Loading...
HomeMy WebLinkAboutIVS, Inc. DBA AngelTrax 1 �* ���� � � � �� ��' i * OLDU U�NN NN�� -- ��U��� ���'��U�N�� * � *** [)|d Republic Surety Company PERFORMANCE AND PAY88ENTBOND monn No. 212O4D0 KNOW ALL MEN BY THESE PRESENTS: That (VS, Inc. dba AngelTrax as Principal,and _ Old Republic Surety Company as Surety,are held and firmly bound unto City Of Oshkosh GO Transit as Obligee,in the full and just sum of Seventy Seven Thousand , Four Hundred eighty dollars and 25 cents Dollars(S77.4uo2m ). lawful money of the United States,to the payment of which sum,well and truly to be made,the Principal and Surety bind themselves,their and each of their heirs.executors.administrators,successors and assigns,jointly and severally,firmly by these presents. WHEREAS,The Principal has entered into a written contract dated September 10,2013 with the Obtigee for In-Vehicle Surveillance Equipment which contract is hereby referred to and made a pad hereof as fully and to the same extent as if copied at length herein. wn°, Therefore,The Condition Of This Obligation Is Such, that if the Principal shall faithfully perform said contract according to its terms,covenants and conditions and shall promptly pay all persons supplying labor or material to the Principal for use in the prosecution of the work under said contract,then this obligation shall be void;otherwise it shall remain in full force and effect. Subject to the named Obtigees priority,all persons who have supplied labor or material directly to the Principal for use in the prosecution of the work under said contract shall have a direct right of action under this bond The Surety's aggregate liability hereunder shall in no event exceed the amount.set forth above. No claim,suit or action shall be brought hereunder after the expiration of one CI)year following the date of which Principal ceased work on said contract.If this limitation is made void by any law controlling the construction hereof,such limitation shall be deemed to be amended to equal the minimum period of limitation permitted by such law ����, o�nmo.o*o�oand u�aum� �K )��»^ dayv/ ber 20 13 . • ~7-� /�~ ~T-�- _\�' L-�]^_� _1-��/. ����C� ��Y ���C�[�- i )&�0 • ^ �� Ite �� («""v (Witness) 8 ~e � v�� Richie Howard, President 'r»le) ... - Old Republic Surety Company (Surety) U Darlene Jordan Attorney-in-Fact onoco``z0,y/ ORIGINAL 00 -0.1/ * OLD REPUBLIC BLIC SURETY COMPANY *** POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That OLD REPUBLIC SURETY COMPANY,a Wisconsin stock insurance corporation,does make,constitute and appoint: DARLENE JORDAN,DOUGLAS SHANE SINQUEFIELD,HUGH W.WHEELLESS Ill,LISA C GRIGGS,OF DOTHAN,AL its true and lawful Attorney(s)-in-Fact,with full power and authority,not exceeding$20,000,000,for and on behalf of the company as surety,to execute and deliver and affix the seal of the company thereto(if a seal is required),bonds,undertakings,recognizances or other written obligations in the nature thereof,(other than bail bonds,bank depository bonds,mortgage deficiency bonds,mortgage guaranty bonds,guarantees of installment paper and note guaranty bonds,self-insurance workers compensation bonds guaranteeing payment of benefits,asbestos abatement contract bonds,waste management bonds,hazardous waste remediation bonds or black lung bonds), as follows: ALL WRITTEN INSTRUMENTS IN AN AMOUNT NOT TO EXCEED AN AGGREGATE OF TWO HUNDRED FIFTY THOUSAND DOLLARS($250,000) FOR ANY SINGLE OBLIGATION,REGARDLESS OF THE NUMBER OF INSTRUMENTS ISSUED FOR THE OBLIGATION. and to bind OLD REPUBLIC SURETY COMPANY thereby,and all of the acts of said Attorneys-in-Fact,pursuant to these presents,are ratified and confirmed. This document is not valid unless printedon colored background and is multi-colored. This appointment is made under and by authority of the board of directors at a special meeting held on February 18,1982. This Power of Attorney is signed and sealed by facsimile under and by the authority of the following resolutions adopted by the board of directors of the OLD REPUBLIC SURETY COMPANY on February 18, 1982. RESOLVED that,the president,any vice-president,or assistant vice president,in conjunction with the secretary or any assistant secretary,may appoint attorneys-in-fact or agents with authority as defined or limited in the instrument evidencing the appointment in each case,for and on behalf of the company to execute and deliver and affix the seal of the company to bonds,undertakings,recognizances,and suretyship obligations of all kinds;and said officers may remove any such attorney-in-fact or agent and revoke any Power of Attorney previously granted to such person. RESOLVED FURTHER,that any bond,undertaking,recognizance,or suretyship obligation shall be valid and binding upon the Company (i)when signed by the president,any vice president or assistant vice president,and attested and sealed(if a seal be required)by any secretary or assistant secretary;or (ii)when signed by the president,any vice president or assistant vice president,secretary or assistant secretary,and countersigned and sealed(if a seal be required)by a duly authorized attorney-in-fact or agent;or (iii)when duly executed and sealed(if a seal be required)by one or more attorneys-in-fact or agents pursuant to and within the limits of the authority evidenced by the Power of Attorney issued by the company to such person or persons. RESOLVED FURTHER,that the signature of any authorized officer and the seal of the company may be affixed by facsimile to any Power of Attorney or certification thereof authorizing the execution and delivery of any bond,undertaking,recognizance,or other suretyship obligations of the company;and such signature and seal when so used shall have the same force and effect as though manually affixed. IN WITNESS WHEREOF,OLD REPUBLIC SURETY COMPANY has caused these presents to be signed by its proper officer,and its corporate seal to be affixed this 12TH day of NOVEMBER,2012. OLD REPUBLIC SURETY COMPANY a 4. /4141 ` `p� SEAL tff A5545 Seetelary STATE OF WISCONSIN,COUNTY OF WAUKESHA-SS On this 12TH day of NOVEMBER,2012 ,personally came before me, Gerald C. Leach and Phyllis M.Johnson ,to me known to be the individuals and officers of the OLD REPUBLIC SURETY COMPANY who executed the above instrument,and they each acknowledged the execution of the same,and being by me duly sworn,did severally depose and say; that they are the said officers of the corporation aforesaid,and that the seal affixed to the above instrument is the seal of the corporation,and that said corporate seal and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority of the board of directors of said corporation. j ...711,• AUBLW Notary Public i My commission expires: 9/28/2014 CERTIFICATE I,the undersigned,assistant secretary of the OLD REPUBLIC SURETY COMPANY,a Wisconsin corporation,CERTIFY that the foregoing and attached Power of Attorney remains in full force and has not been revoked;and furthermore,that the Resolutions of the board of directors set forth in the Power of Attorney,are now in force. 80-9436 0'1'1 saw�� Signed and sealed at the City of Brookfield,WI this 'tJ day of 3 to' SEAL gi 410111W ,0000e sec FLOWERS INSURANCE AGENCY,LLC ORSC#22851 ORIGINAL CONTRACTOR AGREEMENT IN VEHICLE SURVEILLANCE EQUIPMENT—GO TRANSIT BUS FLEET, TRANSPORTATION DEPARTMENT THIS AGREEMENT, made on the 16th day of August, 2013, by and between the CITY OF OSHKOSH, party of the first part, hereinafter referred to as CITY, and ANGELTRAX, 9540 US HWY 84 WEST, NEWTON, ALABAMA 36352, hereinafter referred to as the CONTRACTOR, WITNESSETH: That the City and the Contractor, for the consideration hereinafter named, enter into the following Agreement. The CITY'S Bid Specifications and Insurance requirements are attached hereto and incorporated into this Agreement. The Contractor's proposal and Technical Matrix are also attached hereto and incorporated into this agreement and reflects the agreement and acceptance by both parties that any conflicts with the CITY's terms within this agreement, the Contractor's Technical Matrix will govern those specific items of the contract. ARTICLE I. PROJECT MANAGER A. Assignment of Project Manager. The Contractor shall assign the following individual to manage the project described in this contract: (Sally Klein, AngelTrax) B. Changes in Project Manager. The City shall have the right to approve or disapprove of any proposed change from the individual named above as Project Manager. The City shall be provided with a resume or other information for any proposed substitute and shall be given the opportunity to interview that person prior to any proposed change. ARTICLE II. CITY REPRESENTATIVE The City shall assign the following individual to manage the project described in this contract: (Greg Maxwell, GO Transit, City of Oshkosh Transportation Department) ARTICLE III. SCOPE OF WORK The Contractor shall provide services described in the CITY'S RFP Specifications dated June 21, 2013, referred to as the "RFP for In-Vehicle Surveillance Equipment" and the Contractor's bid form dated on July 16, 2013. The Contractor's bid form is attached 1 hereto as Exhibit B. The Contractor's Technical Matrix is attached hereto as Exhibit C. If anything in the Contractor's proposal conflicts with the CITY's RFP, the Contractor's Technical Matrix will govern those specific terms of the contract. The Contractor may provide additional products and/or services if such products/services are requested in writing by the Authorized Representative of the City. ARTICLE IV. CITY RESPONSIBLITIES The City shall furnish, at the Contractor's request, such information as is needed by the Contractor to aid in the progress of the project, providing it is reasonably obtainable from City records. To prevent any unreasonable delay in the Contractor's work the City will examine all reports and other documents and will make any authorizations necessary to proceed with work within a reasonable time period. ARTICLE V. TIME OF COMPLETION The work to be performed under this contract shall be commenced and the work completed by December 31 , 2013. ARTICLE VI. PAYMENT A. The Contract Sum. The City shall pay to the Contractor for the performance of the contract the sum of $75,202.53, adjusted by any changes hereafter mutually agreed upon in writing by the parties hereto. Fee schedules shall be firm for the duration of this Agreement. B. Method of Payment. The Contractor shall submit itemized monthly statements for services. The City shall pay the Contractor within 30 calendar days after receipt of such statement. If any statement amount is disputed, the City may withhold payment of such amount and shall provide to Contractor a statement as to the reason(s) for withholding payment. C. Additional Costs. Costs for additional services to be negotiated and set forth in a written amendment to this agreement executed by both parties prior to proceeding with the work covered under the subject amendment. ARTICLE VII. CONTRACTOR TO HOLD CITY HARMLESS The Contractor covenants and agrees to protect and hold the City of Oshkosh harmless against all actions, claims and demands of any kind or character whatsoever 2 which may in any way be caused by or result from the intentional or negligent acts of the Contractor, his agents or assigns, his employees or his subcontractors related however remotely to the performance of this Contract or be caused or result from any violation of any law or administrative regulation, and shall indemnify or refund to the City all sums including court costs, attorney fees and punitive damages which the City may be obliged or adjudged to pay on any such claims or demands within thirty (30) days of the date of the City's written demand for indemnification or refund. ARTICLE VIII. INSURANCE The Contractor shall provide insurance for this project that includes the City of Oshkosh as an additional insured. The specific coverage required for this project is identified in the CITY'S RFP Specifications dated June 21, 2013, which is fully incorporated into this Agreement. The Contractor is responsible for meeting all insurance requirements. The CITY does not waive this requirement due to its inaction or delayed action in the event that the Contractor's actual insurance coverage varies from the Insurance required. ARTICLE IX. TERMINATION A. For Cause. If the Contractor shall fail to fulfill in timely and proper manner any of the obligations under this Agreement, the City shall have the right to terminate this Agreement by written notice to the Contractor. In this event, the Contractor shall be entitled to compensation for any satisfactory, usable work completed. B. For Convenience. The City may terminate this contract at any time by giving written notice to the Contractor no later than 10 calendar days before the termination date. If the City terminates under this paragraph, then the Contractor shall be entitled to compensation for any satisfactory work performed to the date of termination. This document and any specified attachments contain all terms and conditions of the Agreement and any alteration thereto shall be invalid unless made in writing, signed by both parties and incorporated as an amendment to this Agreement. ARTICLE X. FEDERAL AND STATE REGULATION This agreement shall at all times be subject to the rules and regulation of Wisconsin Department of Transportation and the Federal Transit Administration, under the provisions of the Urban Mass Transportation Act of 1964, as amended. See Exhibit A- Federal Contract Clauses. 3 In the Presence of: CONTRACTOR /CONSULTANT �. L_L . i/��, Lisa Gautney '� By: L�.. I i / My Commission Expires 4/19/16 Sally Klein,Gov/Ed Coordinator (Seal of Contractor (Specify Title) if a Corporation.) By: —.me/ Scott Lisenby,Vice President (Specify Title) CITY OF OSHKOSH 1 By: / Ci.---6- — IA 7 12 , (. (/-'(--Fv Mark A. Rohloff, City Manager (W' ness) (� � And: sr ._ .1 l - __' di _. /Pamela R. Ubrig, City Clerk APPROVED: I hereby certify that the necess- ary provisions have been made to pay the liability which will accrue gifb„� i I, C' � '.' under •this contract. City Attorney gi. ity Comptr1 r 4 I rrA EXHIBIT A - FEDERAL CONTRACT CLAUSES No Obligation by the Federal Government (1) The Purchaser and Contractor acknowledge and agree that, notwithstanding any concurrence by the Federal Government in or approval of the solicitation or award of the underlying contract, absent the express written consent by the Federal Government, the Federal Government is not a party to this contract and shall not be subject to any obligations or liabilities to the Purchaser, Contractor, or any other party(whether or not a party to that contract) pertaining to any matter resulting from the underlying contract. (2) The Contractor agrees to include the above clause in each subcontract financed in whole or in part with Federal assistance provided by the Federal Transit Administration (FTA). It is further agreed that the clause shall not be modified, except to identify the subcontractor who will be subject to its provisions. Program fraud and false or fraudulent statements and related acts 31 U.S.C. 3801 et seq. 49 CFR Part 31 18 U.S.C. 1001 49 U.S.C. 5307 (1) The Contractor acknowledges that the provisions of the Program Fraud Civil Remedies Act of 1986, as amended, 31 U.S.C. § 3801 et seq . and U.S. DOT regulations, "Program Fraud Civil Remedies,"49 C.F.R. Part 31, apply to its actions pertaining to this Project. Upon execution of the underlying contract, the Contractor certifies or affirms the truthfulness and accuracy of any statement it has made, it makes, it may make, or causes to be made, pertaining to the underlying contract or the FTA assisted project for which this contract work is being performed. In addition to other penalties that may be applicable, the Contractor further acknowledges that if it makes, or causes to be made, a false, fictitious, or fraudulent claim, statement, submission, or certification, the Federal Government reserves the right to impose the penalties of the Program Fraud Civil Remedies Act of 1986 on the Contractor to the extent the Federal Government deems appropriate. (2) The Contractor also acknowledges that if it makes, or causes to be made, a false, fictitious, or fraudulent claim, statement, submission, or certification to the Federal Government under a contract connected with a project that is financed in whole or in part with Federal assistance originally awarded by FTA under the authority of 49 U.S.C. § 5307, the Government reserves the right to impose the penalties of 18 U.S.C. § 1001 and 49 U.S.C. § 5307(n)(1) on the Contractor, to the extent the Federal Government deems appropriate. (3) The Contractor agrees to include the above two clauses in each subcontract financed in whole or in part with Federal assistance provided by FTA. It is further agreed that the clauses shall not be modified, except to identify the subcontractor who will be subject to the provisions. Access to Records 49 U.S.C. 5325 18 CFR 18.36 (i) 49 CFR 633.17 1. Where the Purchaser is not a State but a local government and is the FTA Recipient or a subgrantee of the FTA Recipient in accordance with 49 C. F. R. 18.36(i), the Contractor agrees to provide the Purchaser, the FTA Administrator, the Comptroller General of the United States or any of their authorized representatives access to any books, documents, papers and records of the Contractor which are directly pertinent to this contract for the purposes of making audits, examinations, excerpts and transcriptions. Contractor also agrees, pursuant to 49 C. F. R. 633.17 to provide the FTA Administrator or his authorized representatives including any PMO Contractor access to Contractor's records and construction sites pertaining to a major capital project, defined at 49 U.S.C. 5302(a)1, which is receiving federal financial assistance through the programs described at 49 U.S.C. 5307, 5309 or 5311. 2. Where the Purchaser is a State and is the FTA Recipient or a subgrantee of the FTA Recipient in accordance with 49 C.F.R. 633.17, Contractor agrees to provide the Purchaser, the FTA Administrator or his authorized representatives, including any PMO Contractor, access to the Contractor's records and construction sites pertaining to a major capital project, defined at 49 U.S.C. 5302(a)1, which is receiving federal financial assistance through the programs described at 49 U.S.C. 5307, 5309 or 5311. By definition, a major capital project excludes contracts of less than the simplified acquisition threshold currently set at$100,000. 3. Where the Purchaser enters into a negotiated contract for other than a small purchase or under the simplified acquisition threshold and is an institution of higher education, a hospital or other non-profit organization and is the FTA Recipient or a subgrantee of the FTA Recipient in accordance with 49 C.F.R. 19.48, Contractor agrees to provide the Purchaser, FTA Administrator, the Comptroller General of the United States or any of their duly authorized representatives with access to any books, documents, papers and record of the Contractor which are directly pertinent to this contract for the purposes of making audits, examinations, excerpts and transcriptions. 4. Where any Purchaser which is the FTA Recipient or a subgrantee of the FTA Recipient in accordance with 49 U.S.C. 5325(a) enters into a contract for a capital project or improvement(defined at 49 U.S.C. 5302(a)1) through other than competitive bidding, the Contractor shall make available records related to the contract to the Purchaser, the Secretary of Transportation and the Comptroller General or any authorized officer or employee of any of them for the purposes of conducting an audit and inspection. 5. The Contractor agrees to permit any of the foregoing parties to reproduce by any means whatsoever or to copy excerpts and transcriptions as reasonably needed. 6. The Contractor agrees to maintain all books, records, accounts and reports required under this contract for a period of not less than three years after the date of termination or expiration of this contract, except in the event of litigation or settlement of claims arising from the performance of this contract, in which case Contractor agrees to maintain same until the Purchaser, the FTA Administrator, the Comptroller General, or any of their duly authorized representatives, have disposed of all such litigation, appeals, claims or exceptions related thereto. Reference 49 CFR 18.39(i)(11). 7. FTA does not require the inclusion of these requirements in subcontracts. Federal Changes 49 CFR Part 18 Contractor shall at all times comply with all applicable FTA regulations, policies, procedures and directives, including without limitation those listed directly or by reference in the Master Agreement(see http://www.fta.dot.gov/funding/apply/grants financing 3162.html) between Purchaser and FTA, as they may be amended or promulgated from time to time during the term of this contract. Contractor's failure to so comply shall constitute a material breach of this contract. Civil Rights 29 U.S.C. § 623, 42 U.S.C. § 2000 42 U.S.C. § 6102, 42 U.S.C. § 12112 42 U.S.C. § 12132, 49 U.S.C. § 5332 29 CFR Part 1630, 41 CFR Parts 60 et seq. The following requirements apply to the underlying contract: (1) Nondiscrimination - In accordance with Title VI of the Civil Rights Act, as amended, 42 U.S.C. § 2000d, section 303 of the Age Discrimination Act of 1975, as amended, 42 U.S.C. §6102, section 202 of the Americans with Disabilities Act of 1990, 42 U.S.C. § 12132, and Federal transit law at 49 U.S.C. § 5332, the Contractor agrees that it will not discriminate against any employee or applicant for employment because of race, color, creed, national origin, sex, age, or disability. In addition, the Contractor agrees to comply with applicable Federal implementing regulations and other implementing requirements FTA may issue. (2) Equal Employment Opportunity-The following equal employment opportunity requirements apply to the underlying contract: (a) Race, Color, Creed, National Origin, Sex- In accordance with Title VII of the Civil Rights Act, as amended, 42 U.S.C. § 2000e, and Federal transit laws at 49 U.S.C. § 5332, the Contractor agrees to comply with all applicable equal employment opportunity requirements of U.S. Department of Labor(U.S. DOL) regulations, "Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor,"41 C.F.R. Parts 60 et seq ., (which implement Executive Order No. 11246, "Equal Employment Opportunity," as amended by Executive Order No. 11375, "Amending Executive Order 11246 Relating to Equal Employment Opportunity,"42 U.S.C. § 2000e note), and with any applicable Federal statutes, executive orders, regulations, and Federal policies that may in the future affect construction activities undertaken in the course of the Project. The Contractor agrees to take affirmative action to ensure that applicants are employed, and that employees are treated during employment, without regard to their race, color, creed, national origin, sex, or age. Such action shall include, but not be limited to, the following: employment, upgrading, demotion or transfer, recruitment or recruitment advertising, layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. In addition, the Contractor agrees to comply with any implementing requirements FTA may issue. (b)Age- In accordance with section 4 of the Age Discrimination in Employment Act of 1967, as amended, 29 U.S.C. § 623 and Federal transit law at 49 U.S.C. § 5332, the Contractor agrees to refrain from discrimination against present and prospective employees for reason of age. In addition, the Contractor agrees to comply with any implementing requirements FTA may issue. (c) Disabilities- In accordance with section 102 of the Americans with Disabilities Act, as amended, 42 U.S.C. § 12112, the Contractor agrees that it will comply with the requirements of U.S. Equal Employment Opportunity Commission, "Regulations to Implement the Equal Employment Provisions of the Americans with Disabilities Act,"29 C.F.R. Part 1630, pertaining to employment of persons with disabilities. In addition, the Contractor agrees to comply with any implementing requirements FTA may issue. (3)The Contractor also agrees to include these requirements in each subcontract financed in whole or in part with Federal assistance provided by FTA, modified only if necessary to identify the affected parties. Disadvantaged Business Enterprises 49 CFR Part 26 a. This contract is subject to the requirements of Title 49, Code of Federal Regulations, Part 26, Participation by Disadvantaged Business Enterprises in Department of Transportation Financial Assistance Programs. The national goal for participation of Disadvantaged Business Enterprises (DBE) is 10%. The agency's overall goal for DBE participation is 1.25 %. b. The contractor shall not discriminate on the basis of race, color, national origin, or sex in the performance of this contract. The contractor shall carry out applicable requirements of 49 CFR Part 26 in the award and administration of this DOT-assisted contract. Failure by the contractor to carry out these requirements is a material breach of this contract, which may result in the termination of this contract or such other remedy as the GO Transit deems appropriate. Each subcontract the contractor signs with a subcontractor must include the assurance in this paragraph (see 49 CFR 26.13(b)). The successful bidder will be required to report its DBE participation obtained through race-neutral means throughout the period of performance. d. The contractor is required to pay its subcontractors performing work related to this contract for satisfactory performance of that work no later than 30 days after the contractor's receipt of payment for that work from the GO Transit. In addition, the contractor may not hold retainage from its subcontractors. e. The contractor must promptly notify the GO Transit, whenever a DBE subcontractor performing work related to this contract is terminated or fails to complete its work, and must make good faith efforts to engage another DBE subcontractor to perform at least the same amount of work. The contractor may not terminate any DBE subcontractor and perform that work through its own forces or those of an affiliate without prior written consent of the GO Transit. Incorporation of FTA Terms FTA Circular 4220.1 F Incorporation of Federal Transit Administration (FTA) Terms -The preceding provisions include, in part, certain Standard Terms and Conditions required by DOT, whether or not expressly set forth in the preceding contract provisions. All contractual provisions required by DOT, as set forth in FTA Circular 4220.1E are hereby incorporated by reference. Anything to the contrary herein notwithstanding, all FTA mandated terms shall be deemed to control in the event of a conflict with other provisions contained in this Agreement. The Contractor shall not perform any act, fail to perform any act, or refuse to comply with any GO Transit requests which would cause GO Transit to be in violation of the FTA terms and conditions. Termination Provisions 49 U.S.C. Part 18 FTA Circular 4220.1 F (1) Termination for Convenience-The performance of work under the Contract may be terminated by GO Transit in accordance with this Section in whole, or from time to time in part, whenever GO Transit determines that such termination is in its best interest. Any such termination shall be effected by delivery to the Contractor of a notice of termination specifying the extent to which performance of work under the Contract is terminated and the date upon which such termination becomes effective. (2) Termination for Default- If the Contractor fails to deliver supplies or to perform the services within the time specified in this contract or any extension or if the Contractor fails to comply with any other provisions of this contract, GO Transit may terminate this contract for default. GO Transit shall terminate by delivering to the Contractor a Notice of Termination specifying the nature of the default. The Contractor will only be paid the contract price for supplies delivered and accepted, or services performed in accordance with the manner or performance set forth in this contract. If, after termination for failure to fulfill contract obligations, it is determined that the Contractor was not in default, the rights and obligations of the parties shall be the same as if the termination had been issued for the convenience of GO Transit. (3) Termination by Mutual Agreement-The Contract may be terminated by mutual agreement of the parties. Such termination shall be effective in accordance with a written agreement by the parties. Any other act of termination shall be in accordance with the termination by convenience or default provisions contained in these sections. Suspension and Debarment This contract is a covered transaction for purposes of 49 CFR Part 29. As such, the contractor is required to verify that none of the contractor, its principals, as defined at 49 CFR 29.995, or affiliates, as defined at 49 CFR 29.905, are excluded or disqualified as defined at 49 CFR 29.940 and 29.945. The contractor is required to comply with 49 CFR 29, Subpart C and must include the requirement to comply with 49 CFR 29, Subpart C in any lower tier covered transaction it enters into. By signing and submitting its bid or proposal, the bidder or proposer certifies as follows: The certification in this clause is a material representation of fact relied upon by GO Transit. If it is later determined that the bidder or proposer knowingly rendered an erroneous certification, in addition to remedies available to GO Transit, the Federal Government may pursue available remedies, including but not limited to suspension and/or debarment. The bidder or proposer agrees to comply with the requirements of 49 CFR 29, Subpart C while this offer is valid and throughout the period of any contract that may arise from this offer. The bidder or proposer further agrees to include a provision requiring such compliance in its lower tier covered transactions. Energy Conservation 42 U.S.C. 6321 et seq. 49 CFR Part 18 The contractor agrees to comply with mandatory standards and policies relating to energy efficiency which are contained in the state energy conservation plan issued in compliance with the Energy Policy and Conservation Act. 6:: » COST PROPOSAL FORM ! (AngelTrax2013 Proposal) (/ 1 / , The Bottom Line { Detailed financial information available on the following pages} When considering which product is best suited to provide the services required of City of Oshkosh GO Transit, AngelTrax understands that one must be mindful of budgetary concerns as well as the quality of the product. With that in mind, AngelTrax has determined the AngelTrax Hybrid Vault mobile DVR system will not only meet those needs, but can be provided at a cost that takes into I consideration limited budgets. Below you will discover AngelTrax's "Bottom Line" pricing that i includes all required components to provide a complete mobile DVR system. PROPOSED TOTAL $75,202.53 The bottom line pricing includes.systems, . . 4:- product training project installation and;` shipping costs.-. - AT Ange(Trax I Newton,AL 1.800.673.1788 I www.angettrax.com I Page 115 I �t� T e i»REQUIRED FORMS �---__-.�.. ___ —, i.,,.- . ,_ .—� _.:. AngetTrax Insurance Certificate ------"1 IVSAN-1 OP ID:JJ .4 RE CERTIFICATE OF LIABILITY INSURANCE DATE/28/2'YYYY' 06/28/2013 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder Is an ADDITIONAL INSURED,the policy(les) must 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 4 CONTACT Phone:334-794-8646 NAME: Jenny Jordan Flowers Insurance Agency LLC PHONE FAx P.O.Box 368 Fax:334-794-5965 (ac.Ne,6.t):334-794-8646 1(A/O,No): Dothan,AL 36302 ADDRESS:jenny(IDflowersinsurance.com Randy Hinson INSURER(S)AFFORDING COVERAGE NAICS INSURER A:CNA 20433 INSURED (VS dba Angeltrax INSURER B: 9540 W.US 84,Ste 2 INSURER C Newton,AL 36352 INSURER D: INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: 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. ILTR TYPE OF INSURANCE N R WVnr POLICY NUMBER POLICY - -M/DOPY (MMIDDKVWI (MMIODII'YI'1') LIMITS GENERAL LIABILITY EACH OCCURRENCE $ 1,000,006 A ©COMMERCIAL GENERAL LIABILITY X 5082778989 01/25/2013 01/25/2814 • • '� ui PREMISES(ES occurrence) S 100,000 1.11.CLAIMS-MADE ©OCCUR MED DIP(My one person) $ 5,006 III PERSONAL&ADV INJURY $ 1,000,006 I. GENERAL AGGREGATE $ 2,000,001 GENT.AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGG 5 2,000,006 POLICY 78--, I I� I T LOC Emp Ben. S 1,000,001 AUTOMOBILE UABILnY COMBINED B SINGLE LIMIT $ 1,000,006 A ©Ann afro 034974651 01/25/2013 01/25/2014 BODILY INJURY{Per person) $ III OS AUT ED R AUTOS BODILY INJURY(Per accident) $ NON-OWNED PROPER DAMAG©HIRED AUTOS AUTOS Per accident S II S UMBRELLA LAB X 0CCl1R EACH OCCURRENCE $ 2,000,001 A ■EXCESSLIAB ■CLAIMS-MADE 082778975 01/25/2013 01/25/2014 AGGREGATE S 2,000,001 DED X RETENTIONS 10000 S WORKERS COMPENSATION WC STATLL 0TH- AND EMPLOYERS'LIABILITY Y/N X TORY IMr �- A AN{PROPRIETOR/PARTNER/DEP./WE 08818851 02/23/2013 02/23/2014 EL EACH ACCIDENT $ 1,000,001 OFRCER/MEMBER EXCLUDED? n N/A (Mandatary in NH) EL.DISEASE-EA EMPLOYEE$ 1,000,001 If yyes,describe under DESCRIPTON OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ 1,000,006 A Prof.Liability/ 05082778989 02/25/2013 02/25/2014 Limits 5,000,001 • Tech E&O DESCRIPTION OF OPERATIONS/LOCATIONS!VEHICLES(Attach ACORD 101,Additional Remarks Schedule,If more space Is required) City of Oshkosh, its officers, council members, agents employees and olunteers are additional insured on the above policies as required per written contract. 30 day notice of cancellation applies CERTIFICATE HOLDER CANCELLATION OSHKOSH SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE City of Oshkosh Go Transit THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. PO Box 1130 215 Church Avenue AUTHORIZED REPRESENTATIVE Oshkosh,WI 54903-1130 5 1988-2010 ACORD CORPORATION. All rights reserved. ACORD 25(2010/05) The ACORD name and logo are registered marks of ACORD AngetTrax ( Newton,AL I Page 138 -r r - REQUIRED FORMS > Bond Documentation Bond No. 2120405 BID BOND The American Institute of Architects, AIA Document No.A310(February,1970 Edition) KNOW ALL.MEN BY THESE PRESENTS,that we IVS,Inc.dba Anger-flax as Principal hereinafter called the Principal,and Old Republic Surety Company a corporation duly organized under the laws of the state of wi as Surety,hereinafter called the Surety, are held and firmly bound unto City Of Oshkosh GO Transit as Obligee,hereinafter called the Obligee,in the sum of Six Thousand,One Hundred Nineteen Dollars and 37/100 Dollars (S 6,119.37 ), for the payment of which sum well and truly to be made,the said Principal and the said Surety,bind ourselves,our heirs executors,administrators,successors and assigns,jointly and severally,firmly by these presents_ WHEREAS,the Principal has submitted a bid for In-Vehicle Surveillance Equipment NOW,THEREFORE,if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof or in the event of the failure of the Principal to enter such Contract and give such bond or bonds,if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid,then this obligation shall be null and void,otherwise to /remain in full force and effect. j �(� Signed and sealed this Cif day of �U!) , U✓i 3 2 "vr l /_J !`O `t.ia Y Y---) 1VS,Inc.dba AngelTraz Witncsc Principal (Seal) cO By: Richie Howard, President NamerTiile c- A ‘,..,„1/ Old Republic Surety Company Surety (Seal) A4 / 4A-41)-1C' / AAV--406 --- j i, +By: C .,�n a i ,Wmss ,%)✓r c v DouglalShane Sinquefield ' t"..7 Anomuy-in-Fact ORSC 2I328(5/97) • //�\ Ange(Trax I Newton,AL I Page 140 {AngetTrax 2013 Proposal) • tikr....&...,::.:;; S:-.. **** * -*- ** OLD REPITI3LIC SURETY COMP -*-, * *lir* „....,;: ':2A,• ....-Z(POWER..OF ATTORNEY .0'- ---flf.••,>.. 'V'..... KNOW ALL MEN BY THES EPRE'S'ENTS:'that OLD REPUBLIC SURETY COMPANY,a Wisconsin stock insurance caiporation,does marin constMxte and appoint-".:ufzi. .,:447„.:p;:;8: ,ff , ;:.'• :-1:1:-:;:: '::..7,1""":.. .;P'.‘•3,1:. •t., ;,;: 1,••:•':a'. _r_''" ....? ..:1: '',... ...:' .-.7"" Z,: DARLENE JORDAN,DOVGLASEHANE SiNQUEFIELD,HUGH W.WIEEELLESS HI,LISA C bp.x., s,0 DOSHAN,..,A.L .t,". ..e ••••••:„' :::::. I s'll'• ,:in .r....: .,.•,:' •'*:-.1..... ,.,...1". i.::: ;:,..:,; 14 ''''' '3' -•,1 `...„,...:„. v• .•.-3•:' •'-'• ''''''-i?..:,;(.-...W...:- '-•''i `;',T.:....jr.z,;',--:,•"''', -:.,1 ":;.:. :;•-•:.',-:-.•j.*•:!.4•::..i..,„•i:,...., , . e.:, ..•13. , -..; :-. .4 ,:,.. •,:.:.: re...' ..-.. ..:ri .::-. :',.: ..'",iis, -..: its true and lkirful Antirney(s)-in-Fact,with full power and aulthority„not ercrierding S20.-;000,000,for and=behalf err the.company as surety,to execute zisil.a4er and affix the i..:4kckf-ttit'company thereto(Ile seal is reqhined),bondi-,undCrtaldn , :rer3fignzances or other wriiiirlaiiitions in the nature thereo (oth..,4"tbriStiail bonds,bank depository bonds,mortgage deficiency bonds,morteagiguaraftty bonds,gnarantees of MS-aliment paper and note guaanty bonds,self-insurance wurkers.,...., compensation bonds guaranteeing payment orocatfits,asbestos an -1-nenittintiact boids,waste managnment bonds,bazazdo-os waste re-mediation bonds or black itMii , ..,:. bonds), as follows '-' •:...:?..,..:,•s:::,:-::::::-...'g ALL WRITTEN411ETRUMENTS IN AN AMOUNT NOT TO EXCEED AN AGGREGATE OF ,,,,•,....5::.:;N:::,4„,,,,, TWO ffliniDRgp Finy-THOUSAND DOLLARS(S250,000)---FOR ANY SINGLE OBT:4GA.TION.REGARDLESS OF,THE NUMBER OF INSTRUMENTS ISSUED FOR THE OBLIOATION. ..;.::.i..v.1....:, :,.., .., ;.:-; . f..,:::.....,. and to piod9LD REIVELIC SURETY COMPANY thereby,and all of the acts of saidAtthineystth-F4t,mirscantici..theik presents,are ratified and confirmed. .;:1114':itocuin antis no valicl..tmls panteddn colored background antis muln-colared.'Otis'..e'ppointment is made under and...liyaurdaarity ofihe board of directors ":"•••,-:. .Sr aiSPecial meehhg.held,int FebruarSi 18,-1982,,,This•Eowttof Attorney is signed and kealettiloy„facsfinile under ifilltY;:the authority Of thefollowingneaoiuticrns ••.. ,• ,.... ';:4•2 adOPted by the board of directors°gibe OLD REPUBLIC SURETY COMPANY on Fe"bivarY-A;19.t.• ...s.: :::: i'i.: . _ '::;::. ::.i::. ..:;.!-• u• \•„, , :•:, i:-i :: 'C ..""it ',1 ,..:-.'-i: '.'k '.i.: •,. •:•::•-%•••,j1.::::.-:i.' RESOLVED that,the president:any..vice5resident,or assistant vice presirlmnr,in carijn'CiCtion:with the secretary or any assistanf:Stergiary,may appoint . attorneys-in-fact or agents•with authority k.derided or.limiteitin the instrument evidencing the appointment in each case,for and on behalf of the company to execute and deliver and affix the seal of the company te bend;,undertakings,recomaizances,and suretyship obligations of all lands;and saiko155teii may restore any such attorney-in-duct or agent and revolcdarayt.dy,%nT-Attomey previously panted to such person. RESOLVED FURTHER,that any bond,underraldng,recognizance,or suretyship obligation shall be valid and binding upon the Company (i)when signed by tbe president,any vice-president or assistant vice president,and attested and sealed(if a seal be required)by any secretary or assistant secretary;or (ii)when signed by the president,any vice president or assistant vice president,secretary or assistant secretary,and countersigned and sealed(if a seal be required)by a duly atrthorized attorne.);.-in-fact or agent;or ..„,•=1,,r,l ,-.:5„,, (iii)when duly executed an,dseziltil(if a Stalbe required)by one or more attomeys-in-fact or agents pars-cant to and within the thirits.of the andoprity evidenced by the Powerof Astenney.issu4by the company to such person or persons. ;•-ii7 ..:Y**-":,-:. ri.-:' ;:::::,,,,,-,..:., •:.a..•ri.,:-Ea: ::.1 - „I, .'....,.'.0.N1'. RE-SOLI/ED FIT:rata:al:at the signature ofkny ititEo14ed officer end the seal of the company inky4Diifaxedli,fadihritle to any Power of omCy or,..,,.: certification thkeofinthoi*lag theexChirtion:and deltvesy of any bond,modertakina,recognizance 6rnthe'clsure6ishipdbligations of the company and such sign.Ctirre and seal when so uSectshall kart:the same:fort:and effect as though manually affixed_ '''D st-,.... '•„::,.. „:::::: '..•-•,... ..,.--,c, -:: ..,..- kir: .5c,a.: '' ..if ::-.:.: ;:z:;:.:E:-....M:t':>;:p.i., ...''' ''::."'''''''... -:-,- s‘c -:',A1P. A..,:•:::83',,,ii IN WITNESS WHEREOF,OLD REPUBLIC SURETY COMRANY hasoansed these presents to be sigoed.hY its proper officer,and its corporate seal to bef affixed this ;•,...::.:42-11-i day of NOVEMBER:i20-12. ;,1, :• :": ..,:: • ;::.' :i..,„4.-.....,,::,:i. OLD REPUBLIC SURETY COMPANY -E: pki. ,,..,,.j.....-„,,_..,., (9::i_z,,,,,,g,:, „,'i[i..„,.:-„..l:.,..fi.i,..?..f,;,.,K-e t..*,,!;'•l..e:,,,a,-,,N,,,..-„.,-.-". , e- . ., ,. • • t'''-.. ..- /'fr.. , „,... ..,,. •... =Jc.,t .., ,fr ,,w •',' .-,... SATE.34OF WiSCO/1111,;001J1117Y OF WAUKESHA-SE 4`,..,....`0,S,4x:.% .''.:...:•- , v.- ...:... i.., 1;....,:. .1;.,, ..,..:• ...,' ::.t.., fi:.!.- 1::::. 5.<A, ,5.i.. -i: 4. •.•:. .:2•.; ,_ -- ...., On this I2TI-3,- ...a, day of ,: NOVEMBER.2012 ,personally cam-e:bethre': me,, .-•?Y "1:',.Geralfirer-1-,:ach- .: ''.: and 1,.., •,•••• ;1-: :o., _......•_ _.• •, • Phyl ts?M.Iohnkni :..-, u, ,to...me..kuopa,tnt,e the individuals and offieers;qthe OLD REPUBLIC-SURETY COMPANY vencAlcegatut-.gic.ffiove Piris1lxtcoent,and they each aelmowledged the exoeliiiOlofYi Sale,and being by me dul;;4,wiiikdiei'everally depose and say; that tIceY arthe 4i-a.o ceus of iheli.-, •-,,, corporation aforesaid,and that the sE4 affixed totloe above instruntrit is the seal of the corporation,and that said corporate seal and their signatures as Such Officersq ,kem duly affixed and subsonled to theadtd instrument.by the'authority of the board of directors of-said corporation. ;r-: s' • ..--x '',411--------'• .„.. .. . .;"1,'"',,,....-:,-L:....,.'4,:i.','• _.-.7,91.40?.,:-.:- • -.Ai/.1.. It-• 11/.. L14, H.; ....— 1 • • Notary Public My commission expires: 9/28/2014 CERTIFICATE I,the undersigned,assistant secrengtht OLD REPUBLIC SURETY COMPANY,a Wisconsin corporation,CERTIFY that thefotegolpgand attached Power of Attorney remains in full force Kfillis not beelievoked;and furthermore,that the Resolutions of the board of&rectors set forth in Pqw.er of Attorney,are now - -.?..'. :ti..i.... ''DI, in force. 'P t': '-'1, ..?_::. 8°-'90§-'4 :<-'1 'T--...ii'4.t"---4”. 4.ki--, '•,'i -;i ie,.:4'''.t'''''.#1:4- ^5. -:'f...-ign,,-,e, and sealed tt Ci t}•of B tc'D M eld W h;:;R; 1-,-!4• 4.,,,..1 7• 120a -7' t"- 4,f Ari;.2-'5,,,s-.4g- IX t-:', r•P i..1 ...:::. .,,,..: -,... ,o.,,,..,`• ..,-,-,'P ,•:". Q t, ,,,,,,, „ts,' .le,' ..,z •.',=t ,-..%.: .'.1": ::,.. ';',. ,.., .,..._.......awirls: "i:', '''' '''. '''''•:.:5.,. '''' '=- Z'.' ,14111111110.1 Cr?'"'.' P;, _.1.`,.4. _'...; .il4-4,::0:::::,,,,,,,.,.. ', f,'•.,::' 3:.1% %. ".'" ../...r., 13 ::-', a . h;.,. pe A ri--.--.. '-1k - A,...p.sion;sc...- 1..y i: ' • ..". i: '§. 4.• -.• **ft...st en,' c- .,•; .1: i* ••• I! .:.;..;.:.•_:: •,•"`.; : .` •ir...4::1:3• '.■•-t:•••••••-:. II.; ,. g .i.f.,...,. FLOWERS INSURANCE AGENCY,LLC 't,... ii 1., 4 '1';'.:•-''Z•----I.7...'if- i."'!"-.:=7:--2.=--='t:.:.''-i:: "-:,11';:::.'7--'-.-•)•':-.'1":=:.c --'- ',`if:r.j/.7--iP.J';'..--7:t..'-',-1:"'.";-,..11-_:1:5-::.-Vi't..2't!"'.4.-:1';•!P--tr,''--rj','`- ',::: =,:;':'4: 0: ff",;t0-Sfil.1;3.,!;:lriA'S'Mf,',:l:,'iff-..Z"-=:','Ii -,; .-'- ,: 0:'--,3•Itr-•,;T':-7,4•_•'-•72'..---`,':;;"'-,:• •---,- ----,-.,--,,,,IJ.t,';'0,-.:, 1,,,,'-_,T:t•:,:,•-;•,-;•;.::- -1!:;-:::..:=•:;-_-- .....„..._,,,7.--•:-.Tu_..,-..-447 ...„--1-•;-:, 5.,:1-.,,-,-,-c,. _.•-•:7•11...-. ... .:1;.-74,i=1.;:j-7•21::^-=•---iltiC•=7-q--•ii=:•".7;71 ,'.4--,.12-1(tr.14:::,:c•- :•,.;-,,,•:._=:,..:T_..1.!.:...:77._.,,12.:,'•.',1_, F.1::ji!:.:7,2.-,Y,!:_i',:'-!__i=-'(.'S,,,,,.-S,7 A-:'2,1,-f,Y_Z;i,!;:,i-,-,:.i.:-'.1;g 7,'- ':I.-4,-:-.', - ''c===. " 'r, - t t.7 2 1 f„:.,-,,>'.0:1' L -p:.1.14,E.....,,4 r.,p,1,..;:,.: ORSC 221151 ,•W'- ,a., ----- L800.673.1788 I www.angettrax_com I Page 141 {AngeLTrax 2013 Proposal) Fleet Insurance Certificate / ' ® ,4� CERTIFICATE OF LIABILITY INSURANCE DATE(MMfDDIYYYY) 07/16/2013 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT Aldridge Insurance PHONE 1323 North Ironwood ac.No.ExU:(574)232-9999 I FAX No):(574)232-8232 ADDREss:info@aldridgelnsurance.com South Bend,IN 46615 INSURER(S)AFFORDING COVERAGE NAIC# INSURER A:Erie Insurance Exchange INSURED INSURER B: Fleet Electronics Company Lis 30879 Old US 20 East INSURER C: Elkhart,IN 46514 INSURER 0 INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: 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 LIR INSR WVQ. POLICY NUMBER (MM/DD/YYYY) (MM/DO/Y./1'Y) LIMITS GENERAL LIABILITY SEE GARAGE LIABILITY EACH OCCURRENCE DAMAGE TO REN fED COMMERCIAL GENERAL LIABILITY PREMISES(Ea occurrence) $ ICLAIMS-MADE I I OCCUR _MED EXP(My one person) S PERSONAL&ADV INJURY S GENERAL AGGREGATE $ GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS•COMP/OP AGG S 7 POLICY FI jF 6 I1 LOC _ S A AUTOMOBILE LIABILITY 0120580149 12/5/12 12/5/13 (EO MBINEDt)SINGLE LIMIT 1 000000 ANY AUTO BODILY INJURY Per person) S ALL OWNED SCHEDULED BODILY INJURY(Per accident) S AUTOS HIR DSAUTOS _AUUTOSWNED (Per accmTntDAMAGE UMBRELLA LIAB _OCCUR EACH OCCURRENCE S EXCESS LIAB CLAIMS-MADE AGGREGATE S DED I I RETENTIONS _ 5 A WORKERS COMPENSATION 0960500455 12/5/12 1215/13 X I WC TAMITS I0T AND EMPLOYERS'LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE n N/A EL EACH ACCIDENT S 100000 OFFICER/MEMBER EXCLUDED? ' (Mandatory in NH) E.L DISEASE-EA EMPLOYEE 500000 If yes,describe under 100000 DESCRIPTION OF OPERATIONS below EL DISEASE•POLICY LIMIT S DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES(Attach ACORD 101,Additional Remarks Schedule,If more space Is required) CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE ANGEL TRAX THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN 9540 US HWY 84 W ACCORDANCE WITH THE POLICY PROVISIONS. Newton,AL 36352 • AUTHORIZED REPRESENTATIVE f I ©1988-2010 ACORD CORPORATION. All rights reserved. ACORD 25(2010/05) The ACORD name and logo are registered marks of ACORD • 1.800.673.1788 I www.angeltrax.com I Page 139 • • COST PROPOSAL FORM � {Ange[Trax2013 Proposal} GO Transit Cost Proposal Form Cost Proposal Form Please provide prices by system component described below.If there is no charge for a specific component,onen „ t indicate p "N/C"or"No Charge. 57-`FZ �a. n - •�'-,e".5&7 a?`w`r+yx>a '?y``;L -� `i;. :.. - - -- F' oe'x.:?c x�y�N; >�3fi?... r_.:__�rtp�to��r�r:r�;.4.:�,�,�.�,�,�,,r,s.��r� y�,�a�. ��l'��a�P�tice,�or��le�t{�iot �{i'r`ri✓e).u ��. -1 .4e All Hardware(This includes hardware for fleet, as described in Scope of Work;one spare system, including cameras,recording units,removable hard $52,077.53 drives,and integrated alarms and sensors;and ten spare removable storage devices) Please refer to ATXQ5152 for all product manufacturers information and detailed information on pricing. Alf Software $ 10,025.00 Installation &Training g 10,100.00 Three-Year Warranty(attach warranty details) No Charge Annual Software Fees(including but not limited to upgrade and maintenance fees;if such fees are charged,attach additional breakdown of $ 3,000.00 when future fees apply) Other costs (attach breakdown of any additional $ For a detailed list of value added items,with price costs not included above) breakdown,please refere to ATXQ5152. Prices shall be firm for acceptance 35 calendar days from date of opening, or as stated in the special conditions of the RFP. The undersigned hereby offers and agrees to furnish the material or service in compliance with all terms, scope of work,conditions,specifications,and amendments in the Request for Proposals. The undersigned hereby states, under penalty of perjury, that all information provided is true, accurate, and complete and states that he/she has authority to submit this proposal, which will result in a binding contract. The undersigned certifies to have not, either directly or indirectly, entered into any agreement or participated in any collusion or otherwise taken any action in restraint of free competition;that no attempt has been made to induce any other person or firm to submit or not to submit a bid;that this bid has been independently arrived at without collusion with any other proposer, competitor, or potential competitor, that this bid has not been knowingly disclosed prior to the opening of bids of any other proposer or competitor;that the above statement is accurate under penalty of perjury. Katherine Tolar,Vice President of Operations Name of Authorized Individual, Partner, or Corporation 9540 US Hwy.84 West,Newton,AL 36352 Adduess �- ?17..0vff/.�L1 P✓62 Vice President of Operations 07/ 16 / 13 U orized Signature Title Date City of Oshkosh—Department of Transportation • Page 15 Ange[Trax I Newton,AL 1.800.673.1788 I www.angeltrsx.com I Page 113 gX • 1 f3 1 7' c_ Item Description Response Part Number Scope of Work& Functional Requirements The City is open to a variety of camera installation alternatives that will cost-effectively meet its goals.In our initial investigation,we have identified the following as minimum functional requirements(italics indicate enhancements that could provide additional value): Extent of System The vendor shall supply all parts and materials necessary to fulfill these requirements over the entirety of GO Transit's fleet(17 buses).The vendor is welcome to offer proposals to adapt GO Transit's existing camera equipment,cabling and recorders in a way that would meet all of the requirements of this proposal.However,it is expected that the vendor will provide a standard user interface that will span across all buses for which cameras are installed as a part of this request for proposals. Q&A#4 What type of connection does existing cameras has(BNC/DIN/Molex) Connections are a mix of BNC and DIN. Q&A#5 Is GO Transit prefer to use existing cameras? And if so what condition they are in? GO Transit does not prefer the use of existing cameras or equipment. Q&A#34 Are uninstalls of the existing systems required? Yes,complete uninstalls are required(removal of all wiring,DVR,and cameras in 15 buses). When possible,it is acceptable to hide the unplugged cables. Q&A#35 Is disposal of the existing system required by the winning bidder? Yes,the awarded vendor will dispose of the existing system. Cameras • The vendor shall determine the number, Acknowledged and Compliant location and specifications of cameras required to meet our functional requirements. Q&A#22 Do you require cameras to be located on the interior or exterior or both? GO Transit requires interior cameras. Q&A#23 Must cameras be domed or can other tamper resistant housing shapes be used? GO Transit did not specify camera housing shape. Q&A#25 Is it the desire of GO Transit to have to have exterior cameras on each bus?If so please define the exterior views locations(i.e.:curbside view,driver side view or rear view). GO Transit requires interior cameras. When installed on our buses by the vendor or its Acknowledged and Compliant agent per the vendor's recommendations,the cameras collectively shall be able to effectively view the interior of the bus for purposes of surveillance under typical passenger loads.This means that the camera configuration shall provide video coverage of persons entering either door,the driver,front row passengers, and all the way to the rear seating area.Blind spots shall be minimized or eliminated,and that camera images shall have sufficient resolution for typical surveillance purposes.Additionally,a camera shall be able to effectively capture the front-facing exterior view.The vendor may demonstrate compliance with this requirement by one or more of the following: Providing a schematic showing where cameras Acknowledged and Compliant would be located on the bus,and the viewing angles of those cameras. Providing a video demonstration of the proposed camera installation on a bus of similar size and configuration as GO Transit's buses, under typical passenger loads. Each camera shall include its own built-in noise- Acknowledged and Compliant cancelling microphone,such that video and audio are recorded concurrently. If an interior camera is also able to effectively Acknowledged and Compliant record exterior images in a wide range of exterior light conditions(daytime,dawn/dusk, night),this shall be noted as a value added item. If the initial placement of cameras needs to be Acknowledged and Compliant adjusted by the vendor,the vendor shall be responsible for paying for all repairs to restore the ceiling and/or exterior of the bus to its previous condition. Q&A#29 In regards to the repair of the bus should camera placements be required to be moved,is the winning bidder required to repair the locations of the former cameras to the original bus condition,or will Go Transit accept a metal plug on the outside of the bus and a plastic plug on the inside of the bus? We will accept the metal and plastic plug repairs to disguise the former camera locations. Image Quality The cameras shall record in color. Acknowledged and Compliant When in Low Light situations the camera switches to IR and transmits a clean Black and White image. The cameras shall automatically adjust for Acknowledged and Compliant differences in interior and/or exterior lighting When in Low Light situations conditions. the camera switches to IR and transmits a clean Black and White image. The video have a resolution capability of Acknowledged and Exceeds 720x480(higher if available). 720 x 584 Recording The vendor's solution shall retain,using memory Acknowledged and Exceeds Vault with two 500GB or storage integrated as a part of the system,all AngelTrax Vault with two hard drives or Quest recorded video images and audio for a minimum 500GB hard drives will yield at with one 750GB hard of 21 service days.A service day is defined to be 30fps 202-506 hours of drive.Per RH Add 13 hours(6 AM to 7 PM)of continuous recording. recording time depending on PCS5200 Power settings. Conditioner for either Q&A#2 AngelTrax Quest with a single system. Is there a data retention policy in place for on- 750GB hard drive at 15fps will Vehicle storage? yield 243-409 hours of GO Transit current does not have a data recording time depending on retention policy.On page 6 of the RFP,GO Transit states a minimum of 21 service days of settings. storage. The system shall continuously record from all Acknowledged and Compliant installed cameras in the background,starting and stopping with the bus's engine,and requiring no special intervention from vehicle operators to start or stop recording. Q&A#16 Do we want to continue to record and/or download after the bus is turned off for a set time period? No recording is necessary after bus is turned off. Download may be necessary if auto download is requested by user. The system shall also support recording based Acknowledged and Compliant on alarm input,which is initiated when the driver panic button is activated.The vendor's solution shall support creation of separate files for each alarm input,with the alarm recording settings able to be configured independently of those used for normal recording. Q&A#3 Downloading videos are intended to continuously record and flag events,or to record events only? GO Transit requires continuous recording. Q&A#17 What other event/alarm(like turn signal,etc.) needs to be connected to the DVR? GO Transit has only specified an alarm initiated by the driver.Other event/alarms would be considered value-added and should be highlighted by the proposer in the proposal submitted. Q&A#19 How many events typically would be marked in a week? GO Transit typically flags/marks 1-2 events per month. Q&A#20 What inputs will need to be wired to the DVR? Any inputs included in the vendor's proposal should be wired to the DVR. The video and audio from each camera shall be Acknowledged and Compliant integrated. The vendor's solution shall include the ability to Acknowledged and Compliant automatically record date,time,bus number and vehicle activity onto video images. The vendor's solution shall automatically and Acknowledged and Compliant GPS-E1 Option regularly set its time according to a reference AngelTrax DVR has a long life clock,such as through GPS or cellular battery that will run the clock communication;or,it shall have an internal for 15 to 20 years.With GPS clock with minimal drift(no more than 5 minutes per year). El Option GPS automatically updates time for no time loss. The recording unit(s)shall be small enough to be Acknowledged and Compliant Vault fully concealed behind the bus's destination sign 4.13"W x 6.25"H x (2003 model buses)or in the equipment 8.75"D locker/SDS box located above the front driver's side wheel well,which is only available in 2010 and 2013 buses. Quest 4.13"W x 5.31"H x Q&A#31 8.75"D When considering which product to propose,we take into consideration the size of the location for the DVR's storage.Please provide the dimensions of the storage case locations. a.Storage dimension locations on the 2003 New Flyer DL40 are: Destination sign storage— Height 11.5",Depth 12.5"&Width 39" b.Storage dimension locations on the 2003 New Flyer DL35 are:Destination sign storage—Height 11.5",Depth 12.5"&Width 39" c.Storage dimension locations on the 2010 New Flyer DE40LF are: Cabinet storage size-Height 6.5",Depth 19.5"&Width 17.5" d.Storage dimension locations on the 2013 New flyer Excelsior XD-35 are: Cabinet storage size- Height 8.5",Depth 19.5"&Width 15" Q&A#37 Please provide the dimensions of the area behind the bus's destination sign(on the 2003 model buses)and the equipment locker/SDS box on the 2010 and 2013 buses where the storage equipment will be located. Please specify available space beyond any existing equipment currently utilized in the space,if applicable. Basically how much space does vendor have available to utilize. See answers to question#31. Q&A#38 Please provide information for the 2003 Model buses and the 2010/2013 Model bus types identifying"above ceiling access"for wire running and/or equipment installation. This would include existing access panel locations,existing infrastructure in the ceiling as well as height dimensions above ceiling panels. Ceiling depth is approximately 1.5".From headliner to roof,ceiling contains insulation. Q&A#39 Is it possible to schedule an optional vendor on- site visit to review each of the bus models Involved in the protect? Yes.On-site visits must be scheduled at least one day in advance of the visit.On-site visits will be limited to one hour and occur between July, 8,2013 and July 12,2013.To schedule an on- site visit,please contact GO Transit's maintenance supervisor,Greg Maxwell,at gmaxwell @ci.oshkosh.wi.us. Data Retrieval The vendor's solution shall support automatic Acknowledged and Compliant AP Router retrieval of recorded video and audio through an owner-supplied WiFi network,installed at the owner's maintenance garage,where all vehicles are housed outside of service hours. Q&A#1 What"Owner-supplied"wifi Network means? GO Transit would supply the WiFi network. Q&A#6 Does the GO Transit plan to supply their own WiFi Network? Go Transit has planned to provide a Wi-Fi network in our maintenance/vehicle storage facitlity. Q&A#7 Are there any mandated encryption schemes required for the Wi-Fi connectivity?(WPA2, Certificates,PSK,etc.)? WPA-PSK Q&A#9 Does the GO Transit plan to 5ghz,5.8hz or 2.4hz on the Wi-Fi Network? 2.4GHz Q&A#11 What type of network does the GO Transit run (Novell,Windows,etc.)? Windows Q&A#12 How many bus yards are in use for the total bus fleet?If more than 1,how far apart geographically speaking are they?Are all bus yards)'in network?With the rest of the JCPS computers? GO Transit has one bus yard.It is our administration/maintenance facility located at 926 Dempsey Trail,Oshkosh,WI 54902. Q&A#14 What is the network bandwidth? Gb Q&A#24 Will the Wi-Fi infrastructure including access points be installed by the GO Transit or as part of this bid? Wi-Fi will be supplied by GO Transit. Q&A#32 In regards to your Wi-Fi network already in place at your bus barn/storage location,can you provide a map/schematics and the Geo Coordinates of the location so we can properly determine what type of Wi-Fi system to include in our proposal? See answer to questions#6,7,8,9&24.GO Transit does not currently have a Wi-Fi network in place,but plans to install one.Product proposed must comply with standard Wi-Fi protocol. Q&A#33 Please provide a detailed description of the data you wish to download via the Wi-Fi connection at your bus barn. Wi-Fi system design is not included as part of 'this proposal. The WiFi retrieval shall allow users to specify Acknowledged and Compliant MOTOLinx/MOTOTrax dates/times from which video from a specific bus should be retrieved,and have that data downloaded automatically when that bus is within WiFi range within the garage. The vendor's solution shall support removable Acknowledged and Compliant media(hard drive,flash memory or similar)and download via USB cable for manual retrieval of recorded video and audio. The retrieval of data shall be simply Acknowledged and Compliant accomplished. Integration Features As a value added item,the system maybe Acknowledged and Exceeds INT-VSM Option integration with other systems to provide Vault includes Event Signals GFORCE-2 Option enriched video.Possibilities for integration for Headlights,Parking Broke, include:GPS for location data(note:GO Transit Back Up,Service Brake,Right buses do not currently have GPS),speed sensors, inertia sensors,turn signal indicators,and Turn,Left Turn,Door 1,Door braking indicators. 2,Panic.Also integrates with VSM and GFORCE-2 for Speed and Inertia. Video Recording Options A minimum frame rate of 10 frames per second Acknowledged and Exceeds per channel(higher if available). AngelTrax DVR's offer 8,15, and 30 frames per second Q&A#30 options In regards to the frame rate upon playback,we can provide many options that provide increasing clarity of playback.Please advise which of the below options you would prefer to have: f l A frame rate at 10 frames per second on a single 500GB hard drive f 1 A frame rate of 15 frames per second on a single 750GB hard drive f1 A frame rate of 30 frames per second on dual 750GB hard drives(a total of 1.5TB of storage) There are potential solutions that do not fit within the options above.Vendors should propose a solution that meets the requirements listed in the Scope of Work and may propose a solution that produces higher quality video. Produce video output in standard video format Acknowledged and Compliant for playback with the use of the vendor's video management software(see below). GO Transit Viewing Software Requirements The vendor shall provide a viewing software Acknowledged and Compliant solution that will work with the other components of its solution to meet these functional requirements. Q&A#8 Does the GO Transit plan to supply their own storage server for the Wireless Auto Download? Yes. Q&A#18 What type of storage will be at the GO Transit Garage? None,we are on the City of Oshkosh's server. Any additional costs for these features shall be Acknowledged and Compliant reflected in the vendor's price proposal. The viewing software shall work identically and Acknowledged and Compliant consistently for any and all cameras installed on any of the buses. The viewing software shall allow for concurrent Acknowledged and Compliant display of any,some or all interior camera images recorded for a particular bus over a particular time interval,without any images going black.The software shall include the ability to enlarge the image for one or more cameras to provide enhanced image detail. The viewing software shall allow for audio to be Acknowledged and Compliant selected from any individual camera feed. The viewing software shall allow for quick Acknowledged and Compliant selection and extracting of video clips based on date,time,bus number and camera number. The viewing software shall be usable Acknowledged and Compliant concurrently on a minimum of four computers. Q&A#10 How many people will need access to the Auto Download software? GO Transit has requested viewing software on four computers.All four would need access to auto download capability. As a value added item,the viewing software Acknowledged and Exceeds may provide the ability to blur images if needed As a security feature our for privacy purposes. AngelTrax FlexPlay Pro Software comes with the ability to blur images. External Viewing Requirements The vendor's solution shall allow for Acknowledged and Compliant development of standalone files,providing selected clips of recorded video and audio for review by designated individuals outside of GO Transit,such as law enforcement.The file may be provided as an executable format that includes a limited version of the system used by GO Transit,as a video in a non-proprietary format that could be viewed in free media players such as Windows Media Player,Apple .uickTime,or similar. Installation, Training,and Maintenance Requirements The vendor shall provide all cabling and Acknowledged and Compliant connectors required to integrate the system and to support download via USB 2.0. The vendor shall provide on-site installation Acknowledged and Compliant directly or through its agent. Q&A#13 How many buses will be available on a per day basis for installation? 6-8 buses would be available per day for installation.Upon completion of each bus, another bus would be available within 30 minutes. Q&A#15 How many buses can we make available per day for installation? See answer to#13. Q&A#27 Please identify the correct installation address: The installation will take place at GO Transit's maintenance facility located at 926 Dempsey Trail,Oshkosh,WI 54902. Q&A#36 What hours are available for performing installations? Installation hours are Monday-Friday from 6 am to 4 pm.This would not include holidays. The vendor is responsible for all materials and Acknowledged and Compliant equipment until installation and acceptance by GO Transit. The vendor shall provide on-site training with Acknowledged and Compliant initial installation.The training will include troubleshooting,maintenance,system operation,camera adjustment and image reviewing. The vendor shall work around GO Transit's Acknowledged and Compliant operating schedule in installing cameras. The vendor shall provide a three-year warranty Acknowledged and Exceeds on parts,labor and installation.If the warranty AngelTrax Vault and Quest extends beyond the vendor's typical warranty, have a 5 year warranty. the vendor shall include this extended warranty cost in its proposal.(longer warranty period is value added) Q&A#21 What response time is required if there is a problem? For telephone inquiries,GO Transit prefers an immediate or same day response.For on-site repairs or assistance,GO requires a response within 10 business days. The vendor shall include support equipment Acknowledged and Compliant MON7AT that may be needed for dedicated to the system's use,or would greatly improve the system's efficiency and usefulness. The vendor shall provide one(1)spare system, Acknowledged and Compliant Option Spare Vault including cameras and integrated alarms and Option Spare Quest sensors.The vendor shall also supply ten(10) 10 750GB hard drives spare removable media units,beyond those required for normal operation of the system,to allow for GO Transit to review video and maintain data storage. •