Hard Drive REQUIRES PURCHASE OF HARD DRIVE TRAY We recommend the use of storage media provided only by AngelTrax for our recording devices.AngelTrax hard drives and SD cards are optimized for around-the-clock video surveillance and are designed to withstand extreme temperatures.Standard hard drives and SD cards purchased through consumer resellers are not made for surveillance devices and have been known to stop functioning at any time without warning,causing a loss of video. (6170, 4of14 1 6A58 QUOTED PRODUCTS MODEL&DESCRIPTION QTY I UNIT PRICE TOTAL PRICE DMB100-V12 1 L-Shaped Vertical Mounting Bracket for Vulcan V12 MDVR • • • VULPBH 1 Vulcan Series Panic Button Housing PC color 1 HD3600V 3 (3)Vulcan Series Anvil 3600 HD Low Profile Camera •� •3.6mm Lens with 360-Degree Articulating Lens Casing for Image Orientation • ' •IP68 Rated Waterproof Interior/Exterior Camera • 1080P HD •3 Megapixels • Noise-Gated Microphone •Vandal-Resistant Casing •Scratch-Resistant,Anti-Glare Glass Lens Cover •Infrared •For use in school bus SAV applications as overview camera when equipped with YELHS1 yellow housing HD2500V 4 (4)Vulcan Series Anvil 2500 HD Low Profile Camera •2.5mm Lens with 360-Degree Articulating Lens Casing for Image Orientation •IP68 Rated Waterproof Interior/Exterior Camera • , • 1080PHD ' ,, •3 Megapixels •Noise-Gated Microphone •Vandal-Resistant Casing •Scratch-Resistant,Anti-Glare Glass Lens Cover • Infrared HD2100V 1 Vulcan Series Anvil 2100 HD Low Profile Camera ica,. •2.1mm Lens with 360-Degree Articulating Lens Casing for Image Orientation .' • IP68 Rated Waterproof Interior/Exterior Camera 4*, • 1080P HD •3 Megapixels •Noise-Gated Microphone •Vandal-Resistant Casing •Scratch-Resistant,Anti-Glare Glass Lens Cover •Infrared HD4CBL 2 (2)13.12 ft.HD Camera Cable A HD9CBL 3 (3)29.53 ft.HD Camera Cable 4\k,.,,,,,,,,,,,,.,,,_ .}' (494) 5 of 14 1 6A58 QUOTED PRODUCTS MODEL&DESCRIPTION QTY UNIT PRICE TOTAL PRICE HD12CBL 2 (2)39.37 ft.HD Camera Cable HD18CBL 1 59.06 ft.HD Camera Cable VULBR100 1 "f/z, Windshield Mounting Bracket for Vulcan Series HD-V Cameras TRIMDANT 1 F Tri-Mode Roof-Mounted Antenna •Wi-Fi,Cellular and Passive GPS Antenna •Roof-Mounted 9 $900.59 $8,105.31 (9)FIXED ROUTE SOLID STATE 3 CAMERA UPGRADE V12HDDTRAY 1 Hard Drive Tray for Vulcan Series V12 MDVR HDD TRAY REQUIRED FOR ALL VULCAN SERIES SPARE HARD DRIVES a ,, REQUIRES PURCHASE OF HARD DRIVE ye 3a i- SSD2TB 1 2TB Solid-State Hard Drive /,/ REQUIRES PURCHASE OF HARD DRIVE TRAY We recommend the use of storage media provided only by AngelTrax for our recording devices.AngelTrax hard drives and SD cards are optimized for around-the-clock video surveillance and are designed to withstand extreme temperatures.Standard hard drives and SD cards purchased through consumer resellers are not made for surveillance devices and have been known to stop functioning at any time without warning,causing a loss of video. (43 6 of 14 1 6A 58 `^QUOTID PRODUCTS MODEL&DESCRIPTION QTY UNIT PRICE TOTAL PRICE HD2100V re• Vulcan Series Anvil 2100 HD Low Profile Camera •2.1mm Lens with 360-Degree Articulating Lens Casing for Image Orientation • IP68 Rated Waterproof Interior/Exterior Camera • 1080P HD •3 Megapixels • Noise-Gated Microphone •Vandal-Resistant Casing •Scratch-Resistant,Anti-Glare Glass Lens Cover • Infrared HD2500V — Vulcan Series Anvil 2500 HD Low Profile Camera •2.5mm Lens with 360-Degree Articulating Lens Casing for Image Orientation • 3 ID` • IP68 Rated Waterproof Interior/Exterior Camera �rw • 1080P HD •3 Megapixels • Noise-Gated Microphone •Vandal-Resistant Casing •Scratch-Resistant,Anti-Glare Glass Lens Cover • Infrared HD3600V Vulcan Series Anvil 3600 HD Low Profile Camera .14k. •3.6mm Lens with 360-Degree Articulating Lens Casing for Image Orientation • IP68 Rated Waterproof Interior/Exterior Camera O • 1080P HD •3 Megapixels • Noise-Gated Microphone •Vandal-Resistant Casing •Scratch-Resistant,Anti-Glare Glass Lens Cover •Infrared • For use in school bus SAV applications as overview camera when equipped with YELHS1 yellow housing HD9CBL 2 (2)29.53 ft.HD Camera Cable /Hp) HD18CBL 59.06 ft.HD Camera Cable 2 $781.79 $1,563.58 (2)FIXED ROUTE SOLID STATE 2 CAMERA UPGRADE 7 of 14 1 6A 58 QUOTED PRODUCTS MODEL&DESCRIPTION QTY i UNIT PRICE TOTAL PRICE V12HDDTRAY Hard Drive Tray for Vulcan Series V12 MDVR HDD TRAY REQUIRED FOR ALL VULCAN SERIES SPARE HARD DRIVES ,.;‘ REQUIRES PURCHASE OF HARD DRIVE • SSD2TB 1 1 2TB Solid-State Hard Drive / REQUIRES PURCHASE OF HARD DRIVE TRAY • J, /Ir We recommend the use of storage media provided only by AngelTrax for our recording devices.AngelTrax hard drives and SD cards are optimized for around-the-clock video surveillance and are designed to withstand extreme temperatures.Standard hard drives and SD cards purchased through consumer resellers are not made for surveillance devices and have been known to stop functioning at any time without warning,causing a loss of video. HD2100V 1 Vulcan Series Anvil 2100 HD Low Profile Camera lliro:Sk •2.lmm Lens with 360-Degree Articulating Lens Casing for Image Orientation ;, • IP68 Rated Waterproof Interior/Exterior Camera e • 1080P HD •3 Megapixels •Noise-Gated Microphone •Vandal-Resistant Casing •Scratch-Resistant,Anti-Glare Glass Lens Cover •Infrared HD2500V 1 �. Vulcan Series Anvil 2500 HD Low Profile Camera •, y •2.5mm Lens with 360-Degree Articulating Lens Casing for Image Orientation _ 4, • IP68 Rated Waterproof Interior/Exterior Camera r .; • 1080P HD •3 Megapixels •Noise-Gated Microphone •Vandal-Resistant Casing •Scratch-Resistant,Anti-Glare Glass Lens Cover • Infrared HD9CBL 1 29.53 ft.HD Camera Cable 3 HD18CBL 1 59.06 ft.HD Camera Cable /it 11/11 F, , 25 $781.79 $19,544.75 (25)PARATRANSIT SOLID STATE 2 CAMERA UPGRADE Ti) 8 of 14 1 6A58 QUOTED PRODUCTS ,' MODEL&DESCRIPTION QTY UNIT PRICE TOTAL PRICE V12HDDTRAY 1 Hard Drive Tray for Vulcan Series V12 MDVR HDD TRAY REQUIRED FOR ALL VULCAN SERIES SPARE HARD DRIVES """:$ REQUIRES PURCHASE OF HARD DRIVE SSD2TB 1 JA. 2TB Solid-State Hard Drive / REQUIRES PURCHASE OF HARD DRIVE TRAY / We recommend the use of storage media provided only by AngelTrax for our recording f devices.AngelTrax hard drives and SD cards are optimized for around-the-clock video surveillance and are designed to withstand extreme temperatures.Standard hard drives and SD cards purchased through consumer resellers are not made for surveillance devices and have been known to stop functioning at any time without warning,causing a loss of video. HD2100V 1 Vulcan Series Anvil 2100 HD Low Profile Camera (6, •2.1mm Lens with 360-Degree Articulating Lens Casing for Image Orientation • IP68 Rated Waterproof Interior/Exterior Camera `O` ;- • 1080P HD . .. •3 Megapixels •Noise-Gated Microphone •Vandal-Resistant Casing •Scratch-Resistant,Anti-Glare Glass Lens Cover •Infrared HD2500V 1 Vulcan Series Anvil 2500 HD Low Profile Camera • •2.5mm Lens with 360-Degree Articulating Lens Casing for Image Orientation • , r$ 'o' • IP68 Rated Waterproof Interior/Exterior Camera '-- • 1080P HD •3 Megapixels •Noise-Gated Microphone •Vandal-Resistant Casing •Scratch-Resistant,Anti-Glare Glass Lens Cover •Infrared HD9CBL 1 29.53 ft.HD Camera Cable HD18CBL 1 59.06 ft.HD Camera Cable ' '\,,,,,,,..,„,,,,,,;:J. V12SECKEY 1 $5.90 $5.90 Security Key USB 3.0 for Vulcan V12 MDVR 'IOW CP4 1 $173.33 $173.33 Vulcan Series Touchscreen Backing&Firmware Control Monitor with Bracket 4,5 *Required for programming Vulcan MDVR and HCNVR systems 9 of 14 1 6A58 QUOTED PRODUCTS f MODEL&DESCRIPTION QTY I UNIT PRICE TOTAL PRICE MERAKI 4 $2,432.96 $9,731.84 MR74 Wi-Fi system is comprised of the items below: • Meraki MR74 Wireless Access Point • • POE-INJ-3-US Meraki Power Injector •Two(2)ANT-10 Meraki Antennas(Total of 4 Antennas per Access Point) IMPORTANT: •Access point pricing does not include installation pricing. •Server to be provided,installed and set up to network by client personnel. •Client's IT Department will need to provide communications for server,all computers and vehicle MDVRs. • First year license is provided at no charge;however,client will be responsible for all subsequent years'license fees. •Client is responsible for power and infrastructure cabling needed for installation of WAPs and rack server. HOSTEDSERVER-3 66 $60.00 $3,960.00 Hosted Server-51-100 Vehicles •Requires PRO8CMS •$60 Annual Fee Per Vehicle • 1 Year Contract PRO8CMSLCFEE-3 1 $2,000.00 $2,000.00 Pro 8 Central Management System Annual Licensing Fee •Annual License Fee Per Year(51-100 Vehicles) • 1 YEAR CONTRACT MotoTrax-SETUP 66 $0.00 $0.00 varmairemoventmossi MotoTrax Online Surveillance Management Software •One-Time Setup Fee per Vehicle • MotoTrax-CD 66 $108.00 $7,128.00 MotoTrax Online Surveillance Management Software •Data Plan Provided by Customer •Annual Charge per Vehicle • 1 Year Contract 10 of 14 1 6A58 €Q,,QT D,PRODUCTS MODEL&DESCRIPTION QTY UNIT PRICE TOTAL PRICE CONTLABOR-Wireless 66 $75.00 $4,950.00 Contract Labor for Configuration of Wireless Components •Configuration of AngelTrax wireless components purchased for use with Vulcan Series MDVR/HCNVR systems •NOTE:Wireless components must be configured by a Certified AngelTrax IT Professional. •Price is per system. •Price is determined by type of wireless service(cellular or Wi-Fi)and software/tracking system purchased. •This quote does not include charges for the removal of any existing camera systems or equipment. •*If quote is for multiple systems,pricing is based upon the configuration of(#of systems)AngelTrax Wireless Components at the same time and location. Cellular •Contact cellular carrier to activate service to Vulcan component(s). • Program unit to connect to PRO8CMS or MotoTrax. •Set up each unit's ID and assigned vehicle number to be recognized in PRO8CMS or MotoTrax. • Program unit to connect with customer's server or AngelTrax server. W i-Fi •Contact customer's IT department for customer's Wi-Fi login at vehicle parking facility. •Program unit to connect to PRO8CMS or MotoTrax per customer's requirements: scheduled downloads or downloads upon connection to customer's Wi-Fi access point. •Set up each unit's ID and assigned vehicle number to be recognized in PRO8CMS or MotoTrax. CONTLABOR 30 $50.00 $1,500.00 Un-Installation of AngelTrax Camera System,per system. CONTLABOR 30 $550.00 $16,500.00 Installation of AngelTrax Camera System,per system.This quote does not include the upcharge for removal of any existing Camera Systems or equipment.*If quote is for multiple cameras/systems,installation price is based upon the installation of the total quantity quoted at the same time and location. CONTLABOR 9 $200.00 $1,800.00 Installation of AngelTrax 3 Camera Upgrade System,per system.This quote does not include the upcharge for removal of any existing Camera Systems or equipment.*If quote is for multiple cameras/systems,installation price is based upon the installation of the total quantity quoted at the same time and location. CONTLABOR 27 $125.00 $3,375.00 Installation of AngelTrax 2 Camera Upgrade System,per system.This quote does not include the upcharge for removal of any existing Camera Systems or equipment.*If quote is for multiple cameras/systems,installation price is based upon the installation of the total quantity quoted at the same time and location. CONTLABOR 4 $1,500.00 $6,000.00 Installation of AngelTrax MERAKI MR74 WAP,per WAP. 6:;;;;\ 11 of 14 1 6 A 5 8 ,,,QUOTED D .0 MODEL&DESCRIPTION QTY UNIT PRICE TOTAL PRICE EXTWARRANTY 66 $0.00 $0.00 5 YEAR SYSTEM WARRANTY BIDPRICING 1 $0.00 $0.00 Solicitation No.20-7812 Collier Area Transit Onboard Security Cameras Upon Award of Bid to AngelTrax-Pricing to be firm fixed for 3 year term with optional (2)1-year renewals. SHIPPING/HANDLING 1 $0.00 $0.00 Shipping and Handling Charges *Optional items are not included in the calculation.* TOTAL $154,494.71 QUOTED PRODUCTS - OPTIONAL ITEMS MODEL&DESCRIPTION QTY UNIT PRICE TOTAL PRICE YEAR 2 COSTS HOSTEDSERVER-3 66 $60.00 $3,960.00 Hosted Server-51-100 Vehicles • Requires PRO8CMS • $60 Annual Fee Per Vehicle • 1 Year Contract(Optional) PRO8CMSLCFEE-3 1 $2,000.00 $2,000.00 Pro 8 Central Management System Annual Licensing Fee •Annual License Fee Per Year(51-100 Vehicles) • 1 YEAR CONTRACT(Optional) MotoTrax-CD 66 $108.00 $7,128.00 MotoTrax Online Surveillance Management Software • Data Plan Provided by Customer •Annual Charge per Vehicle • 1 Year Contract (Optional) Cr4 0 12 of 14 1 6A58 QUOTED PRODUCTS MODEL&DESCRIPTION On' UNIT PRICE TOTAL PRICE YEAR 3 COSTS HOSTEDSERVER-3 66 $60.00 $3,960.00 Hosted Server-51-100 Vehicles • Requires PRO8CMS •$60 Annual Fee Per Vehicle • 1 Year Contract(Optional) PRO8CMSLCFEE-3 1 $2,000.00 $2,000.00 Pro 8 Central Management System Annual Licensing Fee •Annual License Fee Per Year(51-100 Vehicles) • 1 YEAR CONTRACT(Optional) MotoTrax-CD 66 $108.00 $7,128.00 MotoTrax Online Surveillance Management Software •Data Plan Provided by Customer •Annual Charge per Vehicle • 1 Year Contract (Optional) YEAR 4 COSTS HOSTEDSERVER-3 66 $60.00 $3,960.00 Hosted Server-51-100 Vehicles •Requires PRO8CMS •$60 Annual Fee Per Vehicle • 1 Year Contract(Optional) PRO8CMSLCFEE-3 1 $2,000.00 $2,000.00 Pro 8 Central Management System Annual Licensing Fee •Annual License Fee Per Year(51-100 Vehicles) • 1 YEAR CONTRACT(Optional) MotoTrax-CD 66 $108.00 $7,128.00 MotoTrax Online Surveillance Management Software • Data Plan Provided by Customer •Annual Charge per Vehicle • 1 Year Contract (Optional) 13 of 14 1 6A58 TED PRODUCTS a „ MODEL&DESCRIPTION QTY UNIT PRICE TOTAL PRICE YEAR 5 COSTS HOSTEDSERVER-3 66 $60.00 $3,960.00 Hosted Server-51-100 Vehicles •Requires PRO8CMS •$60 Annual Fee Per Vehicle • 1 Year Contract(Optional) PRO8CMSLCFEE-3 1 $2,000.00 $2,000.00 Pro 8 Central Management System Annual Licensing Fee •Annual License Fee Per Year(51-100 Vehicles) • 1 YEAR CONTRACT(Optional) MotoTrax-CD 66 $108.00 $7,128.00 MotoTrax Online Surveillance Management Software •Data Plan Provided by Customer •Annual Charge per Vehicle • 1 Year Contract (Optional) THE UNIT PRICES ARE FIRM FIXED FOR ADDITIONAL AND/OR OPTIONAL PURCHASES. (41*C4 14 of 14 16A 58 Other Exhibit/Attachment Description: Grant Certifications and Assurances following this page (pages 1 through 8 El ) fl this exhibit is not applicable Page 17 of 17 General Service Agreement#2017-003(Ver.l)6);, 1 6 A 5 8 n .._..... ., _ tom .. SFh4e• Wig Required Forms - Form 6: Grant-Certifications and Assurances EXHIBIT 1.B GRANT CERTIFICATIONS AND ASSURANCES GRANT CERTIFICATIONS AND ASSURANCES THE FOLLOWING DOCUMENTS NEED TO BE RETURNED WITH SOLICIATION DOCUMENTS BY DEADLINE TO BE CONSIDERED RESPONSIVE 1. Certification Regarding Debarment, Suspension, and Other Responsibility Matters - Primary Covered Transactions 2. Certification Regarding Lobbying 3. Conflict of Interest 4. Anticipated DBE,M/WBE or VETERAN Participation Statement 5. Opportunity List for Commodities and Contractual Services and Professional Consultant Services 6. Buy America Certification Steel,Iron or Manufactured Products 7. Acknowledgement of Grant Terms and Conditions GCA- 1 AMC) CAngel7Yax page 152 1 6A 58 (AngelTrax 2020 Proposal) EXHIBIT 1.B GRANT CERTIFICATIONS AND ASSURANCES COLLIER COUNTY Certification Regarding Debarment,Suspension,and Other Responsibility Matters Primary Covered Transactions (1) The prospective primary participant certifies to the best of its knowledge and belief,that it and its principals: (a) Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by any Federal department or agency; (b) Have not within a three-year period preceding this proposal been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State or local) transaction or contract under a public transaction;violation of Federal or State antitrust statutes or commission of embezzlement,theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; (c) Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (Federal, State or local)with commission of any of the offenses enumerated in paragraph(l)(b)of this certification;and (d) Have not within a three-year period preceding this application/proposal had one or more public transactions(Federal,State or local)terminated for cause or default. (2) Where the prospective primary participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. Lani Gomez Collier Area Transit Onboard Security Cameras Name Project Name Bid Coordinator 20-7812 Title Project Number IVS, Inc. dba AngelTrax 04-3699455 Firm Tax ID Number 136529166 DUNS Number 119 S.Woodbum Dr., Dothan AL 36305 S e Address,City,State,Zip 0/1 C(Q Si nature GCA-2 1.800.673.1788 1 www.angettrax.com 1 Page 153 (") o 1 6A 58 Ay ^fir ,. r ".•'`�°;•:' ,£k �,.%._ � 4. i.. �:� .. EXHIBIT 1.B GRANT CERTIFICATIONS AND ASSURANCES COLLIER COUNTY Certification Regarding Lobbying The undersigned certifies,to the best of his or her knowledge,that: (1) No Federal appropriated funds have been paid or will be paid,by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of an agency, a Member of Congress,an officer or employee of Congress,or an employee of a Member of Congress in connection with the awarding of any Federal contract,the making of any Federal grant,the making of any Federal loan,the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract,grant,loan,or cooperative agreement. (2) If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress,or an employee of a Member of Congress in connection with this Federal contract,grant,loan,or cooperative agreement,the undersigned shall complete and submit Standard Form- LLL,"Disclosure Form to Report Lobbying,"in accordance with its instructions. (3)The undersigned shall require that the language of this certification be included in the award documents for all subawards at all tiers (including subcontracts, subgrants, and contracts under grants, loans, and cooperative agreements)and that all subrecipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by 31, U.S.C. § 1352 (as amended by the Lobbying Disclosure Act of 1995). Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than$100,000 for each such failure. The Contractor, IVS, Inc. dba AngelTrax ,certifies or affirms the truthfulness and accuracy of each statement of its certification and disclosure, if any. In addition,the Contractor understands and agrees that the provisions of 31 U.S.C.§3801 et seq.,apply to this certification and disclosure,if any. In addition,the Contractor understands and agrees that the provisions of 11.062,Florida Statutes., apply to thi ce ification and disclosure,if any. t �2,01'i J Signature of Contractor's Authorized Official Lani Gomez, Bid Coordinator Name of Authorized Official and Title 1/4/2020 Date GCA-3 CAngelTraz Page 154 (6:1;) ,..,..or- , ,, .. oaf.. '`„sus ,..*. lit-- -' ;.. k 8 {AngetTrax 2020 Proposal} EXHIBIT 1.B GRANT CERTIFICATIONS AND ASSURANCES COLLIER COUNTY Conflict of Interest Certification 20-7812 Collier County Solicitation No. 1, rani Gomez , hereby certify that to the best of my knowledge,neither I nor my spouse, dependent child, general partner, or any organization for which I am serving as an officer, director,trustee,general partner or employee,or any person or organization with whom I am negotiating or have an arrangement concerning prospective employment has a financial interest in this matter. I further certify to the best of my knowledge that this matter will not affect the financial interests of any member of my household. Also,to the best of my knowledge, no member of my household; no relative with whom I have a close relationship;no one with whom my spouse, parent or dependent child has or seeks employment; and no organization with which I am seeking a business relationship nor which I now serve actively or have served within the last year are parties or represent a party to the matter. I also acknowledge my responsibility to disclose the acquisition of any financial or personal interest as described above that would be affected by the matter, and to disclose any interest I, or anyone noted above, has in any person or organization that does become involved in,or is affected at a later date by,the conduct of this matter. Lani Gomel 1P Name .. ►gn40//tkat Bid Coordinator 1/4/2020 Position Date Privacy Act Statement Title I of the Ethics in Government Act of 1978(5 U.S.C.App.),Executive Order 12674 and 5 CFR Part 2634, Subpart I require the reporting of this information.The primary use of the information on this form is for review by officials of The Justice Department to determine compliance with applicable federal conflict of interest laws and regulations. Additional disclosures of the information on this report may be made: (1)to a federal,state or local law enforcement agency if the Justice Department becomes aware of a violation or potential violation of law or regulations;(2)to a court or party in a court or federal administrative proceeding if the government is a party or in order to comply with a judge-issued subpoena;(3)to a source when necessary to obtain information relevant to a conflict of interest investigation or decision; (4) to the National Archives and Records Administration or the General Services Administration in records management inspections;(5)to the Office of Management and Budget during legislative coordination on private relief legislation; and (6) in response to a request for discovery or for the appearance of a witness in a judicial or administrative proceeding, if the information is relevant to the subject matter. This confidential certification will not be disclosed to any requesting person unless authorized by law. See also the OGE/GOVT-2 executive branch-wide Privacy Act system of records. GCA-4 t 800.673.1788 vrww.anyettrax.corn Page Sty 1 6A 58 fi rt .w.✓p sue" .S, _ ' r EXHIBIT 1.B GRANT CERTIFICATIONS AND ASSURANCES COLLIER COUNTY ANTICIPATED DISADVANTAGED,MINORITY,WOMEN OR VETERAN PARTICIPATION STATEMENT Status will be'.•eri€led. Unverrfabie statuses will require the PPsME to either proivde a revised statement or provide source documentation that so slates a status. A. PRIME VENDOR/CONTRACTOR INFORMATION PRIME NAME PRIME FED NUMBER CONTRACT DOLLAR AMOUNT IVS. Inc. dba AnaelTrax 04-3699455 $249.150.97 IS THE.PRIME A FLORIDA-CERTIFIED DISADVANTAGED. vE?ERAN Y ® S THE ACTIVITY OF THIS CONTRACT... MINORITY OR WOMEN BUSIN:ESSENTERPPiSE? OBE? Y CONSTRUCTION? Y N MEE,/RI BE/WM.1 OR HAVE A SMALL DISADVANTAGED BUSINESS SA CERTIFICATION FROM THE SMALL BUSINESS MBE? Y O CONSULTATION? Y N ADMINISTRATION? A SERVICE DISABLED VETERAN? WEE? Y ® OTHER? Y 50B SSA? Y IS TH"S SUBMISS ON A REVISION? Y '.F YES,REVISION NUMBER B. IF PRIME HAS SUBCONTRACTOR OR SUPPLIER WHO IS A DISADVANTAGED MINORITY,WOMEN-OWNED,SMALL. BUSINESS CONCERN OR SERVICE DISABLED VETERAN,PRIME IS TO COMPLETE THIS NEXT SECTION DBE NI/WEE SUBCONTRACTOR OR SUPPLIER TYPE OF WORK OR ETHNICITY CODE SUB/SUPPLIER PERCENT OF CONTRACT VETERAN NAME SPECIALTY {See Below) DOLLAR AMOUNT DOLLARS Electronic DBE AXIS Installation, Inc. Installation NMW $42,600.00 17.5% T''A`S $249,150.97 C. SECTION TO BE COMPLETED BY PRIME VENDOR/CONTRACTOR NAME OF SUBMITTER DATE TITLE OF SUBMITTER IVS, Inc. dba AngelTrax 1/4/2020 Lani Gomez, Bid Coordinator EMAIL ADDRESS Of PRIME[SUBMITTER) TELEPHONE NUMBER FAX NUMBER bids@angeltrax.com 1-800-673-1788 334-692-4606 NOTE:This information is used to track and report anticipated DBE or MBE participation in federally-funded contracts.The anticipated OBE or MBE amount is voluntary and will not become part of the contractual terms.This form must be submitted at time of ragponse to a solicitation..tf and when awarded a County contract,the prime will be asked to update the information for the grant compliance files. ETHNICITY CODE Black American BA Hispanic American HA NatweAmenCan NA Subccnt.Asian American SAA Asian-Pacific American SPA Non-Minority Women NMW Other:not of any other group listed 0 D.SECTION TO BE COMPLETED BY COLLIER COUNTY DEPARTMENT NAME COWER CONTRACT C ItFOIPFP or 0O RED. GRANT PROGRAM;'c.DNTPACT ACCEPTED BY: DATE GCA-5 Mgel rax Page 156 C 1 6A58 {AngelTrax 2020 Proposal) EXHIBIT 1.B GRANT CERTIFICATIONS AND ASSURANCES l .€:f±. .wiT i U4N.C.F.Ffanhi OD OPPORTUNITY LIST FOR COMMODITIES AND CONTRACTUAL SERVICES AND PROFESSIONAL CONSULTANT SERVICES tt is the policy of collier County that disadvantaged businesses and navroray vendors,as defined in the Code of Feder&feglmotaoas(CFR)or Piarida Atotutes(FSi.must have the opportunity to partkipate on contracts with federal and1or state groat assistonee. Prime Contractor/Prime consultant: IVS, Inc.dba AngelTrax Address and Phone:Number: 119 S.Woodburn Dr., Dothan AL 36305-800-673-1788 Procurement Number/Advertisement Number: 20-7812 The list below is intended to be a listing of firms that are,or attempting to.participate on the project numbered ahoy*.The list must include the firm bidding or quoting as prime,as wet as subs and supcliers quoting for participation.Prime contractors and consultants must provide information for Numbers 1,2,3,and 4.and,should provide any information they hare for Numbers 5,6,7,and B.This form must be submitted with the bid package. •—•1. Federal Tar ID Number 04-3699455 6- DEE S.Annual Gross Receipts 2.Firm Name. IVS,Inc.dba AngelTrax X Non-DBE -Less than 51 million 3.Phone Number 800-673-1788 Berheen 51-5 million 4.Address 119 S Woodbum Dr. -Between 5 5-10 million Dothan AL 36305 - Subcontractor Between 510-i5million Subcoreultant X More than 515 million S.Year Firm Established. 7/17/2002 1. Feaera Tax ID Number: 27-4663110 6. X DBE S. Annual Gross Receipts 2.Firm Manse. AXIS Installation Inc ^^ Non-DBE ©Less than$1 million 3.Phone Number: 786-678-9304 -Between;1-5 million 4,Address 333 NE 8th Street M Between$5-10 million Homestead,FL 33033 B Subcontractor I.Between 510-15 million Subconsultant .More than 5 15 million 5.Year Firm Established: 2011 1.Federal Tax ID Number: N/A E.- DBE S.Annual Gross Receipts 2.firm Name - Non-DBE Less than 51 million ^^ _ 3..Phone Number: _Between$ on 1-5 milli 4.Address Between 53-10million 7.BSubcontractor Between 5 10-15 million 5ubconsultant Mare than 5 15 million 5.Year Firm Established: 1, Federal'.Tax ID Number: N/A 6.El DBE b..Annual Gross Receipts 2. Fern Name. Nan-DBE Less than 51 million —• 3.Phone Number Between 3 1-5 million ^r 4.Address Between 5 5.10 million Subcontractor _Between 5 10-15.million Subconsuhant More than 5 13 million 5.Year Firm Established: GCA-6 1.800.673,1788 I www.angettrax.ccen 1 Page 157`OI 1 6A58 EXHIBIT 1.B GRANT CERTIFICATIONS AND ASSURANCES COLLIER COUNTY Federal Transit Administration(FTA) Buy America Certification Steel,Iron or Manufactured Products A bidder or offeror must submit to the FTA recipient the appropriate Buy America certification (below) with all bids or offers on FTA-funded contracts, except those subject to a general waiver. Bids or offers that are not accompanied by a completed Buy America certification must be rejected as nonresponsive. This requirement does not apply to lower tier subcontractors. Certification requirement for procurement of steel,iron,or manufactured products. (SELECT ONE ONLY) ®Certificate of Compliance with Buy America Requirements The bidder or offeror hereby certifies that it will meet the requirements of 49 U.S.C. 5323(j)(1)and the applicable regulations in 49 C.F.R.Part 661. Date: 1/4/20 Signature: NJ ( 4'/11 Company: IVS, Inc. dba/(AAngelTrax Name: Lani Gomez Title: Bid Coordinator ❑Certificate of Non-Compliance with Buy America Requirements The bidder or offeror hereby certifies that it cannot comply with the requirements of 49 U.S.C.5323(j),but it may qualify for an exception to the requirement pursuant to 49 U.S.C. 5323(j)(2),as amended,and the applicable regulations in 49 C.F.R.661.7. Date: Signature: Company: Name: Title: GCA-7 (AngelTra3 Page 158 ci®l 1 6 A 5 8 {AngelTrax 2020 Proposal) EXHIBIT l.B GRANT CERTIFICATIONS AND ASSURANCES COLLIER COUNTY Acknowledgement of Terms,Conditions and Grant Clauses Flow Down of Terms and Conditions from the Grant Agreement Subcontracts: If the vendor subcontracts any of the work required under this Agreement, a copy of the signed subcontract must be available to the Department for review and approval. The vendor agrees to include in the subcontract that (1) the subcontractor is bound by the terms of this Agreement, (ii) the subcontractor is bound by all applicable state and federal laws and regulations, and (iii) the subcontractor shall hold the Department and Recipient harmless against all claims of whatever nature arising out of the subcontractor's performance of work under this Agreement, to the extent allowed and required by law. The recipient shall document in the quarterly report the subcontractor's progress in performing its work under this agreement. For each subcontract,the Recipient shall provide a written statement to the Department as to whether the subcontractor is a minority vendor as defined in Section 288.703,Fla.Stat. Certification On behalf of my firm, 1 acknowledge,and agree to perform all of the specifications and grant requirements identified in this solicitation document(s). Vendor/Contractor Name IVS, Inc. dba AngelTrax Date 1/4/2020 Authorized Signature ) i Lan Gomez*WA) Coordinator i Address 119 S.Woodburn Dr., Dothan AL 36305 Solicitation/Contract# 20-7812 GCA-8 1 800.673 1788 1 www.angettrax.cern 1 Page 1.591�a�10 1 6A 58 AC O/Z ® CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DD/YYYY) `----- 7/12/2021 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 Flowers Insurance Agency LLC PHONE Jenny Jordan FAX PO Box 368 (NC.No.Ed):334350-5480 (A/c,No):334-350-5439 Dothan AL 36302 E-MAIL ADDRESS: INSURER(S)AFFORDING COVERAGE NAIC# INSURER A:Travelers Property&Casualty 27998 INSURED IVSANGE-01 INSURER B:ARCH Insurance Company IVS, Inc.dba AngelTrax 119 S Woodburn Drive INSURERC: Dothan AL 36305 INSURER D: INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER:232421816 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADDL SUBR POLICY EFF POLICY EXP LTR INSD WVD POLICY NUMBER (MMIDD/YYYY) (MM/DD/YYYY) LIMITS A X COMMERCIAL GENERAL LIABILITY Y Y ZLP-71M7281A-21-I5 1/25/2021 1/25/2022 EACH OCCURRENCE $1,000,000 CLAIMS-MADE X OCCUR DAMAGE TO RENTED PREMISES(Ea occurrence) $300,000 MED EXP(Any one person) $10,000 PERSONAL&ADV INJURY $1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $2,000,000 PRO- POLICY JECT LOC PRODUCTS-COMP/OP AGG $2,000,000 OTHER: $ A AUTOMOBILE LIABILITY Y Y BA-3L171548-21-15-G 1/25/2021 1/25/2022 COMBINED SINGLE LIMIT $1,000,000 (Ea accident) X ANY AUTO BODILY INJURY(Per person) $ OWNED SCHEDULED BODILY INJURY(Per $ AUTOS ONLY AUTOS accident) X HIRED X NON-OWNED PROPERTY DAMAGE AUTOS ONLY AUTOS ONLY (Per accident) $ $ A X UMBRELLA LIAB OCCUR Y Y CUP-8L683531-21-15 1/25/2021 1/25/2022 EACH OCCURRENCE $10,000,000 EXCESS LIAB CLAIMS-MADE AGGREGATE $ DED X RETENTION$moon $ A WORKERS COMPENSATION Y UB-0K152011 2/23/2021 2/23/2022 X PER ERH- AND EMPLOYERS'LIABILITY Y/N STATUTE ER ANYPROPRIETOR/PARTNER/EXECUTIVE E.L.EACH ACCIDENT $1,000,000 OFFICER/MEMBER EXCLUDED? N/A (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $1,000,000 If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $1,000,000 A Cyber/Prof Liab ZPL-15T25780-21-15 1/25/2021 1/25/2022 Per Occ Limit 5,000,000 A Crime/ERISA 107037139 1/25/2019 1/25/2022 Limit 350,000 B EPLI PCD1003697-00 3/10/2021 3/10/2022 Limit 2,000,000 DESCRIPTION OF OPERATIONS I LOCATIONS/VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached If more space Is required) Certificate holder is additional insured on the above policies if required per a written contract.Waiver of subrogation applies in favor of certificate holder as required per a written contract.All insurance is primary and non contributory.Cancellation is 10 day notice for non payment and 30 day notice for all other reasons 20-7812 CAT Onboard Security Cameras Collier County Board of County Commissioners,OR,Board of County Commissioners in Collier County,OR,Collier County Government,OR,Collier County N---- are additional insured under the above Commercial General Liability and Automotive Liability Policies on a primary and non-contributory basis as required per a written contract. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. Collier County Board of County Commissioners 3295 Tamiami Trail E. Naples FL 34112 AUTHORIZED REPRESENTATIVE ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD