BSM Analytics Inc. DBA Mobi Corp.

expired opportunity(Expired)
From: Vermont(State)
39230

Basic Details

started - 16 Dec, 2021 (about 2 years ago)

Start Date

16 Dec, 2021 (about 2 years ago)
due - 31 Dec, 2021 (about 2 years ago)

Due Date

31 Dec, 2021 (about 2 years ago)
Contract

Type

Contract
39230

Identifier

39230
Agency of Administration

Customer / Agency

Agency of Administration
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

Contract #39230 Amendment #1 Revision Date: 05/30/2019 STATE OF VERMONT CONTRACT AMENDMENT It is hereby agreed by and between the State of Vermont, Department of Buildings and General Services, Office of Purchasing and Contracting (the "State") and BSM Analytics Inc dba Mobi Corp., with a principal place of business in Austin, TX (the "Contractor") that the contract between them originally dated as of November 13, 2019, Contract #39230, as amended to date, (the “Contract”) is hereby amended as follows: I. Maximum Amount. The maximum amount payable under the Contract, wherever such reference appears in the Contract, shall be changed from $116,302.73 to $416,302.73, representing an increase of $300,000.00. II. Contract Term. The Contract end date, wherever such reference appears in the Contract, shall be changed from December 10, 2020 to December 10, 2021. Taxes Due to the State. Contractor certifies under the pains and penalties of perjury that, as of the date this contract amendment
is signed, the Contractor is in good standing with respect to, or in full compliance with a plan to pay, any and all taxes due the State of Vermont. Child Support (Applicable to natural persons only; not applicable to corporations, partnerships or LLCs). Contractor is under no obligation to pay child support or is in good standing with respect to or in full compliance with a plan to pay any and all child support payable under a support order as of the date of this amendment. Certification Regarding Suspension or Debarment. Contractor certifies under the pains and penalties of perjury that, as of the date this contract amendment is signed, neither Contractor nor Contractor’s principals (officers, directors, owners, or partners) are presently debarred, suspended, proposed for debarment, declared ineligible or excluded from participation in federal programs, or programs supported in whole or in part by federal funds. Contractor further certifies under pains and penalties of perjury that, as of the date this contract amendment is signed, Contractor is not presently debarred, suspended, nor named on the State’s debarment list at: http://bgs.vermont.gov/purchasing-contracting/debarment SOV Cybersecurity Standard 19-01. All products and service provided to or for the use of the State under this Contract shall be in compliance with State of Vermont Cybersecurity Standard 19-01, which Contractor acknowledges has been provided to it, and is available on-line at the following URL:https://digitalservices.vermont.gov/cybersecurity/cybersecurity-standards-and- directives This document consists of 2 pages. Except as modified by this Amendment No. 1, all provisions of the Contract remain in full force and effect. [Remainder of Page Intentionally Left Blank] http://bgs.vermont.gov/purchasing-contracting/debarment https://digitalservices.vermont.gov/cybersecurity/cybersecurity-standards-and-directives https://digitalservices.vermont.gov/cybersecurity/cybersecurity-standards-and-directives Contract #39230 Amendment #1 Revision Date: 05/30/2019 The signatures of the undersigned indicate that each has read and agrees to be bound by this Amendment to the Contract. STATE OF VERMONT BSM Analytics Inc dba Mobi Corp By: ________________________ By: ___________________________ Name: _____________________ Name: ________________________ Title: ______________________ Title: _________________________ Date: _______________________ Date: _________________________ Michele.Snyder New Stamp Michele.Snyder Commissioner Signature Stamp Contract #25874 Amendment #4 STATE OF VERMONT CONTRACT AMENDMENT It is hereby agreed by and between the State of Vermont, Office of Purchasing and Contracting (the "State") and Interfleet Inc, with a principal place of business in Blaine, WA (the "Contractor") that the contract between them originally dated as of December 10, 2013 Contract #25874, as amended to date, (the “Contract”) is hereby amended as follows: I. Maximum Amount. The maximum amount payable under the Contract, wherever such reference appears in the Contract, shall be changed from $657,750.00 to $767,750.00, representing an increase of $110,000.00. II. Contract Term. The Contract end date, wherever such reference appears in the Contract, shall be changed from December 10, 2018 to December 10, 2019. The Contract Term may be renewed for one additional one-year period at the discretion of the State. III. Attachment C, Standard State Provisions for Contracts and Grants. Attachment C is hereby deleted in its entirety and replaced by the Attachment C December 15, 2017 attached to this Amendment Taxes Due to the State. Contractor certifies under the pains and penalties of perjury that, as of the date this contract amendment is signed, the Contractor is in good standing with respect to, or in full compliance with a plan to pay, any and all taxes due the State of Vermont. Child Support (Applicable to natural persons only; not applicable to corporations, partnerships or LLCs). Contractor is under no obligation to pay child support or is in good standing with respect to or in full compliance with a plan to pay any and all child support payable under a support order as of the date of this amendment. Certification Regarding Suspension or Debarment. Contractor certifies under the pains and penalties of perjury that, as of the date this contract amendment is signed, neither Contractor nor Contractor’s principals (officers, directors, owners, or partners) are presently debarred, suspended, proposed for debarment, declared ineligible or excluded from participation in federal programs, or programs supported in whole or in part by federal funds. Contractor further certifies under pains and penalties of perjury that, as of the date this contract amendment is signed, Contractor is not presently debarred, suspended, nor named on the State’s debarment list at: http://bgs.vermont.gov/purchasing-contracting/debarment This document consists of 9 pages. Except as modified by this Amendment No. 4, all provisions of the Contract remain in full force and effect. http://bgs.vermont.gov/purchasing-contracting/debarment Contract #25874 Amendment #4 The signatures of the undersigned indicate that each has read and agrees to be bound by this Amendment to the Contract. STATE OF VERMONT Interfleet Inc By: ________________________ By: ___________________________ Name: _____________________ Name: ________________________ Title: ______________________ Title: _________________________ Date: _______________________ Date: _________________________ Contract #25874 Amendment #4 ATTACHMENT C: STANDARD STATE PROVISIONS FOR CONTRACTS AND GRANTS REVISED DECEMBER 15, 2017 1. Definitions: For purposes of this Attachment, “Party” shall mean the Contractor, Grantee or Subrecipient, with whom the State of Vermont is executing this Agreement and consistent with the form of the Agreement. “Agreement” shall mean the specific contract or grant to which this form is attached. 2. Entire Agreement: This Agreement, whether in the form of a contract, State-funded grant, or Federally-funded grant, represents the entire agreement between the parties on the subject matter. All prior agreements, representations, statements, negotiations, and understandings shall have no effect. 3. Governing Law, Jurisdiction and Venue; No Waiver of Jury Trial: This Agreement will be governed by the laws of the State of Vermont. Any action or proceeding brought by either the State or the Party in connection with this Agreement shall be brought and enforced in the Superior Court of the State of Vermont, Civil Division, Washington Unit. The Party irrevocably submits to the jurisdiction of this court for any action or proceeding regarding this Agreement. The Party agrees that it must first exhaust any applicable administrative remedies with respect to any cause of action that it may have against the State with regard to its performance under this Agreement. Party agrees that the State shall not be required to submit to binding arbitration or waive its right to a jury trial. 4. Sovereign Immunity: The State reserves all immunities, defenses, rights or actions arising out of the State’s sovereign status or under the Eleventh Amendment to the United States Constitution. No waiver of the State’s immunities, defenses, rights or actions shall be implied or otherwise deemed to exist by reason of the State’s entry into this Agreement. 5. No Employee Benefits For Party: The Party understands that the State will not provide any individual retirement benefits, group life insurance, group health and dental insurance, vacation or sick leave, workers compensation or other benefits or services available to State employees, nor will the State withhold any state or Federal taxes except as required under applicable tax laws, which shall be determined in advance of execution of the Agreement. The Party understands that all tax returns required by the Internal Revenue Code and the State of Vermont, including but not limited to income, withholding, sales and use, and rooms and meals, must be filed by the Party, and information as to Agreement income will be provided by the State of Vermont to the Internal Revenue Service and the Vermont Department of Taxes. 6. Independence: The Party will act in an independent capacity and not as officers or employees of the State. 7. Defense and Indemnity: The Party shall defend the State and its officers and employees against all third party claims or suits arising in whole or in part from any act or omission of the Party or of any agent of the Party in connection with the performance of this Agreement. The State shall notify the Party in the event of any such claim or suit, and the Party shall immediately retain counsel and otherwise provide a complete defense against the entire claim or suit. The State retains the right to participate at its own expense in the defense of any claim. The State shall have the right to approve all proposed settlements of such claims or suits. After a final judgment or settlement, the Party may request recoupment of specific defense costs and may file suit in Washington Superior Court requesting recoupment. The Party shall be entitled to recoup costs only upon a showing that such costs were entirely unrelated to the defense of any claim arising from an act or omission of the Party in connection with the performance of this Agreement. Contract #25874 Amendment #4 The Party shall indemnify the State and its officers and employees if the State, its officers or employees become legally obligated to pay any damages or losses arising from any act or omission of the Party or an agent of the Party in connection with the performance of this Agreement. Notwithstanding any contrary language anywhere, in no event shall the terms of this Agreement or any document furnished by the Party in connection with its performance under this Agreement obligate the State to (1) defend or indemnify the Party or any third party, or (2) otherwise be liable for the expenses or reimbursement, including attorneys’ fees, collection costs or other costs of the Party or any third party. 8. Insurance: Before commencing work on this Agreement the Party must provide certificates of insurance to show that the following minimum coverages are in effect. It is the responsibility of the Party to maintain current certificates of insurance on file with the State through the term of this Agreement. No warranty is made that the coverages and limits listed herein are adequate to cover and protect the interests of the Party for the Party’s operations. These are solely minimums that have been established to protect the interests of the State. Workers Compensation: With respect to all operations performed, the Party shall carry workers’ compensation insurance in accordance with the laws of the State of Vermont. Vermont will accept an out- of-state employer's workers’ compensation coverage while operating in Vermont provided that the insurance carrier is licensed to write insurance in Vermont and an amendatory endorsement is added to the policy adding Vermont for coverage purposes. Otherwise, the party shall secure a Vermont workers’ compensation policy, if necessary to comply with Vermont law. General Liability and Property Damage: With respect to all operations performed under this Agreement, the Party shall carry general liability insurance having all major divisions of coverage including, but not limited to: Premises - Operations Products and Completed Operations Personal Injury Liability Contractual Liability The policy shall be on an occurrence form and limits shall not be less than: $1,000,000 Each Occurrence $2,000,000 General Aggregate $1,000,000 Products/Completed Operations Aggregate $1,000,000 Personal & Advertising Injury Automotive Liability: The Party shall carry automotive liability insurance covering all motor vehicles, including hired and non-owned coverage, used in connection with the Agreement. Limits of coverage shall not be less than $500,000 combined single limit. If performance of this Agreement involves construction, or the transport of persons or hazardous materials, limits of coverage shall not be less than $1,000,000 combined single limit. Additional Insured. The General Liability and Property Damage coverages required for performance of this Agreement shall include the State of Vermont and its agencies, departments, officers and employees as Additional Insureds. If performance of this Agreement involves construction, or the transport of persons or hazardous materials, then the required Automotive Liability coverage shall include the State of Vermont and its agencies, departments, officers and employees as Additional Insureds. Coverage shall be primary and non-contributory with any other insurance and self-insurance. Notice of Cancellation or Change. There shall be no cancellation, change, potential exhaustion of aggregate limits or non-renewal of insurance coverage(s) without thirty (30) days written prior written notice to the State. Contract #25874 Amendment #4 9. Reliance by the State on Representations: All payments by the State under this Agreement will be made in reliance upon the accuracy of all representations made by the Party in accordance with this Agreement, including but not limited to bills, invoices, progress reports and other proofs of work. 10. False Claims Act: The Party acknowledges that it is subject to the Vermont False Claims Act as set forth in 32 V.S.A. § 630 et seq. If the Party violates the Vermont False Claims Act it shall be liable to the State for civil penalties, treble damages and the costs of the investigation and prosecution of such violation, including attorney’s fees, except as the same may be reduced by a court of competent jurisdiction. The Party’s liability to the State under the False Claims Act shall not be limited notwithstanding any agreement of the State to otherwise limit Party’s liability. 11. Whistleblower Protections: The Party shall not discriminate or retaliate against one of its employees or agents for disclosing information concerning a violation of law, fraud, waste, abuse of authority or acts threatening health or safety, including but not limited to allegations concerning the False Claims Act. Further, the Party shall not require such employees or agents to forego monetary awards as a result of such disclosures, nor should they be required to report misconduct to the Party or its agents prior to reporting to any governmental entity and/or the public. 12. Location of State Data: No State data received, obtained, or generated by the Party in connection with performance under this Agreement shall be processed, transmitted, stored, or transferred by any means outside the continental United States, except with the express written permission of the State. 13. Records Available for Audit: The Party shall maintain all records pertaining to performance under this agreement. “Records” means any written or recorded information, regardless of physical form or characteristics, which is produced or acquired by the Party in the performance of this agreement. Records produced or acquired in a machine readable electronic format shall be maintained in that format. The records described shall be made available at reasonable times during the period of the Agreement and for three years thereafter or for any period required by law for inspection by any authorized representatives of the State or Federal Government. If any litigation, claim, or audit is started before the expiration of the three-year period, the records shall be retained until all litigation, claims or audit findings involving the records have been resolved. 14. Fair Employment Practices and Americans with Disabilities Act: Party agrees to comply with the requirement of 21 V.S.A. Chapter 5, Subchapter 6, relating to fair employment practices, to the full extent applicable. Party shall also ensure, to the full extent required by the Americans with Disabilities Act of 1990, as amended, that qualified individuals with disabilities receive equitable access to the services, programs, and activities provided by the Party under this Agreement. 15. Set Off: The State may set off any sums which the Party owes the State against any sums due the Party under this Agreement; provided, however, that any set off of amounts due the State of Vermont as taxes shall be in accordance with the procedures more specifically provided hereinafter. 16. Taxes Due to the State: A. Party understands and acknowledges responsibility, if applicable, for compliance with State tax laws, including income tax withholding for employees performing services within the State, payment of use tax on property used within the State, corporate and/or personal income tax on income earned within the State. Contract #25874 Amendment #4 B. Party certifies under the pains and penalties of perjury that, as of the date this Agreement is signed, the Party is in good standing with respect to, or in full compliance with, a plan to pay any and all taxes due the State of Vermont. C. Party understands that final payment under this Agreement may be withheld if the Commissioner of Taxes determines that the Party is not in good standing with respect to or in full compliance with a plan to pay any and all taxes due to the State of Vermont. D. Party also understands the State may set off taxes (and related penalties, interest and fees) due to the State of Vermont, but only if the Party has failed to make an appeal within the time allowed by law, or an appeal has been taken and finally determined and the Party has no further legal recourse to contest the amounts due. 17. Taxation of Purchases: All State purchases must be invoiced tax free. An exemption certificate will be furnished upon request with respect to otherwise taxable items. 18. Child Support: (Only applicable if the Party is a natural person, not a corporation or partnership.) Party states that, as of the date this Agreement is signed, he/she: A. is not under any obligation to pay child support; or B. is under such an obligation and is in good standing with respect to that obligation; or C. has agreed to a payment plan with the Vermont Office of Child Support Services and is in full compliance with that plan. Party makes this statement with regard to support owed to any and all children residing in Vermont. In addition, if the Party is a resident of Vermont, Party makes this statement with regard to support owed to any and all children residing in any other state or territory of the United States. 19. Sub-Agreements: Party shall not assign, subcontract or subgrant the performance of this Agreement or any portion thereof to any other Party without the prior written approval of the State. Party shall be responsible and liable to the State for all acts or omissions of subcontractors and any other person performing work under this Agreement pursuant to an agreement with Party or any subcontractor. In the case this Agreement is a contract with a total cost in excess of $250,000, the Party shall provide to the State a list of all proposed subcontractors and subcontractors’ subcontractors, together with the identity of those subcontractors’ workers compensation insurance providers, and additional required or requested information, as applicable, in accordance with Section 32 of The Vermont Recovery and Reinvestment Act of 2009 (Act No. 54). Party shall include the following provisions of this Attachment C in all subcontracts for work performed solely for the State of Vermont and subcontracts for work performed in the State of Vermont: Section 10 (“False Claims Act”); Section 11 (“Whistleblower Protections”); Section 12 (“Location of State Data”); Section 14 (“Fair Employment Practices and Americans with Disabilities Act”); Section 16 (“Taxes Due the State”); Section 18 (“Child Support”); Section 20 (“No Gifts or Gratuities”); Section 22 (“Certification Regarding Debarment”); Section 30 (“State Facilities”); and Section 32.A (“Certification Regarding Use of State Funds”). 20. No Gifts or Gratuities: Party shall not give title or possession of anything of substantial value (including property, currency, travel and/or education programs) to any officer or employee of the State during the term of this Agreement. 21. Copies: Party shall use reasonable best efforts to ensure that all written reports prepared under this Agreement are printed using both sides of the paper. Contract #25874 Amendment #4 22. Certification Regarding Debarment: Party certifies under pains and penalties of perjury that, as of the date that this Agreement is signed, neither Party nor Party’s principals (officers, directors, owners, or partners) are presently debarred, suspended, proposed for debarment, declared ineligible or excluded from participation in Federal programs, or programs supported in whole or in part by Federal funds. Party further certifies under pains and penalties of perjury that, as of the date that this Agreement is signed, Party is not presently debarred, suspended, nor named on the State’s debarment list at: http://bgs.vermont.gov/purchasing/debarment 23. Conflict of Interest: Party shall fully disclose, in writing, any conflicts of interest or potential conflicts of interest. 24. Confidentiality: Party acknowledges and agrees that this Agreement and any and all information obtained by the State from the Party in connection with this Agreement are subject to the State of Vermont Access to Public Records Act, 1 V.S.A. § 315 et seq. 25. Force Majeure: Neither the State nor the Party shall be liable to the other for any failure or delay of performance of any obligations under this Agreement to the extent such failure or delay shall have been wholly or principally caused by acts or events beyond its reasonable control rendering performance illegal or impossible (excluding strikes or lock-outs) (“Force Majeure”). Where Force Majeure is asserted, the nonperforming party must prove that it made all reasonable efforts to remove, eliminate or minimize such cause of delay or damages, diligently pursued performance of its obligations under this Agreement, substantially fulfilled all non-excused obligations, and timely notified the other party of the likelihood or actual occurrence of an event described in this paragraph. 26. Marketing: Party shall not refer to the State in any publicity materials, information pamphlets, press releases, research reports, advertising, sales promotions, trade shows, or marketing materials or similar communications to third parties except with the prior written consent of the State. 27. Termination: A. Non-Appropriation: If this Agreement extends into more than one fiscal year of the State (July 1 to June 30), and if appropriations are insufficient to support this Agreement, the State may cancel at the end of the fiscal year, or otherwise upon the expiration of existing appropriation authority. In the case that this Agreement is a Grant that is funded in whole or in part by Federal funds, and in the event Federal funds become unavailable or reduced, the State may suspend or cancel this Grant immediately, and the State shall have no obligation to pay Subrecipient from State revenues. B. Termination for Cause: Either party may terminate this Agreement if a party materially breaches its obligations under this Agreement, and such breach is not cured within thirty (30) days after delivery of the non-breaching party’s notice or such longer time as the non-breaching party may specify in the notice. C. Termination Assistance: Upon nearing the end of the final term or termination of this Agreement, without respect to cause, the Party shall take all reasonable and prudent measures to facilitate any transition required by the State. All State property, tangible and intangible, shall be returned to the State upon demand at no additional cost to the State in a format acceptable to the State. Contract #25874 Amendment #4 28. Continuity of Performance: In the event of a dispute between the Party and the State, each party will continue to perform its obligations under this Agreement during the resolution of the dispute until this Agreement is terminated in accordance with its terms. 29. No Implied Waiver of Remedies: Either party’s delay or failure to exercise any right, power or remedy under this Agreement shall not impair any such right, power or remedy, or be construed as a waiver of any such right, power or remedy. All waivers must be in writing. 30. State Facilities: If the State makes space available to the Party in any State facility during the term of this Agreement for purposes of the Party’s performance under this Agreement, the Party shall only use the space in accordance with all policies and procedures governing access to and use of State facilities which shall be made available upon request. State facilities will be made available to Party on an “AS IS, WHERE IS” basis, with no warranties whatsoever. 31. Requirements Pertaining Only to Federal Grants and Subrecipient Agreements: If this Agreement is a grant that is funded in whole or in part by Federal funds: A. Requirement to Have a Single Audit: The Subrecipient will complete the Subrecipient Annual Report annually within 45 days after its fiscal year end, informing the State of Vermont whether or not a Single Audit is required for the prior fiscal year. If a Single Audit is required, the Subrecipient will submit a copy of the audit report to the granting Party within 9 months. If a single audit is not required, only the Subrecipient Annual Report is required. For fiscal years ending before December 25, 2015, a Single Audit is required if the subrecipient expends $500,000 or more in Federal assistance during its fiscal year and must be conducted in accordance with OMB Circular A-133. For fiscal years ending on or after December 25, 2015, a Single Audit is required if the subrecipient expends $750,000 or more in Federal assistance during its fiscal year and must be conducted in accordance with 2 CFR Chapter I, Chapter II, Part 200, Subpart F. The Subrecipient Annual Report is required to be submitted within 45 days, whether or not a Single Audit is required. B. Internal Controls: In accordance with 2 CFR Part II, §200.303, the Party must establish and maintain effective internal control over the Federal award to provide reasonable assurance that the Party is managing the Federal award in compliance with Federal statutes, regulations, and the terms and conditions of the award. These internal controls should be in compliance with guidance in “Standards for Internal Control in the Federal Government” issued by the Comptroller General of the United States and the “Internal Control Integrated Framework”, issued by the Committee of Sponsoring Organizations of the Treadway Commission (COSO). C. Mandatory Disclosures: In accordance with 2 CFR Part II, §200.113, Party must disclose, in a timely manner, in writing to the State, all violations of Federal criminal law involving fraud, bribery, or gratuity violations potentially affecting the Federal award. Failure to make required disclosures may result in the imposition of sanctions which may include disallowance of costs incurred, withholding of payments, termination of the Agreement, suspension/debarment, etc. 32. Requirements Pertaining Only to State-Funded Grants: A. Certification Regarding Use of State Funds: If Party is an employer and this Agreement is a State-funded grant in excess of $1,001, Party certifies that none of these State funds will be used to interfere with or restrain the exercise of Party’s employee’s rights with respect to unionization. B. Good Standing Certification (Act 154 of 2016): If this Agreement is a State-funded grant, Party hereby represents: (i) that it has signed and provided to the State the form prescribed by the Secretary of Administration for purposes of certifying that it is in good standing (as provided in Contract #25874 Amendment #4 Section 13(a)(2) of Act 154) with the Agency of Natural Resources and the Agency of Agriculture, Food and Markets, or otherwise explaining the circumstances surrounding the inability to so certify, and (ii) that it will comply with the requirements stated therein. (End of Standard Provisions) 1 AUTOMATIC VEHICLE LOCATION SYSTEM (AVL) WT 9000 GPS/AVL HARDWARE, INSTALLATION AND ACTIVATION 0.00 0.00 705.00000EA WT 9000 LOCATORS ARE SUPPLIED WITH HSPA MODEMS AND INCLUDE ALL ACCESSORIES, INSTALLATION AND ACTIVATION FEE. 2 WT 9000 WEBTECH MAINTENANCE FEES: 0.00 0.00 0.01000EA INTERFLEET 10 SECOND REPORTING: $32.00 INTERFLEET 30 SECOND REPORTING: $28.00 INTERFLEET 1 MINUTE REPORTING: $25.00 INTERFLEET STANDBY FEE: $12.00 3 WT 9000 PROFESSIONAL SERVICES: 0.00 0.00 0.01000EA - PROJECT MANAGER - (THIS PRICE IS BASED ON A SCOPE OF 300 VEHICLES. PRICE WILL VARY IF SCOPE IS MODIFIED): $12,000.00 - SOLUTIONS ENGINEER - (THIS PRICE IS BASED ON A SCOPE OF 300 VEHICLES. PRICE WILL VARY IF SCOPE IS MODIFIED): $4,050.00 - ON-SITE SOFTWARE TRAINING (1/2 DAY FOR 20 PARTICIPANTS, INCLUDING TRAINING MANUALS): $1,000.00 - WEB BASED SOFTWARE TRAINING (1/2 DAY FOR 20 PARTICIPANTS, INCLUDING TRAINING MANUALS ): $500.00 4 WT 9000 OPTIONAL ACCESSORIES AND INSTALLATION PER THE ATTACHED WEBTECH PRICE LIST 0.00 0.00 0.01000EA 5 WT 9000 OPTIONAL REPORTS & SERVICES 0.00 0.00 0.01000EA DATA TRANSFER WEB SERVICE: DATA TRANSFER WEB SERVICE (SEND DATA TO THIRD PARTY APPLICATIONS $100 APPLICABLE MONTHLY FEE): $1500 OPTIONAL REPORT COSTS (ONE TIME COST): WINTER OPERATIONS REPORT (DAY BASED OR TRIP BASED REPORT FOR MATERIAL USAGE: $1200 SWEEPER REPORT (DAY BASED OR TRIP BASED REPORT FOR SWEEPER OPERATIONS): $1200 CUSTOMER SERVICE REPORT (IDENTIFIES VEHICLE ACTIVITY NEAR ADDRESS): $1200 PANIC BUTTON EXCEPTION VIEWER (EVENT VIEWER FOR PANIC BUTTON EVENTS): $1200 *ADVANCED WINTER OPERATIONS REPORT (ROUTE OR SEGMENT BASED USING CUSTOMER MAP DATA): $4800 *ROUTE COMPLETION REPORT (IDENTIFIES PERCENTAGE OF ROUTE COMPLETION AND SEGMENTS MISSED): $4800 *LIVE ROUTE COMPLETION WINDOW (COLOR CODES ROAD SEGMENTS BASED ON COMPLETION): $6000 *MAINTENANCE REPORT (TO CAPTURE MILEAGE THRESHOLDS): $6420 **PUBLIC WEB SITE (ALLOWS CITIZENS TO SEE VEHICLE LOCATIONS ON A TIME DELAY): $7000 OPTIONAL REPORT MONTHLY COSTS (PER VEHICLE PER MONTH): *APPLICABLE MONTHLY PER VEHICLE FEE FOR CERTAIN OPTIONAL REPORTS IDENTIFIED ABOVE: $4.00 CONTRACT State of Vermont Contract ID 0000000000000000000025874 Page 1 of 13 Contract Dates 12/10/2013 to 12/10/2017 Origin CPS Description: CPS-AUTO VEHICLE LOCATION SYS Contract Maximum $9,999,990.00 Buyer Name Buyer Phone Contract Status Stephen A Fazekas Approved Buildings and General Services Office of Purchasing & Contracting 109 State St Montpelier VT 05609-3001 United States Vendor ID 0000311402 Interfleet Inc. 1685 H Street Blaine WA 98230 United States Phone #: Unit Max Max Line # Item ID Item Desc UOM Price Qty Amt **APPLICABLE MONTHLY PER VEHICLE FEE FOR PUBLIC WEB SITE: $15.00 DATA TRANSFER WEB SERVICE (SEND DATA TO THIRD PARTY APPLICATIONS, $100 APPLICABLE MONTHLY FEE): $1500 WINTER OPERATIONS REPORT (WAIVED FOR VT AGENCY OF TRANSPORTATION): $750 ROAD MAINTENANCE REPORT: $1500 ROUTE COMPLETION MAPPING REPORT (PRICE CAN VARY DEPENDING ON GIS DATA): $5000 6 WT 9000 OPTIONAL MAINTENANCE PLAN: 0.00 0.00 0.01000EA BRONZE MAINTENANCE PLAN LEVEL: $53.00 ANNUALLY PROVIDES AN EXTENDED 1, 2 OR 3 YEAR WARRANTY. THE MAINTENANCE AGREEMENT MAY BE PURCHASED AT ANY TIME, BUT WHEN PURCHASED AT THE TIME OF ORDER, CUSTOMER WILL RECEIVE AN IMMEDIATE UPGRADE TO THE ENHANCED FEATURES OF THE BRONZE MAINTENANCE PLAN, BRONZE MAINTENANCE PLAN FEATURES: -CONTRACTOR PAYS ALL LABOR AND REPAIRS ON DEFECTIVE EQUIPMENT. -CONTRACTOR PROVIDES SUPPOR FOR ALL SOFTWARE, FIRMWARE AND HARDWARE FIXES (WHERE APPLICABLE). -CONTRACTOR COVERS RETURN SHIPPING COSTS FROM DEPOT (1 WAY) -CONTRACTOR PROVIDES ANNUAL BILLING ENHANCED FEATURES: CUSTOMER WILL RECEIVE SPARE HARDWARE TO REPLACE ANY DEFECTIVE EQUIPMENT IMMEDIATELY. GOLD MAINTENANCE PLAN LEVEL: $69.00 ANNUALLY PROVIDES AN EXTENDED 1, 2 OR 3 YEAR WARRANTY. THE MAINTENANCE AGREEMENT MAY BE PURCHASED AT ANY TIME, BUT WHEN PURCHASED AT THE TIME OF ORDER, CUSTOMER WILL RECEIVE AN IMMEDIATE UPGRADE TO THE ENHANCED FEATURES OF THE GOLD MAINTENANCE PLAN, FEATURES: -CONTRACTOR PAYS ALL LABOR AND REPAIRS ON DEFECTIVE EQUIPMENT. -CONTRACTOR PAYS FOR REMOVAL AND REPLACEMENT OF DEFECTIVE EQUIPMENT -CONTRACTOR PROVIDES SUPPOR FOR ALL SOFTWARE, FIRMWARE AND HARDWARE FIXES (WHERE APPLICABLE). -CONTRACTOR COVERS SHIPPING COSTS FROM DEPOT (2 WAY) -CONTRACTOR PROVIDES ANNUAL BILLING ENHANCED FEATURES: CUSTOMER WILL RECEIVE SPARE HARDWARE TO REPLACE ANY DEFECTIVE EQUIPMENT IMMEDIATELY. REMOVAL OF HARDWARE: $80.00 CONTRACT State of Vermont Contract ID 0000000000000000000025874 Page 2 of 13 Contract Dates 12/10/2013 to 12/10/2017 Origin CPS Description: CPS-AUTO VEHICLE LOCATION SYS Contract Maximum $9,999,990.00 Buyer Name Buyer Phone Contract Status Stephen A Fazekas Approved Buildings and General Services Office of Purchasing & Contracting 109 State St Montpelier VT 05609-3001 United States Vendor ID 0000311402 Interfleet Inc. 1685 H Street Blaine WA 98230 United States Phone #: Unit Max Max Line # Item ID Item Desc UOM Price Qty Amt 7 AUTOMATIC VEHICLE LOCATION SYSTEM (AVL) WT 5130 GPS/AVL HARDWARE, INSTALLATION AND ACTIVATION 0.00 0.00 420.00000EA WT 5130 LOCATORS ARE SUPPLIED WITH HSPA MODEMS AND INCLUDE ALL ACCESSORIES, INSTALLATION AND ACTIVATION FEE. 8 WT 5130 WEBTECH MAINTENANCE FEES: 0.00 0.00 0.01000EA INTERFLEET 10 SECOND REPORTING: $32.00 INTERFLEET 30 SECOND REPORTING: $28.00 INTERFLEET 1 MINUTE REPORTING: $25.00 INTERFLEET STANDBY FEE: $12.00 9 WT 5130 PROFESSIONAL SERVICES: 0.00 0.00 0.01000EA - PROJECT MANAGER - (THIS PRICE IS BASED ON A SCOPE OF 300 VEHICLES. PRICE WILL VARY IF SCOPE IS MODIFIED): $12,000.00 - SOLUTIONS ENGINEER - (THIS PRICE IS BASED ON A SCOPE OF 300 VEHICLES. PRICE WILL VARY IF SCOPE IS MODIFIED): $4,050.00 - ON-SITE SOFTWARE TRAINING (1/2 DAY FOR 20 PARTICIPANTS, INCLUDING TRAINING MANUALS): $1,000.00 - WEB BASED SOFTWARE TRAINING (1/2 DAY FOR 20 PARTICIPANTS, INCLUDING TRAINING MANUALS ): $500.00 10 WT 5130 OPTIONAL ACCESSORIES (INCLUDES INSTALLATION) PER THE ATTACHED WEBTECH PRICE LIST 0.00 0.00 0.01000EA 11 WT 5130 OPTIONAL REPORTS & SERVICES 0.00 0.00 0.01000EA DATA TRANSFER WEB SERVICE: DATA TRANSFER WEB SERVICE (SEND DATA TO THIRD PARTY APPLICATIONS $100 APPLICABLE MONTHLY FEE): $1500 OPTIONAL REPORT COSTS (ONE TIME COST): WINTER OPERATIONS REPORT (DAY BASED OR TRIP BASED REPORT FOR MATERIAL USAGE: $1200 SWEEPER REPORT (DAY BASED OR TRIP BASED REPORT FOR SWEEPER OPERATIONS): $1200 CUSTOMER SERVICE REPORT (IDENTIFIES VEHICLE ACTIVITY NEAR ADDRESS): $1200 PANIC BUTTON EXCEPTION VIEWER (EVENT VIEWER FOR PANIC BUTTON EVENTS): $1200 *ADVANCED WINTER OPERATIONS REPORT (ROUTE OR SEGMENT BASED USING CUSTOMER MAP DATA): $4800 *ROUTE COMPLETION REPORT (IDENTIFIES PERCENTAGE OF ROUTE COMPLETION AND SEGMENTS MISSED): $4800 *LIVE ROUTE COMPLETION WINDOW (COLOR CODES ROAD SEGMENTS BASED ON COMPLETION): $6000 *MAINTENANCE REPORT (TO CAPTURE MILEAGE THRESHOLDS): $6420 **PUBLIC WEB SITE (ALLOWS CITIZENS TO SEE VEHICLE LOCATIONS ON A TIME DELAY): $7000 OPTIONAL REPORT MONTHLY COSTS (PER VEHICLE PER MONTH): *APPLICABLE MONTHLY PER VEHICLE FEE FOR CERTAIN OPTIONAL REPORTS IDENTIFIED ABOVE: $4.00 CONTRACT State of Vermont Contract ID 0000000000000000000025874 Page 3 of 13 Contract Dates 12/10/2013 to 12/10/2017 Origin CPS Description: CPS-AUTO VEHICLE LOCATION SYS Contract Maximum $9,999,990.00 Buyer Name Buyer Phone Contract Status Stephen A Fazekas Approved Buildings and General Services Office of Purchasing & Contracting 109 State St Montpelier VT 05609-3001 United States Vendor ID 0000311402 Interfleet Inc. 1685 H Street Blaine WA 98230 United States Phone #: Unit Max Max Line # Item ID Item Desc UOM Price Qty Amt **APPLICABLE MONTHLY PER VEHICLE FEE FOR PUBLIC WEB SITE: $15.00 DATA TRANSFER WEB SERVICE (SEND DATA TO THIRD PARTY APPLICATIONS, $100 APPLICABLE MONTHLY FEE): $1500 WINTER OPERATIONS REPORT (WAIVED FOR VT AGENCY OF TRANSPORTATION): $750 ROAD MAINTENANCE REPORT: $1500 ROUTE COMPLETION MAPPING REPORT (PRICE CAN VARY DEPENDING ON GIS DATA): $5000 12 WT 5130 OPTIONAL MAINTENANCE PLAN: 0.00 0.00 0.01000EA BRONZE MAINTENANCE PLAN LEVEL: $15.00 ANNUALLY PROVIDES AN EXTENDED 1, 2 OR 3 YEAR WARRANTY. THE MAINTENANCE AGREEMENT MAY BE PURCHASED AT ANY TIME, BUT WHEN PURCHASED AT THE TIME OF ORDER, CUSTOMER WILL RECEIVE AN IMMEDIATE UPGRADE TO THE ENHANCED FEATURES OF THE BRONZE MAINTENANCE PLAN, BRONZE MAINTENANCE PLAN FEATURES: -CONTRACTOR PAYS ALL LABOR AND REPAIRS ON DEFECTIVE EQUIPMENT. -CONTRACTOR PROVIDES SUPPOR FOR ALL SOFTWARE, FIRMWARE AND HARDWARE FIXES (WHERE APPLICABLE). -CONTRACTOR COVERS RETURN SHIPPING COSTS FROM DEPOT (1 WAY) -CONTRACTOR PROVIDES ANNUAL BILLING ENHANCED FEATURES: CUSTOMER WILL RECEIVE SPARE HARDWARE TO REPLACE ANY DEFECTIVE EQUIPMENT IMMEDIATELY. GOLD MAINTENANCE PLAN LEVEL: $24.00 ANNUALLY PROVIDES AN EXTENDED 1, 2 OR 3 YEAR WARRANTY. THE MAINTENANCE AGREEMENT MAY BE PURCHASED AT ANY TIME, BUT WHEN PURCHASED AT THE TIME OF ORDER, CUSTOMER WILL RECEIVE AN IMMEDIATE UPGRADE TO THE ENHANCED FEATURES OF THE GOLD MAINTENANCE PLAN, FEATURES: -CONTRACTOR PAYS ALL LABOR AND REPAIRS ON DEFECTIVE EQUIPMENT. -CONTRACTOR PAYS FOR REMOVAL AND REPLACEMENT OF DEFECTIVE EQUIPMENT -CONTRACTOR PROVIDES SUPPOR FOR ALL SOFTWARE, FIRMWARE AND HARDWARE FIXES (WHERE APPLICABLE). -CONTRACTOR COVERS SHIPPING COSTS FROM DEPOT (2 WAY) -CONTRACTOR PROVIDES ANNUAL BILLING ENHANCED FEATURES: CUSTOMER WILL RECEIVE SPARE HARDWARE TO REPLACE ANY DEFECTIVE EQUIPMENT IMMEDIATELY. REMOVAL OF HARDWARE: $80.00 CONTRACT TERMS AND ADDITIONAL INFORMATION CONTRACT State of Vermont Contract ID 0000000000000000000025874 Page 4 of 13 Contract Dates 12/10/2013 to 12/10/2017 Origin CPS Description: CPS-AUTO VEHICLE LOCATION SYS Contract Maximum $9,999,990.00 Buyer Name Buyer Phone Contract Status Stephen A Fazekas Approved Buildings and General Services Office of Purchasing & Contracting 109 State St Montpelier VT 05609-3001 United States Vendor ID 0000311402 Interfleet Inc. 1685 H Street Blaine WA 98230 United States Phone #: Unit Max Max Line # Item ID Item Desc UOM Price Qty Amt SCOPE OF CONTRACT: TO PROVIDE AND INSTALL AUTOMATIC VEHICLE LOCATION SYSTEMS (AVL) FOR THE VERMONT AGENCY OF TRANSPORTATION. CONTRACT PERIOD: DECEMBER 10, 2013 - DECEMBER 10, 2015, WITH OPTION TO RENEW FOR TWO ADDITIONAL ONE YEAR PERIODS. AUTOMATIC VEHICLE LOCATION SYSTEM 1. General Requirements 1.1 The system must operate in field conditions experienced in the daily operation of all fleet vehicles & equipment. The types of vehicles that could be supplied with Automatic Vehicle Location (AVL) units are snow plows, material spreaders, patrol vehicles, sweepers, pickup trucks, line striping trucks, loaders, etc. 1.2 The overall system shall track, store, and report the movements and actions of the fleet in real-time. 1.3 The system must be web based and compatible with Microsoft Internet Explorer, version 8.0 (or later). 1.4 The solution software application must be up and running a minimum of 99% of operating hours. 1.5 Data transmission rates shall be configurable. Some vehicles will require real-time reporting (every 3 seconds, 5 seconds, 10 seconds, and 30 seconds) while others will require less frequent updates (1 minute, 3 minutes, and 5 minutes). System shall also have the ability to report on event changes and distance and turn by turn or a combination thereof. System must be able to provide reporting as high as 3 seconds. 1.6 The system must allow for future enhancements that can allow for easy configuration, expansion, and scalability, i.e. addition of vehicles, addition of reports, addition of hardware integrations, etc. 2. Configuration/Administration/Security Requirements 2.1 System display shall be depicted only after authorization and authentication of the user is completed. 2.2 The user interface shall only present the vehicles and permissions which that user has authorization to see. Privileges shall be based on assigned username and password. 2.3 Multiple users shall be able to access the system simultaneously from multiple locations. 2.4 Each vehicle on the map shall have a unique identifier as determined by the customer. 2.5 All data collected and transferred shall be encrypted and secured from unauthorized access. 2.6 The list of authorized users shall be determined by the customer. 2.7 Contractor shall protect the State's data and access to that data. 3. Hardware/Firmware Requirements 3.1 The Contractor must offer a wide variety of AVL units to meet simple tracking requirements as well as complex system integrations in order to accommodate the various requirements for the wide range of vehicles in the fleet. 3.2 The AVL unit shall be mounted securely inside the vehicle's cab and must operate on vehicle electric power (12V or 24V). 3.3 AVL unit power management feature or charge guards to be provided upon request to ensure uninterrupted service is provided when ignition is off for a period of time. 3.4 The antenna must be suitable for all equipment mounting (i.e. permanent or magnetic mount). CONTRACT State of Vermont Contract ID 0000000000000000000025874 Page 5 of 13 Contract Dates 12/10/2013 to 12/10/2017 Origin CPS Description: CPS-AUTO VEHICLE LOCATION SYS Contract Maximum $9,999,990.00 Buyer Name Buyer Phone Contract Status Stephen A Fazekas Approved Buildings and General Services Office of Purchasing & Contracting 109 State St Montpelier VT 05609-3001 United States Vendor ID 0000311402 Interfleet Inc. 1685 H Street Blaine WA 98230 United States Phone #: Unit Max Max Line # Item ID Item Desc UOM Price Qty Amt 3.5 Basic Automatic Vehicle Location (AVL) Unit: Simple Tracking unit must at a minimum, interface to three (3) telemetry inputs. 3.6 Advanced AVL Unit (with on-board systems integration functionality): AVL unit must at a minimum, interface to fourteen (14) digital sensor inputs, four (4) analog to digital input, four (4) dedicated outputs, two (2) RS232 communication Ports, one (1) USB Port, and an Ethernet port for in-vehicle internet connectivity. 3.7 The system shall interface to on-board discrete sensor inputs and 3rd party data logging systems simultaneously. 3.8 Advanced AVL unit must be equipped with an on-board Operating System with a Web Server Platform and the hard drive shall support a minimum 2GB storage. 3.9 Reporting configuration parameters must also include reporting based on change in distance, reporting based on change in time, and reporting based on change in degrees. 3.10 Firmware must be remotely upgradeable via wireless interface from a central location. 3.11 AVL units will be capable of remote configuration. Remote AVL configuration options must include: Distance and time reporting intervals Destinations for data communications Sensor status changes and expansion of devices 3.12 AVL units must transmit data via a wireless network carrier and must operate on GSM/GPRS networks. The customer shall have the option to leverage its existing contract with its wireless carrier. 3.13 AVL units must be equipped with high speed HSPA modems. 3.14 GPS and telematic data shall be stored on-board the AVL unit when cellular signal is lost and sent when the cellular connection is regained. 3.15 AVL unit shall be water, shock, and vibration resistant. 3.16 AVL unit Operating Temperature shall be in a range from -40 C to + 80 C and Operating Humidity up to 95%. 3.17 AVL unit Positional Accuracy shall be 2.5 meters minimum, Velocity Accuracy shall be no less than 1 meter per second, and Heading Accuracy to be 5 degrees minimum. 3.18 The GPS receiver must be able to track coarse acquisition code and link one frequency on at least 16 parallel continuous tracking channels with an update rate to be once per second 3.19 Contractor shall provide twenty (20) portable (plug-in) 12-volt Advanced AVL/GPS units that can be utilized in the event of a unit breakdown or in spare trucks. 4. Telematics Requirements 4.1 AVL units must send the collected data automatically to a data warehouse system hosted by the Contractor. Pricing includes all associated cell phone and/or data charges. 4.2 The system must allow for additional integration capabilities to on-board discrete sensory interfaces and 3rd party data logging system through RS232, USB, and/or RJ45 port connections. This includes Road and Air Temperature Sensors from Vaisala and Roadwatch, in-cab Mobile Data Terminals, and Driver ID functionality. 4.3 The system shall be interface to Cirus, Dickey John (Control Point and Flex 4), and Schmidt-Statos spreader control systems. Provide quotes for any necessary cables and/or associated hardware. The data that should be collected, stored, and reported includes materials selected, material application rates, gate setting, blast on/off, pause on/off, and error status. The system shall also be able to interface to other electronic spreader control systems, including: CONTRACT State of Vermont Contract ID 0000000000000000000025874 Page 6 of 13 Contract Dates 12/10/2013 to 12/10/2017 Origin CPS Description: CPS-AUTO VEHICLE LOCATION SYS Contract Maximum $9,999,990.00 Buyer Name Buyer Phone Contract Status Stephen A Fazekas Approved Buildings and General Services Office of Purchasing & Contracting 109 State St Montpelier VT 05609-3001 United States Vendor ID 0000311402 Interfleet Inc. 1685 H Street Blaine WA 98230 United States Phone #: Unit Max Max Line # Item ID Item Desc UOM Price Qty Amt CompuSpread Epoke Force America (5100 and 6100) Parker Certified Power (GL400 and ACS) Accucast ACE 4.4 The system shall interface to the vehicle's on-board computer to collect engine data available via OBDII and the SAE standard J1708, CANBUS, and J1939 networks. Such information shall include but not be limited to: Engine Speed; RPM; Coolant Temperature; Fuel Level; Trip Fuel; Oil Pressure; and Battery Voltage. If Engine Hours and Odometer values are unavailable from the vehicle's on-board computer the system must calculate virtual Odometer and Engine Hours based on the reporting of the vehicle and GPS distance. 5. Vehicle Data Requirements for Spreader Control Systems 5.1 The information collected from electronic spreader control systems shall include: Material being used Dry material application rate Wet material application rate Spinner mode (single, dual, side rear) Pause status Error event status The system will provide real time spread rates and other information based on information received from the vehicle's spreader control system. The unit shall interface to the spreader control systems via a serial cable integration. 5.2 Contractor must provide Winter Reports using data from all electronic spreader control systems. Users shall be able to select all, multiple, or individual vehicles and date(s) and timeframe for each report. Report shall output at a minimum vehicle ID, date/time, vehicle spreading time/distance, deadheading time/distance, vehicle total travel time/distance, dry material usage, liquid material usage, and avg. application rate. 5.3 The AVL unit must communicate with equipment sensors installed on the vehicle to report their present status and changes to their status in real-time. The sensors, such as proximity switches, infrared, magnetic read switches, micro limit switches, hydraulic switches, or equivalent must be able to communicate their present status to the equipment with necessary cabling connected to onboard equipment when required. 6. User Interface Requirements 6.1 Users shall be able to view the position of their fleet vehicles at any point of time via a standard web browser (eg. Microsoft Internet explorer, version 8.0 (or later)) on their personal computer. The primary display shall be a map view of state wide fleet vehicles as well in individual regions via login passwords 6.2 The system shall allow viewing of a vehicle in motion leaving tracks or "breadcrumbs" as it travels showing all operations (GPS & Telematic data) as they occur. Users shall be able to view the above mentioned data for their entire fleet or select a specific vehicle(s) for a login session using a Filter Tool. CONTRACT State of Vermont Contract ID 0000000000000000000025874 Page 7 of 13 Contract Dates 12/10/2013 to 12/10/2017 Origin CPS Description: CPS-AUTO VEHICLE LOCATION SYS Contract Maximum $9,999,990.00 Buyer Name Buyer Phone Contract Status Stephen A Fazekas Approved Buildings and General Services Office of Purchasing & Contracting 109 State St Montpelier VT 05609-3001 United States Vendor ID 0000311402 Interfleet Inc. 1685 H Street Blaine WA 98230 United States Phone #: Unit Max Max Line # Item ID Item Desc UOM Price Qty Amt 6.3 The map display shall be such that vehicle position and status automatically updates on screen without any input from the end-user. Additionally, end-users shall be able to view the status of monitored on-board vehicle equipment with each fix or report. 6.4 The system must have an easy "intuitive" navigation sequence (i.e. navigator bar and/or tabs for easy access to various functional screens). Tools shall include but not be limited to: Map navigational tools (zoom in/out, center, pan, etc.); Automatic Vehicle Location Tool; Breadcrumbs; Filter Tool; Historical Data; and Reports. 6.5 User shall have options to select from different map views of the map in order to accommodate varying business requirements, desktop equipment performance, and Internet connectivity. 7. Mapping Requirements 7.1 The mapping display shall be Open GIS based and be able to integrate with any static internal databases or external dynamic databases. 7.2 The system must use a customer's existing map data as the background image generator for the AVL display. 7.3 The information captured by the equipment must be fully integrated with SQL 2008. 7.4 The system must have the capability to create, edit, and delete Landmarks/geofences and be displayed on the map. In addition the Landmarks shall be identified in the reports. 8. Reporting Requirements 8.1 Collected data shall be accessible on-line for a period of up to fifteen (15) months. Data beyond the 15 month period shall be reinstated online and available to the users upon request. Data shall be archived indefinitely. All data collected under this Contract shall be the sole property of the State. Within thirty (30) days of the termination or other expiration of this Contract, Contractor shall provide to the State, in a form acceptable to the State, a complete set of all data collected during the Contract term 8.2 The system shall provide easy to use reporting tools to provide all reported data. Reports shall have the option of exporting to Excel. 8.3 The system shall generate summary reports based on data supplied and user's input. 8.4 Reports shall be based on a single or group of vehicles, all vehicles and/or activities by user supplied 8.5 The system shall allow for the playback of historical data on the map. The playback feature shall provide fast forward, rewind, and pause capabilities. In addition to date and timeframe, users shall also be able to select all, multiple, or individual vehicles. 8.6 Playback history shall include the ability to leave tracks or "breadcrumbs" depicting progress along a roadway. This function shall enable the user to view data that has been collected from the vehicle (GPS and telematic data). 8.7 Users shall be able to generate standard reports summarizing vehicle activity by selecting the vehicle(s), date, and timeframe. Information shall include but not be limited to: Distance Traveled Hours Traveled Number of Stops PTO time usage CONTRACT State of Vermont Contract ID 0000000000000000000025874 Page 8 of 13 Contract Dates 12/10/2013 to 12/10/2017 Origin CPS Description: CPS-AUTO VEHICLE LOCATION SYS Contract Maximum $9,999,990.00 Buyer Name Buyer Phone Contract Status Stephen A Fazekas Approved Buildings and General Services Office of Purchasing & Contracting 109 State St Montpelier VT 05609-3001 United States Vendor ID 0000311402 Interfleet Inc. 1685 H Street Blaine WA 98230 United States Phone #: Unit Max Max Line # Item ID Item Desc UOM Price Qty Amt Start/Stop times Idle times Vehicle Status (i.e. stopped, moving, etc.) 8.8 In addition to standard reports, the system shall generate exception reports for parameters such as Speed Idle time Zones Input based exceptions (i.e. Panic buttons, PTO times, etc.) Data logging exceptions (i.e. mileage, odometer value, etc.) All exceptions shall be displayed in real-time on the application and be sent automatically to specified users via email (to blackberries, SMS text, cell phones & pagers). 8.9 Contractor must provide Winter Reports using data from all electronic spreader control systems. Users shall be able to select all, multiple, or individual vehicles and date(s) and timeframe for each report. Report shall output at a minimum vehicle ID, date/time, vehicle spreading time/distance, deadheading time/distance, vehicle total travel time/distance, dry material usage, liquid material usage, and avg. application rate. Material user report must be customizable. 8.10 Contractor must provide Activity Reports whereby a user enters an address, time, and date, and the system outputs all vehicle activity near that address for the timeframe selected. Vehicle activity information must include date/time, vehicle ID, and the status of up to three telemetry inputs, i.e. spreading on/off. 9. Enhanced Functionality: 9.1 Road Completion report. This report shall indicate what percentage of roads has been serviced. A graphical display shall also be made available allowing users to review which roads have been serviced and which roads will require attention. The number of passes and vehicles associated with each pass shall be indicated. The date and time parameter must be user definable. 9.2 Live Road Completion Window. This window shall provide a map view of all agency roads color coded based on current road completion status. Road completion status shall be based on the GPS/AVL telematic data. 9.3 Public Web Site. This site shall allow citizens to view the locations of the agency vehicles with an added delay for the security of operators. Additional features must include traffic information, weather information, links to agency sites, etc. 9.4 Mobile Application Interface. Vendor must provide all GPS/AVL telematic data for use in a real-time public mobile application. 9.5 The system shall support department requests for additional customized reports in addition to spatial reporting. Spatial reporting examples include Speed by Posted Speed Limits and Vehicle Activity based on Roads or Geographical Areas. 9.6 Customer shall be able to choose custom Icons; e.g. (Dump Trucks, P/U's, Law enforcement vehicles, spray rigs, ect.) and also be able to choose colors, and numbers on Icons as well. 10. Warranty, Maintenance, and Support Services Requirements 10.1 Contractor shall be responsible for supplying and installing the AVL system (software and hardware). 10.2 AVL units must be covered by warranty for a minimum of one (1) year from the date of hardware delivery. 10.3 Contractor shall provide remote diagnostic support when necessary. Additional on-site maintenance and technical support shall be available if required. CONTRACT State of Vermont Contract ID 0000000000000000000025874 Page 9 of 13 Contract Dates 12/10/2013 to 12/10/2017 Origin CPS Description: CPS-AUTO VEHICLE LOCATION SYS Contract Maximum $9,999,990.00 Buyer Name Buyer Phone Contract Status Stephen A Fazekas Approved Buildings and General Services Office of Purchasing & Contracting 109 State St Montpelier VT 05609-3001 United States Vendor ID 0000311402 Interfleet Inc. 1685 H Street Blaine WA 98230 United States Phone #: Unit Max Max Line # Item ID Item Desc UOM Price Qty Amt 11. Training Services Requirements 11.1 All training on system functionality will be provided by the Contractor. 11.2 Training shall be available on-site and consist of two (2) - day sessions. Training sessions shall accommodate up to fifteen (15) people per session. Training materials shall be given as hard copy and available electronically. 12. Hosted and Cloud Services 12.1 Contractor shall supply all Hosted/Cloud Services through Q9 Networks located in Brampton, Ontario or through other subcontractor acceptable to the State. 12.2 The State shall have no contractual relationship with the Hosted/Cloud Service provider. 12.3 Contractor shall provide at least a thirty (30) day notice to the State of any changes to the Hosted/Cloud Service Providers. 13. Service Levels: Incident Reporting 13.1 Contractor shall provide incident reporting in accordance with the attached Webtech Wireless Service Level Agreement (SLA). 14. Disaster Recovery 14.1 In the event of a disaster, the Contractor will restore service to the State within 24 hours of the Contractors' DR plan being enacted. 15. System back-ups 15.1 Contractor will ensure data is backed up nightly on redundant disk arrays, onsite and offsite. 15.2 Offsite backup will be stored in a secure location. 16. Project Management 16.1 The Contractor PM will follow project management processes and methodologies that are consistent with the Project Management Institute's (PMI) Project Management Body of Knowledge (PMBOK) Guide (current edition) and the Vermont Department of Information and Innovation's Enterprise Project Management Office (EPMO). 16.2 Contractor shall obtain written sign-off on the completion of the Project Management Deliverables Documentation and the completion of each project phase. 16.3 Contractor shall maintain all project related documentation on the State's SharePoint site (or other EPMO approved documentation storage and collaboration tool). 16.3 Contractor shall schedule, plan and facilitate (in collaboration with the State PM): Project kick-off meeting; project team meetings; monthly sponsor meetings; requirements gathering session(s); issue resolution meetings as needed; and other meetings as needed. OWNERSHIP OF INTELLECTUAL PROPERTY: All Contractor Work Product created solely for the State under this Contract, including all data collected hereunder, shall belong exclusively to the State, with the State having the sole and exclusive right to apply for, obtain, register, hold and renew, in its own name and/or for its own benefit, all patents and copyrights, and all applications and registrations, renewals and continuations thereof and/or any and all other CONTRACT State of Vermont Contract ID 0000000000000000000025874 Page 10 of 13 Contract Dates 12/10/2013 to 12/10/2017 Origin CPS Description: CPS-AUTO VEHICLE LOCATION SYS Contract Maximum $9,999,990.00 Buyer Name Buyer Phone Contract Status Stephen A Fazekas Approved Buildings and General Services Office of Purchasing & Contracting 109 State St Montpelier VT 05609-3001 United States Vendor ID 0000311402 Interfleet Inc. 1685 H Street Blaine WA 98230 United States Phone #: Unit Max Max Line # Item ID Item Desc UOM Price Qty Amt appropriate protection. To the extent exclusive title and/or complete and exclusive ownership rights in and to any Work Product may not originally vest in the State by operation of laws or otherwise as contemplated hereunder, Contractor shall immediately upon request, unconditionally and irrevocably assign, transfer and convey to the State all right, title and interest therein. Without any additional cost to State, Contractor Personnel shall promptly give the State all reasonable assistance and execute all documents the State may reasonably request to assist and enable the State to perfect, preserve, enforce, register and record its rights in and to all Work Product. Contractor hereby appoints the State, through its designated signatory, as Contractor's agent and Attorney-in-Fact to execute, deliver and file, as and if necessary, any and all documents necessary to give effect to the provisions of this Section and to take all actions necessary therefore, in Contractor's stead and name, with the same force and effect as if executed, delivered and/or filed by Contractor. STATE OF VERMONT ATTACHMENT C: STANDARD STATE CONTRACT PROVISIONS DATED NOVEMBER 7, 2012, ATTACHMENT D: COMMODITY PURCHASES TERMS AND CONDITIONS DATED NOVEMBER 10, 2010 AND WEBTECH WIRELESS SERVICE LEVEL AGREEMENT (SLA) ARE ATTACHED AND INCORPORATED AS PART OF THIS ORDER. TERMS: NET 30 DAYS QUANTITY: THE ANNUAL VALUE AND QUANTITIES ARE ESTIMATED ONLY BASED ON PRIOR USAGE; ACTUAL PURCHASES MAY BE HIGHER OR LOWER DEPENDING ON THE STATE'S NEEDS. THE CONTRACT MAXIMUM IS NOT REFLECTIVE OF ACTUAL USAGE. DELIVERY: RESPONSIBILITY FOR PRODUCT DELIVERY REMAINS WITH THE CONTRACTOR UNTIL THE PRODUCT IS PROPERLY DELIVERED AND SIGNED FOR IN ACCORDANCE WITH THE OFFICE OF PURCHASING & CONTRACTING TERMS AND CONDITIONS. SHIPMENTS SHALL BE SECURELY AND PROPERLY PACKED, ACCORDING TO ACCEPTED COMMERCIAL PRACTICES, WITHOUT EXTRA CHARGE FOR PACKING CASES OR OTHER CONTAINERS. SUCH CONTAINERS WILL REMAIN THE PROPERTY OF THE STATE UNLESS OTHERWISE STATED. DELIVERED GOODS THAT DO NOT CONFORM TO THE SPECIFICATIONS OR ARE NOT IN GOOD CONDITION UPON RECEIPT SHALL BE REPLACED PROMPTLY BY THE CONTRACTOR. PRICING: ALL EQUIPMENT PRICING IS TO INCLUDE F.O.B. DELIVERY TO THE ORDERING FACILITY. NO REQUEST FOR EXTRA DELIVERY COST WILL BE HONORED. ALL EQUIPMENT SHALL BE DELIVERED ASSEMBLED, SERVICED, OILED, AND READY FOR IMMEDIATE USE, UNLESS OTHERWISE REQUESTED BY THE PURCHASING AGENCY. QUALITY: ALL PRODUCTS PROVIDED UNDER THESE AGREEMENTS WILL BE NEW AND UNUSED, UNLESS OTHERWISE STATED. FACTORY SECONDS OR REMANUFACTURED PRODUCTS WILL NOT BE ACCEPTED UNLESS SPECIFICALLY REQUESTED BY THE PURCHASING AGENCY. ALL PRODUCTS PROVIDED BY THE CONTRACTOR MUST MEET ALL FEDERAL, STATE, AND LOCAL STANDARDS FOR QUALITY AND SAFETY REQUIREMENTS. PRODUCTS NOT MEETING THESE STANDARDS WILL BE DEEMED UNACCEPTABLE AND RETURNED TO THE CONTRACTOR FOR CREDIT AT NO CHARGE TO THE STATE. METHOD OF ORDERING: PURCHASE ORDERS MUST BE USED TO ORDER ITEMS AVAILABLE UNDER THIS CONTRACT. IF VERBAL ORDERS ARE GIVEN A CONFIRMING PURCHASE ORDER MUST BE ISSUED. INVOICING: ALL INVOICES ARE TO BE RENDERED BY THE CONTRACTOR ON THE VENDOR'S STANDARD BILLHEAD AND FORWARDED DIRECTLY TO THE INSTITUTION OR AGENCY ORDERING MATERIALS OR SERVICES AND SHALL SPECIFY THE ADDRESS TO WHICH PAYMENTS WILL BE SENT. CANCELLATION: THE STATE SPECIFICALLY RESERVES THE RIGHT TO CANCEL THE CONTRACT, OR ANY PORTION THEREOF, IF, IN THE OPINION OF ITS COMMISSIONER OF BUILDINGS AND GENERAL SERVICES, THE SERVICES OR MATERIALS SUPPLIED BY THE CONTRACTOR ARE NOT SATISFACTORY OR ARE NOT CONSISTENT WITH THE TERMS OF THE CONTRACT. THE CONTRACT MAY BE CANCELLED BY EITHER PARTY BY GIVING WRITTEN NOTICE AT LEAST THIRTY (30) DAYS IN ADVANCE. DEFAULT: IN CASE OF DEFAULT OF THE CONTRACTOR, THE STATE MAY PROCURE THE MATERIALS OR SUPPLIES FROM OTHER SOURCES AND HOLD THE CONTRACTOR RESPONSIBLE FOR ANY EXCESS COST OCCASIONED THEREBY, PROVIDED, THAT IF PUBLIC NECESSITY REQUIRES THE USE OF MATERIALS OR SUPPLIES NOT CONFORMING TO THE SPECIFICATIONS THEY MAY BE ACCEPTED AND PAYMENT THEREFORE SHALL BE MADE AT A PROPER REDUCTION IN PRICE. REPORTING REQUIREMENTS: CONTRACTORS WILL BE REQUIRED TO SUBMIT QUARTERLY PRODUCT SALES REPORT TO THE PURCHASING AGENT PURSUANT TO THE SCHEDULE BELOW. EACH REPORT MUST CONTAIN THE FOLLOWING INFORMATION: CONTRACT NUMBER; USING DEPARTMENT'S ADDRESS, CONTACT NAME, AND TELEPHONE NUMBER; PRODUCT ORDERED; QUANTITY ORDERED; QUANTITY SHIPPED; AND PRICE CHARGED, WITH TOTALS FOR EACH PRODUCT FOR EACH REPORTING PERIOD. WE RESERVE THE CONTRACT State of Vermont Contract ID 0000000000000000000025874 Page 11 of 13 Contract Dates 12/10/2013 to 12/10/2017 Origin CPS Description: CPS-AUTO VEHICLE LOCATION SYS Contract Maximum $9,999,990.00 Buyer Name Buyer Phone Contract Status Stephen A Fazekas Approved Buildings and General Services Office of Purchasing & Contracting 109 State St Montpelier VT 05609-3001 United States Vendor ID 0000311402 Interfleet Inc. 1685 H Street Blaine WA 98230 United States Phone #: Unit Max Max Line # Item ID Item Desc UOM Price Qty Amt RIGHT TO REQUEST ADDITIONAL INFORMATION OR TO MODIFY THE REPORTING PERIODS. REPORTING PERIODS: QUARTERLY REPORTS MUST BE SUBMITTED IN ACCORDANCE WITH THE FOLLOWING SCHEDULE: REPORTING PERIOD: JANUARY 1 TO MARCH 31 - REPORT DUE APRIL 15 REPORTING PERIOD: APRIL 1, TO JUNE 30 - REPORT DUE JULY 15 REPORTING PERIOD: JULY 1 TO SEPTEMBER 30 - REPORT DUE OCTOBER 15 REPORTING PERIOD: OCTOBER 1 TO DECEMBER 31 - REPORT DUE JANUARY 15 CONTRACT TERMS: THIS CONTRACT WILL BE SUBJECT TO REVIEW THROUGHOUT ITS TERM. THE STATE WILL CONSIDER CANCELLATION UPON DISCOVERY THAT A VENDOR IS IN VIOLATION OF ANY PORTION OF THE AGREEMENT, INCLUDING AN INABILITY BY THE VENDOR TO PROVIDE THE PRODUCTS, SUPPORT, AND/OR SERVICE OFFERED IN THEIR RESPONSE. VERMONT STATE COLLEGES: THIS CONTRACT IS ALSO AVAILABLE FOR USE BY THE UNIVERSITY OF VERMONT AND THE VERMONT STATE COLLEGES INC., A SEPARATE CORPORATION, HAVING UNDER ITS JURISDICTION CASTLETON STATE COLLEGE, JOHNSON STATE COLLEGE, LYNDON STATE COLLEGE, COMMUNITY COLLEGE OF VERMONT, AND THE VERMONT TECHNICAL COLLEGE. TOWNS AND SCHOOLS OF THE STATE OF VERMONT: AT THE BIDDER'S ELECTION POLITICAL SUBDIVISIONS AND INDEPENDENT COLLEGES OF THE STATE MAY PARTICIPATE IN STATE CONTRACTS AT THE SAME PRICES, TERMS AND CONDITIONS. ITEMS FURNISHED TO POLITICAL SUBDIVISIONS AND INDEPENDENT COLLEGES WILL BE BILLED DIRECTLY TO AND PAID FOR BY THE POLITICAL SUBDIVISIONS OR INDEPENDENT COLLEGES AND NEITHER THE STATE NOR ITS COMMISSIONER OF BUILDINGS AND GENERAL SERVICES PERSONALLY OR OFFICIALLY ASSUMES ANY RESPONSIBILITY FOR THESE PAYMENTS. AGENCIES & DEPARTMENTS ARE REQUESTED TO ADVISE THE PURCHASING AGENT AT ONCE OF THE FAILURE ON THE PART OF THE CONTRACTOR TO FULFILL ANY OF THE TERMS OR CONDITIONS OF THIS CONTRACT. PLEASE REFER TO THE ASSIGNED CONTRACT NUMBER/PURCHASE ORDER # ON ALL CORRESPONDENCE, DELIVERY DOCUMENTS AND INVOICES. 12/29/2015 - TO EXERCISE RENEWAL OPTION YEAR ONE THEREBY EXTENDING THE PERIOD OF PERFORMANCE UNDER THIS AGREEMENT FOR A ONE YEAR TERM TO DECEMBER 10, 2016 AT THE SAME PRICING, TERMS AND CONDITIONS. ATTACHMENT C: ATTACHMENT C: STANDARD STATE CONTRACT PROVISIONS FOR CONTRACTS AND GRANTS DATED SEPTEMBER 1, 2015 SEE ATTACHED, WHICH SUPERSEDES ALL PRIOR VERSIONS OF ATTACHMENT C. ALL OTHER TERMS AND CONDITIONS REMAIN THE SAME. CONTRACTOR CERTIFIES UNDER THE PAINS AND PENALTIES OF PERJURY THAT AS OF THE DATE OF THIS CONTRACT CHANGE IS SIGNED, CONTRACTOR IS IN GOOD STANDING WITH RESPECT TO , OR IN FULL COMPLIANCE WITH, A PLAN TO PAY ANY AND ALL TAXES DUE THE STATE OF VERMONT. . 09/26/2016 - TO EXERCISE RENEWAL OPTION YEAR TWO THEREBY EXTENDING THE PERIOD OF PERFORMANCE UNDER THIS AGREEMENT FOR A ONE YEAR TERM TO DECEMBER 10, 2017 AT THE SAME PRICING, TERMS AND CONDITIONS ATTACHMENT C: ATTACHMENT C: STANDARD STATE CONTRACT PROVISIONS FOR CONTRACTS AND GRANTS DATED JULY 1, 2016 SEE ATTACHED, WHICH SUPERSEDES ALL PRIOR VERSIONS OF ATTACHMENT C. CONTRACTOR CERTIFIES UNDER THE PAINS AND PENALITIES OF PERJURY THAT, AS OF THE DATE THIS CONTRACT AMENDMENT IS SIGNED, CONTRACTOR IS IN GOOD STANDING WITH RESPECT TO, OR IN FULL COMPLIANCE WITH A PLAN TO PAY ANY AND ALL TAXES DUE THE STATE OF VERMONT CERTIFICATION REGARDING SUSPENSION OR DEBARMENT. CONTRACTOR CERTIFIES UNDER THE PAINS AND PENALTIES OF PERJURY THAT, AS OF THIS DATE THIS CONTRACT AMENDMENT IS SIGNED, NEITHER PARTY NO PARTY'S PRINCIPALS (OFFICERS, DIRECTORS, OWNERS, OR PARTNERS) ARE PRESENTLY DEBARRED, SUSPENDED, PROPOSED FOR DEBARMENT, DECLARED INELIGIBLE OR EXCLUDED FROM PARTICIPATION IN FEDERAL PROGRAMS, OR PROGRAMS SUPPORTED IN WHOLE OR IN PART BY FEDERAL FUNDS. PARTY FURTHER CERTIFIES UNDER PAINS AND PENALTIES OF PERJURY THAT, AS OF THE DATE THIS AGREEMENT IS SIGNED, PARTY IS NOT PRESENTLY DEBARRED, SUSPENDED, NOR NAMED ON THE STATE'S DEBARMENT LIST AT: CONTRACT State of Vermont Contract ID 0000000000000000000025874 Page 12 of 13 Contract Dates 12/10/2013 to 12/10/2017 Origin CPS Description: CPS-AUTO VEHICLE LOCATION SYS Contract Maximum $9,999,990.00 Buyer Name Buyer Phone Contract Status Stephen A Fazekas Approved Buildings and General Services Office of Purchasing & Contracting 109 State St Montpelier VT 05609-3001 United States Vendor ID 0000311402 Interfleet Inc. 1685 H Street Blaine WA 98230 United States Phone #: Unit Max Max Line # Item ID Item Desc UOM Price Qty Amt HTTP://BGS.VERMONT.GOV/PURCHASING/DEBARMENT . CHILD SUPPORT (APPLICABLE TO NATURAL PERSONS ONLY; NOT APPLICABLE TO CORPORATIONS, PARTNERSHIPS OR LLCS): CONTRACTOR IS UNDER NO OBLIGATION TO PAY CHILD SUPPORT OR IS IN GOOD STANDING WITH RESPECT TO OR IN FULL COMPLIANCE WITH A PLAN TO PAY ANY AND ALL CHILD SUPPORT PAYABLE UNDER A SUPPORT ORDER AS OF THE DATE OF THIS AMENDMENT. WE THE UNDERSIGNED PARTIES AGREE TO BE BOUND BY THIS CONTRACT By the STATE of VERMONT By the CONTRACTOR Date:__________________________________________ Date:__________________________________________ Signature:_____________________________________ Signature:_____________________________________ Name:__________________________________________ Name:__________________________________________ Title:_________________________________________ Title:_________________________________________ Email:_________________________________________ Email:_________________________________________ CONTRACT State of Vermont Contract ID 0000000000000000000025874 Page 13 of 13 Contract Dates 12/10/2013 to 12/10/2017 Origin CPS Description: CPS-AUTO VEHICLE LOCATION SYS Contract Maximum $9,999,990.00 Buyer Name Buyer Phone Contract Status Stephen A Fazekas Approved Buildings and General Services Office of Purchasing & Contracting 109 State St Montpelier VT 05609-3001 United States Vendor ID 0000311402 Interfleet Inc. 1685 H Street Blaine WA 98230 United States Phone #: Unit Max Max Line # Item ID Item Desc UOM Price Qty Amt 1 AUTOMATIC VEHICLE LOCATION SYSTEM (AVL) WT 9000 GPS/AVL HARDWARE, INSTALLATION AND ACTIVATION 0.00 0.00 705.00000EA WT 9000 LOCATORS ARE SUPPLIED WITH HSPA MODEMS AND INCLUDE ALL ACCESSORIES, INSTALLATION AND ACTIVATION FEE. 2 WT 9000 WEBTECH MAINTENANCE FEES: 0.00 0.00 0.01000EA INTERFLEET 10 SECOND REPORTING: $32.00 INTERFLEET 30 SECOND REPORTING: $28.00 INTERFLEET 1 MINUTE REPORTING: $25.00 INTERFLEET STANDBY FEE: $12.00 3 WT 9000 PROFESSIONAL SERVICES: 0.00 0.00 0.01000EA - PROJECT MANAGER - (THIS PRICE IS BASED ON A SCOPE OF 300 VEHICLES. PRICE WILL VARY IF SCOPE IS MODIFIED): $12,000.00 - SOLUTIONS ENGINEER - (THIS PRICE IS BASED ON A SCOPE OF 300 VEHICLES. PRICE WILL VARY IF SCOPE IS MODIFIED): $4,050.00 - ON-SITE SOFTWARE TRAINING (1/2 DAY FOR 20 PARTICIPANTS, INCLUDING TRAINING MANUALS): $1,000.00 - WEB BASED SOFTWARE TRAINING (1/2 DAY FOR 20 PARTICIPANTS, INCLUDING TRAINING MANUALS ): $500.00 4 WT 9000 OPTIONAL ACCESSORIES AND INSTALLATION PER THE ATTACHED WEBTECH PRICE LIST 0.00 0.00 0.01000EA 5 WT 9000 OPTIONAL REPORTS & SERVICES 0.00 0.00 0.01000EA DATA TRANSFER WEB SERVICE: DATA TRANSFER WEB SERVICE (SEND DATA TO THIRD PARTY APPLICATIONS $100 APPLICABLE MONTHLY FEE): $1500 OPTIONAL REPORT COSTS (ONE TIME COST): WINTER OPERATIONS REPORT (DAY BASED OR TRIP BASED REPORT FOR MATERIAL USAGE: $1200 SWEEPER REPORT (DAY BASED OR TRIP BASED REPORT FOR SWEEPER OPERATIONS): $1200 CUSTOMER SERVICE REPORT (IDENTIFIES VEHICLE ACTIVITY NEAR ADDRESS): $1200 PANIC BUTTON EXCEPTION VIEWER (EVENT VIEWER FOR PANIC BUTTON EVENTS): $1200 *ADVANCED WINTER OPERATIONS REPORT (ROUTE OR SEGMENT BASED USING CUSTOMER MAP DATA): $4800 *ROUTE COMPLETION REPORT (IDENTIFIES PERCENTAGE OF ROUTE COMPLETION AND SEGMENTS MISSED): $4800 *LIVE ROUTE COMPLETION WINDOW (COLOR CODES ROAD SEGMENTS BASED ON COMPLETION): $6000 *MAINTENANCE REPORT (TO CAPTURE MILEAGE THRESHOLDS): $6420 **PUBLIC WEB SITE (ALLOWS CITIZENS TO SEE VEHICLE LOCATIONS ON A TIME DELAY): $7000 OPTIONAL REPORT MONTHLY COSTS (PER VEHICLE PER MONTH): *APPLICABLE MONTHLY PER VEHICLE FEE FOR CERTAIN OPTIONAL REPORTS IDENTIFIED ABOVE: $4.00 CONTRACT State of Vermont Contract ID 0000000000000000000025874 Page 1 of 12 Contract Dates 12/10/2013 to 12/10/2015 Origin CPS Description: CPS-AUTO VEHICLE LOCATION SYS Contract Maximum $9,999,990.00 Buyer Name Buyer Phone Contract Status Smith,Steven D 828-4681 Approved Buildings and General Services Office of Purchasing & Contracting 10 Baldwin St Montpelier VT 05633-7501 United States Vendor ID 0000311402 Interfleet Inc. 1685 H Street Blaine WA 98230 United States Phone #: Unit Max Max Line # Item ID Item Desc UOM Price Qty Amt **APPLICABLE MONTHLY PER VEHICLE FEE FOR PUBLIC WEB SITE: $15.00 DATA TRANSFER WEB SERVICE (SEND DATA TO THIRD PARTY APPLICATIONS, $100 APPLICABLE MONTHLY FEE): $1500 WINTER OPERATIONS REPORT (WAIVED FOR VT AGENCY OF TRANSPORTATION): $750 ROAD MAINTENANCE REPORT: $1500 ROUTE COMPLETION MAPPING REPORT (PRICE CAN VARY DEPENDING ON GIS DATA): $5000 6 WT 9000 OPTIONAL MAINTENANCE PLAN: 0.00 0.00 0.01000EA BRONZE MAINTENANCE PLAN LEVEL: $53.00 ANNUALLY PROVIDES AN EXTENDED 1, 2 OR 3 YEAR WARRANTY. THE MAINTENANCE AGREEMENT MAY BE PURCHASED AT ANY TIME, BUT WHEN PURCHASED AT THE TIME OF ORDER, CUSTOMER WILL RECEIVE AN IMMEDIATE UPGRADE TO THE ENHANCED FEATURES OF THE BRONZE MAINTENANCE PLAN, BRONZE MAINTENANCE PLAN FEATURES: -CONTRACTOR PAYS ALL LABOR AND REPAIRS ON DEFECTIVE EQUIPMENT. -CONTRACTOR PROVIDES SUPPOR FOR ALL SOFTWARE, FIRMWARE AND HARDWARE FIXES (WHERE APPLICABLE). -CONTRACTOR COVERS RETURN SHIPPING COSTS FROM DEPOT (1 WAY) -CONTRACTOR PROVIDES ANNUAL BILLING ENHANCED FEATURES: CUSTOMER WILL RECEIVE SPARE HARDWARE TO REPLACE ANY DEFECTIVE EQUIPMENT IMMEDIATELY. GOLD MAINTENANCE PLAN LEVEL: $69.00 ANNUALLY PROVIDES AN EXTENDED 1, 2 OR 3 YEAR WARRANTY. THE MAINTENANCE AGREEMENT MAY BE PURCHASED AT ANY TIME, BUT WHEN PURCHASED AT THE TIME OF ORDER, CUSTOMER WILL RECEIVE AN IMMEDIATE UPGRADE TO THE ENHANCED FEATURES OF THE GOLD MAINTENANCE PLAN, FEATURES: -CONTRACTOR PAYS ALL LABOR AND REPAIRS ON DEFECTIVE EQUIPMENT. -CONTRACTOR PAYS FOR REMOVAL AND REPLACEMENT OF DEFECTIVE EQUIPMENT -CONTRACTOR PROVIDES SUPPOR FOR ALL SOFTWARE, FIRMWARE AND HARDWARE FIXES (WHERE APPLICABLE). -CONTRACTOR COVERS SHIPPING COSTS FROM DEPOT (2 WAY) -CONTRACTOR PROVIDES ANNUAL BILLING ENHANCED FEATURES: CUSTOMER WILL RECEIVE SPARE HARDWARE TO REPLACE ANY DEFECTIVE EQUIPMENT IMMEDIATELY. REMOVAL OF HARDWARE: $80.00 CONTRACT State of Vermont Contract ID 0000000000000000000025874 Page 2 of 12 Contract Dates 12/10/2013 to 12/10/2015 Origin CPS Description: CPS-AUTO VEHICLE LOCATION SYS Contract Maximum $9,999,990.00 Buyer Name Buyer Phone Contract Status Smith,Steven D 828-4681 Approved Buildings and General Services Office of Purchasing & Contracting 10 Baldwin St Montpelier VT 05633-7501 United States Vendor ID 0000311402 Interfleet Inc. 1685 H Street Blaine WA 98230 United States Phone #: Unit Max Max Line # Item ID Item Desc UOM Price Qty Amt 7 AUTOMATIC VEHICLE LOCATION SYSTEM (AVL) WT 5130 GPS/AVL HARDWARE, INSTALLATION AND ACTIVATION 0.00 0.00 420.00000EA WT 5130 LOCATORS ARE SUPPLIED WITH HSPA MODEMS AND INCLUDE ALL ACCESSORIES, INSTALLATION AND ACTIVATION FEE. 8 WT 5130 WEBTECH MAINTENANCE FEES: 0.00 0.00 0.01000EA INTERFLEET 10 SECOND REPORTING: $32.00 INTERFLEET 30 SECOND REPORTING: $28.00 INTERFLEET 1 MINUTE REPORTING: $25.00 INTERFLEET STANDBY FEE: $12.00 9 WT 5130 PROFESSIONAL SERVICES: 0.00 0.00 0.01000EA - PROJECT MANAGER - (THIS PRICE IS BASED ON A SCOPE OF 300 VEHICLES. PRICE WILL VARY IF SCOPE IS MODIFIED): $12,000.00 - SOLUTIONS ENGINEER - (THIS PRICE IS BASED ON A SCOPE OF 300 VEHICLES. PRICE WILL VARY IF SCOPE IS MODIFIED): $4,050.00 - ON-SITE SOFTWARE TRAINING (1/2 DAY FOR 20 PARTICIPANTS, INCLUDING TRAINING MANUALS): $1,000.00 - WEB BASED SOFTWARE TRAINING (1/2 DAY FOR 20 PARTICIPANTS, INCLUDING TRAINING MANUALS ): $500.00 10 WT 5130 OPTIONAL ACCESSORIES (INCLUDES INSTALLATION) PER THE ATTACHED WEBTECH PRICE LIST 0.00 0.00 0.01000EA 11 WT 5130 OPTIONAL REPORTS & SERVICES 0.00 0.00 0.01000EA DATA TRANSFER WEB SERVICE: DATA TRANSFER WEB SERVICE (SEND DATA TO THIRD PARTY APPLICATIONS $100 APPLICABLE MONTHLY FEE): $1500 OPTIONAL REPORT COSTS (ONE TIME COST): WINTER OPERATIONS REPORT (DAY BASED OR TRIP BASED REPORT FOR MATERIAL USAGE: $1200 SWEEPER REPORT (DAY BASED OR TRIP BASED REPORT FOR SWEEPER OPERATIONS): $1200 CUSTOMER SERVICE REPORT (IDENTIFIES VEHICLE ACTIVITY NEAR ADDRESS): $1200 PANIC BUTTON EXCEPTION VIEWER (EVENT VIEWER FOR PANIC BUTTON EVENTS): $1200 *ADVANCED WINTER OPERATIONS REPORT (ROUTE OR SEGMENT BASED USING CUSTOMER MAP DATA): $4800 *ROUTE COMPLETION REPORT (IDENTIFIES PERCENTAGE OF ROUTE COMPLETION AND SEGMENTS MISSED): $4800 *LIVE ROUTE COMPLETION WINDOW (COLOR CODES ROAD SEGMENTS BASED ON COMPLETION): $6000 *MAINTENANCE REPORT (TO CAPTURE MILEAGE THRESHOLDS): $6420 **PUBLIC WEB SITE (ALLOWS CITIZENS TO SEE VEHICLE LOCATIONS ON A TIME DELAY): $7000 OPTIONAL REPORT MONTHLY COSTS (PER VEHICLE PER MONTH): *APPLICABLE MONTHLY PER VEHICLE FEE FOR CERTAIN OPTIONAL REPORTS IDENTIFIED ABOVE: $4.00 CONTRACT State of Vermont Contract ID 0000000000000000000025874 Page 3 of 12 Contract Dates 12/10/2013 to 12/10/2015 Origin CPS Description: CPS-AUTO VEHICLE LOCATION SYS Contract Maximum $9,999,990.00 Buyer Name Buyer Phone Contract Status Smith,Steven D 828-4681 Approved Buildings and General Services Office of Purchasing & Contracting 10 Baldwin St Montpelier VT 05633-7501 United States Vendor ID 0000311402 Interfleet Inc. 1685 H Street Blaine WA 98230 United States Phone #: Unit Max Max Line # Item ID Item Desc UOM Price Qty Amt **APPLICABLE MONTHLY PER VEHICLE FEE FOR PUBLIC WEB SITE: $15.00 DATA TRANSFER WEB SERVICE (SEND DATA TO THIRD PARTY APPLICATIONS, $100 APPLICABLE MONTHLY FEE): $1500 WINTER OPERATIONS REPORT (WAIVED FOR VT AGENCY OF TRANSPORTATION): $750 ROAD MAINTENANCE REPORT: $1500 ROUTE COMPLETION MAPPING REPORT (PRICE CAN VARY DEPENDING ON GIS DATA): $5000 12 WT 5130 OPTIONAL MAINTENANCE PLAN: 0.00 0.00 0.01000EA BRONZE MAINTENANCE PLAN LEVEL: $15.00 ANNUALLY PROVIDES AN EXTENDED 1, 2 OR 3 YEAR WARRANTY. THE MAINTENANCE AGREEMENT MAY BE PURCHASED AT ANY TIME, BUT WHEN PURCHASED AT THE TIME OF ORDER, CUSTOMER WILL RECEIVE AN IMMEDIATE UPGRADE TO THE ENHANCED FEATURES OF THE BRONZE MAINTENANCE PLAN, BRONZE MAINTENANCE PLAN FEATURES: -CONTRACTOR PAYS ALL LABOR AND REPAIRS ON DEFECTIVE EQUIPMENT. -CONTRACTOR PROVIDES SUPPOR FOR ALL SOFTWARE, FIRMWARE AND HARDWARE FIXES (WHERE APPLICABLE). -CONTRACTOR COVERS RETURN SHIPPING COSTS FROM DEPOT (1 WAY) -CONTRACTOR PROVIDES ANNUAL BILLING ENHANCED FEATURES: CUSTOMER WILL RECEIVE SPARE HARDWARE TO REPLACE ANY DEFECTIVE EQUIPMENT IMMEDIATELY. GOLD MAINTENANCE PLAN LEVEL: $24.00 ANNUALLY PROVIDES AN EXTENDED 1, 2 OR 3 YEAR WARRANTY. THE MAINTENANCE AGREEMENT MAY BE PURCHASED AT ANY TIME, BUT WHEN PURCHASED AT THE TIME OF ORDER, CUSTOMER WILL RECEIVE AN IMMEDIATE UPGRADE TO THE ENHANCED FEATURES OF THE GOLD MAINTENANCE PLAN, FEATURES: -CONTRACTOR PAYS ALL LABOR AND REPAIRS ON DEFECTIVE EQUIPMENT. -CONTRACTOR PAYS FOR REMOVAL AND REPLACEMENT OF DEFECTIVE EQUIPMENT -CONTRACTOR PROVIDES SUPPOR FOR ALL SOFTWARE, FIRMWARE AND HARDWARE FIXES (WHERE APPLICABLE). -CONTRACTOR COVERS SHIPPING COSTS FROM DEPOT (2 WAY) -CONTRACTOR PROVIDES ANNUAL BILLING ENHANCED FEATURES: CUSTOMER WILL RECEIVE SPARE HARDWARE TO REPLACE ANY DEFECTIVE EQUIPMENT IMMEDIATELY. REMOVAL OF HARDWARE: $80.00 CONTRACT TERMS AND ADDITIONAL INFORMATION CONTRACT State of Vermont Contract ID 0000000000000000000025874 Page 4 of 12 Contract Dates 12/10/2013 to 12/10/2015 Origin CPS Description: CPS-AUTO VEHICLE LOCATION SYS Contract Maximum $9,999,990.00 Buyer Name Buyer Phone Contract Status Smith,Steven D 828-4681 Approved Buildings and General Services Office of Purchasing & Contracting 10 Baldwin St Montpelier VT 05633-7501 United States Vendor ID 0000311402 Interfleet Inc. 1685 H Street Blaine WA 98230 United States Phone #: Unit Max Max Line # Item ID Item Desc UOM Price Qty Amt SCOPE OF CONTRACT: TO PROVIDE AND INSTALL AUTOMATIC VEHICLE LOCATION SYSTEMS (AVL) FOR THE VERMONT AGENCY OF TRANSPORTATION. CONTRACT PERIOD: DECEMBER 10, 2013 - DECEMBER 10, 2015, WITH OPTION TO RENEW FOR TWO ADDITIONAL ONE YEAR PERIODS. AUTOMATIC VEHICLE LOCATION SYSTEM 1. General Requirements 1.1 The system must operate in field conditions experienced in the daily operation of all fleet vehicles & equipment. The types of vehicles that could be supplied with Automatic Vehicle Location (AVL) units are snow plows, material spreaders, patrol vehicles, sweepers, pickup trucks, line striping trucks, loaders, etc. 1.2 The overall system shall track, store, and report the movements and actions of the fleet in real-time. 1.3 The system must be web based and compatible with Microsoft Internet Explorer, version 8.0 (or later). 1.4 The solution software application must be up and running a minimum of 99% of operating hours. 1.5 Data transmission rates shall be configurable. Some vehicles will require real-time reporting (every 3 seconds, 5 seconds, 10 seconds, and 30 seconds) while others will require less frequent updates (1 minute, 3 minutes, and 5 minutes). System shall also have the ability to report on event changes and distance and turn by turn or a combination thereof. System must be able to provide reporting as high as 3 seconds. 1.6 The system must allow for future enhancements that can allow for easy configuration, expansion, and scalability, i.e. addition of vehicles, addition of reports, addition of hardware integrations, etc. 2. Configuration/Administration/Security Requirements 2.1 System display shall be depicted only after authorization and authentication of the user is completed. 2.2 The user interface shall only present the vehicles and permissions which that user has authorization to see. Privileges shall be based on assigned username and password. 2.3 Multiple users shall be able to access the system simultaneously from multiple locations. 2.4 Each vehicle on the map shall have a unique identifier as determined by the customer. 2.5 All data collected and transferred shall be encrypted and secured from unauthorized access. 2.6 The list of authorized users shall be determined by the customer. 2.7 Contractor shall protect the State's data and access to that data. 3. Hardware/Firmware Requirements 3.1 The Contractor must offer a wide variety of AVL units to meet simple tracking requirements as well as complex system integrations in order to accommodate the various requirements for the wide range of vehicles in the fleet. 3.2 The AVL unit shall be mounted securely inside the vehicle's cab and must operate on vehicle electric power (12V or 24V). 3.3 AVL unit power management feature or charge guards to be provided upon request to ensure uninterrupted service is provided when ignition is off for a period of time. 3.4 The antenna must be suitable for all equipment mounting (i.e. permanent or magnetic mount). CONTRACT State of Vermont Contract ID 0000000000000000000025874 Page 5 of 12 Contract Dates 12/10/2013 to 12/10/2015 Origin CPS Description: CPS-AUTO VEHICLE LOCATION SYS Contract Maximum $9,999,990.00 Buyer Name Buyer Phone Contract Status Smith,Steven D 828-4681 Approved Buildings and General Services Office of Purchasing & Contracting 10 Baldwin St Montpelier VT 05633-7501 United States Vendor ID 0000311402 Interfleet Inc. 1685 H Street Blaine WA 98230 United States Phone #: Unit Max Max Line # Item ID Item Desc UOM Price Qty Amt 3.5 Basic Automatic Vehicle Location (AVL) Unit: Simple Tracking unit must at a minimum, interface to three (3) telemetry inputs. 3.6 Advanced AVL Unit (with on-board systems integration functionality): AVL unit must at a minimum, interface to fourteen (14) digital sensor inputs, four (4) analog to digital input, four (4) dedicated outputs, two (2) RS232 communication Ports, one (1) USB Port, and an Ethernet port for in-vehicle internet connectivity. 3.7 The system shall interface to on-board discrete sensor inputs and 3rd party data logging systems simultaneously. 3.8 Advanced AVL unit must be equipped with an on-board Operating System with a Web Server Platform and the hard drive shall support a minimum 2GB storage. 3.9 Reporting configuration parameters must also include reporting based on change in distance, reporting based on change in time, and reporting based on change in degrees. 3.10 Firmware must be remotely upgradeable via wireless interface from a central location. 3.11 AVL units will be capable of remote configuration. Remote AVL configuration options must include: Distance and time reporting intervals Destinations for data communications Sensor status changes and expansion of devices 3.12 AVL units must transmit data via a wireless network carrier and must operate on GSM/GPRS networks. The customer shall have the option to leverage its existing contract with its wireless carrier. 3.13 AVL units must be equipped with high speed HSPA modems. 3.14 GPS and telematic data shall be stored on-board the AVL unit when cellular signal is lost and sent when the cellular connection is regained. 3.15 AVL unit shall be water, shock, and vibration resistant. 3.16 AVL unit Operating Temperature shall be in a range from -40 C to + 80 C and Operating Humidity up to 95%. 3.17 AVL unit Positional Accuracy shall be 2.5 meters minimum, Velocity Accuracy shall be no less than 1 meter per second, and Heading Accuracy to be 5 degrees minimum. 3.18 The GPS receiver must be able to track coarse acquisition code and link one frequency on at least 16 parallel continuous tracking channels with an update rate to be once per second 3.19 Contractor shall provide twenty (20) portable (plug-in) 12-volt Advanced AVL/GPS units that can be utilized in the event of a unit breakdown or in spare trucks. 4. Telematics Requirements 4.1 AVL units must send the collected data automatically to a data warehouse system hosted by the Contractor. Pricing includes all associated cell phone and/or data charges. 4.2 The system must allow for additional integration capabilities to on-board discrete sensory interfaces and 3rd party data logging system through RS232, USB, and/or RJ45 port connections. This includes Road and Air Temperature Sensors from Vaisala and Roadwatch, in-cab Mobile Data Terminals, and Driver ID functionality. 4.3 The system shall be interface to Cirus, Dickey John (Control Point and Flex 4), and Schmidt-Statos spreader control systems. Provide quotes for any necessary cables and/or associated hardware. The data that should be collected, stored, and reported includes materials selected, material application rates, gate setting, blast on/off, pause on/off, and error status. The system shall also be able to interface to other electronic spreader control systems, including: CONTRACT State of Vermont Contract ID 0000000000000000000025874 Page 6 of 12 Contract Dates 12/10/2013 to 12/10/2015 Origin CPS Description: CPS-AUTO VEHICLE LOCATION SYS Contract Maximum $9,999,990.00 Buyer Name Buyer Phone Contract Status Smith,Steven D 828-4681 Approved Buildings and General Services Office of Purchasing & Contracting 10 Baldwin St Montpelier VT 05633-7501 United States Vendor ID 0000311402 Interfleet Inc. 1685 H Street Blaine WA 98230 United States Phone #: Unit Max Max Line # Item ID Item Desc UOM Price Qty Amt CompuSpread Epoke Force America (5100 and 6100) Parker Certified Power (GL400 and ACS) Accucast ACE 4.4 The system shall interface to the vehicle's on-board computer to collect engine data available via OBDII and the SAE standard J1708, CANBUS, and J1939 networks. Such information shall include but not be limited to: Engine Speed; RPM; Coolant Temperature; Fuel Level; Trip Fuel; Oil Pressure; and Battery Voltage. If Engine Hours and Odometer values are unavailable from the vehicle's on-board computer the system must calculate virtual Odometer and Engine Hours based on the reporting of the vehicle and GPS distance. 5. Vehicle Data Requirements for Spreader Control Systems 5.1 The information collected from electronic spreader control systems shall include: Material being used Dry material application rate Wet material application rate Spinner mode (single, dual, side rear) Pause status Error event status The system will provide real time spread rates and other information based on information received from the vehicle's spreader control system. The unit shall interface to the spreader control systems via a serial cable integration. 5.2 Contractor must provide Winter Reports using data from all electronic spreader control systems. Users shall be able to select all, multiple, or individual vehicles and date(s) and timeframe for each report. Report shall output at a minimum vehicle ID, date/time, vehicle spreading time/distance, deadheading time/distance, vehicle total travel time/distance, dry material usage, liquid material usage, and avg. application rate. 5.3 The AVL unit must communicate with equipment sensors installed on the vehicle to report their present status and changes to their status in real-time. The sensors, such as proximity switches, infrared, magnetic read switches, micro limit switches, hydraulic switches, or equivalent must be able to communicate their present status to the equipment with necessary cabling connected to onboard equipment when required. 6. User Interface Requirements 6.1 Users shall be able to view the position of their fleet vehicles at any point of time via a standard web browser (eg. Microsoft Internet explorer, version 8.0 (or later)) on their personal computer. The primary display shall be a map view of state wide fleet vehicles as well in individual regions via login passwords 6.2 The system shall allow viewing of a vehicle in motion leaving tracks or "breadcrumbs" as it travels showing all operations (GPS & Telematic data) as they occur. Users shall be able to view the above mentioned data for their entire fleet or select a specific vehicle(s) for a login session using a Filter Tool. CONTRACT State of Vermont Contract ID 0000000000000000000025874 Page 7 of 12 Contract Dates 12/10/2013 to 12/10/2015 Origin CPS Description: CPS-AUTO VEHICLE LOCATION SYS Contract Maximum $9,999,990.00 Buyer Name Buyer Phone Contract Status Smith,Steven D 828-4681 Approved Buildings and General Services Office of Purchasing & Contracting 10 Baldwin St Montpelier VT 05633-7501 United States Vendor ID 0000311402 Interfleet Inc. 1685 H Street Blaine WA 98230 United States Phone #: Unit Max Max Line # Item ID Item Desc UOM Price Qty Amt

2 Governor Aiken Avenue Montpelier, Vermont 05633-5801Location

Address: 2 Governor Aiken Avenue Montpelier, Vermont 05633-5801

Country : United StatesState : Vermont

You may also like

Cloud Solutions (2016 - 2026)/AskReply, Inc. dba B2Gnow

Due: 15 Sep, 2026 (in about 2 years)Agency: NASPO ValuePoint

Cloud Solutions (2016 - 2026)/AskReply, Inc. dba B2Gnow

Due: 15 Sep, 2026 (in about 2 years)Agency: NASPO ValuePoint

Cloud Solutions 2016-2026/AskReply, Inc. dba B2Gnow

Due: 15 Sep, 2026 (in about 2 years)Agency: NASPO ValuePoint