HomeMy WebLinkAbout2021-208Agreement
THIS AGREEMENT is by and between INDIAN RIVER COUNTY, a Political Subdivision of the State of Florida
organized and existing under the Laws of the State of Florida, (hereinafter called OWNER) and Sentinel
Technologies, Inc. (hereinafter called CONTRACTOR). OWNER and CONTRACTOR, in consideration of the
mutual covenants hereinafter set forth, agree as follows:
ARTICLE 1- WORK
CONTRACTOR shall complete all Work as specified or indicated in the Contract Documents. The Work is
generally described as follows:
Supply the requested hardware, software and implementation support for the DMZ Modernization Project
that will be used to upgrade the County's current DMZ computing environment and supporting network
infrastructure. These upgrades are intended to enhance the operational efficiency and cybersecurity
posture of the County's DMZ computing environment, pursuant to the terms, specifications, and conditions
set forth within this bid request.
ARTICLE 2 - THE PROJECT
The Project for which the Work under the Contract Documents may be the whole or only a part is generally
described as follows:
Project Name: DMZ Modernization
Bid Number: 2022012
Project Address: 1800 27th Street, Vero Beach, FL, 32960
ARTICLE 3 - CONTRACT TIMES
3.01 Time of the Essence
A. All time limits for Milestones, if any, Substantial Completion, and completion and readiness for final
payment as stated in the specifications are of the essence of the Agreement.
3.02 Days to Achieve Substantial Completion, Final Completion and Final Payment
A. The Work will be completed and ready for final payment on or before the 120th day after the date
when the Contract Times commence to run.
ARTICLE 4 - CONTRACT PRICE
4.01 OWNER shall pay CONTRACTOR for completion of the Work an amount in current funds equal to
the sum of the amounts determined pursuant to paragraph 4.01.A and summarized in paragraph
4.01.6, below:
A. For all Work, at the prices stated in CONTRACTOR's Bid, attached hereto as Exhibit 1.
B. THE CONTRACT SUM subject to additions and deductions provided in the Contract Documents:
Numerical Amount: $148,210.04
Written Amount: One hundred forty-eight thousand, two hundred ten dollars and four cents.
ARTICLE 5 - PAYMENT PROCEDURES
5.01 Method of Payment
Owner shall make only one payment for the entire amount of the contract when the work has been
completed. Upon a determination of satisfactory completion, the COUNTY Project Manager will
authorize payment to be made. All payments for services shall be made to the CONTRACTOR by the
COUNTY in accordance with the Local Government Prompt Payment Act, as may be amended from
time to time (Section 218.70, Florida Statutes, et seq.).
5.02 Acceptance of Final Payment as Release
The acceptance by the CONTRACTOR of final payment shall be and shall operate as a release to the OWNER
from all claims and all liability to the CONTRACTOR other than claims in stated amounts as may be
specifically excepted by the CONTRACTOR for all things done or furnished in connection with the
work under this Agreement and for every act and neglect of the OWNER and others relating to or
arising out of the work. Any payment, however, final or otherwise, shall not release the
CONTRACTOR or its sureties from any obligations under this Agreement, the Invitation to Bid or the
Public Construction Bond.
ARTICLE 6 - INDEMNIFICATION
6.01 CONTRACTOR shall indemnify and hold harmless the OWNER, and its officers and employees, from
liabilities, damages, losses and costs, including, but not limited to, reasonable attorney's fees, to the
extent caused by the negligence, recklessness, or intentional wrongful misconduct of the
CONTRACTOR and persons employed or utilized by the CONTRACTOR in the performance of the
Work.
ARTICLE 7 - CONTRACTOR'S REPRESENTATIONS
7.01 In order to induce OWNER to enter into this Agreement CONTRACTOR makes the following
representations:
A. CONTRACTOR has examined and carefully studied the Contract Documents and the other related
data identified in the Invitation to Bid documents.
B. CONTRACTOR has visited the Site and become familiar with and is satisfied as to the general, local,
and Site conditions that may affect cost, progress, and performance of the Work.
C. CONTRACTOR is familiar with and is satisfied as to all federal, state, and local Laws and Regulations
that may affect cost, progress, and performance of the Work.
D. CONTRACTOR has obtained and carefully studied (or assumes responsibility for having done so) all
additional or supplementary examinations, investigations, explorations, tests, studies, and data
concerning conditions (surface, subsurface, and Underground Facilities) at or contiguous to the Site
which may affect cost, progress, or performance of the Work or which relate to any aspect of the
means, methods, techniques, sequences, and procedures of construction to be employed by
CONTRACTOR, including applying the specific means, methods, techniques, sequences, and
procedures of construction, if any, expressly required by the Contract Documents to be employed
by CONTRACTOR, and safety precautions and programs incident thereto.
E. CONTRACTOR does not consider that any further examinations, investigations, explorations, tests,
studies, or data are necessary for the performance of the Work at the Contract Price, within the
Contract Times, and in accordance with the other terms and conditions of the Contract Documents.
CONTRACTOR is aware of the general nature of work to be performed by OWNER and others at the
Site that relates to the Work as indicated in the Contract Documents.
G. CONTRACTOR has correlated the information known to CONTRACTOR, information and
observations obtained from visits to the Site, reports and drawings identified in the Contract
Documents, and all additional examinations, investigations, explorations, tests, studies, and data
with the Contract Documents.
H. CONTRACTOR has given OWNER written notice of all conflicts, errors, ambiguities, or discrepancies
that CONTRACTOR has discovered in the Contract Documents, and the written resolution thereof
by OWNER is acceptable to CONTRACTOR.
I. The Contract Documents are generally sufficient to indicate and convey understanding of all terms
and conditions for performance and furnishing of the Work.
J. Contractor is registered with and will use the Department of Homeland Security's E -Verify system
(www.e-verify.gov) to confirm the employment eligibility of all newly hired employees for the
duration of this agreement, as required by Section 448.095, F.S. Contractor is also responsible for
obtaining proof of E -Verify registration and utilization for all subcontractors.
K. Contractor is actively registered in the System for Award Management (SAM).
ARTICLE 8 - CONTRACT DOCUMENTS
8.01 Contents
A. The Contract Documents consist of the following:
(1) This Agreement;
(2) Notice to Proceed;
(3) Public Construction Bond;
(4) Certificate(s) of Liability Insurance;
(5) Invitation to Bid 2022012;
(6) Addenda (numbers 1 to 4, inclusive);
(7) CONTRACTOR'S Bid Form;
(8) Bid Bond;
(9) Qualifications Questionnaire;
(10) Drug Free Workplace Form;
(11)Affidavit of Compliance;
(12) Sworn Statement Under Section 105.08, Indian River County Code, on Disclosure of
Relationships;
(13) Certification Regarding Prohibition Against Contracting with Scrutinized Companies;
(14) Certification Regarding Lobbying;
(15) The following which may be delivered or issued on or after the Effective Date of the Agreement
and are not attached hereto:
a) Written Amendments;
b) Work Change Directives;
c) Change Order(s).
ARTICLE 9 - MISCELLANEOUS
9.01 Terms
A. Terms used in this Agreement will have the meanings indicated in the Invitation to Bid.
9.02 Assignment of Contract
A. No assignment by a party hereto of any rights under or interests in the Agreement will be binding
on another party hereto without the written consent of the party sought to be bound; and,
specifically but without limitation, moneys that may become due and moneys that are due may not
be assigned without such consent (except to the extent that the effect of this restriction may be
limited by law), and unless specifically stated to the contrary in any written consent to an
assignment, no assignment will release or discharge the assignor from any duty or responsibility
under the Contract Documents.
9.03 Successors and Assigns
A. OWNER and CONTRACTOR each binds itself, its partners, successors, assigns, and legal
representatives to the other party hereto, its partners, successors, assigns, and legal representatives
in respect to all covenants, agreements, and obligations contained in the Contract Documents.
9.04 Severability
A. Any provision or part of the Contract Documents held to be void or unenforceable under any Law
or Regulation shall be deemed stricken, and all remaining provisions shall continue to be valid and
binding upon OWNER and CONTRACTOR, who agree that the Contract Documents shall be reformed
to replace such stricken provision or part thereof with a valid and enforceable provision that comes
as close as possible to expressing the intention of the stricken provision.
9.05 Venue
A. This Agreement shall be governed by the laws of the State of Florida. Venue for any lawsuit brought
by either party against the other parry or otherwise arising out of this Agreement shall be in Indian
River County, Florida, or, in the event of a federal jurisdiction, in the United States District Court for
the Southern District of Florida.
9.06 Public Records Compliance
A. Indian River County is a public agency subject to Chapter 119, Florida Statutes. The Contractor
shall comply with Florida's Public Records Law. Specifically, the Contractor shall:
(1) Keep and maintain public records required by the County to perform the service.
(2) Upon request from the County's Custodian of Public Records, provide the County with a
copy of the requested records or allow the records to be inspected or copied within a reasonable
time at a cost that does not exceed the cost provided in Chapter 119 or as otherwise provided by
law.
(3) Ensure that public records that are exempt or confidential and exempt from public
records disclosure requirements are not disclosed except as authorized by law for the duration of
the contract term and following completion of the contract if the contractor does not transfer the
records to the County.
(4) Upon completion of the contract, transfer, at no cost, to the County all public records in
possession of the Contractor or keep and maintain public records required by the County to
perform the service. If the Contractor transfers all public records to the County upon completion
of the contract, the Contractor shall destroy any duplicate public records that are exempt or
confidential and exempt from public records disclosure requirements. If the contractor keeps and
maintains public records upon completion of the contract, the Contractor shall meet all applicable
requirements for retaining public records. All records stored electronically must be provided to
the County, upon request from the Custodian of Public Records, in a format that is compatible
with the information technology systems of the County.
B. IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF
CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO
PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE
CUSTODIAN OF PUBLIC RECORDS AT:
(772) 226-1424
publicrecords@ircgov.com
Indian River County Office of the County Attorney
180127 th Street
Vero Beach, FL 32960
C. Failure of the Contractor to comply with these requirements shall be a material breach of this
Agreement.
9
ARTICLE 10 — FEDERAL CLAUSES
10.01 OWNER and CONTRACTOR will adhere to the following, as applicable to this work:
A. Compliance with the Contract Work Hours and Safety Standards Act:
(1) Overtime requirements. No contractor or subcontractor contracting for any part of the
contract work which may require or involve the employment of laborers or mechanics shall
require or permit any such laborer or mechanic in any workweek in which he or she is employed
on such work to work in excess of forty hours in such workweek unless such laborer or mechanic
receives compensation at a rate not less than one and one-half times the basic rate of pay for all
hours worked in excess of forty hours in such workweek.
(2) Violation; liability for unpaid wages; liquidated damages. In the event of any violation of the
clause set forth in paragraph (1) of this section the contractor and any subcontractor responsible
therefor shall be liable for the unpaid wages. In addition, such contractor and subcontractor shall
be liable to the United States (in the case of work done under contract for the District of Columbia
or a territory, to such District or to such territory), for liquidated damages. Such liquidated
damages shall be computed with respect to each individual laborer or mechanic, including
watchmen and guards, employed in violation of the clause set forth in paragraph (1) of this
section, in the sum of $10 for each calendar day on which such individual was required or
permitted to work in excess of the standard workweek of forty hours without payment of the
overtime wages required by the clause set forth in paragraph (1) of this section.
(3) Withholding for unpaid wages and liquidated damages. The OWNER shall upon its own action
or upon written request of an authorized representative of the Department of Labor withhold or
cause to be withheld, from any moneys payable on account of work performed by the contractor
or subcontractor under any such contract or any other Federal contract with the same prime
contractor, or any other federally -assisted contract subject to the Contract Work Hours and Safety
Standards Act, which is held by the same prime contractor, such sums as may be determined to
be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and
liquidated damages as provided in the clause set forth in paragraph (2) of this section.
(4) Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clauses set
forth in paragraph (1) through (4) of this section and also a clause requiring the subcontractors to
include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for
compliance by any subcontractor or lower tier subcontractor with the clauses set forth in
paragraphs (1) through (4) of this section.
B. Rights to Inventions Made Under a Contractor Agreement. See Appendix II of Part 200, if needed.
C. Clean Air Act:
(1) The contractor agrees to comply with all applicable standards, orders or regulations issued
pursuant to the Clean Air Act, as amended, 42 U.S.C. § 7401 et seq.
(2) The contractor agrees to report each violation to the OWNER and understands and agrees that
the OWNER will, in turn, report each violation as required to assure notification to the Federal
Emergency Management Agency, and the appropriate Environmental Protection Agency Regional
Office.
(3) The contractor agrees to include these requirements in each subcontract exceeding $100,000
financed in whole or in part with Federal assistance provided by FEMA.
11
D. Federal Water Pollution Control Act:
(1) The contractor agrees to comply with all applicable standards, orders or regulations issued
pursuant to the Federal Water Pollution Control Act, as amended, 33 U.S.C. 1251 et seq.
(2) The contractor agrees to report each violation to the OWNER and understands and agrees that
the OWNER will, in turn, report each violation as required to assure notification to the Federal
Emergency Management Agency, and the appropriate Environmental Protection Agency Regional
Office.
(3) The contractor agrees to include these requirements in each subcontract exceeding $100,000
financed in whole or in part with Federal assistance provided by FEMA.
E. Debarment and Suspension
(1) This contract is a covered transaction for purposes of 2 C.F.R. pt. 180 and 2 C.F.R. pt. 3000. As
such the contractor is required to verify that none of the contractor, its principals (defined at 2
C.F.R. § 180.995), or its affiliates (defined at 2 C.F.R. § 180.905) are excluded (defined at 2 C.F.R.
§ 180.940) or disqualified (defined at 2 C.F.R. § 180.935).
(2) The contractor must comply with 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C
and must include a requirement to comply with these regulations in any lower tier covered
transaction it enters into.
(3) This certification is a material representation of fact relied upon by OWNER. If it is later
determined that the contractor did not comply with 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt.
3000, subpart C, in addition to remedies available to OWNER, the Federal Government may
pursue available remedies, including but not limited to suspension and/or debarment.
(4) The bidder or proposer agrees to comply with the requirements of 2 C.F.R. pt. 180, subpart C
and 2 C.F.R. pt. 3000, subpart C while this offer is valid and throughout the period of any contract
that may arise from this offer. The bidder or proposer further agrees to include a provision
requiring such compliance in its lower tier covered transactions.
F. Byrd Anti -Lobbying Amendment, 31 U.S.C. § 1352 (as amended)
Contractors who apply or bid for an award of $100,000 or more shall file the required certification.
Each tier certifies to the tier above that it will not and has not used Federal appropriated funds to
pay any person or organization for influencing or attempting to influence an officer or employee
of any agency, a member of Congress, officer or employee of Congress, or an employee of a
member of Congress in connection with obtaining any Federal contract, grant, or any other award
covered by 31 U.S.C. § 1352. Each tier shall also disclose any lobbying with non -Federal funds that
takes place in connection with obtaining any Federal award. Such disclosures are forwarded from
tier to tier up to the recipient who in turn will forward the certification(s) to the awarding agency.
G. Procurement of Recycled/Recovered Materials:
(1) In the performance of this contract, the Contractor shall make maximum use of products
containing recovered materials that are EPA -designated items unless the product cannot be
acquired—
(i) Competitively within a timeframe providing for compliance with the contract
performance schedule;
(ii) Meeting contract performance requirements; or
(iii) At a reasonable price.
(2) Information about this requirement is available at EPA's Comprehensive Procurement
Guidelines web site, httpsl/www.epa.gov/smm/comprehensive-procurement-guideline-cpg-
program.
7
(3) The Contractor also agrees to comply with all other applicable requirements of Section 6002
of the Solid Waste Disposal Act.
H. Access to Records: The following access to records requirements apply to this contract:
(1) The contractor agrees to provide OWNER, the State of Florida, the FEMA Administrator, the
Comptroller General of the United States, or any of their authorized representatives access to any
books, documents, papers, and records of the Contractor which are directly pertinent to this
contract for the purposes of making audits, examinations, excerpts, and transcriptions.
(2) The Contractor agrees to permit any of the foregoing parties to reproduce by any means
whatsoever or to copy excerpts and transcriptions as reasonably needed.
(3) The contractor agrees to provide the FEMA Administrator or his authorized representatives
access to construction or other work sites pertaining to the work being completed under the
contract.
(4) In compliance with the Disaster Recovery Act of 2018, the OWNER and the Contractor
acknowledge and agree that no language in this contract is intended to prohibit audits or internal
reviews by the FEMA Administrator or the Comptroller General of the United States.
I. DHS Seal, Logo, and Flags: The contractor shall not use the DHS seal(s), logos, crests, or
reproductions of flags or likenesses of DHS agency officials without specific FEMA pre -approval.
J. Compliance with Federal Law, Regulations, and Executive Orders: This is an acknowledgement
that FEMA financial assistance will be used to fund all or a portion of the contract. The contractor
will comply will all applicable Federal law, regulations, executive orders, and FEMA policies,
procedures, and directives.
K. No Obligation by Federal Government: The Federal Government is not a party to this contract
and is not subject to any obligations or liabilities to the non -Federal entity, contractor, or any
other party pertaining to any matter resulting from the contract.
L. Program Fraud and False or Fraudulent Statements or Related Acts: The contractor
acknowledges that 31 U.S.C. Chap. 38 (Administrative Remedies for False Claims and Statements)
applies to its actions pertaining to the contract.
M. AFFIRMATIVE STEPS: CONTRACTOR shall take the following affirmative steps to ensure minority
business, women's business enterprises and labor surplus area firms are used when possible:
(1) Placing qualified small and minority businesses and women's business enterprises on
solicitation lists.
(2) Ensuring that small and minority businesses, and women's business enterprises are
solicited whenever they are potential sources.
(3) Dividing total requirements, when economically feasible, into smaller tasks or quantities
to permit maximum participation by small and minority businesses, and women's business
enterprises.
(4) Establishing delivery schedules, where the requirement permits, which encourage
participation by small and minority businesses, and women's business enterprises.
(5) Using the services and assistance of the Small Business Administration and the Minority
Business Development Agency of the Department of Commerce.
8
Article 11: TERMINATION OF CONTRACT
A. The occurrence of any of the following shall constitute a default by CONTRACTOR and shall provide
the OWNER with a right to terminate this Contract in accordance with this Article, in addition to
pursuing any other remedies which the OWNER may have under this Contract or under law:
(1) if in the OWNER's opinion CONTRACTOR is improperly performing work or violating any
provision(s) of the Contract Documents;
(2) if CONTRACTOR neglects or refuses to correct defective work or replace defective parts
or equipment, as directed by the Engineer pursuant to an inspection;
(3) if in the OWNER's opinion CONTRACTOR's work is being unnecessarily delayed and will
not be finished within the prescribed time;
(4) if CONTRACTOR assigns this Contract or any money accruing thereon or approved
thereon; or
(5) if CONTRACTOR abandons the work, is adjudged bankrupt, or if he makes a general
assignment for the benefit of his creditors, or if a trustee or receiver is appointed for
CONTRACTOR or for any of his property.
B. OWNER shall, before terminating the Contract for any of the foregoing reasons, notify
CONTRACTOR in writing of the grounds for termination and provide CONTRACTOR with ten (10)
calendar days to cure the default to the reasonable satisfaction of the OWNER.
C. If the CONTRACTOR fails to correct or cure within the time provided in the preceding Sub -Article
B, OWNER may terminate this Contract by notifying CONTRACTOR in writing. Upon receiving
such notification, CONTRACTOR shall immediately cease all work hereunder and shall forfeit any
further right to possess or occupy the site or any materials thereon; provided, however, that the
OWNER may authorize CONTRACTOR to restore any work sites.
D. In the event of termination, the CONTRACTOR shall be liable for the cost of replacement services,
not to exceed 120% of the original contract price, and shall in no event include any consequential
or indirect damages of any kind.
E. TERMINATION FOR CONVENIENCE: OWNER may at any time and for any reason terminate
CONTRACTOR's services and work for OWNER's convenience. Upon receipt of notice of such
termination CONTRACTOR shall, unless the notice directs otherwise, immediately discontinue
the work and immediately cease ordering of any materials, labor, equipment, facilities, or
supplies in connection with the performance of this Contract. Upon such termination Contractor
shall be entitled to payment only as follows:
(1) the actual cost of the work completed in conformity with this Contract and the
specifications; plus,
(2) such other costs actually incurred by CONTRACTOR as are permitted by the prime
contract and approved by the OWNER.
Contractor shall not be entitled to any other claim for compensation or damages against the
County in the event of such termination.
F. TERMINIATION IN REGARDS TO F.S. 287.135: TERMINATION IN REGARDS TO F.S. 287.135:
CONTRACTOR certifies that it and those related entities of CONTRACTOR as defined by Florida law
are not on the Scrutinized Companies that Boycott Israel List, created pursuant to s. 215.4725 of
the Florida Statutes, and are not engaged in a boycott of Israel. In addition, if this agreement is
M
for goods or services of one million dollars or more, CONTRACTOR certifies that it and those
related entities of CONTRACTOR as defined by Florida law are not on the Scrutinized Companies
with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum
Energy Sector List, created pursuant to Section 215.473 of the Florida Statutes and are not
engaged in business operations in Cuba or Syria.
OWNER may terminate this Contract if CONTRACTOR is found to have submitted a false
certification as provided under section 287.135(5), Florida Statutes, been placed on the
Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in
the Iran Petroleum Energy Sector List, or been engaged in business operations in Cuba or Syria, as
defined by section 287.135, Florida Statutes.
OWNER may terminate this Contract if CONTRACTOR, including all wholly owned subsidiaries,
majority-owned subsidiaries, and parent companies that exist for the purpose of making profit, is
found to have been placed on the Scrutinized Companies that Boycott Israel List or is engaged in
a boycott of Israel as set forth in section 215.4725, Florida Statutes.
THE REMAINDER OF THIS PAGE HAS BEEN LEFT BLANK INTENTIONALLY
10
IN WITNESS WHEREOF, OWNER and CONTRACTOR have signed this Agreement in duplicate. One
counterpart each has been delivered to OWNER and CONTRACTOR. All portions of the Contract Documents
have been signed or identified by OWNER and CONTRACTOR or on their behalf.
This Agreement will be effective on December 14 , 20 211 (the date the Agreement is approved by the
Indian River County Board of County Commissioners, which is the Effective Date of the Agreement).
OWNER:•''"
............ coM�•�•.,
INDIAN RIVER COUNTYy'
By:
Pet O'Bryan, a'
By:
Jason E. ro n, County A ministrator
APPROVED AS TO FORM AND LEGALS UFFICIENCY:
By:
ylan Reingold, County Attorney
Jeffrey R. Smith, Clerk of Court and Comptroller
AttestN%—�
Deputy Clerk
(SEAL)
Designated Representative:
Dan Russell (CISSP, ISSEP, PMP)
Director, Information Technology
Indian River County
180127th Street
Vero Beach, FL, 32960
(772) 226-1698
drussell@ircgov.com
11
CONTRACTOR:
SENTINEL TECHNOLOGIES, INC.
By: --xd
( ontractor)
CO PORAT )
Address forgiving notices:
Attn: Legal Dept
2550 Warrenville Road
Downers Grove, IL 60515
License No.
(Where applicable)
Agent for service of process: Jessica Rimkus
Designated Representative:
Name: Meean Behrouz
Title: Virtual Sales Account Manager
Address:
6750 N. Andrews Ave., Suite 200
Ft. Lauderdale, FL 33309
Phone: 754.778.1519
Email: mbehrouz(@sentinel.com
(If CONTRACTOR is a corporation or a partnership,
attach evidence of authority to sign.)
BID FORM
Bid A 2022012 - Indian River County DMZ Modernization — Addendum 4
Bid Form — Addendum 4
Project Name
Bid #:
Bid Opening Date and Time:
Bid Opening Location:
The following addenda are hereby acknowledged:
Addendum Number
I
........ . ..
2
4
2022012
Novern ber 30, 2021 2:00 P.M.
Purchasing Division
1800 271h.Street
Vero Beach, FL 32960
Date
10.01.2021
1, CA) _'i? -1
In accordance with all terms, conditions, specifications, and requirements, the Bidder offers the following:
Item 1- Backend Network Switches- AMER
Quantity
S4112F Dell Networking Switch 210 -AWNS
34.112 Series User Guide 343-BBQL
S4112F Install Kit 750-ACVX
I
DELL Switch, Dual Tray Kitfor S4112F, 1U 750-ACVY
I
EMC GEN3 Switch Rail 22-31in Offset Kit, S4112F 750-ACWB
I
GS10 Enterprise Software, S4112� 528 -(KSS
I
Dell Hardware Limited Warranty initial Year 838-0404
1
ProSupport Mission Critical 4 -Hour 7x24 On -Site Service with Emerge M Disptitch I Year 838-0419
1
ProSupport Mission Critical 4 -Hour 7x24 On -Site Service with Emergency Dispatch 2 Years Extended
838-0421
1
ProSupport Mission Critical 7x24 HW -SW Tech Support and Assistance 3 Years 838-0428
1
Dell Limited Hardware Warranty Extended Year(s) 975-3461
1
1 hank you choosing Dell ProSupport. For tech support, visit flwww.delixom/support or call 1-800-
945-3355 989-3439
1
nern 1: Total aid for Backend Network Switches -
I AMER
Pet unit price
Quantity
Total Price
(Unit
$4.62-5.57
2
$'().251.14
Page 14 of 42
CONFIDENTIAL INFORMATION PROPERTY OF SENTINEL TECHNOLOGIES. INC. PAGE 6
BID FORM
Bid # 2022012 - Indian River County DW Modernization — Addendum 4
Item 2: Accessories Quantity
Accessories Label BASE 210-AXGY
Thank you for buying Dell EMC 800-88QV
Thank you for buying Dell EMC 800-BBQV
Than
US Order 332-1296
ISG Product (info) 379-BDPD
Thank you for Your order 929-3709
Thank you for Your Order 935-6720
PWCRD KITfor Gpn6 Normal Chassis 450A)HP
CABLE ETHERNET 10G PASS SFP+ 3M 470-AEGF
Item 2. Total Bid for Accessories
Per unit price Quantity Total Price
(unit price x quantity)
$291.66 2 $583,32
Item 3: Enterprise Deployment Services Non Tied
Quantity
Isilon PowerScale Additional Services 210-AXMK
ProDeploy Plus Add -On for PowerScale Advanced Bundle JRequlres ProDe oy)829-3038
Per Unit Price
I
Quantity
Total Price
unit rice x uantity)
1 f pq
Item 3: Total Bid for Enterprise Deployment Setvice
Non Tied
S
$11,63600
-- 1111
2
23.272.00
Item 4: Backend Network Switches - AMER Quantity
54112E Dell Networking Switch 210-AWOS 1
$4112 Series User Guide 343-8 BQL
Thank you for buying Deli F MC 8MBBQv
OSIO.Enterprise Software, 54112F 528-CKSS
Dell Hardware Limited Warranty Initial Year938-0404
ProSupport Mission Critical 4 -Hour 7x24 Oft -Site Service with Emer en Dispatch 1 Year 838 4119 i
ProSupport Mission Critical 4 -Hour 7x24 On -Site Service with Emergency Dispatch 2 Years Fx-tended
838-0421
ProSupport Mission Critical 7x24 HW -SW Tech Support andAssistance 3 Yeal S 838-0428 1
-5ell
Limited Hardware Warranty Extended Years 975-3461
Thank you choosing Dell ProSupport. For tech support, visit Hwww,delIxomjsup port or call 1--860--
945-3355 989-3439
Per Unit Price
Quin#icy
total Price
(unit price x quantity)
Item 4- Total Bid for Backend Network Switches 6 2
AMER
9,01-1.72
Page 15 of 42
CONRDENTIAL INFORMATION PROPERTY OF: SENTINEL TECHNOLOGIES, iNC.
PACE 7
P
BID FORM
Bid it 2022012 - Indian River County DMZ Modernization - Addendum 4
Item 5: Isilon Chassis - AMER
Quantity
Base Chassis - Normal 210-AQRL
Dell HarAdware Limited Warranty Initial Year 829-3111
ProSupport Mission Critical 4 -Hour 7x24 On -Site Service with Emergency Dispatch 1 Year 824-3:12.6
I
ProSupport Mission Critical 4 -Hour 7x24 On -Site Service with Emergency Dispatch 2 Years Extended
,829-3128
1
ProSupport Mission Critical 7x24 HWSW Tech Support and Assistance 3 Years 829-3135
1
Dell Hardware Umited Warranty Plus On Site Service Extended Year 955-5041
Thank you choosing Dell ProSupport. For tech support, visit //www.dellcorn/support or call 1-800-
945-3355 989-3439
US Order 332-1285
ISG Product (info) 379-BDPD
stern S: Total Bid Price for Isilon Chassis - AMER
Per Unit Price Quantity total Price
(unit erice x quantity)
$1.635.38 31 '2 0 -6
Item 6: Isilon H400 - AMER
Quantity
H400-2.2GHZ/4C/64G+15x2TB SAT/800GB 210-AUSI
4
Thank you for buying Dell EMC BOO-BBQV
4
2x10GbE (SFP+) Back End W10 OPTICS 590-TEZR
4
2x10GbE (SFP+) W/O OPTICS 590-TEZU
4
OneFS Base License Tier 3=11) 528-CKKO
4
SraartQuotas Base License Tier 3=ID 528,CKOU
4
SynclQ Base License Tier 3=10 528-CKPC
4
SmartPools Base License Tier 3=ID 528-CKPE
4
SnAartconnect Base License Tier 3=ID 528-CKPL
4
SnapshotIQ Base License Tier 1-40 528-CKPM
A
Enterprise Advanced Bundle Tier 3=11) 528-CKRN
4
HDfS for OneFS $0.00) 529-CKKN
4
Dell Hardware Limited Warranty initial Year 833-8212
4
ProSupport Mission Critical 4 -Hour 7x74 On -Site Service with Emergency Dispatch I Year 833-8227
-4
ProSupport Mission Critical 4 -Hour 7x24 On -Site Service with Emergency Dispatch 2 Years Extended
933-8229
-4
PrOSupport Mission Critical 7x24 HW-Sk-V Tech Support and Assistance 3 Years 933-8236
4
Dell Urnited Hardware Warranty Extended Year(s) 975-3461
1,
Thank you choosing Dell ProSupport. For tech support, visit #www,delf.com/support or call 1-800-
945-3355 985-3439
ProSupport Mission Critical OneFS Base Software Support -Maintenance 3 Years 835-3669
4
4
ProSupport Mission Critical HDFS for OneFS Software Support -Maintenance 3 Years 835-4209
4
US Order 332-1286
4
ProSupport Mission Critical Enterprise Advanced Bundle Base Software Support -Maintenance 3
Years 835-3809
4
Page 16 of 42
CONFIDENTIAL INFORMA110N P11CVE11 IY C1F StN TINEL IEC.11010GIES, INC, SAGE 8
:1
71
BID FORM
Bid # 2022012 - Indian River County DMZ Modernization —Addendum 4
Item 6; IslIon H400—AMER (continued) Quantity
ProDeploy Plus Training Credits 300 Redeem at education.dellemccom Expires 1Yr from Order Date
812-4005
4
ProDeploy Plus for PowerScale Node 829-3033
4
ISG Product (info) 379-BDPO
4
Transceivers/Optic/SFP+/SR/106bE/2 GEMS 407-BCIU
4
OneFS Capacity License Tier 3 =CB 528-CKJN
120
SmartPools Capacity License Tier 3 =C8 528-CKOV
120
Snapshotla Capacity License TW 3 =CB 528-CKOW
120
SyncIQCapaclty UcenseTier 3 =CS 528-CKOY
120
SmartQuotas Capacity License Tier 3 =CB 528-CKPB
120
SmartConnect Capacity License Tier 3 =C8 528-CKPF
120
Enterprise Adv Bundle Cap T3 Per TB=C8 528-CXRY
120
ProSupport Mission Critical OneFS Capacity Software Support -Maintenance 3 Years 835-3709
120
ProSupport Mission Critical Enterprise Advanced Bundle Capacity Software Support -Maintenance 3
Years 835-3829
120
ProSupport Mission Critical 4 -Hour 7x24 On -Site Capacity
Add -On Per Terabyte 3 Years 833-8174
120
Item 6: Total Bid Price for Islion WO - AMER
Per Unit Price
Quantity
Total Price
(unit rice x
qua ntity)
$37.107.96
2
S -4
Item 7: Superna OEM Software Quantity
Superna SEL Eyeglass DR Manager Enterprise VAPP
8
Superna SEL Ransomware Defender Feature tic
2
Superna SEL Superna Eyeglass DR QUICK START
1
Superna SEL Ransomware Defender Agent Lac
2
Superna SEL EyelassCluster Addon Install Service
2
Superna SEL Maint Eyeglass OR Manager Ent 3YR
8
Superna SEL Ransomware Defender Agent 3YR
2
Item 7: Total Bid Price for Supetria OEM Software
Per Unit Pike Quantity
Total Price
(unit price x
quantity)
52S.604,18 1
S 28.604'18
9: Total Integration Labor (LUMP SUM NOT TO EXCEED PRICE)
Tota( Rid (sum of Items 1 through 8)
$148;210.04
One hunched fort;-emht diom=d. tw-,) hundred teu dollat 5 and four :outs
Total bid in
Page 17 of 42
ItCONFIDENTIAL INFORMATION PROPERTY Or SENTINEL TECHNOLOGIES, INC, PAGE 8
Bid #Z0l2012 Indian River County DMZ Modernization — Addendum 4
mbedmerrnined
Project completion time after receipt of"Notice toProcewd°: by manufacturer
DAYS
The undersigned hereby certifies that they have read and understand the contents of this solicitation
and agree to furnish at the prices shown any or all of the items above, subject to all instructions,
conditions, specifications, and attachments hereto. Failure to have read all the provisions of this
solicitation shall not be cause to alter any resulting contract or request additional compensation.
Sentinel Technologies, Inc.
2550
2550WonenviUcRoad
Company Address:
Downers Grove, (L
City, State
630J86.8119
Telephone:
mbchmuZ((�soxinoicmn
FATRUVOTOM
630769]399
Fax:
36-3\99l8Z
Business Tax Receipt Number: FEIN Number:
11. 18,202 1
Authorized Si
Tim Hill C UOVo- President
Name: /n/e:
(Type / Printed)
Page 18of4l