Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution R-2004-157Temp. Reso. #10476 - June 11, 2004 Page 1 Revision 1 - June 15, 2004 CITY OF TAMARAC, FLORIDA RESOLUTION NO. R-2004- 1.'<7 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA, AUTHORIZING THE APPROPRIATE CITY OFFICIALS TO AWARD RFP 04-07R, "FURNISH AND INSTALL AUDIO VISUAL EQUIPMENT" TO AND EXECUTE AN AGREEMENT WITH CUSTOM FIT, INC., TO FURNISH AND INSTALL AUDIO-VISUAL EQUIPMENT IN THE COMMISSION CHAMBERS, CONFERENCE ROOM 105 AND THE COMMUNITY CENTER BALLROOM, IN AN AMOUNT NOT TO EXCEED $112,335.00, PROVIDING FOR CONFLICTS; PROVIDING FOR SEVERABILITY; AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, certain City facilities are being utilized frequently to conduct public meetings for the Commission, Boards and Committees, and workshops as well as internal staff meetings, training sessions and other City gatherings; and WHEREAS, these facilities are currently not equipped with modern audio-visual systems to allow viewing of presentations and other multi -media materials with the participating public, staff and other attendees; and WHEREAS, in 2003, the City Commission authorized staff to implement recommended audio-visual system upgrades in the Commission Chambers, Conference Room 105, and the Community Center Ballroom; and WHEREAS, the Purchasing and Contracts Division developed a two -stage procurement process seeking vendors to Furnish and Install Audio Visual Equipment, beginning with Phase I, Request for Information (RFI) 04-07R, which was publicly advertised on October 26 and November 2, 2003, a copy of said RFI is attached as Exhibit 1 ; and Temp. Reso. #10476 - June 11, 2004 Page 2 Revision 1 - June 15, 2004 WHEREAS, the following three (3) vendors submitted responses to the Request for Information by providing technical equipment and installation recommendations: BRS Electronics, Orlando, FL Custom Fit, Inc., Chantilly, VA SPL Integrated Solutions, Ft. Lauderdale, FL; and WHEREAS, it was determined by the Selection and Evaluation Committee, consisting of the Director of Information Technology, the Information Technology Systems Technician, the Assistant City Manager and the City Clerk and facilitated by the Purchasing and Contracts Manager, that all three responses provided acceptable solutions for the City's audio-visual requirements; and WHEREAS, the Selection and Evaluation Committee elected to have all three vendors give presentations clarifying their proposed equipment and technical approach to the project; and WHEREAS, after a thorough review and discussion of the presentations, the Committee recommended moving forward to the next phase with all three vendors. The Purchasing and Contracts Division issued Request for Proposals (RFP) 04-07R, Phase II. This RFP was not publicly advertised, as it was issued only to the three approved vendors who submitted responses to the Request for Information, copy of said RFP is attached as Exhibit A to Exhibit 2; and WHEREAS, the following two approved vendors submitted proposals and pricing in response to the Request for Proposals, Phase II: Custom Fit, Inc., Chantilly, VA $112,969.00 BRS Electronics, Inc., Orlando, FL $218,789.00; and Temp. Reso. #10476 - June 11, 2004 Page 3 Revision 1 - June 15, 2004 WHEREAS, following discussions between the Director of Information Technology, the Purchasing and Contracts Manager and the apparent low bidder, Custom Fit, Inc., it was decided to upgrade some of the components and to remove the flat panel displays from the proposal requirements, which will instead be purchased under a State of Florida contract with Dell Computer Corporation; and WHEREAS, after these upgrades and revisions, the cost of the work was revised by Custom Fit, Inc. to $112,335.00, as evidenced by the equipment list attached as Exhibit B to Exhibit 2; and WHEREAS, after a thorough review of the vendor's qualifications and pricing, the Information Technology Director and the Purchasing and Contracts Manager recommend the award of RFP 04-07R to and the execution of an agreement with Custom Fit, Inc. a copy of said Agreement is attached as Exhibit 2; and WHEREAS, the City Commission of the City of Tamarac, Florida, deems it to be in the best interest of the citizens and residents of the City of Tamarac to award RFP 04-07R to and execute an Agreement with Custom Fit, Inc. to furnish and install audio- visual equipment in the Commission Chambers, Conference Room 105, and the Community Center Ballroom in an amount not to exceed $112,335.00. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA: SECTION 1: The foregoing "WHEREAS" clauses are hereby ratified and confirmed as being true and correct and are hereby made a specific part of this Resolution. Temp. Reso. #10476 - June 11, 2004 Pa e 4 Revision 1 - June 15, 2�04 SECTION 2: The appropriate City Officials are hereby authorized to award RFP-04-07R to and execute an Agreement with Custom Fit, Inc. to furnish and install audio-visual equipment in the Commission Chambers, Conference Room 105 and the Community Center Ballroom, in an amount not to exceed $112,335.00. SECTION 3: All resolutions or parts of resolutions in conflict herewith are hereby repealed to the extent of such conflict. SECTION 4: If any clause, section or other part or application of this Resolution is held by any court of competent jurisdiction to be unconstitutional or invalid, in part or application, it shall not affect the validity of the remaining portions or applications of this Resolution. SECTION 5: This Resolution shall become effective immediately upon its passage and adoption. PASSED, ADOPTED AND APPROVED this 215t day of June, 2004. 1 i Q ATTEST: LJOE SCHREIB R MAYOR MARION S ENSON, CMC CITY CLERK I HEREBY CERTIFY that I have approved this RESOLUTION as to form. VANESSA T. STEINERTS Assistant City Attorney _JLQ:j� 4.- <ffMITCHELL S. KRAFT CITY ATTORNEY RECORD OF COMMISSION VOTE: MAYOR SCHREIBER DIST 1: COMM. PORTNER DIST 2: COMM. FLANSBAUM-TALABIS DIST 3: V/M SULTANOF DIST 4: COMM. ROBERTS 1 1 EXHIBIT "1" T.R. 10476 REQUEST FOR PROPOSALS 69-WrT.14 Ca rIV7 RFI 04-07R a Phase I — Request for Information DESIGN, FURNISH & INSTALL AUDIO VISUAL EQUIPMENT FOR CITY HALL Issued on behalf of the Information Technology Department City of Tamarac Purchasing and Contracts Division 7525 NW 88th Avenue, Room 108 Tamarac, Florida 33321-2401 (954) 724-2450 Purchasing and Contracts Division DATE: October 15, 2003 City of Tamarac "Committed to Excellence...Always" REQUEST FOR INFORMATION PHASE I — PRE -QUALIFICATION OF PROPOSERS RFI 04-07R The City of Tamarac, Florida, hereinafter referred to as CITY, will receive sealed Requests for Information Proposals in the Purchasing and Contracts Office, 7525 NW 88th Avenue, Tamarac, Florida 33321, for providing the services described below: DESIGN, FURNISH & INSTALL AUDIO VISUAL EQUIPMENT FOR CITY HALL Sealed Request for Information Proposals must be received and time stamped in the Purchasing and Contracts Office, either by mail or hand delivery, no later than 2:00 p.m. local time on November 20, 2003. Official time will be measured by the time stamp in the Purchasing Office. Any Proposals received after 2:00 p.m. local time on said date will not be accepted under any circumstances. Any uncertainty regarding the time a Proposal is received will be resolved against the Proposer. Proposals are subject to the attached terms and conditions and the information contained in the Instructions to Proposers. An informational Conference and Site Inspection will be held at City Hall, 7525 NW 8$1n Street, Tamarac, FL , on November 13, 2003 at 10:00 AM in Room 105. CITY reserves the right to reject any or all Proposals, to waive any informalities or irregularities in any Proposals received, to re -advertise for Proposals, to award in whole or in part to one or more Proposers, or take any other such actions that may be deemed to be in the best interests of the CITY. The CITY will advise Proposers of the acceptability of their proposal, and those Proposers will then be solicited to provide pricing during Phase 11, the competitive sealed bid portion, of this process. Request for Information Proposal documents may be obtained from the Purchasing Office or via the Internet at http-//www_t2marar-.nra/Dept/fin/purchlSQlir.italwQnS_htiMl. For inquiries, contact the Purchasing Office at (954) 724-2450. Keith K. Glatx, CPPO Purchasing & Contracts Manager Publish: Sunday, 10/26 and 11/02/2003 7525 NW 88th Avenue • Tamarac, Florida 33321-2401 ■ (954) 724-2450 ■ Fax (954) 724-2408 ■ www.tomarac.org Equal Opportunity Employer of Tamarac Purchasing and Contracts Division REQUEST FOR INFORMATION Definition:A Request for Information (RFI) is a non -priced method of procurement permitting discussions with responsible Proposers and revisions to technical proposals. The goal of the RFI is to provide vendors with the opportunity to supply the City with information regarding their capabilities, the current marketplace for a designated need, and/or to provide actual samples or demonstrations of products or equipment to permit evaluations of those items for purposes of pre -qualification. Potential Proposers are encouraged to provide information relating to new and innovative technical or design developments through this process. Acceptance or pre -qualification, as appropriate, will be based on the criteria set forth herein. Proposers shall not provide any pricing during the RFI process. Proposers who are pre -qualified through this process will subsequently be requested to participate in Phase II of the process, i.e., formal competitive sealed bids. I. STATEMENT OF WORK The City of Tamarac is seeking Requests for Information for the design, provision and installation of Audio Visual Equipment at the City of Tamarac Commission Chambers, and the Main Conference Room (Room 105) located at Tamarac City Hall, 7525 NW 88th Street, Tamarac, Florida. II. SCOPE OF SERVICES The City desires Proposers to provide viable solutions to meet the audio visual requirements as shown below. Proposals shall address all components of an audio visual system for the Commission Chambers and Conference Room 105, including system design, delineation of equipment components and installation services necessary to provide for an effectively operable audio visual presentation. The system shall provide for successful performance of the following; A. Commission Chambers 1. An audiovisual system that will accommodate any presentation medium for the audience, staff and the members of the City Commission. 2. The system shall accommodate a large screen (approximately 15' x 20') on the west wall of the chamber (behind the dais) that will allow the entire audience to view the presentations. The screen shall be electrically retractable into the ceiling when not in use. (Please note that the ceiling in the City Commission Chamber is suspended drywall with no walking access above.) A wall -mounted switch to allow for manual operation of the screen shall be installed. 3. A professional grade projection system shall be mounted on the ceiling to project presentations from multiple sources. The projector will be mounted at an appropriate distance from the screen on the ceiling. The projector will be required to produce a non -distorted image of approximately 15' x 20' on a screen which will be operated under full lighting conditions (incandescent lighting using lighting cans, and a single suspended incandescent fixture.) 3 Tamarac Purchasing and Contracts Division 4. The system shall provide for input from the following type of devices: a. PC or laptop computer b. Document Camera C. DVD Player / VCR d. Cable Television input 4. A 17" LCD monitor shall be installed in each position on the dais for viewing by members of the City Commission and by staff. A total of fourteen (14) units will be installed, with one unit at each of 12 dais positions, and one unit in the document camera area. Monitors are to be installed in a manner so as to not obstruct the view of either the officials at the dais or the audience. 5. A Document Camera shall be provided and installed to project large size drawings (up to "E" sized drawings); pictures or any other images on the large and individual screens. The Document Camera shall be installed on the desk in front of the dais. 6. The successful Proposer shall supply a commercial grade DVD player and a commercial grade VCR unit. In addition, necessary connections shall be made to the projector to accommodate presentations input from the DVD player, VCR, computers or cable television. The connections shall be configured to allow for simultaneous video switching, to send images from multiple sources to multiple output sources. (Note: City shall supply necessary computers.) 7. The system shall be controllable through a programmable wireless remote unit, that will be provided to allow for one -touch set-up and switching from different media sources such as a laptop or computer network interface (Power Point), cable television, DVD, VCR, Document Camera, etc. The controller unit will be utilized from either the table in front of the dais or the equipment room, and will control the inputs, screen and sound level. 8. The sound equipment in the Commission Chambers shall be replaced with new equipment to work with the new system. Microphones on the dais, on the floor and the wireless units shall be incorporated into the new system or replaced if necessary. Existing speakers shall be incorporated into the system and any necessary modifications, replacements and additions shall be included in the project. 9. An audio feed shall be provided from the sound system to a digital audio recording system, (to be provided by others), which shall be located at the City Clerk's position on the dais to record audio transcripts of meetings conducted in the Chamber. 4 City of Tamarac0�' Purchasin and Contracts Division B. Main Conference Room (Room 105) 1. A two (2) projector / two (2) screen solution is requested for this room. Projectors shall be configured and placed in such a manner that the same image will project from both projectors simultaneously, onto one of two (2) retractable screens mounted on opposite sides of the room, which shall be visible to all meeting attendants around the conference table and the audience. Projectors shall be ceiling mounted. 2. Audio/visual system at this location will accommodate multiple input sources for the audience, staff and members of the City Commission. The system shall provide for input from the following type of devices: a. PC or laptop computer b. Document Camera C. DVD Player / VCR d. Cable Television input 3. The system shall have two (2) electrically operated retractable screens located on the north and the south walls of the conference room. The screens shall be approximately 5' x 8'. Surface mounted switches shall be installed to allow for manual operation of the screens. Note: Ceiling is a suspended tile drop ceiling on a metal grid 4. The successful Proposer shall supply a commercial grade DVD player and a commercial grade VCR unit specifically for this room. In addition, necessary connections shall be made to the projector to accommodate presentation input from the DVD player, VCR, computers or cable television. The connections shall be configured to allow for simultaneous video switching, to send images from multiple sources to multiple output sources. (Note: The City shall supply necessary computers.) 5. The system shall be controllable through a programmable wireless remote unit that will be provided to allow for one -touch set-up and switching from different media sources such as laptop or computer network interface (Power Point), cable television, DVD, VCR, Document Camera, etc. The controller unit will be utilized from the conference table, or from a position in the audience area, and will control the inputs, the screen and the sound level. 6. Sufficient number of wireless microphones will be located around the conference table to amplify sound for the audience and to accommodate the recorder without having to set-up the sound system for each meeting. PLEASE NOTE: IT IS DESIRABLE TO EMBED THE MICROPHONES INTO THE TOP OF THE CONFERENCE TABLE. C Cit of Tamarac :j Purchasing and Contracts Division 7. A camera will be installed on the ceiling and connected to the City's internal network (intranet) to broadcast sound and video to those City employees who are authorized to view the meeting on their personal computers. The camera shall provide for remote movement (side to side, up/down, zoom in/ out) through a remote control unit, and through the network by an authorized user. Camera will be positioned to broadcast the proceedings around the conference table. 8. A sufficient number of speakers shall be installed on the ceiling for the audience to hear the meeting discussion and the presentations. 9. An audio feed will be provided from the sound system to the digital recording system to record the meetings conducted in this room. 10. The audio feed from this conference room shall also be fed to the existing City Hall PA system. 11. OPTION: A document camera shall be installed on the ceiling pointing down to the floor to project large size drawings (up to E size); pictures or any other images on the screens on both sides of the room. C. OPTION: Community Center Ball Room A projector and a screen will be installed in the ball room to accommodate input from the following type of devices: a. PC or laptop computer b. Document Camera C. DVD Player / VCR d. Cable Television input 2. Projector will be integrated with the existing sound system. 3. The system shall have an electrically operated retractable screen located over the stage. The screen shall be sized appropriately for the room. Surface mounted switch shall be installed to allow for manual operation of the screen. D. Integration and Installation Services The successful Proposer shall be responsible for provision of all necessary construction, assembly, materials and labor necessary for the installation of equipment at the Tamarac City Hall, including interfacing with existing equipment, installation of new projectors below ceiling level, installation of projection screens and wall switches, installation of speakers, sound equipment and microphones, provision of all low voltage cables, assembly within existing racks, programming the control system; required demolition; necessary electrical work, including installation of AC wiring; all final connections; placement and mounting of equipment; carpentry; and any other trade -related service required for this project. The Proposer and all sub -proposers shall possess appropriate State of Florida and Broward County licenses. Such licenses shall be in force at the time of the submittal of this Proposal. gLtZ of Tamarac Purchasing and Contracts Division E. Training The proposing vendor shall provide training for up to 2 staff members on the proper operation and performance of the system. F. Warranties Proposer shall warrant the equipment for a minimum of one (1) year, from the date of substantial completion of the installation. All warranties for this period shall be for on -site service. G. Performance and Testing The successful Proposer shall be required to make the system completely operable to the satisfaction of the City. This shall include insuring that all media successfully operate with the system, programming and proper balancing of controls, etc. The Proposer shall conduct appropriate testing to ensure complete operability of the system to the satisfaction of the City. Satisfactory performance will require the operability of all equipment in accordance with the manufacturer's recommended parameters, the ability to easily switch media from one source to another without the need for manual intervention, clear video and/or audio output without feedback, extraneous noise, or interference from other sources, and the ability to project clear, non -distorted images. The successful Proposer shall maintain this standard of operability at no additional cost to the City during the system warranty period. H. Manuals A minimum of one (1) set of complete operating manuals shall be compiled for all equipment. Manuals shall provide instructions on operation of the equipment, settings, and routine maintenance. Site Inspection A site inspection and informational conference is scheduled for November 13, 2003 at 10:00, A.M., in Room 105, 7525 NW 88th Street, Tamarac, FL. Although the site inspection is not mandatory, attendance at the conference will be considered as a part of the technical proposal evaluation process. No allowance shall be made for the vendor's failure to become familiar with all applicable job site requirements. III. PROPOSAL REQUIREMENTS A. Technical Proposal As part of the City's evaluation criteria contained in Section V. Evaluation of Proposals, clearly detail your firm's knowledge and recommended approach for successfully meeting the performance requirements of this solicitation. Proposers should submit the following information as part of their proposal: A design recommendation (not a comprehensive design), which details the major components recommended to make the system perform as required, as well as an assessment of existing conditions. 2. A complete list of all recommended components to be used for this system. Proposers shall provide detailed equipment lists for each room area shown of Tamarac � Purchasing lasing and Contracts Division , above. 3. Technical information related to each major equipment component, including equipment manufacturer/model numbers, and manufacturer's specification literature, which details the performance requirement for each major component. 4. Information regarding the Proposer's plan for staff training, as well as a synopsis of required maintenance tasks. 5. Proposers shall provide warranty information for all components. Please note that the system shalt be warrantied as detailed in Section II.F herein. 6. References for users of similar systems, within a 50 mile radius of Tamarac, Florida shall be submitted. Each Proposal shall provide a concise summary of the Proposer's capabilities to satisfy the requirements of the project, including past experience with similar projects and ability to provide maintenance service after the completion of the project. In order to expedite the evaluation of Proposals, it is essential that Proposers follow the format and instructions contained herein. If the Proposer so wishes, the Proposal may be accompanied with brochures, promotional materials or displays properly identified. However, Proposal submission requirements as listed herein must be followed. All Proposals must be submitted as specified on the Proposal pages, which follow. Any attachments must be clearly identified. B. Personnel, Experience and References Proposals should indicate a brief overview of your firm's experience as well as the experience of each key person responsible for the project, including the design engineer, the project manager, the primary maintenance technician, and all other key personnel. Provide a list and description of similar projects of this nature that have been recently completed. A minimum of three (3) projects, satisfactorily performed within the past three (3) years, is required. For each project listed, include name and current telephone number of a representative who can address the quality of your firm's work. If possible please include any projects completed for local governmental agencies. C. Pricing This is a non -priced request. Proposers shall NOT provide any pricing for either technical offers or products as a part of this Request for Information. City of Tamarac _ _ „ _ Purchasing and Contracts Division IV. PROPOSAL COPIES One (1) original and five (5) copies, in an envelope marked with your firm's name and "RFI 04-07R, Design, Furnish & Install Audio Visual Equipment for City Hall", shall be submitted by each Proposer to the City of Tamarac, 7525 NW 88th Avenue, Tamarac, Florida 33321, attention: Keith K. Glatz, CPPO, Purchasing & Contracts Manager. Any addenda or answers to written questions supplied by the City to participating Proposer's become part of this Request for Proposal and the resulting contract. This Proposal form shall be signed by an authorized company representative, dated and returned with the Proposal. No negotiations, decisions or actions shall be initiated or executed by the Proposer as a result of any discussions with any City employee. Only those communications that are in writing from the Purchasing and Contracts Manager may be considered as a duly authorized expression. Also, only communications from Proposers that are signed and in writing will be recognized by the City as duly authorized expressions on behalf of the Proposer. Required Certifications and Licenses License requirements will be determined prior to the issuance of Phase II, Invitation for Bid. -1 R1I-11 Nut*] il��•]1•� � A. Evaluation Method and Criteria Proposals will be evaluated using the criteria listed below: CRITERIA 2•IIi111:7T►1eJ_� Personnel, Experience and References: Identify key personnel dedicated to this project, their experience and 0-20 provide three (3) references for similar types of projects. Includes ability to service and maintain the system. Knowledge and Approach: Firm's proposal addressing 0-20 advantages and benefits of the system components offered. Technical approach: Includes the design and layout of equipment, the equipment being provided, training and 0-30 warranty. Schedule: Firm's ability to deliver and install equipment in a 0-30 timely fashion. Maximum Points 100 These weighted criteria are provided to assist the Proposers in the allocation of their time and efforts during the submission process. This criteria also guide the Evaluation Committee during the pre -qualification of Proposers. of Tamarac Purchasing and Contracts Division B. Acceptance of Technical Proposals Based on the response to the Technical Proposal, a Proposer may or may not be pre - qualified as an acceptable provider. Based on the scores received, the proposals shall be categorized as follows: 80 —100 Points Acceptable Proposal 65 — 80 Points Potentially Acceptable; that is, reasonably capable of being made acceptable through proposal adjustment, (however, it is not guaranteed that such proposal will be able to be made acceptable); or 0 — 65 Points Unacceptable Firms who submit an Acceptable Proposal, as defined above, will be provided with a Notice of Acceptance of the technical proposal approach, or of the acceptability of a product as applicable. Such acceptance shall confer the right for the Proposer to compete in Phase II, the formal competitive sealed bid portion of this procurement. Final award of contract shall be made upon completion of Phase II, the formal competitive sealed bid portion, to the lowest responsive and responsible pre -qualified bidder. City acceptance of technical proposals, or acceptance for pre -qualification of products submitted as a result of this process, does not confer any rights of contract award to any responding Proposer. After receipt of formal sealed bids under Phase II of this process, the successful Proposer shall be required to execute a City contract covering the scope of services to be provided and setting forth the duties, rights and responsibilities of the parties. This contract must be executed by the successful Proposer prior to recommendation of award and presentation to the City Commission for approval. VI. GENERAL INFORMATION AND SCHEDULE OF EVENTS For information concerning this Request for Information (RFI), contact Keith K. Glatz, CPPO, Purchasing & Contracts Manager, at (954) 724-2450. Such contact is to be for clarification purposes only. Material changes, if any, to the scope of services or Proposal procedures will be transmitted only by written addendum. The schedule of events, relative to this procurement shall be as follows: Event Date (on or by) 1. Issuance of Request for Information October 22, 2003 2. Site Inspection and Conference November 13, 2003 2. Opening of Requests for Information November 20, 2003 3. Evaluations & Clarifications December 10, 2003 4. Issuance of Priced Invitation for Bid December 12, 2003 5. Bid Opening January 6, 2004 6. Award of Contract February 11, 2004 CITY reserves the right to delay scheduled dates. 10 Ci!Z of Tamarac Purchasing and Contracts Division The contract or contracts shall be awarded to the lowest aggregate priced responsive and responsible Proposer(s) after completion of the Phase II formal sealed bid process. Insurance (Phase II) PLEASE HAVE YOUR INSURANCE REPRESENTATIVE CAREFULLY REVIEW ANY INSURANCE COVERAGES AND CONDITIONS PRIOR TO SUBMITTING YOUR PROPOSAL TO ENSURE COMPLIANCE WITH THE INSURANCE REQUIREMENTS OF THE INSTRUCTIONS TO PROPOSERS. 11 of Tamarac k Purchasing and Contracts Division 1&3tZOL01K91►&_*%I•=4 T*1fK i Yf_T:I117:.T Iojii TI6191ZI91HN]ZM RF104-07R 1. DEFINED TERMS Terms used in these Instructions to Proposers are defined and have the meanings indicated as follows: "Offeror" - this term is interchangeable with "Proposer". "Proposer" - one who submits a Proposal directly to CITY, as distinct from a Sub -Offeror, who submits a Proposal to the Offeror. "Successful Proposer" - the qualified, responsible and responsive Proposer to whom CITY (on the basis of CITY'S evaluation as hereinafter provided) makes an award. "City" - City of Tamarac, a municipal corporation of the State of Florida. "Proposal Documents" - the Request for Information (RFI), Instructions to Proposers, Proposer's Submittal, Certification, Certified Resolution, Offeror's Qualifications Statement, Non -Collusive Affidavit, Foreign Corporations Statement, Vendor Drug Free Workplace Statement, and all Addenda issued prior to receipt of Proposals. 2. SPECIAL CONDITIONS Any and all Special Conditions that may vary from the General Conditions shall have precedence. 3. EXAMINATION OF CONTRACT DOCUMENTS AND SITE Before submitting a Proposal, each Proposer must (a) visit the site to familiarize themselves with the facilities and equipment that may in any manner affect cost, or performance of the work; (b) consider federal, state and local laws, ordinances, rules and regulations that may in any manner affect cost, or performance of the work, (c) study and carefully correlate the Proposer's observations with the Proposal Documents; and (d) notify the Purchasing and Contracts Manager or designee of all conflicts, errors and discrepancies, if any, in the Proposal Documents. The Proposer, by and through the submission of a Proposal, agrees that they shall be held responsible for having examined the facilities and equipment; familiarized themselves with the nature and extent of the work and any local conditions that may affect the work to be done and the equipment, materials, parts and labor required. 4. SPECIFICATIONS 4.1 The apparent silence of the Specifications as to any detail, or the apparent omission from it of a detailed description concerning any point, shall be regarded as meaning that only the best commercial practice is to prevail and that only material and workmanship of the finest quality are to be used. All interpretations of the Specifications shall be made on the basis of this statement. 12 of Tamarac A-P, Purchasing and Contracts Division 4.2 Any manufacturers' names, trade names, brand names, information and/or catalog numbers used herein are for the purpose of describing and establishing a general standard of quality, performance and characteristics and are not intended to limit or restrict competition. The Proposer may offer any brand, which meets or exceeds the specifications for any item(s). If a Proposal is based on equivalent products, indicate on the Proposal the manufacturer's name and catalog number. Proposer shall submit with their Proposal complete, descriptive literature and/or specifications. The Proposer should also explain in detail the reason(s) why and submit proof that the proposed equivalent will meet the specifications and not be considered an exception thereto. The determination of equivalency shall rest solely with the CITY. If Proposer fails to name a substitute, it will be assumed that they are bidding on and they will be required to furnish goods identical to Proposal standards. 5. INTERPRETATIONS AND ADDENDA If the Proposer should be in doubt as to the meaning of any of the Proposal Documents, is of the opinion that the Conditions and Specifications contain errors or contradictions or reflect omissions, or has any question concerning the conditions and specifications, they shall submit a written request directed to the Purchasing and Contracts Manager or designee for interpretation or clarification. Such request must reference the date of Proposal opening and Proposal number and should be received by the Purchasing and Contracts Manager or designee at least ten (10) calendar days before the date of the formal opening of the Proposals. Questions received less than ten (10) calendar days prior to the Proposal opening shall not be answered. Interpretations or clarifications in response to such questions will be issued in the form of written addenda by certified mail, return receipt requested, mailed to all parties recorded by CITY'S Purchasing and Contracts Manager or designee as having received the Proposal Documents. The issuance of a written addendum shall be the only official method whereby such an interpretation or clarification will be made. 6. COSTS AND COMPENSATION (APPLICABLE TO PHASE II ONLY) 6.1 Costs and compensation shall be shown in both unit amounts and extensions whenever applicable. In the event of discrepancies existing between unit amounts and extensions or totals, unit amounts shall govern. 6.2 All costs and compensation shall remain firm and fixed for acceptance for nine (� calendar days after the day of the Proposal opening. 6.3 The costs and compensation proposed shall include all franchise fees, royalties, license fees and other costs arising from the use by such design, equipment and/or materials in any way involved in the work as well as all costs of transporting and service to the required locations. 13 of Tamarac Purchasing and Contracts Division 7. NON -COLLUSIVE AFFIDAVIT Each Proposer shall complete the Non -Collusive Affidavit and shall submit the form with the Proposal. CITY considers the failure of the Proposer to submit this document to be a major irregularity and may be cause for rejection of the Proposal. 8. PUBLIC ENTITY CRIMES A person or affiliate who has been placed on the convicted vendor list following a conviction for public entity crime may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to public entity, may not be awarded or perform work as a Consultant, supplier, subconsultant, or consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017, for Category Two for a period of 36 months from the date of being placed on the convicted vendor list. 9. CONFLICT OF INTEREST The award of any contract hereunder is subject to the provisions of Chapter 112, Florida Statutes. Proposers must disclose with their Proposal the name of any officer, director, partner, proprietor, associate or agent who is also an officer or employee of CITY or any of its agencies. Further, all Proposers must disclose the name of any officer or employee of CITY who owns, directly or indirectly, an interest of five percent (5%) or more in the Proposer's firm or any of its branches or affiliate companies. 10. PERFORMANCE BONDS AND INSURANCE Prior to acceptance of bids (Phase II), the Successful Bidder shall submit performance and payment bonds, certificates and/or policies of insurance in the manner, form and amount(s) specified in the Special Conditions. 11. SUMMARY OF FORMS TO BE SUBMITTED WITH PROPOSALS The following is a summary of documents, which should accompany the Proposal; but must be provided within three (3) business days of the City's request to be considered responsive. a) Certification b) Certified Resolution c) Offeror's Qualification Statement d) Non -Collusive Affidavit e) Foreign Corporation Statement f) Vendor Drug Free Workplace Statement g) References h) Proof of Insurance 14 City_ of Tamarac Purchasing and Contracts Division 12. SUBMISSION OF PROPOSALS 12.1 Proposals must be typed or printed in ink. Use of erasable ink is not permitted. All corrections to prices made by the Proposer must be initialed. 12.2 Proposals must contain a manual signature of the authorized representative of the Proposer. Proposals shall contain an acknowledgment of receipt of all Addenda. The address and telephone number for communications regarding the Proposal must be shown. 12.3 Proposals by corporations must be executed in the corporate name by the President or other corporate officer accompanied by evidence of authority to sign. The corporate address and state of incorporation must be shown below the signature. 12.4 Proposals by partnerships must be executed in the partnership name and signed by a partner, whose title must appear under the signature and the official address of the partnership must be shown below the signature. 12.5 Proposals shall be submitted at or before the time and at the place indicated in the Request for Proposals and shall be submitted in a sealed envelope (faxed proposals will not be accepted under any circumstances). The envelope shall be clearly marked on the exterior "RFI 04-07R, Design, Furnish S Install Audio Visual Equipment for City Hall, Phase I", shall state the name and address of the Proposer and shall be accompanied by any other required documents. No responsibility will attach to the Purchasing and Contracts Office for the premature opening of a Proposal not properly addressed and identified. 12.6 In accordance with Chapter 119 of the Florida Statutes (Public Records Law), and except as may be provided by other applicable state and federal law, the Request for Proposal and the responses thereto are in the public domain. However, the Proposers are requested to identify specifically any information contained in their Proposals which they consider confidential and/or proprietary and which they believe to be exempt from disclosure, citing specifically the applicable exempting law. 12.7 All Proposals received from Proposers in response to the Request for Proposal will become the property of CITY and will not be returned to the Proposers. In the event of Contract award, all documentation produced as part of the Contract shall become the exclusive property Of CITY. 15 of Tamarac 1. Purchasing and Contracts Division 13. MODIFICATION AND WITHDRAWAL OF PROPOSALS 13.1 Proposals may be modified or withdrawn by an appropriate document duly executed (in the manner that a Proposal must be executed) and delivered to the place where Proposals are to be submitted at any time prior to the deadline for submitting Proposals. A request for withdrawal or a modification must be in writing and signed by a person duly authorized to do so. Evidence of such authority must accompany the request for withdrawal or modification. Withdrawal of a Proposal will not prejudice the rights of an Proposer to submit a new Proposal prior to the Proposal opening date and time. After expiration of the period for receiving Proposals, no Proposal may be withdrawn or modified. 13.2 If, within twenty-four (24) hours after Proposals are opened, any Proposer files a duly signed, written notice with CITY and within five (5) calendar days thereafter demonstrates to the reasonable satisfaction of CITY by clear and convincing evidence there was a material and substantial mistake in the preparation of its Proposal, or that the mistake is clearly evident on the face of the Proposal but the intended correct Proposal is not similarly evident, then Proposer may withdraw its Proposal and the Bid Security will be returned. Thereafter, the Proposer will be disqualified from further bidding on the subject Contract. 14. REJECTION OF PROPOSALS 14.1 To the extent permitted by applicable state and federal laws and regulations, CITY reserves the right to reject any and all Proposals, to waive any and all informalities not involving price, time or changes in the work with the Successful Proposer, and the right to disregard all nonconforming, non- responsive, unbalanced or conditional Proposals. Proposal will be considered irregular and may be rejected, if they show serious omissions, alterations in form, additions not called for, conditions or unauthorized alterations, or irregularities of any kind. 14.2 CITY reserves the right to reject the Proposal of any Proposer if CITY believes that it would not be in the best interest of the CITY to make an award to that Proposer, whether because the Proposal is not responsive or the Proposer is unqualified or of doubtful financial ability or fails to meet any other pertinent standard or criteria established by CITY. 15. QUALIFICATIONS OF PROPOSERS 15.1 Each Proposer shall complete the Qualifications Statement and submit the same with his Proposal. Failure to submit the Qualifications Statement and the documents required thereunder with the Proposal may constitute grounds for rejection of the Proposal. 15.2 As a part of the Proposal evaluation process, CITY may conduct a reference 16 16. of Tamarac t, . Purchasing and Contracts Division check, which may include a credit check utilizing existing credit bureaus and financial reporting agencies. 15.3 No proposal shall be accepted from, nor will any contract be awarded to, any person, who is in arrears to CITY, upon any debt or contract, or who is a defaulter, as surety or otherwise, upon any obligation to CITY, or who is deemed irresponsible for unreliable by CITY. 15.4 CITY reserves the right to make a pre -award inspection of the Proposer's facilities and equipment prior to award of Contract. INSURANCE (PHASE II) 16.1 Proposer agrees to, in the performance of work and services under this Agreement, comply with all federal, state, and local laws and regulations now in effect, or hereinafter enacted during the term of this agreement that are applicable to Proposer, its employees, agents, or SubProposers, if any, with respect to the work and services described herein. 16.2 Proposer shall obtain at Proposer's expense all necessary insurance in such form and amount as required by the City's Risk and Safety Manager before beginning work under this Agreement. Proposer shall maintain such insurance in full force and effect during the life of this Agreement. Proposer shall provide to the City's Risk and Safety Manager certificates of all insurance required under this section prior to beginning any work under this Agreement. 16.3 Proposer shall indemnify and save the City harmless from any damage resulting to it for failure of either Proposer or any SubProposer to obtain or maintain such insurance. 16.4 The following are required types and minimum limits of insurance coverage, which the Proposer agrees to maintain during the term of this contract: Line of Business/ Coverage Commercial General Liability Occurrence Aggregate $1,000,000 $1,000,000 Including: Premises/Operations Contractual Liability Personal Injury Explosion, Collapse, Underground Hazard Products/Completed Operations Broad Form Property Damage Cross Liability and Severability of Interest Clause Automobile Liability $1,000,000 $1,000,000 Workers' Compensation & Employer's Liability Statutory Professional Liability (Errors and Omissions) $1,000,000 Insurance 17 of Tamarac t Purchasing and Contracts Division 16.5 The City reserves the right to require higher limits depending upon the scope of work under this Agreement. 16.6 Neither Proposer nor any SubProposer shall commence work under this contract until they have obtained all insurance required under this section and have supplied the City with evidence of such coverage in the form of an insurance certificate and endorsement. The Proposer will ensure that all SubProposers will comply with the above guidelines and will maintain the necessary coverages throughout the term of this Agreement. 16.7 All insurance carriers shall be rated at least A-VII per Best's Key Rating Guide and be licensed to do business in Florida. Policies shall be "Occurrence" form. Each carrier will give the City sixty (60) days notice prior to cancellation. 16.8 The Proposer's liability insurance policies shall be endorsed to add the City of Tamarac as an "additional insured". The Proposer's Workers' Compensation carrier will provide a Waiver of Subrogation to the City. 16.9 The Proposer shall be responsible for the payment of all deductibles and self -insured retentions. The City may require that the Proposer purchase a bond to cover the full amount of the deductible or self -insured retention. 16.10 If the Proposer is to provide professional services under this Agreement, the Proposer must provide the City with evidence of Professional Liability insurance with, at a minimum, a limit of $1,000,000 per occurrence and in the aggregate. "Claims -Made" forms are acceptable for Professional Liability. 16.11 The Successful Proposer agrees to perform the work under the Contract as an independent Proposer, and not as a SubProposer, agent or employee of CITY. 17. INDEMNIFICATION 17.1 GENERAL INDEMNIFICATION: To the fullest extent permitted by laws and regulations, Successful Proposer shall indemnify, defend, save and hold harmless the CITY, its officers, elected officials, agents and employees, harmless from any and all claims, damages, losses, liabilities and expenses, direct, indirect or consequential arising out of or in consequential arising out of or alleged to have arisen out of or inconsequential arising of the products, goods or services furnished by or operations of the Successful Proposer or their subProposers, agents, officers, employees or independent Consultants pursuant to the Contract, specifically including but not limited to those caused by or arising out of (a) any act, omission or default of the Successful Proposer and/or their subProposers, agents, servants or employees in the provision of the goods and/or services under the Contract; (b) any and all bodily injuries, sickness, disease or death; (c) injury to or destruction of tangible property, including the loss of use resulting there from; (d) the use of any improper materials; (e) a defective condition in any goods provided 18 of Tamarac Purchasing and Contracts_ Division pursuant to the Contract, whether patent or latent; (f) the violation of any federal, state, county or municipal laws, ordinances or regulations by Successful Proposer, their subProposers, agents, servants, independent Consultants or employees; (g) the breach or alleged breach by Successful Proposer of any term, warranty or guarantee of the Contract. 17.2 The Successful Proposer shall pay all claims, losses, liens, settlements or judgments of any nature whatsoever in connection with the foregoing indemnifications including, but not limited to, reasonable attorney's fees (including appellate attorney's fees) and costs. 17.3 CITY reserves the right to select its own legal counsel to conduct any defense in any such proceeding and all costs and fees associated therewith shall be the responsibility of Successful Proposer under the indemnification agreement. Nothing contained herein is intended nor shall it be construed to waive CITY's rights and immunities under the common law or Florida Statute 768.28 as amended from time to time. 18. WARRANTIES 18.1 Successful Proposer warrants to CITY that the consummation of the work provided for in the Contract documents will not result in the breach of any term or provision of, or constitute a default under any indenture, mortgage, contract, or agreement to which Successful Proposer is a party. 18.2 Successful Proposer warrants to CITY that it is not insolvent, it is not in bankruptcy proceedings or receivership, nor is it engaged in or threatened with any litigation, arbitration or other legal or administrative proceedings or investigations of any kind which would have an adverse effect on its ability to perform its obligations under the Contract. 18.3 Successful Proposer warrants to CITY that it will comply with all applicable federal, state and local laws, regulations and orders in carrying out its obligations under the Contract. 18.4 All warranties made by Successful Proposer together with service warranties and guaranties shall run to CITY and the successors and assigns of CITY. 19. NON-DISCRIMINATION AND EQUAL OPPORTUNITY EMPLOYMENT During the performance of the Contract, the Successful Proposer shall not discriminate against any employee or applicant for employment because of race, religion, color, sex or national origin. The Successful Proposer will take affirmative action to ensure that employees are treated during employment, without regard to their race, creed, color, or national original. Such action must include, but not be limited to, the following: employment, upgrading; demotion or transfer; recruitment or recruitment advertising, layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The Successful Proposer(s) shall agree to post in conspicuous places, available to employees and applicants for employment, notices to be provided by the contracting officer setting 19 of Tamarac €• Purchasing and Contracts Division forth the provisions of this nondiscrimination clause. 20. TAXES Successful Proposer shall pay all applicable sales, consumer use and other similar taxes required by law. 21. PERMITS, FEES AND NOTICES Successful Proposer shall secure and pay for all permits and fees, licenses and charges necessary for the proper execution and completion of the work. The costs of all permits, fees, licenses and charges shall be included in the price Proposal, except where expressly noted in the specifications requirement. 22. TERMINATION FOR CAUSE AND DEFAULT In the event Successful Proposer shall default in any of the terms, obligations, restrictions or conditions in any of the Proposal documents, CITY shall give written notice by certified mail, return receipt requested to Successful Proposer of the default and that such default shall be corrected or actions taken to correct such default shall be commenced within ten 10 calendar days thereof. In the event Successful Proposer has failed to correct the conditions of default or the default is not remedied to the satisfaction and approval of CITY, CITY shall have all legal remedies available to it, including, but not limited to termination of the Contract in which case Successful Proposer shall be liable for all procurement and reprocurement costs and any and all damages permitted by law arising from the default and breach of the Contract. 23. TERMINATION FOR CONVENIENCE OF CITY Upon seven (7) calendar days written notice delivered by certified mail, return receipt requested, to Successful Proposer, CITY may without cause and without prejudice to any other right or remedy, terminate the agreement for CITY's convenience whenever CITY determines that such termination is in the best interests of CITY. Where the agreement is terminated for the convenience of CITY, the notice of termination to Successful Proposer must state that the Contract is being terminated for the convenience of CITY under the termination clause and the extent of termination. Upon receipt of the notice of termination for convenience, Successful Proposer shall promptly discontinue all work at the time and to the extent indicated on the notice of termination, terminate all outstanding subProposers and purchase orders to the extent that they relate to the terminated portion of the Contract and refrain from placing further orders and subcontracts except as they may be necessary, and complete any continued portions of the work. 20 City of Tamarac Purchasi and Contracts Division PZT-11111W1NU&I CITY reserves the right to audit the records relating to this contract of Successful Proposer at any time during the performance and term of the Contract and for a period of three (3) years after completion and acceptance by CITY. If required by CITY, Successful Proposer shall agree to submit to an audit by an independent certified public accountant selected by CITY. Successful Proposer shall allow CITY to inspect, examine and review the records of Successful Proposer at any and all times during normal business hours during the term of the Contract. 25. ASSIGNMENT 25.1 Successful Proposer shall not assign, transfer or subject the Contract or its rights, title or interests or obligations therein without CITY'S prior written approval. 25.2 Violation of the terms of this paragraph shall constitute a breach of the Contract by Successful Proposer and CITY may, at its discretion, cancel the Contract and all rights, title and interest of Successful Proposer shall thereupon cease and terminate. 21 of Tamarac - — Purchasing &Contracts Division CONTACT INFORMATION RFI 04-07R Phase 1 Pre -qualification of Proposers DESIGN, FURNISH & INSTALL AUDIO/VISUAL EQUIPMENT FOR CITY HALL Please provide the name of a Contact person who shall have authority to negotiate on behalf of your firm. Return this page along with your Technical Proposal. Organization Name Address City/State/Zip Code Contact Person Telephone Number Facsimile Number E-mail Address Receipt of Addenda The receipt of the following addenda is hereby acknowledged. Addendum No. , Dated Addendum No. , Dated Addendum No. , Dated Name of Proposer: 22 City of Tamarac t-. Purrhasing & Contracts Division C«T1 ���9C�jl�C�7i1 "-:&71010I 1�iTiL�l• We (1), the undersigned, hereby agree to furnish the items)/service(s) described in the Invitation to Bid. We (1) certify that we(I) have read the entire document, including the Specifications, Additional Requirements, Supplemental Attachments, Instructions to Bidders, Terms and Conditions, and any addenda issued. We agree to comply with all of the requirements of the entire Invitation To Bid. Indicate which type of organization below: INDIVIDUAL PARTNERSHIP CORPORATION ❑ OTHER❑ If "Other", Explain: Authorized Signature Title Company Name City/State/Zip Fax Number Name (Printed Or Typed) Federal Employer I.D./Social Security No. Address Telephone Contact Person Page 1 of 1 Certification City of Tamarac It Purchasing & Contracts Division CERTIFIED RESOLUTION I, (Name), the duly elected Secretary of (Name of Corp.), a corporation organized and existing under the laws of the State of , do hereby certify that the following Resolution was unanimously adopted and passed by a quorum of the Board of Directors of the said corporation at a meeting held in accordance with law and the by-laws of the said corporation. "IT IS HEREBY RESOLVED THAT (Name)", the duly elected (Title of Officer) of (Name of Corp.) be and is hereby authorized to execute and submit a Bid and/or Bid Bond, if such bond is required, to the City of Tamarac and such other Instruments in writing as may be necessary on behalf of the said corporation; and that the Bid, Bid Bond, and other such instruments signed by him/her shall be binding upon the said corporation as its own acts and deeds. The secretary shall certify the names and signatures of those authorized to act by the foregoing resolution. The City of Tamarac shall be fully protected in relying upon such certification of the secretary and shall be indemnified and saved harmless from any and all claims, demands, expenses, loss or damage resulting from or growing out of honoring, the signature of any person so certified or for refusing to honor any signature not so certified. I further certify that the above resolution is in force and effect and has not been revised, revoked or rescinded. I further certify that the following are the name, titles and official signatures of those persons authorized to act by the foregoing resolution. NAME TITLE SIGNATURE Given under my hand and the Seal of the said corporation this day of , 20 (SEAL) By: Secretary Corporate Title NOTE: The above is a suggested form of the type of Corporate Resolution desired. Such form need not be followed explicitly, but the Certified Resolution submitted must clearly show to the satisfaction of the City of Tamarac that the person signing the Bid and Bid Bond for the corporation has been properly empowered by the corporation to do so in its behalf. Page 1 of 1 Certified Resolution of Tamarac & Contracts Division OFFERORS QUALIFICATION STATEMENT The undersigned certifies under oath the truth and correctness of all statements and of all answers to questions made hereinafter: SUBMITTED TO: City of Tamarac Purchasing and Contracts Manager 7525 NW 88t" Avenue Tamarac, Florida 33321 Company: Contact Name: Address: City, State, Zip Telephone No. Fax No. Check One 11 Corporation F]Partnership 17 Individual ElOther 1. State the true, exact, correct and complete name of the partnership, corporation, trade or fictitious name under which you do business and the address of the place of business. The correct name of the Offeror is: The address of the principal place of business is: 2. If Offeror is a corporation, answer the following: a) Date of Incorporation: b) State of Incorporation: c) President's name: d) Vice President's name: e) Secretary's name: f) Treasurer's name: g) Name and address of Resident Agent: Page 1 of 5 Offeror's Qualification Statement City of Tamarac Purchasing & Contracts Division 3. If Offeror is an individual or a partnership, answer the following: a) Date of organization: b) Name, address and ownership units of all partners: c) State whether general or limited partnership: 4. If Offeror is other than an individual, corporation or partnership, describe the organization and give the name and address of principals: 5. If Offeror is operating under a fictitious name, submit evidence of compliance with the Florida Fictitious Name Statute, 6. How many years has your organization been in business under its present business name? a) Under what other former names has your organization operated? 7. Indicate registration, license numbers or certificate numbers for the businesses or professions, which are the subject of this Bid. Please attach certificate of competency and/or state registration. 8. Have you personally inspected the site of the proposed work? FIYES ❑ NO 9. Do you have a complete set of documents, including drawings and addenda? ❑ YES [—] NO 10. Did you attend the Pre -Proposal Conference if any such conference was held? F-1 YES [:] NO Page 2 of 5 Offeror's Qualification Statement of Tamarac it. Purchasing & Contracts Division 11. Have you ever failed to complete any work awarded to you? If so, state when, where and why: 12. State the names, telephone numbers and last known addresses of three (3) owners, individuals or representatives of owners with the most knowledge of work which you have performed and to which you refer (government owners are preferred as references). Name Address Teeeohone 13. List the pertinent experience of the key individuals of your organization (continue on insert sheet, if necessary). 14. State the name of the individual who will have personal supervision of the work: 15. State the name and address of attorney, if any, for the business of the Offeror: 16. State the names and addresses of all businesses and/or individuals who own an interest of more than five percent (5%) of the Offeror's business and indicate the percentage owned of each such business and/or individual: 17. State the names, addresses and the type of business of all firms that are partially or wholly owned by Offeror: Page 3 of 5 Cfferor's Qualification Statement :rimer City of Tamarac Purchasing & Contracts Division 18. State the name of Surety Company which will be providing the bond, and name and address of agent: 19. Bank References: Bank Address Teleahone 20. Attach a financial statement including Offeror's latest balance sheet and income statement showing the following items: a) Current Assets (e.g., cash, joint venture accounts, accounts receivable, notes receivable, accrued income, deposits, materials, real estate, stocks and bonds, equipment, furniture and fixtures, inventory and prepaid expenses): b) Net Fixed Assets c) Other Assets d) Current Liabilities (e.g., accounts payable, notes payable, accrued expenses, provision for income taxes, advances, accrued salaries, real estate encumbrances and accrued payroll taxes). e) Other Liabilities (e.g., capital, capital stock, authorized and outstanding shares par values, earned surplus, and retained earnings): 21. State the name of the firm preparing the financial statement and date thereof: 22. Is this financial statement for the identical organization named on page one? DYES F-] NO 23. If not, explain the relationship and financial responsibility of the organization whose financial statement is provided (e.g., parent -subsidiary). Page 4 of 5 Offeror's Qualification Statement City of Tamarac e-- Purchasing & Contracts Division The Offeror acknowledges and understands that the information contained in response to this Qualification Statement shall be relied upon by owner in awarding the contract and such information is warranted by Offeror to be true. The discovery of any omission or misstatement that materially affects the Offeror's qualifications to perform under the contract shall cause the owner to reject the proposal, and if after the award, to cancel and terminate the award and/or contract. Signature ACKNOWLEDGEMENT OFFEROR'S QUALIFICATION STATEMENT State of County of On this the day of , 20 _ , before me, the undersigned Notary Public of the State of Florida, personally appeared and (Name(s) of individual(s) who appeared before notary) whose name(s) is/are Subscribed to within the instrument, and he/she/they acknowledge that he/she/they executed it. WITNESS my hand and official seal. NOTARY PUBLIC SEAL OF OFFICE: NOTARY PUBLIC, STATE OF FLORIDA (Name of Notary Public: Print, Stamp, or Type as Commissioned) ❑ Personally known to me, or ❑ Produced identification: (Type of Identification Produced) ❑ DID take an oath, or ❑ DID NOT take an oath Page 5 of 5 Offeror's Qualification Statement City of Tamarac Purchasing & Contracts Division NON -COLLUSIVE AFFIDAVIT State of ) )ss. County of ) being first duly sworn, deposes and says that: 1. He/she is the , (Owner, Partner, Officer, Representative or Agent) of , the Offeror that has submitted the attached Proposal; 2. He/she is fully informed respecting the preparation and contents of the attached Proposal and of all pertinent circumstances respecting such Proposal; 3. Such Proposal is genuine and is not a collusive or sham Proposal; 4. Neither the said Offeror nor any of its officers, partners, owners, agents, representatives, employees or parties in interest, including this affiant, have in any way colluded, conspired, connived or agreed, directly or indirectly, with any other Offeror, firm, or person to submit a collusive or sham Proposal in connection with the Work for which the attached Proposal has been submitted; or to refrain from bidding in connection with such Work; or have in any manner, directly or indirectly, sought by agreement or collusion, or communication, or conference with any Offeror, firm, or person to fix the price or prices in the attached Proposal or of any other Offeror, or to fix any overhead, profit, or cost elements of the Proposal price or the Proposal price of any other Offeror, or to secure through any collusion, conspiracy, connivance, or unlawful agreement any advantage against (Recipient), or any person interested in the proposed Work; 5. The price or prices quoted in the attached Proposal are fair and proper and are not tainted by any collusion, conspiracy, connivance, or unlawful agreement on the part of the Offeror or any other of its agents, representatives, owners, employees or parties in interest, including this affiant. Signed, sealed and delivered in the presence of: By Witness Witness Printed Name Title Page 1 of 2 Non -Collusive Affidavit of Tamarac e.. Purchasing & Contracts Division ACKNOWLEDGMENT NON -COLLUSIVE AFFIDAVIT State of Florida County of On this the day of , 20 , before me, the undersigned Notary Public of the State of Florida, personally appeared and (Name(s) of individual(s) who appeared before notary) whose name(s) is/are Subscribed to within the instrument, and he/she/they acknowledge that he/she/they executed it. WITNESS my hand and official seal. NOTARY PUBLIC SEAL OF OFFICE: NOTARY PUBLIC, STATE OF FLORIDA (Name of Notary Public: Print, Stamp, or Type as Commissioned) ❑ Personally known to me, or ❑ Produced identification: (Type of Identification Produced) ❑ DID take an oath, or ❑ DID NOT take an oath Page 2 of 2 Non -Collusive Affidavit City of Tamarac 10 Purchasing & Contracts Division FOREIGN (NON-FLORIDA) CORPORATIONS MUST COMPLETE THIS FORM f�1�I,:L'�>r►�il�►�>i�l��>t��I�1:��1:�:Y>i=[y,il:�>i�I:��C�] If your corporation is exempt from the requirements of Section 607.1501, Florida Statutes, YOU MUST CHECK BELL W the reason(s) for the exemption. Please contact the Department of State, Division of Corporations at (850) 245-6051 for assistance with corporate registration or exemptions. 607.1501 Authority of foreign corporation to transact business required. (1) A foreign corporation may not transact business in this state until it obtains a certificate of authority from the Department of State. (2) The following activities, among others, do not constitute transacting business within the meaning of subsection (1): ❑ (a) Maintaining, defending, or settling any proceeding. ❑ (b) Holding meetings of the board of directors or shareholders or carrying on other activities concerning internal corporate affairs. ❑ (c) Maintaining bank accounts. ❑ (d) Maintaining officers or agencies for the transfer, exchange, and registration of the corporation's own securities or maintaining trustees or depositaries with respect to those securities. ❑ (e) Selling through independent contractors. ❑ (f) Soliciting or obtaining orders, whether by mail or through employees, agents, or otherwise, if the orders require acceptance outside this state before they become contracts. ❑ (g) Creating or acquiring indebtedness, mortgages, and security interests in real or personal property. ❑ (h) Securing or collecting debts or enforcing mortgages and security interests in property securing the debts. ❑ (i) Transacting business in interstate commerce. ❑ Q) Conducting an isolated transaction that is completed within 30 days and that is not one in the course of repeated transactions of a like nature. ❑ (k) Owning and controlling a subsidiary corporation incorporated in or transacting business within this state or voting the stock of any corporation which it has lawfully acquired. ❑ (1) Owning a limited partnership interest in a limited partnership that is doing business within this state, unless such limited partner manages or controls the partnership or exercises the powers and duties of a general partner. ❑ (m) Owning, without more, real or personal property. (3) The list of activities in subsection (2) is not exhaustive. (4) This section has no application to the question of whether any foreign corporation is subject to service of process and suit in this state under any law of this state. Please check one of the following if your firm is NOT a corporation: (1) ❑ Partnership, Joint Venture, Estate or Trust (II) ❑ Sole Proprietorship or Self Employed MOTE: This sheet MUST be enclosed with your bid if you claim an exemption or have checked I or II above. If you do not check I or II above, your firm will be considered a corporation and subject to all requirements listed herein. BIDDER'S CORRECT LEGAL NAME SIGNATURE OF AUTHORIZED AGENT OF BIDDER Page 1 of T Foreign Corporations Statement City of Tamarac .0 Purchasing & Contracts Division VENDOR DRUG -FREE WORKPLACE Preference may be given to vendors submitting a certification with their bid/proposal certifying they have a drug -free workplace in accordance with Section 287.087, Florida Statutes. This requirement affects all public entities of the State and becomes effective January 1, 1991. The special condition is as follows: IDENTICAL TIE BIDS - Preference may be given to businesses with drug -free workplace programs. Whenever two or more bids that are equal with respect to price, quality, and service are received by the State or by any political subdivision for the procurement of commodities or contractual services, a bid received from a business that certifies that it has implemented a drug -free workplace program shall be given preference in the award process. Established procedures for processing tie bids will be followed if none of the tied vendors have a drug -free workplace program. In order to have a drug -free workplace program, a business shall: 1. Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. 2. Inform employees about the dangers of drug abuse in the workplace, the business's policy of maintaining a drug -free workplace, any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. 3. Give each employee engaged in providing the commodities or contractual services that are under bid a copy of the statement specified in subsection (1). 4. In the statement specified in subsection (1), notify the employees that, as a condition of working on the commodities or contractual services that are under bid, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contendere to, any violation of chapter 893 or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later that five (5) days after each conviction. 5. Impose a section on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee's community, by any employee who is so convicted. 6. Make a good faith effort to continue to maintain a drug -free workplace through implementation of this section. As the person authorized to sign the statement, I certify that this form complies fully with the above requirements. Authorized Signature Company Name Page 1 of 1 Drug -Free Workplace City of Tamarac �• Purchasing & Contracts Division REFERENCES Please list government agencies and/or private firms with whom you have done business during the last five years: Your Company Name Address City State Zip Phone/Fax Agency/Firm Name: Address City State Zip Phone/Fax Contact Name Agency/Firm Name: Address City State Zip Phone/Fax Contact Name Agency/Firm Name: Address City State Zip Phone/Fax Contact Name Agency/Firm Name: Address City State Zip Phone/Fax Contact Name Agency/Firm Name: Address City State Zip Phone/Fax Contact Name Page 1 of 1 References ACORD CERTIFICATE OF LIABILITY INSURANCE I DATE(MM/DD(YY) PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND AI TER THE COVERAGE AFFORDED BY THE POL161ESBELOW INSURERS AFFORDING COVERAGE ' INSURER A: INSURER 9, YOUR COMPANY NAME HERE INSURERC, Companies providing coverage INSURER D. INSURER E, COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGSREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION LIMITS GENERAL LIABILITY COMMERCIAL GENERAL LIABILITY CLAIMS MADE OCCUR EACH OCCURRENCE $ Must Include General Liability FIRE DAMAGE (Any one fire) $ MED EXP (Any one persan S PERSONAL&ADVINJURY $ GENERAL AGGREGATE $ GEN'L AGGREGATE LIMIT APPLIES PER: policy project loc PRODUCTS - COMP/OP AGG $ AUTOMOBILE LIABILITY ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON -OWNED AUTOS SAMPLE CERTIFICATE GARAGE LIABILITY ANY AUTO AUTO ONLY - EA ACCIDENT $ OTHER THAN EA ACC AUTO ONLY: AGG $ EXCESS LIABILITY OCCUR CLAIMS MADE DEDUCTIBLE RETENTION $ EACH OCCURRENCE $ AGGREGATE $ S $ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY TATH- OER _LIMTU- E.L. EACH ACCIDENT $ E.L. DISEASE - EA EMPLOYEE $ E.L. DISEASE - POLICY LIMIT OTHER Certificate must contain wording similar to what appears below ESCRIPTION OF OF ONSIVEHICLFSIEXCq T.k MM �1. Al�ll�"ICNAfwLY INS�IRD 1i1 RIN taN:IAI�d¢', .. .., . �. .. ... ,.:::.c..,, n ,.}. ., ..,. v 1 .., Atlxd .ata 6.. UtK I II-IUA I It MULUtK ADDITIONAL INSURED; INSURER LETTER: GANGELLA I ION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION City of Tamarac IL $k DAYS WRITTEN 7525 NW 88th Avenue City Must Be Named as Certificate Holder LIFT, Tamarac FL 33321 AUTHORIZED REPRESENTATIVE ACORD 25-S (7/97) (DACORD CORPORATION 1988 Phase I Technical Proposal _ Design, Furnish and Install Audio Visual System for City Hall Request for Information No. 04-07-R M Custom Fit, Inc. 4200-Q Lafayette Center Drive Chantilly, VA 20151 703-378-8340 www.standardparts.com IR 0 •Y Custom Fit, Inc. a custom fit from standard parts Table of Contents Cover Letter 1 Technical Proposal 1.1 Design Recommendations 1.2 List of Recommended Components 1.3 Technical Literature 1.4 Training Plan 1.5 Warranty Information 1.6 Florida References 2 Corporate Background and Experience 2.1 Key Personnel 2.2 List of Similar Projects 3 Proposed Schedule 4 Proposal Forms f Custom Fit, Inc. a custom fit from standard parts COVER LETTER 4200-Q Lafayette Center Drive, Chantilly, VA 20151 Phone: 703-378-8340 www.standardparts.com Fax: 703-378-8360 Custom Fit, Inc • a custom fit from standard parts COVER LETTER 4200-Q Lafayette Center Drive, Chantilly, VA 20151 Phone: 703-378-8340 www.standardp.arts.com Fax: 703-378-8360 Custom Fit, Inc. a custom fit from standard parts November 19, 2003 Mr Keith Glatz City Of Tamarac Purchasing Office 7525 NW 88th Avenue Rm 108 Tamarac, FL 33321-2401 Re: RFI 04-07R Dear Mr Glatz: CFI is a small business. CFI is pleased to submit the attached technical proposal in response to the referenced RFI. We understand, accept, and agree to comply with all terms, conditions, and requirements contained in the proposal documents. We acknowledge all 2 amendments. CFI hereby requests timely notice if it is not selected for award. CFI cage code is 1JOV9. CFI DUNS number is 04-894-2408. CFI EIN is 54-1872976. CFI SPIN number is 143007641. If I can provide any additional information, please call. Since , Rob. Head Marketing Representative Extension 224 rhead@standardparts.com File: 954 724-2450/FL407.1 4425 Brookfield Corporate Drive, Suite 800, Chantilly, VA 20151 Phone: 703-378-8340 www.standardoarts.com Fax: 703-378-8360 Custom Fit, Inc. a custom fit from standard parts 1 TECHNICAL PROPOSAL 1.1 Design Recommendations Custom Fit, Inc. ("CFI") is in the business of making systems work from standard parts. The audio visual systems you are requesting may be built from such standard parts. In the next section, CFI presents its list of recommended system components, but would like to briefly list some of the salient features of its audio-visual systems installations. Microphone Mixing • Feedback Elimination Echo Cancellation Programmable Touch Panel Control We invite you to review the following list of components, and would welcome an opportunity to further elaborate our design capabilities in the next phase of your proposal process. 1.2 List of Recommended Components Please see the following pages for the Proposed Equipment Schedule. 4200-Q Lafayette Center Drive, Chantilly, VA 20151 Phone: 703-378-8340 www.standardparts.com Fax: 703-378-8360 11/19/2003 City of Tamarac - Proposed Equipment Schedule incur arrate.d'_. tJ @STttn ArCpar3S:cnm Group Item Qt 'Contains : Description yingnotes Clarif Council Chambers 1 1 1 Dalite Electric Screen: I - Professional Electrol 15' x 20' Matte White Surface PN 81629 1 1 1 Low Voltage Screen Control - 2 C�1 NEC Video Data Projector: - MT1065 3000 Lumens 3 11 1 Chief RPA Series Mounting - Bracket 1 Chief GMA100 Adjustable - Extension Column and Ceiling Y r:. 1 1 Plate CFI Wallplate Interface: VGA, - 4 Composite, S-Video and Audio Connections 5 141 1 1 17" LCD Monitor NEC - Mitsubishi Model ASLCD71V 6! 1 1 Elmo Document Camera - Model: EV4400AF 7 1 1 _ JVC DVD Model: XVN44SL - 81 C1 JVVC�VCR Model: HRS2902U _ 9 1 1 Crestron PRO2E Control - System 1, Crestron 2 Way Wireless - !TouchPanel STX-1700C 1 Crestron Wireless TouchPanel"gM - r� ,1 Gateway STRFGWX W:_. I , �C2N-VEQ4 Crestron Volume Control Card - - p .�. 1 iCrestron Power Supply - _.._.._���,i sNPWS-75 1 Misc. Control System Accessories _ 1 I1 `W 1 ! Extron Crosspoint Matrix - Switching _�T 1 1; Speaker System Mod - -- 1 1(Shure MX412DC Desktop -- 11 12 Microphone w/ 12 Gooseneck �XLR (Always On, Press to _.�__.__ C Mut2) 131 21 1 Wireless Lavalier Microphone - Shure Model: LX1383C_ ystem 1; Wireless Handheld Microphone i - System Shure Model: C LX28858E Custom Fit, Inc. Phone: 703-378-8340 4200-Q Lafayette Center Drive Fax: 703-378-8360 Chantilly, VA 20151 sales@standardparts.com 11/19/2003 City of Tamarac - Proposed Equipment Schedule ON 15 2' 1 Gentner AP800 Microphone - Mixer/Echo Cancellation 1 Misc. Installation Accessories 16 1 (WallPlates, Interfaces, Conduit, Cabling, Etc.) OPT 15 1 JBL Control 28 Ceiling Option to Add New Speakers 'Speakers - 3 �OPT 2 Clusters 1 Mount Brackets_ 1 To_a Amplifiers A512A - I� EVOTE OPT 1 1 Capabilities Can Also EVOTE Option be Added as an Option as an Automated Council Voting stem_ Main Conference Room 1 2 1NEC VT660K LCD Protector ' _ - 1 Chief RPA Series Mounting - Bracket N, 1 Chief CMA100 Adjustable - r;,� Extension Column and Ceiling Plate 2 2 1 Dalite Electric Screens: - Cosmopolitan Electrol 5'x8' Model 40798 w/ Custom Cut ' f 1 Low VoltKe _Screen Control 3 1 VJVC DVD Model: XVN44SL - - _ 4 1 1, JVC VCR Model: HRS2902U — - 5 1 1 Crestron PRO2E Control - _ _ _System ' 1 Crestron 2 Way Wireless - TouchPanel STX-1700C - -� 1 restron Wireless TouchPanel Gateway STRFGWX I Crestron Volume Control Card - ' C2N-VEQ4 I R,, 1 i Crestron Power Supply CNPWS-75 - a'. ' 1 Misc. Control System - � 66 1 'Shure MX692C Wireless - Boundary Microphones 7 �i __--^------ _ T —8 I �LL1 Sony VIID100 PTZ Camera - 9 10, 1 JBL Control 28 Ceiling Option to Add New Speakers Speakers - 3 Clusters _-� _— 101� 1 Ceiling Speaker Mounts _ 1_Extron Crosspoint Switching 111 1 1'Toa Amplifier_A512A - 12 1, 1 Behringer Feedback Eliminator - Custom Fit, Inc. Phone: 703-378-8340 4200-Q Lafayette Center Drive Fax: 703-378-8360 Chantilly, VA 20151 sales@standardparts.com 11/19/2003 City of Tamarac - Proposed Equipment Schedule 3 13 11 11 Gentner AP800 Microphone Mixer/Echo Cancellation - 14 1 1 I Misc. Installation Accessories I(WallPlates, Interfaces, - Conduit, Cabling, Etc.) OPT 1 1 Elmo Document Camera Document Camera _ Model: EV4400AF 0 tion _ Optional Ball Room OPTw1 1 NEC Video Data Projector: MT1065 3000 Lumens Ball Room Option OPT 1 1;CFI p e Interface: VGA, _ Ball Room Option j _ Composite, S-Video and Audio Connections OPTI 1 1 Dalite Electric Screen: Ball Room Option Cosmopolitan Electrol 9'x12' 1 1 Model 408188 w/ Custom Cut Low Volta a Screen Control Ball Room Option OPTS 1 Misc. Installation Accessories �(WallPlates, Interfaces, Ball Room Option Conduit, Cabling, Etc.) Installation 1 1 1 11 1'Training Installation Lot (Lot) - i 3' 1 4 , 1 1 1 1 Programming (Lot) -�. System Documentation Custom Fit, Inc. Phone: 703-378-8340 4200-Q Lafayette Center Drive Fax: 703-378-8360 Chantilly, VA 20151 sales@standardparts.com Custom Fit, Inc. a custom fit from standard parts 1.3 Technical Literature Please see technical literature for the system components on the following pages. 4200-0 Lafayette Center Drive, Chantilly, VA 20151 Phone: 703-378-8340 www.standardparts.com Fax: 703-378-8360 Summary of Crestron PRO-2 architectural specifications are as follows. Minimum control system requirements: • Utilize a real time, event driven, multi -tasking, multi -threaded operating system with a dual bus architecture. • Utilize a Motorola Coldfire processor at no less that 257 MIPS. • High speed processor shall communicate directly with Ethernet, control ports and proprietary control network utilizing high-speed, parallel bus infrastructure. Control processors that communicate via a serial bus shall not be accepted. • Control processor shall contain 36 MB of memory, with expansion up to 4GB supported via compact flash plug in cards (externally accessible/hot- swappable). • Control processor shall accept industry standard compact flash cards or IBM microdrive plug-in cards, for program, web -page, or miscellaneous file memory expansion, via a built-in compact flash card slot. • Control processor shall utilize a FAT32 file structure. • Support internal communications speed via two, independent communications busses. First control bus speed shall be at least 40 mb/s, second control bus speed shall be at least 300 mb/s. • Control system shall be capable of firing all internal IR ports simultaneously. • Control System shall be fully compatible with Crestron RoomView multi - system management software and other Crestron e-Control Power Applications (i.e. e-Outlook, e-PowerPoint, etc.). • Control System shall support the option of add -on single or dual Port 10/100 BaseT Ethernet Modules, via a direct processor 300 mb/s communications bus/card-slot, that supports all of the following features: ✓ TCP/IP Communications ✓ DHCP and DNS Support ✓ 802.11b and Bluetooth Compatibility ✓ Native Email Client ✓ Remote Diagnostics ✓ Remote Program Loading and Administration ✓ Built -In Web Server ✓ FAT32 File System for easy data management ✓ SSL security plug in ✓ Native NAT/Fire-Wall/Router w/dual port option ✓ PDA Integration and Control, XPanel PDA - Pocket PC 2002 ✓ WebTablet Integration and Control — Microsoft Tablet PC ✓ Self Generating Executable GUI, XPanel EXE — Microsoft Family of OS ✓ Self Generating ActiveX powered IE Integration and Control, XPanel IE ✓ Self Generating Java powered Web Integration and Control • Support user assigned or dynamic IP address. • Full API (Applications Interface) directly to control system via TCP/IP for integration with Visual Basic, C++, Java, etc. applications. API support through included Crestron ActiveX module and/or Crestron Dynamic Link Library (.DLL). • Control system shall include a 2 line by 40-character front panel LCD communication center/display, along with 10 programmable function hard buttons. Display and buttons shall provide the following information without the use of a computer: - View control program (name, date, creator). - Manually control any function (I/0, relays, etc). - Report Crestron network devices. - Report error messages. - User definable functions — program LCD menu with dealer name, telephone number, control functions (use like a touch panel). • Front panel LED display panel for status indication of every port and card slot. • Patent pending Network Analyzer to continuously monitor the integrity of the Cresnet network for wiring faults, marginal communication performance, network errors — all information is viewable. • Integrated three slot card cage to support any mix of control cards for IR, RS-232/422/485, relay, digital I/0, analog input, volume, MIDI, and more • Internal 75W 110/220V 24VDC power supply. • Front and rear programming ports. • Support RS-485 token passing network with data communication for a minimum distance of 5000 feet. • Allow proprietary network expansion via 4 RS-232 ports or Ethernet Port that allow high-speed network acceleration • Support a minimum of 253 proprietary network devices simultaneously. • Support direct communication to LAN based thin servers by same manufacturer • Control system shall support object -oriented logic based programming language and a C-like language programming language. Both programming types are supported to run simultaneously and integral to each other. • Control system manufacture shall supply Windows -based graphical programming software for drag and drop object oriented programming for the control system operation. • Control system manufacture shall provide Windows -based graphical programming software, which is self -documenting in that it generates a symbolic flow diagram printout from the system program. • The control system shall support a variety of wireless communication modes, including one-way and two-way radio frequency and infrared transmission. • The control system shall include the following hardware configuration: • Eight IR/serial/1-way RS-232 ports. • Eight digital/analog I/O ports — TTL In/Out and analog inputs 0- 1oV. • Eight isolated low -voltage relays -- 30VDC @1A. • Six 2-way RS-232/422/485 ports. • One High-speed, 300 mb/s card slot. • One compact flash memory upgrade slot. • Three control card slots. • Cresnet network interface. • Front and rear programming ports. • Two line by 40-character LCD communications center w/10- buttons. • Patent pending Network Analyzer. • 75W 110/220VAC Internal Power Supply. • 19" rack mount or shelf mounted chassis (removable rack ears). SuMMary of M-1700C f two-way wireless touchRangl) hi I gRggifications areas f II w: • Touchpanel shall be an integrated unit. A separate touchpanel box and touch display unit shall not be accepted. • Touchpanel must have a minimum resolution of 320x240 pixels; lower resolutions shall not be accepted. • Touchpanel shall have a 5.7" active matrix LCD display with 64,000-color palette and 16 bit non -palette graphics. Passive matrix displays or touch panels with less than a 64,000 color palette, and not supporting 16 bit non -palette graphics, shall not be accepted. • Touchpanel and associated programming tools, by same manufacturer, shall provide a native/onboard graphic library supported by a Synapse image rendering algorithm feature, which shall provide for improved/high- resolution graphics (such as native anti-aliased 3D buttons, graphics, and text, with embossed, beveled and fringed features) without the aid of 3rd Party graphic development software. • Touchpanel must support a minimum of 200 modes for each button. Touchpanels with fewer than 200 modes available shall not be accepted. • Touchpanel must support at least 1000 discrete button channels. Touchpanels that do not support 1000 or more button channels shall not be accepted. • Touchpanel must support memory of 4MB for flash and 8MB for SDRAM. Touchpanels supporting less than said memory shall not be accepted. • Touchpanel must support graphic animation on a variety of object styles. Touchpanels that are not capable of animation display shall not be accepted. • Touchpanel shall ten tactile buttons that are programmable and engraveable. • Touchpanel must be RF (radio frequency), in nature. • Touchpanel's RF transmitter and receiver must be in the 400 MHz range. Touchpanels using frequencies outside the 400MHz range shall not be accepted. • Touchpanel must be capable of transmitting to a receiver up to 50 feet. • Touchpanel RF wireless communication between touchpanel and control system must be 2-way/bi-directional, to give true feedback based on actual condition of controlled device. • Touchpanel must utilize rechargeable NiMh batteries. Touchpanels utilizing NiCad batteries shall not be accepted. • Touchpanel must be capable of transmitting while charging, if batteries are depleted. Touchpanel must include charging station. o l l' i 91'w:��w5� u r� 5 st pp eR§ !g I, �'wx.¢.=Ise$ 11 :1 aAW������x_,� ... a ��5• # i N Ln 0 -o H L i T N . of ro � tj y e E v. eL4.g�„a• -E� isE•y �mR �8. �'dSm�o=Yap Qaf r gg n It " C3So.S eta.. Rig R rtl 5 �$ '�.� Chi ^� v' w�' C p�•5�+� mT F G=p 5X C 5CL be n- ^3. d -� wig 4, V IF •E`�r do 3 E W yez `�7 Ln5g EVm4400AF VISUAL PRESENTER The Visual Presenter incorporates the latest in high technology & user friendly control level and the most convenient way of use. • 18x optical powered zoom with Auto focus/ids • Digital image magnification and scrolling • Max. 420x310mm (16.5x12.2") wide shooting area • More than 470 TV lines high resolution & better than 48dB S/N • Built -In baselight for transparency/slide film viewing • Twin upper lighting unit for even and bright illumination • Operation via front panel, wireless remote control (supplied), mouse (supplied) or RS-232C terminal • 5" LCD monitor (optional) attachable a • Audio Input/output and microphone input • Auto/push-set white balance control, • Nega/posi, color/B&W conversion • Internal/external sync • OSD (on screen display) control • Flat stage body with foldable camera arm and carrying handle All these in one model - EL.MO EV-4400AF VISUAL PRESENTER EV-4400AF SPECIFICATIONS Image 'pick-up'device : : 1/3" IT CCD 410,000 pixels Resolution (Horizontal) ,' More than 470TV lines SIN ratio More than 48dB Lens: Zooming : :' F No f "(mm)• 18x zoom 2.1-2.4 4.7-84.6 Close-up lens ` Built-in (one -touch flip on -off) Shooting area (VxH) 420x310mm - 26x20mm (16.5"02.7-1.0"x0.8") Head rotation (front -rear) Built-in (245') Iris, Auto (with level adjustment) Zooming Powered Electronic zooming Provided Focusing Auto focus/Powered focus White balance Auto/Push-set Nega./Posi. conversion Provided Color/B&W selection Provided Edge enhancement Provided Enlargement of the image . Yes (Image from internal camera only) Scroll Yes (Image from internal camera only) On screen display Provided Sync, system Internal/External (Horizontal & Vertical) Input selection Intemal/AV1/AV2 Composite video output 2 (One each of BNC & RCA connectors) S-Video output 1 (Mini DIN 4 pin connector) Audio output Stereo (RCA connectors) Microphone input Provided Composite video input x2 S-Video input x2 Audio input x2 (stereo) Upper lighting unit Built-in (6W x2) Baselight Built-in DC12V output Provided (for optional LCD monitor) Wireless (IR) remote control Supplied Mouse control Supplied Communication RS-232C Flat stage Provided Carrying handle Built-in Weight 10 kgs (22.1lbs) Power source AC120V 60/501-1z Power consumption 0.5A Note : Dimensions and weight are approximate. Design and specifications are subject to change without prior notice. 4210w ELMO CO., LTD. 6.14, Meizen-cho, Mizuho-ku,Nagoya,467-8567 Japan E-mail:foreign-div@elmo.co.jp ELMO Mfg. Corp. 1478 Old Country Road, Plainview, NY 11803-5034, U.S.A. Tel. 516.501.1400 Fax. 516-501.0429 E-mail:elmo@elmousgi.com Web: http://www,elmouto.corn ELMO Canada Mfg. Corp. 44 West Drive, Brampton, Ontario, L6T 3T6, Canada Tel. 905-453-7880 Fax, 905-453-2391 E-maitinfo@elmocanada.com Web: http://www.elmocansda,com P'ssu'q a 90010 Z i� t Qb' UKAS aLAun• MANAG[M[NT �OENT4/ w 14001 = !! S U INVI"oNM[.NrAL MIAAGIA-7 005 Ros ELMO CO., LTD.(Head Office and Factory)'s 4MS/EMS has been registered to ISO9001 & ISO 14001. ELMO (Europe) G.m.b.H. Neanderstr 18, 40233 Dusseldorf, Germany Tel. 0211-376051-53 Fax, 0211-376630 E-mail:elmoeurope@AOL.corn WatLhttp://www,elmo.do E01011 Printed in Japen(A)10/2001 NEC -Mitsubishi Electronics Display I Product Series » Accuaync Luj i I v t venue t✓aoin... rage i ui .3 Prods€Cts NEC » P'roduct' `cries ,$ AccuSync L.C.D71V (White Cabinet) Dctaded Specifice€t:ior's AccuSync LCD71V (White Cabinet) Detailed Specifications « Back i.: Active Display Area: Horizontal: 13.3 inches / 337.9 mm Vertical: 10.6 Inches / 270.4 mm (Dependent upon signal timing used) Contents of Packaging User's manual, Power cord, Setup Sheet Current Rating: 0.75 A @ 100 - 120 V / 0.4 A @ 220 - 240 V i Dimensions: Net (with stand): 14.9 in. (W) x 15.1 in. (H) x 7.6 in. (D) 379 mm (W) x 383 mm (H) x 193 mm (D) Net (without stand): 14.9 In. (W) x 13.4 in. (H) x 2.5 in. (D) 379 mm (W) x 340 mm (H) x 64 mm (D) Gross: 16.7 in. (W) x 17.9 in. (H) x 5.5 in. (D) 424 mm (W) x 454 mm (H) x 139 mm (D) Display Colors: Over 16,000,000 (Dependent upon display card used) Input Video Signal: ANALOG: 0.7 Vp-p/75 Ohms Positives LCD Module: 17-Inch (17" viewable image size), active matrix, thin film transistor (TFT), liquid crystal display (LCD), 0.264 mm dot pitch, 250 cd/m2 white luminance - typical, 450:1 contrast ratio - typical, 16ms response time Limited Warranty: 3 Years Parts and Labor, including Backlight Select a product NEC http://www.necmitsubishi.coin/products/home/DetailedSpecs.cfin?product_id=318&divis... 1 1/ 19/2003 NEC -Mitsubishi Electronics Display I Product Series » AccuSync LUJJ / 1 v t WmTe uwin... ra8c IL U1 j Operating: Temperature: 5°C to 350C / 41°F to 95°F Humidity: 30% to 80% Altitude: 3,658 m / 12,000 Feet Power Consumption: On: 38.4W Power Savings Mode: 3W Power Management: VESA DPMS Power Supply: AC 100-120/220-240 V Recommended Resolution: 1280 x 1024 @ 60 Hz Regulatory Approvals: UL/C-UL or CSA, TUV/GS, Energy Star, CE, FCC Class B/Canadian DOC, TUV/Ergonomie, Windows 2000/XP, MPRII / MPRIII, PCT, C-Tick, TCO 99, PCBC/B-mark Resolutions Supported: 720 x 400* at 70 Hz 640 x 480* at 60 Hz to 75 Hz 800 x 600* at 56 Hz to 75 Hz 832 x 624* at 75 Hz 1024 x 768 at 60 Hz to 75 Hz 1152 x 864 at 70 Hz to 75 Hz 1280 x 1024 at 60 Hz to 75 Hz NOTE: Some systems may not support all modes listed. Signal Cable: 15 pin D-SUB Storage: Temperature: -10°C to +60°C / 140F to 140OF Humidity: 10% to 850/b Altitude: 12,192 m / 40,000 Feet Sync: Seperate sync: TTL Level Horizontal sync: Posltve/Negative Vertical sync: Positive/Negative Synchronization Range (Automatic): Horizontal: 31.5 kHz to 81.1 kHz Vertical: 56.0 Hz to 75.0 Hz Tilt / Swivel: Swivel: none Tilt: Up: 300 / Down: -50 VESA Hole Configuration Spec. 100mm x 100mm http://www.necmitsubishi.com/products/home/DetailedSpecs.efin?product id=318&divis... 11/19/2003 NEC -Mitsubishi Electronics Display I Product Series » AccuSync LCLY/ 1 V (white Cabin... rage s or s Viewing Angle: Vertical: 1400 (Left/Right: 700) Horizontal: 1200 (Up/Down: 600) Weight: Net: 10.1 lbs. / 4.6 kg Net (without stand): 8.8 lbs. / 4.0 kg Shipping; 13.7 lbs. / 6.2 kg Products by Size CRT LCD 15Inch 15Inch 17Inch 17lnch 19Inch 18Inch 21Inch 19Inch 22Inch 20Inch 21 Inch 30 Inch 40 Inch Also See: Products by Application Corporate / Enterprise General Business Educational Home Use Professional Graphics / CAD Small Office / Home Office U.S. Federal Government Products by Families Ambix / Ambix+ Family NEC Accessories Non -Current Products NEC SpectraView Family SuperBright Family Thin -frame LCD Family Ultra -thin -frame Professional LCD Products by Series CRT 2002 MultiSync@ FE Series AccuSyncTM Series MultiSync@ FE+ Series MultiSync@ FP Series MultiSync@ Series LCD Accu5yncTm LCD Series MultiSync@ 65 Series LCD MultiSync@ LCD Series MultiSync@ LCD Touch Series NEC LCD15 Series n Non - Current Products * CRT Matrix [PDF] » LCD Matrix [PDF] NEC - Mitsubishi Electronics Display Innovates, produces and delivers high -quality, competitively priced visual display products that help It's wide range of customers see their digital world more clearly. Webmaster Contact I Terms of Use I Privacy Policy I Trademark List E _ f17 Co;:)yPight 2..002 NEC -Mitsubishi Electtonics Display of America, .Inc. http://www.neemitsubishi.com/products/home/DetailedSpees.cfm?product_id=318&divis... 11/ 19/2003 AP800 Audio Con erencing System The Audio Perfect' 800 (AP800) provides high -quality audio for conferencing applications. The AP800 contains Distributed Echo Cancellation® (DEC) technology, micro- phone mixing, audio processing, and matrix mixing —all in a single rack unit system. DEC technology is vastly superior to system -wide echo cancellation because it eliminates the gating and audio processing problems that continually hamper such systems. DEC results in highly reliable, clear, transparent audio for use in the most demanding environments. Each of the unit's eight mic/line inputs and fourauxiliary line inputs can compensate for loud or soft voices using automatic gain control (AGC). It also offers channelized equalization for continuous cut or boost as well as high-pass filtering to reduce unwanted low -frequency noise. The AP800 provides extreme flexibility for your applications. Each unit provides eight microphone/line inputs, four auxiliary line -level inputs, and 12 auxiliary line -level outputs. These outputs are ideal for audio sources such as codecs, AP10 telephone interfaces, external PAs, sound reinforcement, VCRs, and CD players. For conferencing applications where you need signifi- cant microphone coverage or multiple telephone line con- ferencing, up to eight AP800 units and 16 AP10 units can be linked together using ClearOne's high speed G-Link Applications (:ktr1:'t!'`L`C"C, �pt'iPSePiy" fi�lit+7C". digital network bus. All G-Linked devices can be con- trolled and upgraded via a single RS-232 connection. Set-up and configuration are simple and can be accomplished in one of two ways: 1) Using the AP800's front panel and LCD display, or 2) Via ClearOne's AP -Ware" configuration software on a connected PC. When any of the six available presets are customized, you can access them on the fly from a remote touch panel (such as AMX or Crestron), a custom control device, or the unit's front panel. • ®a® J AP80o___ _­, ­,- 1, " 7 The APF00 provides eight mic/line inputs, four hnPb level inputs, roil 12 line -level outputs. Fealt.! m-, and i'e:nofits • Truly linkable - -the AP800, via the G-Link high-speed digital bus, allows for system expansion to accommodate applications requiring up to 64 microphones. All system parameters (gating, NOM, chairman override, PA adaptive, etc.) are linked and function as one system. • All eight inputs incorporate automatic gain control (AG0—to compensate for loud or soft voices. • Matrix —allows for simple routing customization for a wide variety of applications and individual customer requirements. • Easy "plug and play" echo cancellation —easy to pro- gram, and maintain. • On -the -fly configuration changes --six configurable pre- sets can be accessed from a touch panel, custom control device, or the front panel. • Full -duplex audio —for clean, transparent audio. • One rack unit performs the function of several external audio devices — audio functions are designed to work together as a complete audio conferencing system. • AP -Ware software —an advanced, reliable configuration system that makes programming the AP800 simple. N--7 7-- 7 n r�-7, I—r M �I r - -7 — I�flf �II��1I�1f III III« I�l%tl�I�f Specifications Dhnensions (Lx,DxHi 17,25" X 10.25" X 1.75" 43.8 x 26 x 4.5 cm Weight 7 ib/4,5 kg dry 12 Ib/5.9 kg shipping Operating Tomperatuto 32-1000 F/0-38° C Humidity 15% to 80%, non -condensing Power 'Input. Range Auto -adjusting 100-240VAC; 50/6OHz Pm&,cr Can.suml.'it loi! 30W typical G-Link In/Out. Proprietary Network RJ-45 (2), 38.4kbps, 110kQ impedance Category five twisted -pair cable 20' (6 meters) maximum cable length between any two Audio Perfect products RS-232 DB-9 female 9,600 (default)/19,200/38,400 baud rate; 8 bits, 1 stop, no parity Hardware flow control on (default)/off Coil trol;°St'atlr DB-25 female A/B (2) Inputs A/B: active low (pull to ground) Outputs A/B: Open collector, 40VDC max, 40mA each +5VDC pins (2) (300mA over -current protected) i`r ic,!Linc, Inputs 18 Push -on terminal block, balanced, bridging Impedance: 5kQ Nominal Level: adjustable-55dBu, •25dBu, OdBu Maximum Level:-33dBu, -4dBu, +20dBu Echo Cancellation: 120ms tail time (works with 12dB of room gain) Phantom Power: 24V, selectable line Inpn,' A D Push -on terminal block, balanced, bridging Impedance: >20kQ Nominal Level: OdBu Maximum Level: 19dBu +out; uls 1 1.2 Push -on terminal block, balanced Impedance: 500 Nominal Level: OdBu Maximum Level: 19dBu /a,l3;iiC I•�!:I t;l!"I'l"11;'It'.ra Conditions: Unless otherwise specified, all measurements are performed with a 22Hz to 22kHz BW limit (no weighting). Frequency Response: 20Hz--15kHz ±2dB Noise (EIN):-125dBu, 15kHz BW, max gain, Rs=1500 THD+N: C0.1% SNR: 65dB re OdBu Dynamic Range: 85clB Approvals FCC, CSA, CE Matrix Mixing Parivnoteis 12x12 matrix Auto rv"i E' P,'11aP1VA0r5 Number of Open Microphones (NOM) PA Adaptive Mode First Mic Priority Mode Last Mic Mode Maximum # of Mics Mode Ambient Level Gate Threshold Adjust Off Attenuation Adjust Hold Time Decay Rate rr'iicrophono Input CenfiL lirnmon Input Gain Adjust Mic or Line Level Phantom Power on/off Echo Cancellation on/off Mute on/off Chairman Override on/off High Pass Filter EQ Adjust AG C on/off Auto Gate/Manual Gate/Gate override Adaptive Ambient on/off AP -Ware ClearOne Communications -- 1825 Research Way, Salt Lake City, UT 84119 -- 1-800-945-7730 -- vNm.clearon,%com m 2002 ClearOne Communications, Inc. All rights reserved. Information in this document subject to change without notice. 802.150.001 Revision 2.0 I for' a widg variety of Integrated Six Channel Mixer/ Amplifiers for paging, music distribu- tion and messaging -on -hold. Proven TOA Quality and Reliability Engineered for High Performance with wide frequency response, very low noise and distortion, and excellent output regulation. Three Models: A-503A (30 W), A-506A (60 W), A-512A (120 W) 25 V, 70 V and 4 Ohm Transformer - Isolated Speaker Outputs with screw terminal connector and protective cover plate. Two Low Impedance Microphone Inputs, balanced, transformer -isolated with XLR-F connectors and switchable phantom power. Three Auxiliary Line Inputs, unbal- anced with RCA connectors Hi-Z Mic/Phono Input (switchable), unbalanced with RCA/screw terminal connectors Optional Module converts Inputs 3 & 4 to low impedance microphone inputs with XLR-F connectors. External Mute Terminals for switch closure override of Inputs 3.5 with adjustable mute depth. Individual Channel and Master Volume Controls Remote Mic Volume Terminals (Input 2) for control with an external 10k ohm linear -taper potentiometer. Bass/Treble Tone Controls Insert Jacks for connecting external signal processor. Booster and Tape Outputs for connect- ing external mixer, amplifier or record- ing device. +24 VDC Input for connection to exter- nal power source. Rear Panel AC Convenience Outlet for powering external equipment. Over -current and Thermal Protection Circuitry prevents potential damage from overload, short-circuit and over- heating. Optional Rack -Mount Kit UL / cUL Listed Five Year Warranty No Text K �u�N KK G CPC ?�•'r2�si'� &ys gr R JBL Incorporated, 8500 Balboa Boulevard, P.O. Box 2200, Northridge, California 91329 U.S.A. Technical Manual JBIL CONTROL 28 SPECIFICATIONS ACOUSTIC & ELECTRICAL SPECIFICATIONS: • Nominal Impedance: 8 ohm • Power Capacity: 175W Continuous Program • Frequency Range: 55 Hz to 20 kHz (-10 dB) • Sensitivity: 92 dB SPL" • Crossover Frequency: 2.8 kHz SYSTEM COMPONENTS: • Cabinet: Not For Sale • Grille: 128-00173-60 • Low Frequency 200mm (8 in.) Cone Transducer: Transducer (124-58001-00) • DC Resistance: 5.3 ohm t5% Copper Wire •1 Watt (2.83 V RMS) @ 1 Meter SYSTEM COMPONENTS: (contd) • High Frequency 25mm (1 in Polycarbonate Dome Tweeter (123%002-00) Transducer: • DC Resistance: 5.0 ohm t5% Copper Wire • Crossover Network: 129-20020-01 AURAL SWEEP TEST SPECIFICATIONS: A. System Aural Sweep Test: 7.0V Input, 20 Hz to 20 kHz B. L.F. Aural Sweep Test: 7.OV Input, 20 Hz to 1.2 kHz C. H.F. Aural Sweep Test: 2.83V Input, 2 kHz to 20 kHz PHYSICAL SPECIFICATIONS: • Enclosure Dimensions: 375mm x 275mm x 215mm D (15.0 x 11.0 x 8.5 in. D) • Shipping Weight: 31 lbs. (14 kg.) (in Pairs) (Net Weight 1$ lbs. Each) WARRANTY INFORMATION: • Refer to Warranty Statement packed with each product WIRING DIAGRAM p + BLUE Speaker, Higgh Freq 123-10002-00 BLK 0 A 0 Network 129-20020-01 Speaker, Low Freqq 124-58061-00 + o O RED BLK + 2 Amp Slow Bbw Pico Fu6B +�3oos SCHEMATIC CONTROL 28 (129-20020-01) t —V] *T" 4R 4 BLUE + SK3 SK3 C1 R3 5 214 M.F. INPUT I I 123-10002.00 4000H II II BLK RED + L2 1mH5 L.F. 124.58kl-00 C2 SpF BLK NOTE: INDIVIDUAL PARTS FOR THE ABOVE CROSSOVER ARE NOT AVAILABLE. A COMPLETE REPLACEMENT ASSEMBLY SHOULD BE ORDERED SK3 LAMP IS AVAILABLE SEPARATELY. 11.02 w co J O Z O U J JBL CONTROL 28 COMPONENT EXPLODED VIEW Screw (4)* Enclosure Plate Network �A� 888-00025-00 129-20020-01 Screw (4)* . . 0 • ' Pivot 888-00026-00 Gasket "• ° (Ref) ° a � ° QLe% . Grille Assy 128-00173.60 I '- - Screw (2)* Blank Logo (Black) Loggo 950-00005-BK 959-00005-00 _ I Blank Logo �I (White) 950-00005-WH Hex Wrench 885-00039-00 6mm x 7 Screw (4)* e---, Screw (4)* Speaker, Low Freq 124 58001-00 r *Hardware Kit 179-00005-00 Custom Fit, Inc. a custom fit from standard parts 1.4 Training Plan Custom Fit, Inc. ("CFI") recognizes there are different levels of users, and training should be tailored for the specific audience. Therefore, CFI proposes a menu of training options comprised of two levels of training, which the users may select as they see fit. The training sessions available for this system are: • Basic Operator Training • Administrator Training A brief description of each of these training options is available below. The specific content for each of the training levels will be presented to the user for approval prior to its delivery. Basic Operator Training This is a one -hour class for up to eight (8) people who will be the users of the systems. This training will give users an understanding of basic operating procedures. Furthermore, this training will be offered during three working shifts to accommodate the 24-hour operation of the facility. Administrator Training This is a two-hour class for up to four (4) people who will be the administrators of the systems. This training will give administrators an understanding of standard maintenance issues and a more thorough understanding of the features and benefits of the systems. 1.5 Warranty Information The actual warranty on the equipment will vary, based upon manufacturer's warranties and contract requirements. In the final analysis, CFI is the responsible party for assuring complete warranty coverage. Trained personnel, either from CFI directly or from a local service technician, will perform actual on -site service. CFI understands that the end user may not always understand if a component is broken or if the real problem lies elsewhere. This is the purpose of CFI's warranty escalation procedures. This approach requires that all service questions commence with a call to our "800" number or an email to our service department. Such an approach allows for an initial screening of the problem so as to differentiate between a broken system and a misunderstanding of software operations. Because distance may be a factor, both in terms of installation and support, CFI has developed a number of options that allow for quick and complete responses to a customer's problems. • Telephone conferencing remains one of the best solutions for analyzing problems are arriving at either a solution or a plan of attack. • Video conferencing has become another option. If necessary, CFI can provide a Vigo video conferencing unit to allow the end user, his technicians and CFI personnel to talk "face-to-face." • A third option is the use of a dial -in "modem" maintenance. Many of the components used in the modern audio -video installation allow for remote program and trouble -shooting. This approach provides direct CFI hands-on experience in the resolution of problems. • Another strong support mechanism is the establishment and application of a pro -active maintenance schedule designed to catch problems before they arise. 4200-0 Lafayette Center Drive, Chantilly, VA 20151 Phone: 703-378-8340 www, standard parts,com Fax: 703-378-8360 Custom Fit, Inc. a custom fit from standard parts • Depending upon the problems and circumstances involved, CFI will dispatch a technician, as needed, either from the Chantilly corporate headquarters or will contract will a local technician to make an on -site visit. All of these tools, as well as many others, are available on a case -by -case basis to provide a truly "custom fit from standard parts" for our audio -video installations. These options revolve around both the installation and the warranty period. With a strong technical background, CFI is able to draw upon its own and its manufacturers' technical skills and knowledge base to resolve all obstacles to a complete installation and on -going support and maintenance. 1.6 Florida References The following is a list of some of our clients and projects located in Florida: City of Jacksonville, Jacksonville, Florida Florida Department of Education, Tampa, Florida Broward County, Ft. Lauderdale, Florida Gulf Coast Community College, Panama City, Florida School District of Osceola, Kissimmee, Florida US Air Force, Hurlburt Field, Florida Pinellas County, Seminole, Florida Florida Department of Public Works, Miami, Florida Miami Dade County, Miami, Florida Orange County, Orlando, Florida City of Sunrise, Sunrise, Florida Florida Atlantic, Boca Raton, Florida Marion County, Ocala, Florida NASA, Kennedy Space Center, Florida 2 CORPORATE BACKGROUND AND EXPERIENCE Custom Fit, Incorporated (CFI) has over a dozen years in the personal computer / systems integration market place. During this time, the company has developed procedures and processes that assure a quality product "custom fit from standard parts" to fulfill the customer's expectations and requirements. CFI is proud to have successfully transferred this experience base to the field of audio -video installations. The vast installation and maintenance/support experience acquired in the networking / computer field easily moves into the audio —video arena. The same type of planning procedures, wiring diagrams, equipment placement issues, and technical requirements are present in both types of installations. CFI's lead audio -video technician has 10 years of experience in the audio -video industry. CFI has installed, supported, and maintained equipment across the globe, in a large variety of countries and settings. This effort has resulted in a great skill at managing these products long distance. Installation planning, post -installation support, and equipment maintenance may all be handled through a number of options, any of which may be brought to bear in a given situation. CFI maintains a toll free telephone number dedicated to service (800-787-6046). This line is answered or monitored 24 hours a day / seven days week for prompt service response. All calls are initially screened by CFI service technicians to determine the extent of the problem and the quickest method of resolution. This approach will decrease the number of actual on -site calls by allowing technicians to arrive on the site with a good idea of what they will encounter. In addition to the toll free telephone number, CFI service may also be reached by email. 4200-Q Lafayette Center Drive, Chantilly, VA 20151 Phone: 703-378-8340 www.standardparts.com Fax: 703-378-8360 Custom Fit, Inc. a custom fit from standard parts 2.1 Key Personnel Stephen L. Mills Custom Fit Incorporated of Virginia Vice President / Senior Technical Manager EMPLOYMENT HISTORY Custom Fit, Incorporated; Chantilly, Virginia; 6/90 to present Position: VP Marketing, Marketing Representative Responsibilities: - prepare proposals for Government and commercial opportunities - identify sources and negotiate contracts with Automatic Data Processing Equipment suppliers; - project management of awarded contracts, i.e., installation, operation, control, payment, etc, of products and services. - direct all corporate marketing, accounting, and legal efforts Federal Systems Group, Inc.; Vienna, Virginia; 5/87 to 6/90 Position: VP Marketing, Marketing Representative Responsibilities: - prepare proposals for Government and commercial opportunities - identify sources and negotiate contracts with Automatic Data Processing Equipment suppliers; - project management of awarded contracts, i.e., installation, operation, control, payment, etc. of products and services. - direct all corporate marketing, accounting, and legal efforts for systems integration opportunities Storage Technology Corporation; Silver Spring, Maryland; 9/83 - 5/87 Position: Sr Marketing Representative Responsibilities: national account marketing responsibility for US Air Force and US Army sold DASD, tape drives, printers 4200-Q Lafayette Center Drive, Chantilly, VA 20151 Phone: 703-378-8340 www.standardparts.com Fax: 703-378-8360 Custom Fit, Inc. a custom fit from standard parts Amdahl Corporation; Washington, DC; 8/82 - 9/83 Position: Account Executive Responsibilities: - national account marketing responsibility for US Air Force sold DASD, front-end processors, mainframe computers PAI; Washington, DC; 7179 - 8/82 Position: VP Marketing Responsibilities: responsible for recruiting and training all marketing and technical staff responsible for managing proposal preparation team for professional services technical consulting opportunities Foster Associates, Inc.; Washington, DC; 5/76 - 7/79 Position: Director, Computer Support Center Responsibilities: - direct all corporate computer activities and acquisitions conduct internal marketing programs direct abstracting and coding teams on major litigation support efforts Syracuse University; Syracuse, New York; 5/70 - 5176 Position: Adjunct staff, staff consultant Res onsibilities: teach Introduction to Data Processing for business students teach programming courses in SPSS, BMD, TSAR, PL/1, Fortran, APL consult for university staff and commercial clients on programming, design, and statistical matters EDUCATION Undergraduate: Syracuse University; Syracuse, New York, International Relations, 1973 Graduate: Syracuse University; Syracuse, New York, Computer Science, 1975 4200-Q Lafayette Center Drive, Chantilly, VA 20151 Phone: 703-378-8340 www.standardparts.com Fax: 703-378-8360 Custom Fit, Inc. a custom fit from standard parts Earl Smith Custom Fit Incorporated of Virginia Project Manager A multitalented and service -oriented individual with technical and client relationship management experience, Earl has the know-how and tenacity to see complex projects through realization on time and within budget. His technical experience, combined with his superior interpersonal skills, provides Earl the platform to which he can attribute his success as a project manager. Earl is an important part of the company's system implementation team. Qualifications Overview: • Solid team building and project management capabilities • Principled, service -oriented work ethic • Strong knowledge of system troubleshooting methods • Proficient in technical instruction for all ability levels • Excellent communication skills Technical Certifications: • A+ Certified • MCP in Windows 2000 MCSE I MCSA projected for late 2003 Technical Experience: • RAID administration • Help desk support and troubleshooting • Technician supervision and management • Audiovisual equipment integration Work Experience: • Technical Consultant • Building Manager • Security and Operations Manager • Network Administrator • Supervisor Education: KEI Pearson ATC, A+, MCSA, MCSE, Anticipated completion Fall 2003 BOMI Institute, Accounting and Operations Management, September 2001 Emory University, Masters of Divinity, (incomplete) January 1997 Bridgewater State College, BA in Psychology, Spring 1993 4200-Q Lafayette Center Drive, Chantilly, VA 20151 Phone: 703-378-8340 www.standardparts.com Fax: 703-378-8360 Custom Fit, Inc. a custom fit from standard parts Mark Lambert Custom Fit, Incorporated Senior AV Technician Crestron Programmer Mark comes to CFI by way of his native Australia bringing with him a basket of UNIX skills and experience providing an important dimension to the CFI skill set. Having served as a systems administrator and programmer in a variety of situations adds a key practical aspect to Mark's value and utility. In addition to all of Mark's UNIX related skills, Mark is a SANblade and SANbox2 Certified Professional from QLogic Corporation providing skill and experience in the SAN storage arena. Mark has administered systems across multiple campus locations, working with systems infrastructure as well as the more practical physical hardware aspects. He has been involved with networking connectivity, Firewalling, shared load balancing and DNS services, configuration of monitoring systems, backup systems, and problem solving as well as advising and consulting on technology and infrastructure issues. These positions have provided him with hands-on experience in: Unix System Administration and Security UNIX to PC Connectivity HP-UX, AIX, SCO, Solaris, and Linux Shell Scripts Internet ISP, DNS/Network Design/TCP-IP Windows 95/98, 2000, XP and related Windows applications ACCELL 4GL programming C programming « Crestron programming As may be noted from the above list, Mark has extensive hardware experience to accompany his software background. He has implemented webmail systems, installed physical cable runs, installed firewalls, supported user groups, installed and upgraded network cabling and equipment (both CAT5 and fiber) and repaired servers and computers. He has acted as vendor liaison as well as second level help desk support, providing a "human" side to his technical skills. With over fifteen years of computer programming, hardware, and systems administration experience, Mark is a valuable addition to the CFI technical team. 4200-Q Lafayette Center Drive, Chantilly, VA 20151 Phone: 703-378-8340 www.standardparts.com Fax: 703-378-8360 Custom Fit, Inc. a custom fit from standard parts 2.2 List of Similar Projects Description Contact Information CFI designed, configured, and Contract: F22608-03-P-0053 installed a Distance Learning Center Award Date: 5/6/03 at an Air Force Facility in Mississippi. Award amount: $ 37,891 Paul McLean Air Education and Training Command 151 E Street Columbia AFB, MS 39710-1901 Phone: 662-434-7761 FAX: 662-434-7764 CFI programmed a control system Contract: DGSPI001932 and installed three projectors and Award Date: 11/20/2002 electric screens in a partitioned Award Amount: $57,801 conference room such that the projectors can be operated Linda Ruley independently or in conjunction with State of Maryland one or two other projectors in the Department of General Services room. This work was performed for 301 West Preston Street, Room L-100 the Maryland Department of the Baltimore, MD 21201 Environment located at the Phone: 410-767-4608 Montgomery Park Business Park. FAX: 410-333-7022 CFI upgraded seven existing multi- Contract: 1258151-01-01-01-0 media classrooms, adding network Award Date: 6/17/2002 control systems for Edinboro Award Amount: $ 125,035 University in Pennsylvania. DJ Bradley Edinboro University 220 McNerney Mall DGS Project 406-39 Edinboro, PA 16444 Phone: 814-732-1030 FAX: 814-732-2429 4200-Q Lafayette Center Drive, Chantilly, VA 20151 Phone: 703-378-8340 www.standardparts.com Fax: 703-378-8360 9 E O 4-0 cn CU 00 M C? C'M C C �- ti m x O I.I.. CL Custom Fit, Inc. a custom fit from standard parts 4 PROPOSAL FORMS 4200-Q Lafayette Center Drive, Chantilly, VA 20151 Phone: 703-378-8340 www.standardparts.com Fax: 703-378-8360 Cit of Tamarac Purchasing & Contracts Division X................................................................................................... : ^ :r ...........-............................................... 9.......................................... CONTACT INFORMATION RF104.07R Phase I Pre -qualification of Proposers DESIGN, FURNISH & INSTALL AUDIONISUAL EQUIPMENT FOR CITY HALL Please provide the name of a Contact person who shall have authority to negotiate on behalf of your firm. Return this page along with your Technical Proposal. Organization Name Address City/State/Zip Code Contact Person �1� Telephone Numbert' J l� Facsimile Number r l � E-mail Address �A PC' ol�t�� Receipt of Addenda The receipt of the following addenda is hereby acknowledged. I Addendum No. i , Dated axe wl �?i �'� Addendum No G , Dated u' 1'ti '`v' Addendum No. , Dated Name of Proposer: CUSTOM F1% INC. Cw►NmuM VA 20151-1241 .1........I................... 22 i Y :.t:�'�xy� rch8sin & Cit of Tamarac. ... Purchasing Co ... ntracts Division rc CERTIFICATION THIS DOCUMENT MUST BE SUBMITTED WITH THE BID We (1), the undersigned, hereby agree to furnish the item(syservice(s) described in the Invitation to Bid. We (1) certify that we(I) have read the entire document, including the Specifications, Additional Requirements, Supplemental Attachments, Instructions to Bidders, Terms and Conditions, and any addenda issued. We agree to comply with all of the requirements of the entire Invitation To Bid. Indicate which type of organization below: INDIVIDUAL PARTNERSHIP CORPORATION El OTHER If "Other", Expla' Authorized Signature Title Company Name ` 'i City/State/Zip Fax Number Name (Pri ted Or Typed) -.-- j - - "/ � �! 4 4; Federal Employer I.D./Social Security No. [o Address ` 7t, 83&o,2�bc Telephone Contact Person ............................... Page 1 of 1 Certification City of Tamarac � r° ................ ......... . J, CERTIFIED RESOLUTION Purchasing & C ontracts Division r ..... � 1."•I, � �: � � �t��-.� Name the duly elected (Name), y Secretary of (Namjp of Corp.), a corporation organized and existing under the laws of the State of Xj 1 i1 -'\ , , do hereby certify that the following Resolution was unanimously adopted and passed by a quorum of the Board of Directors of the said corporation at a meeting held in accordance with law and the by-laws of the said corporation. "IT IS HEREBY RESOLVED T11(Name)", the _�� i (w--" �` .� du elected ��,, i (Title of Officer) of (Name of Corp.) be and is hereby authorized to execute and submit a Bid and/or B d Bond, if such bond is required, to the City of Tamarac and such other instruments in writing as may be necessary on behalf of the said corporation; and that the Bid, Bid Bond, and other such instruments signed by him/her shall be binding upon the said corporation as its own acts and deeds. The secretary shall certify the names and signatures of those authorized to act by the foregoing resolution. The City of Tamarac shall be fully protected in relying upon such certification of the secretary and shall be indemnified and saved harmless from any and all claims, demands, expenses, loss or damage resulting from or growing out of honoring, the signature of any person so certified or for refusing to honor any signature not so certified. I further certify that the above resolution is in force and effect and has not been revised, revoked or rescinded. I further certify that the following are the name, titles and official signatures of those persons authorized to act by the foregoing resolution. iil;\ufM TIfIhE i Given under my hand and the Seal of the said corporation this (SEAL) M day of �7'(i �•' , 20 NOTE: The above is a suggested form of the type of Corporate Resolution desired. Such form need not be followed explicitly, but the Certified Resolution submitted must clearly show to the satisfaction of the City of Tamarac that the person signing the Bid and Bid Bond for the corporation has been properly empowered by the corporation to do so in its behalf. .................... ............................ I................................................................ .....I.. Page 1 of 1 Certified Resolution a > > asing 8 Contracts Division City of Tamarac F r Punch OFFEROR'S QUALIFICATION STATEMENT The undersigned certifies under oath the truth and correctness of all statements and of all answers to questions made hereinafter: SUBMITTED TO: City of Tamarac Purchasing and Contracts Manager 7525 NW 88th Avenue Tamarac, Florida 33321 Company: ::vv.L..f �.. 1. ec One...... Contact Name: �- ..... ;� ...1.... ..:.................................. Corporation Address: JC;..-1:! ('a�..-::..4�. �.�r-..;'� Partnership !1 City, State, Zip ;...�µ' ���:1.i�.l......... �.. ` r .....-.... . Telephone No. ��', a"7,�, f.�'C0 Individual -� - . _, Other Fax No. ,:'.'1..:::...,.....:... ...,r . , - 1. State the true, exact, correct and complete name of the partnership, corporation, trade or fictitious name under which you do business and the address of the place of business. F] The correct name of the offeror is: CUSTOM FI1', {IVIr.4200-Q LAFAYETTE CENTER DRIVE CHANTILLY, VA 20151-1241 The address of the principal place of business is: CUSTOM FIX INC. ............ .......................... ............. ................ ...................... .................. -420074-1 .AYFT .-C—R..DRMS. CHANTILLX VA 20151-1241 If Offeror is a corporation, answer the following: i a) Date of Incorporation: fC �1,114:3 C ................................ ..:~.�L�1�jtGti b State of Incorporation: .................................................................. c) Presidents name:., ............. (,.. d) Vice President's name:f e Secretary's name: r ry ...... it l.%::� .. �..:. Y ............... . f) Treasurer's name. i �' . .....................................:. �1. l ..e ......�....�.t. t.. Name and address of Resident Agent: ...,_�' �,' `.:�1 (..._L''�'�c; <1 Page 1 of 5 Offerors Qualification Statement d ;L City of Tamarac ... 0 c �n g . Contracts Division .............. .. .... 3. If Offeror is an individual or a partnership, answer the following: a) Date of organization: b) Name, address and ownership units of all partners: c) State whether general or limited partnership: 4. If Offeror is other than an individual, corporation or partnership, describe the organization and give the name and address of principals: 5. If Offeror is operating under a fictitious name, submit evidence of compliance with the Florida Fictitious Name Statute. 6. How many years has your organization been in business under its present business name? ........................ .J...1W....cav:...z......................... a) Under what other former names has your organization operated? ..............................:.::....................................................................................a......f.............f..................[................................. 7. Indicate registration, license numbers or certificate numbers for the businesses or professions, which are the subject of this Bid. Please attach certificate of competenc and/or state registration. .. u 8. Have you personally inspected the site of the proposed work? YES NO (a, �"✓('r'w=xti'' Z1�W�. `'j ►"v�1�' C1F�v..ulA� v�I'.5���;'l ��,�?'r`�C� 9. Do you have a complete set of documents, including drawings and addenda? YES D NO 10. Did you �attend the Pre -Proposal Conference if any such conference was held? � � V � YES 1:1 NO ................--...........................................,............................ -- ............. ....... Page 2 of 5 Offeror's Qualification Statement City of Tamarac ... . .... .. . ... ..... Purchasing & Contracts Division 11. Have you ever failed to complete any work awarded to you? If so, state when, where and wh ....... - ......................... ­ ................. ...................... I ....... ......... ................................ . ... ­ ....................... . ............................................. ....... .. .... .... ... 12. State the names, telephone numbers and last known addresses of three (3) owners, individuals or representatives of owners with the most knowledge of work which you have performed and to which you refer (government owners are preferred as references). ........................... Name .... Address ............................. - ............ T.e.lppl�qne ................................................................... ... - - ----- -- ... .. . . .................... - ... ....... . ......... t ....................... ........................................ L-5 ................... ....... ................. ....... ........................ .............................................................................. . ...... ......... ...... 13. List the pertinent experience of the key individuals of your organization (continue on insert sheet, if necessary). .............. - ............................... !- ..... . ................. --------- .............. .................. ............................................................................ I .............................................................................. 1-1.1 .... I ................................................... 14. State the name of the individual who will have personal supervision of the work: ................................ ...... ............ -- ............................................... ..................... --- .................... 15. State the name aipd,,address of attorney, if any, for the business of the Offeror: .......... — .......................... — ............................................................. ........ .................................. -- ............... "I ............................................ 16. State the names and addresses of all businesses and/or individuals who own an interest of more than five percent (5%) of the Offeror's business and indicate the percentage owned of each such business and/or individual: ............... C" ....... I .. ........................ ....................... .............. ----------------- ...... ................ ...... . ...... ................... A ............ 74 . .................. -- ................ ........ ....... ............................................................. ......... ............................... --- " . ... ... ... .............................. ......................... .... -, - - 17. State the names, addresses and the type of business of all firms that are partially or wholly owned by Offeror: .............. I ................. i�- ..... ...... ... . .. . . . .............. .... .. ..... .......... . ............. ---------- 'A ........................ --------------- ------ ...... .................. ...................... ...................... .................... ............... ---- ..................... - ----- ........................ ........ .............. .................... --- ........ .......................................... ............................................................................................................................................. 1-11,11.11 ....... ............................................................. Page 3 of 5 Offeror's Qualification Statement City of Tamarac Purchasing& Con tracts Division 18. State the name of Surety Company which will be providing the bond, and name and address of agent: it I .................. ................... ........................... ................. ........... ...................................................... ......... 19. Bank References: ank Addre ss Telephone C. .� �:.l...�. .................... ..... . 20. Attach a financial statement including Offeroes latest balance sheet and income statement showing the following items: a) Current Assets (e.g., cash, joint venture accounts, accounts receivable, notes receivable, accrued income, deposits, materials, real estate, stocks and bonds, equipment, furniture and fixtures, inventory and prepaid expenses): b) Net Fixed Assets c) Other Assets d) Current Liabilities (e.g., accounts payable, notes payable, accrued expenses, provision for income taxes, advances, accrued salaries, real estate encumbrances and accrued payroll taxes). e) Other Liabilities (e.g., capital, capital stock, authorized and outstanding shares par values, earned surplus, and retained earnings): 21. State the name of the firm preparing the financial statement and date thereof: 22. Is this financial statement for the identical organization named on page one? 1ZYES 0 NO 23. If not, explain the relationship and financial responsibility of the organization whose financial statement is provided (e.g., parent -subsidiary). Cityof Tamarac � r' Purchasing& Contracts Division ...... �... ..... The Offeror acknowledges and understands that the information contained in response to this Qualification Statement shall be relied upon by owner in awarding the contract and such information is warranted by Offeror to be true. The discovery of any omission or misstatement that materially affects the Offeror's qualifications to perform under the contract shall cause the owner to reject the proposal, and if after the award, to cancel and terminate the war nd/or contract. Signature ACKNOWLEDGEMENT OFFEROR'S QUALIFICATION STATEMENT 1 State of 1 ti ;•i i1. County of On this the day of f�1 �n� l''�V1 c` , 20 , before me, the undersigned Notary Public of the State of Florida, personally appeared and (Name s) of individual(s) who appeared before notary) whose name(s) is/are Subscribed to within the instrument, and he/she/they acknowledge that he/she/they executed it. WITNESS my hand and official seal. N�OTAR�PUBLIC, STATE OF�-VA. NOTARY PUBLIC SEAL OF OFFICE: &."AiCL ELC41J_ (Name of Notary Public: Print, Stamp, or Type as Commissioned) Personally known to me, or ❑ Produced identification: (Type of Identification Produced) ,91 DID take an oath, or ❑ DID NOT take an oath .................................................... I--------- . - - .-...--....-. - ... .........-.....-.......-.............. ............. .--.............................................................. Page 5 of 5 Offeror's Qualification Statement r City of Tamarac t • > • Purchasing & Contracts Division .m.. .. . . ......... NON -COLLUSIVE AFFIDAVIT State of l4' , )ss. County of deposes and gays that: being first duly sworn, 1. He/she is the l�,yl j �'' f v , (Owner, Partner, Officer, Representative or Agent) of _ ` �_t? �? the Offeror that has submitted the attached Proposal; 2. He/she is fully informed respecting the preparation and contents of the attached Proposal and of all pertinent circumstances respecting such Proposal; 3. Such Proposal is genuine and is not a collusive or sham Proposal; 4. Neither the said Offeror nor any of its officers, partners, owners, agents, representatives, employees or parties in interest, including this affiant, have in any way colluded, conspired, connived or agreed, directly or indirectly, with any other Offeror, firm, or person to submit a collusive or sham Proposal in connection with the Work for which the attached Proposal has been submitted; or to refrain from bidding in connection with such Work; or have in any manner, directly or indirectly, sought by agreement or collusion, or communication, or conference with any Offeror, firm, or person to fix the price or prices in the attached Proposal or of any other Offeror, or to fix any overhead, profit, or cost elements of the Proposal price or the Proposal price of any other Offeror, or to secure through any collusion, conspiracy, connivance, or unlawful agreement any advantage against (Recipient), or any person interested in the proposed Work; 5. The price or prices quoted in the attached Proposal are fair and proper and are not tainted by any collusion, conspiracy, connivance, or unlawful agreement on the part of the Offeror or any other of its agents, representatives, owners, employees or parties in interest, including this affiant. Signed, sealed and d livered in the presence of: Witness ,(•% -- Witness Print ame� Title fi i ................................................................................................... ................. I........ Page 1 of 2 Non -Collusive Affidavit F i Tamarac .'z Purchasin & Contract City of Ta ....... n: Sion ti � g s �w i ACKNOWLEDGMENT NON -COLLUSIVE AFFIDAVIT State of f}eridaI County of -t-1 --� On this the day of MQUE'44&L _, 2001 , before -me, the undersigned Notary Public of the State of Florida, personally appeared ,_1 _..__L , ALLY and (Name(s) of individual(s) who appeared before notary) whose name(s) is/are Subscribed to within the instrument, and he/she/they acknowledge that he/she/they executed it. WITNESS my hand and official seal. -1) ' , CRY PUBLIC, STATE OF FLORIDA NOTARY PUBLIC SEAL OF OFFICE: 10LMAk (Name of Notary Public: Print, Stamp, or Type as Commissioned) EZ Personally known to me, or ❑ Produced identification: (Type of Identification Produced) ,DID take an oath, or ❑ DID NOT take an oath g............................................................................................................... Page 2 of 2 Non -Collusive Affidavit City of Tamarac f.y Purchasing & Contracts Division FOREIGN (NON-FLORIDA) CORPORATIONS MUST COMPLETE THIS FORM DEPARTMENT OF STATE CORPORATE CHARTER NO. i�Z — 00CC,10 `AUCr If your corporation is exempt from the requirements of Section 607.1501, Florida Statutes, YOU MUST CHECK BELOW the reason(s) for the exemption. Please contact the Department of State, Division of Corporations at (850) 245-6051 for assistance with corporate registration or exemptions. 607.1501 Authority of foreign corporation to transact business required. (1) A foreign corporation may not transact business in this state until it obtains a certificate of authority from the Department of State. (2) The following activities, among others, do not constitute transacting business within the meaning of subsection (1); ❑ (a) Maintaining, defending, or settling any proceeding. ❑ (b) Holding meetings of the board of directors or shareholders or carrying on other activities concerning internal corporate affairs. ❑ (c) Maintaining bank accounts. ❑ (d) Maintaining officers or agencies for the transfer, exchange, and registration of the corporation's own securities or maintaining trustees or depositaries with respect to those securities. ❑ (e) Selling through independent contractors. ❑ (f) Soliciting or obtaining orders, whether by mail or through employees, agents, or otherwise, if the orders require acceptance outside this state before they become contracts. ❑ (g) Creating or acquiring indebtedness, mortgages, and security interests in real or personal property. ❑ (h) Securing or collecting debts or enforcing mortgages and security interests in property securing the debts. ❑ (i) Transacting business in interstate commerce. ❑ Q) Conducting an isolated transaction that is completed within 30 days and that is not one in the course of repeated transactions of a like nature. ❑ (k) Owning and controlling a subsidiary corporation incorporated in or transacting business within this state or voting the stock of any corporation which it has lawfully acquired. [] (1) Owning a limited partnership interest in a limited partnership that is doing business within this state, unless such limited partner manages or controls the partnership or exercises the powers and duties of a general partner. ❑ (m) Owning, without more, real or personal property. (3) The list of activities in subsection (2) is not exhaustive. (4) This section has no application to the question of whether any foreign corporation is subject to service of process and suit in this state under any law of this state. Please check one of the following if your firm is NOT a corporation: (1) ❑ Partnership, Joint Venture, Estate or Trust (II) ❑ Sole Proprietorship or Self Employed NOTE: This sheet MUST be enclosed with your bid if you claim an exemption or have checked I or II above. If you do not check I or If above, your firm will be considered a corporation and subject to all requirements listed herein. t,..•'�. �` 7 �� 7'� � � f� .1 I Yam' BID S CCFRECT LEGAL NAME SIGNATURE OF AUTHORIZED AGENT OF BIDDER ........................................................................................................................................................... . Page 1 of 1 Foreign Corporations Statement r. City of Tamarac Jar Purchasing in Contracts Division ........ ....... .. VENDOR DRUG -FREE WORKPLACE Preference may be given to vendors submitting a certification with their bid/proposal certifying they have a drug -free workplace in accordance with Section 287.087, Florida Statutes. This requirement affects all public entities of the State and becomes effective January 1, 1991. The special condition is as follows: IDENTICAL TIE BIDS - Preference may be given to businesses with drug -free workplace programs. Whenever two or more bids that are equal with respect to price, quality, and service are received by the State or by any political subdivision for the procurement of commodities or contractual services, a bid received from a business that certifies that it has implemented a drug -free workplace program shall be given preference in the award process. Established procedures for processing tie bids will be followed if none of the tied vendors have a drug -free workplace program. In order to have a drug -free workplace program, a business shall: 1. Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. 2. Inform employees about the dangers of drug abuse in the workplace, the business's policy of maintaining a drug -free workplace, any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. 3. Give each employee engaged in providing the commodities or contractual services that are under bid a copy of the statement specified in subsection (1). 4. In the statement specified in subsection (1), notify the employees that, as a condition of working on the commodities or contractual services that are under bid, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contenders to, any violation of chapter 893 or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later that five (5) days after each conviction. 5. Impose a section on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee's community, by any employee who is so convicted. 8. Make a good faith effort to continue to maintain a drug -free workplace through implementation of this section. As the person authorized to sign the statement, lfY hat s form complies fully with the above requirements. Authorized Signature Company Name .......... .I— ................... ................................... Page 1 of 1 Drug -Free Workplace City of Tamarac ... ... .. ... .... . ..... ... .. . Purchasing & Contracts Division .......... ..... . ..... .. . .... REFERENCES Please list government agencies and/or private firms with whom you have done business during the last five years: Your Company Name CUSTOM FIB INC. ................ . ... Address R.DW .................. ............. CityState Zip ...... ..................................... ............ ........................................... . . ....... .... .. ... ....... 7� _0 Phone/Fax ............. ........... . .. .... Agency/Firm Name: ............. Address.................. ............... ­ ................... ... . ............ IJ, ............. - .................................................. City State Zip 2, 2 C, Phone/Fax .............. ... . ... .... Contact Name ................. I .. ......... ................................................................... Agency/Firm Name: Address ............ ........ City State Zip ......... ......... ............ .................... ........ ......................... ....................... Phone/Fax ................. .. . ..... -7. . ............... . . ........ .... . . i.7- Contact Name .......................... ....... ........................ ................... Agency/Firm Name: 41 :17- 4 .1, .......................... ........ (--Cl ...... Address I/ .......... . ............ ­­ .......... --(*. .......... .................................................................................. City State Zip ................ ...... Phone/Fax Contact Name Agency/Firm Name: .............. ........ ....... Address City State Zip L4 ................ ......... . ICA I Phone/Fax ...... . ..... ... .. .... .......... F L Contact Name f 44 ........................... .. ------------ .............. Agency/Firm Name: Address .................... ........... ...... ......... ........... .......... ... ............... City State Zip . D. 4 -.'�2 [-- ............ Phone/Fax ..................... ....... ...... L"A ..... Contact Name .. .... . ............... ............ .. . .. .......... . . ........ ............................. .... . Page 1 of I ........References I �r Co nts: r- r r P- r PW Custom Fit, Inc. Financial Statements December 31, 2002 Accountants' Review Report Balance Sheet Statement of Operations and Retained Earnings Statement of Cash Flows Notes to Financial Statements r �- Stitely, Karstetter su & Creenfeld, LLP Certified Public Accountants and Business Advisors w ACCOUNTANTS' REVIEW REPORT To the Board of Directors, Custom Fit, Inc. We have reviewed the accompanying balance sheet of Custom Fit, Inc. as of December 31, 2002 and the related statement of operations and retained earnings and cash flows for the year then ended in accordance with Statements on Standards for Accounting and Review Services issued by the American Institute of Certified Public Accountants. All information included in these financial statements is the representation of the management of Custom Fit, Inc. "" A review consists principally of inquiries of company personnel and analytical procedures applied to financial data. It is substantially less in scope than an audit in accordance with .� generally accepted auditing standards, the objective of which is the expression of an opinion regarding the financial statements taken as a whole. Accordingly, we do not express such an opinion. r Based on our review, we are not aware of any material modifications that should be made to the accompanying financial statements in order for them to be in conformity with generally accepted accounting principles. Phantill , Virginia June 23, 2003 14016-1) Sully6eld Circle • Chantilly, Virginia 20151 •703-818-8056 • Fax 703-802-2306 r -� Custom Fit, Inc. Balance Sheet as of December 31, 2002 Assets Current assets Cash and cash equivalents $ 10,323 Accounts receivable 677,158 Inventory 372,722 Prepaid expenses 80,710 .r Advances to officers 25,135 Other current assets 350 �- Total current assets 1,166,398 Furniture and office equipment 66,127 Less: accumulated depreciation (23,041) Deposits 51000 r Total assets $ 1,2141484 Liabilities and stockholder's equity Liabilities Current liabilities Accounts payable $ 389,860 Disbursements in excess of available balance 64,067 Wages and related taxes payable 22,168 Federal income taxes payable 110 State income taxes payable 47 Deferred federal income taxes payable 3,448 Deferred state income taxes payable 1,454 Line of credit 504,578 Sales taxes payable 294 ^ Total current liabilities 986,026 Stockholder's equity ^ Common stock, no par value, 5,000 shares authorized, 100 shares issued and outstanding 50 Paid in capital 135,000 Retained earnings 93,408 Total stockholder's equity _ 228,458 w• Total liabilities and stockholder's equity $ 1,214 484 *"' See Accountant's Review Report and Notes to Financial Statements. 1'^ Custom Fit, Inc. Statements of Operations and Retained Earnings for the year ended December 31, 2002 Sales and contract revenue $ 6,215,285 Cost of goods sold Software 152,080 Hardware 4,463,965 Shipping charges 88,912 Travel 38,860 Direct labor 267.906 Other direct costs 61,321 t^ Allocated overhead _ , 97,007 Total cost of goods sold 5,160,059 r Gross prolk _ _ 1,056 226 Selling, general, and administrative expenses Advertising and proMUM 1,087 Bid and proposal expenses 31,891 Bank charges 14.293 Business licenses 953 Office and miscellaneous expenses 41,559 �. Certification expenses 3.220 Charitable contributions 2,135 Leased equipment 8,459 Insurance 28,871 r. Legal and professional fees 1,652 j Telephone 27,747 Pension expense 4,968 Publications and subscriptions 2,f158 r+ Wages and salaries 624,978 Payroll tax expense 74,495 Postage and delivery 32,821 Recruiting 10,566 r• Rent and occupancy 105,219 Repairs and maintenance 6,629 Training 1.656 Miscellaneous taxes 6,535 r Fines and penalties 3t10 Depreciation expense 10,308 Allocation of overhead (97,260) Total selling, general, and administrative expenses 946,010. Earnings from operations 109.216 �. Other Income (expense) Interest income 2.233 Interest (expense) _ (79,870) Net earnings (loss) before income taxes 31,579 Income tax (expense) Federal income tax (expense) (4.453) +"• State income tax (expense) (1,8951 Net earnings (loss) 25,231 rev Retalned earnings, beginning of year 68,177 Retained earnings, end of year 5 93,408 `� See Accountant's Review Report and Notes to Financial Statemen F, Custom Fit, Inc. Statement of Cash Flows for the year ended December 31, 2002 Cash flows from operating activities Net earnings $ 25,231 Adjustments to reconcile net earnings to net cash provided by operations: Depreciation 10,308 Change in accounts receivable (193,171) Change in inventory (84,591) Change in prepaid expenses 12,494 Change in other current assets 3,015 Change in accounts payable (113,311) Change in disbursements in excess of - available balance 64,067 Change in wages payable 7,244 Change in federal income taxes payable (1,895) r Change in state income taxes payable (820) Change in sales taxes payable (8,865) Net cash provided (used) by operating activities _ (280.294) Cash flows from investing activities Purchases of furniture and office equipment 21,917 Net cash provided (used) by Investing activities 21,917 Cash flows from financing activities Net borrowings (repayments) from line of credit 261,820 - Net cash provided (used) by financing activities 261,820 Net increase (decrease) in cash and cash equivalents (40,391) PM Cash and cash equivalents, beginning of year 50,714 r Cash and cash equivalents, end of year $ 10,323 Supplemental disclosure of cash flow Information: Interest paid $ 79,870 Income taxes paid 6,348 See Accountant's Review Report and Notes to Financial Statements. !i r r Custom Fit, Inc. Notes to Financial Statements December 31, 2002 Note 1- Organization and Summary of Significant Accounting Policies. Organization Custom Fit, Inc. is an independent corporation organized under the laws of the state of Virginia. The Company was incorporated in December 1998 and began operations in January 1999. The Company markets, manufactures, installs, and maintains computer hardware and software worldwide for governmental and educational organizations. re Basis of Accounting dW The Company presents its financial statements on the accrual basis with a December 31 year end. .r� Cash and Cash Equivalents r The Company considers as cash and cash equivalents all funds which have been deposited in federally -insured commercial checking or money market accounts. rW Accounts Receivable Accounts receivable are stated at net realizable value. The Company uses the direct write-off method of recognizing bad debt expense, which does not differ materially from generally accepted accounting principles. No allowance for bad debts has been provided, because the Company has experienced no significant collection problems. r Furniture and Office Egmipment Furniture and office equipment are stated at cost less accumulated depreciation. .. Depreciation is calculated over the useful lives of the assets using an accelerated method acceptable under generally accepted accounting principles. The estimated useful lives of the assets are as follows: r Equipment 5 years Furniture and fixtures 7 years Revenue Recognition r The Company recognizes revenue upon delivery of its products. r r nvento r The Company values its inventory at the lower of cost or market using the specific identification method. Under this method, the specific cost of each component in the manufacturing process is tracked and recorded in the final cost of the finished product. rm Advertising The Company recognizes advertising expense as incurred in conformity with generally accepted accounting principles. r• Income Taxes Pft Pursuant to Financial Accounting Standard Number 109, the Company records deferred tax assets and liabilities based on temporary differences between book income and taxable income. As of December 31, 2002 deferred income tax liabilities consisted of PM temporary differences between depreciation recorded in the accompanying financial statements and depreciation as recorded in the Company's income tax returns. r` Estimates The preparation of financial statements in conformity with generally accepted accounting principles requires management to make estimates and assumptions that affect certain reported amounts and disclosures. Accordingly, actual results could differ from those estimates. PM Allocation of Overhead The Company uses the simplified service cost method of allocating overhead to cost of goods sold and inventory. I„ Note 2 — Inventory As of December 31, 2002 inventory consisted of the following: r r Unassembled components $149,896 Work in process 222,826 r Note 3 - Line of Credit r The Company maintains a line of credit. with a commercial finance company for a maximum amount of $750,000. The line of credit is renewable annually, and the interest rate is prime plus 1.5%. The line of credit is secured by the assets of the Company. As of December 31, 2002 the interest rate was 6.25% Note 4 - Leases The Company leases its office space under an operating lease, which began in September 1998 and expires in September 2003. The monthly rent payment under the lease as of December 31, 2002 was $6,839. The future minimum lease payments are as follows: For the year ended December 31, 2003 - $49,248. r. Note 6 — Pension Plan In July 2002, the Company established a Savings Incentive Match Plan (SIMPLE) •- pension plan for employees. Employees had the option to make elective salary deferral contributions up to $7,000 for 2002 with catch-up contributions for employees over 50 years of age, of an additional $1,000. The company is required to match each employee's salary reduction contributions on a dollar -for dollar basis up to 3% of the employee's gross wages. Employees may begin participation in the plan after 6 months of employment. P Note 7 — Related Party Transactions .- The Advances to Officers account includes accrued interest of $968. The interest has been calculated at 6%, starting January 1, 2002. Currently, a payback schedule has not been established. r r r- AC4R0„ CERTIFICATE OF LIABILITY INSURANCE 07 242003 / THIS CE ICATE IS ISSUED AS A MATTER OF INFORMATION P"T70UCE R ONLY AND CONFERS NO ROM UPON THE CERTIFICATE 3) 330-6953 FAX (703) 331-3145 HOLDER. THIS CERTIFICATE DOES NOT AMEND EXTEND OR ,,isuranee Designers, Inc. ALTER THE CAVENAGE AFFORDED SY THE P 9315 Center Street, Suite 102 INSURERS AFFORDING COVERAGE b nassa VA 20110- WOURsO NSURER A: Hartford Insurance cam Custom Fit, Inc. IMPURFA R! 4425 Brookfield Corporate Dr. INsunmc: ;tr o INSURER a Cb&n t i l l VA 2 0151- INSLIREIt E: COMRAPICA THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE WSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. N07VOTHSTANOING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THO INSURANCE AFIORDED BY THE PCLICIES ORSCREIEO HEREIN 19 SUBJECT TO ALL THE TERMS, OXCLUSIM41 AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS, TYPE OF INSURANCE POLICY NUMSQt POUCY A L1NIfl S A GI NERALLIASSJTf 7C COMMEfECIAL GENERAL LL451UTY CLAIMS MADE XT OCCUR 429RABIRB181 07/10/2003 / / 07/10/2004 / / / L4cm orcy RRSNCi I 1,000,000 FFE DAMAGE &ARY mn Ire 1 500,000 MGD EXP one i 10,000 PIERSONAL IAOV INJURY i 1,000,000 GENERAL AGGREGATE S 21000,000 GENT. AGGREGATE LiIET APPLIES PER POLICY L MoWa$ . CO~ AGG s 2,000,000 A TOaOSILEUAEILRY ANYAUTO ALL OWNED AUTOS SCHIUA Ltu AU 1 US HIRED AUTOS NON4)WHEO AUTOS 42i><A>t BISI 07/10/2003 / / / / 07/10/2004 / / / / COMaNEOSIN=LIWT (608" 1 1) S 1,000,000 POCKY 101URY (P w "a—) 1 X BODILY PUURY (PSI "Mmg S X PROPERTY DAMAGE (PGA.awmi 1 GA11ARia1 LIANLftY ANY AUTO AUTO ONLY • to ACCCaW I OTH@lTHAN EAACC AUTO ONLY. 1 1 A uAElwrY X OCCUR CLAIMS MADE piouCTmLG 07/10/2003 , / 07/10/2004 / / W&m occummKIi, 1 11000,000 AGGRGge3 S 1,000,000 E E A T'a Am 42MCXK2140 07/10/2003 07/10/200A X E.L. EACH AC WONT ! S00.000 R-L DIEEAM • EA 1110 LOYEe 1 500,000 POLICY LIAST S 500,000 A am" lgnip■Ealt floater ftoporst in Transit &2MSCX77741 06/07/2003 06/07/2004 meat 130,000 OESCRIrT10N OP OPEI{AT1OMi IOCA fl01MMEFECLWEIICLUEIORA ADD® EDf Eil IRONpOM/ X RD 2" 17AM INS02M (EE+api 111"a" AMY OF THE Men OESCRISED POUCIE• SE CANCEL •D swan THE E?01RATIOR DATE THOMM. no SElum INEUm WELL ENDEAVOR TO MAIL 030 DAYS NEAT" mom To THE OL'RTUICATE Wx= t NAMED To THE LEFT, Etrr FAILURE TO DO 60 SWL EENOSE NO CSUGAT1ON OR UASILI TY OR ANY X= UFOM THE AUT191NOE111 R PROVIRNTATME /L � _ d / ELEC IROWC LASCR FORMS. INC.-1E0a1ST7.oMI e ACGRD CORPORATION 1fl6 Ph" 1 aN 2 OF City of Tamarac f .... �Y "Committed to Excellence... Always" Purchasing and Contracts Division ADDENDUM NO. 1 RFI 04-07R REQUEST FOR INFORMATION PHASE I - PRE -QUALIFICATION OF PROPOSERS - DESIGN, FURNISH & INSTALL AUDIO VISUAL EQUIPMENT FOR CITY HALL DATE OF ADDENDUM: November 17, 2003 Proposers are hereby notified that this Addendum shall be made part of the above named Request for Proposal document. Please sign where indicated on the next page and submit with your proposal. Please make the following changes to the subject Request for Information document: 1) Copies of blueprints for the facility will be made available for viewing at either the Purchasing Division Office or at the Information Technology Office, Tamarac City Hall, 7525 NW 881" Avenue, Tamarac, FL, 2) Low -voltage wiring from the IP camera to the Computer Room will be required. 3) The successful Contractor shall be responsible for installation of low voltage electrical wiring. The City will be responsible for obtaining separate contracts for high voltage electrical wiring, drywall repair and replacement, and carpentry work. The Contractor, however, shall advise the City regarding where and to what extent these services will be required from other vendors. The Contractor shall also make final connections to City -provided electrical service. 4) Please provide optional information to replace the three (3) sets of cluster - mounted speakers in the Commission Chambers. 5) Two (2) laptop ports shall be located on each of the two (2) petitioners podiums. 8) Dual laptop ports shall be provided on the table at the dais. 7) Community Center: The City requires the Contractor to supply only a new projector and a retractable screen. The Contractor shall, however, provide connectivity for the connection of a PC or laptop, document camera, DVD PlayerNCR and cable television. 8) Attached, please find a listing of attendees from the November 13, 2003 conference. 7525 NW 88th Avenue :V Tamarac. Florida 33321-2401 F (954) 724-2450 ra Fax (954) 724-2408 M www.famorac.org Equal Opportunity Employer ; ,*�-il :. ....... .. In addition, the following questions have been received. (The following is an exact transcript): Question: 1) "How will the formal bid request be determined from the Phase 1 submittal?" a) Will you choose the best submittal from one qualified vendor and put that out for bid to all the qualified vendors? P'h s Presents a prcblerm- with, sharing :^tellect :a':. ,:roperty with cA)rnPefifors.A quality design ::;as vau£• and ho;r�.i cL,.:r�et!•:'.;e i1n, 1ts.,vv:. r: h? ari.r.': this 'nforrna io,n wi h, ::ur t:o€npetition vro;sld Ise b) Will you combine several of the submittals from the qualified vendors to create one bid? ('11i' has probiems because the City could potens:ai!•y create a des; gn W''i�. possibly no one vvo:.id he able to dzliy'e.r,j Will you have each qualified vendor bid on their own submittals separately? f 1"hiS is the blast ; ° h • %%tit' In"m bid, Li:ty co—;d lino its.e.. n4�V:ng '•.4 SF:IeC. u .:*3:i?g:: `�/;r1:ch fails ci•.� rt of;t:a ♦�+r�:�..r4ra:` :^.c tis ea r �� i� 4 �b ;€��:� �... :�; 4 ti: e--o,r.:..' ).. . . P .>ir ; c � with u yef .^-ra :e1, 7 ` nu; .r C iv t 1:S Answer: The City of Tamarac has chosen to use a two-step competitive bid procedure. Phase I of this procedure, the Request for Information (RFI), is designed to provide competitors an opportunity to express creativity in the design of a system for the City, inasmuch as the contractor community has a greater level of familiarity with the marketplace, and with innovative integration techniques. Under the RFI scenario, no pricing is requested, in order to allow the City's Evaluation Committee to review each proposal on its own technical merits. This method also provides the City with an opportunity to discuss the individual submittals with that respective vendor. We understand that this is a fairly unconventional approach to the situation, but we strongly feel that the exposure of pricing at this point: when we are still seeking technical advice on the best approach, is not warranted. Once technical proposals are received, they will be judged as being Acceptable, Potentially Acceptable, or Unacceptable. A proposal must either be non -responsive to the City's request, or distinctly technically deficient in order to be considered Unacceptable. Proposals that are immediately judged to be Acceptable will stand on their own, and the firm submitting that proposal will be notified that their approach is acceptable. Proposals that are Potentially Acceptable will provide the City with an opportunity to go back to that vendor to make suggestions on how to make the proposal acceptable. This may involve upgrading a particular component to a higher quality unit, or some other minor change. .........."......................................................... :. �... :.::...: .. ... Once this process is completed. the City will then advise vendors of the final acceptability of their approach, and issue a competitive bid listing the acceptable approaches (i.e. "Submittals from ABC Company dated 11/31/03, XYZ Company dated 11/20/03, etc. will be listed on the final bid). At this point, the City feels that the negotiation process should have provided us with the opportunity to make proposals equally acceptable, and the final decision will then be based on the lowest pricing. This approach is very similar in nature to the approach that might be used on a Request for Proposal. In essence, the final bid will be very similar to the "Best and Final Offer" often utilized in an actual Request for Proposal, where the City and each vendor have discussed the merits and problems of that vendor's approach, and the City has subsequently had the opportunity to determine what will actually work best for us, based on the diverse responses. In essence, the City will share with each Acceptable or Potentially Acceptable vendor, our actual needs, once all of the information is made available to us regarding what approaches are viable. Question: 2) "What is the budget range for this project? This information is critical in order to create a design which will not exceed your budget." Answer: We have often discovered that the provision of exact budget information tends to cause vendors to "bid up to the budget". However, in this instance, we recognize an overwhelming need to provide some level of benchmark for proposing vendors. Therefore, the project is approximately $100,000, however: this includes all related electrical work, carpentry, drywall, and other tasks required for full and final completion of the project. Question: 3) "How can the city select a design concept without knowing how that design will impact the city financially?" Answer: Please see the answer to Question 2 above. If you have any questions regarding this addendum, please call (954) 724-2450. Keith K. Glatz, CPPO Purchasing & Contracts Manager .............. ...................... . ...... .............. ........................... ...................... ................... RFI 04-07R DESIGN, FURNISH & INSTALL AUDIO VISUAL EQUIPMENT FOR CITY HALL ATTENDEE LIST Informational Conference and Site Inspection November 13, 2003 COMPANY NAME REPRESENTATIVE NAME Mavco, Inc. Ken Kalish Customfit, Inc. Rob Hedd BRS Electronics Inc. Warmon Bell SPL Integrated Solutions Scott Majewski AVI Martin Lois CCS Presentation Systems Lisa Berry Troxell Communications Michael Linder Please sign below and return this addendum with your proposal. crp a e , Authorized Signature Date Purchasing and Contracts Division City of Tamarac "Committed to Excellence... Always" ADDENDUM NO.2 RFI04-07R - REQUEST FOR INFORMATION PHASE I - PRE -QUALIFICATION OF PROPOSERS - DESIGN, FURNISH & INSTALL AUDIO VISUAL EQUIPMENT FOR CITY HALL DATE OF ADDENDUM: November 17, 2003 Proposers are hereby notified that this Addendum shall be made part of the above named Request for Proposal document. Please sign where indicated on the next page and submit with your proposal. Please make the following changes to the subject Request for Information document: 1. When considering the screen size for each individual room, please prepare your design recommendation based on what you consider to be the appropriate sizing for the room rather than the sizing shown in the Statement of Work. 2. Please note that proposing vendors may be requested to make a short presentation to the City's Evaluation Committee regarding the content of their individual proposal. If you have any questions regarding this addendum, please call (954) 724-2450. Keith K. Glatz, CPPO Purchasing & Contracts Manager 7525 NW 88th Avenue X Tamarac, Florida 33321-2401 a (954) 724-2450 B Fax (954) 724-2408 a www.tamarac.org Equal Opportunity Employer City of Tamarac !04., 3 Purchasing & Contracts Division ......... .................. ............................... ADDENDUM NO.2 RF104-07R SIGNATURE PAGE Please si n below and submit this addendum with your proposal. CUSTOM FITS INS, 4200-Q tAFAYBTE CENTER DRIVE CHANTILLX YA 20151-1241 Company_ am Authorized Signature Date ................................ .. ..._......._..._...............................__._............ City of Tamarac Purrhasing and Contracts Division AGREEMENT BETWEEN THE CITY OF TAMARAC Ui1e7 CUSTOM FIT, INC. THIS AGREEMENT is made and entered into thisa3 day of -Z:"N e- 2004 by and between the City of Tamarac, a municipal corporation, with principal offices located at 7525 N.W. 88th Ave., Tamarac, FL 33321 (the "CITY") and Custom Fit, Inc., a Virginia corporation with principal offices located at 4200-Q Lafayette Center Drive, Chantilly, VA 20151-1241 (the "Contractor") to furnish, install and make operational the Audio Visual Systems for the Commission Chambers and Conference Room 105 at the Tamarac Municipal Complex; and in the ballroom at the Tamarac Community Center. Now therefore, in consideration of the mutual covenants hereinafter set forth, the City and Contractor agree as follows: 1) The Contract Documents The contract documents consist of this Agreement, Exhibits A and B attached, general and special terms and conditions of Request for Proposals (RFP) 04-07R. Steg 2 including drawings, specifications, all addenda issued prior to, and all modifications issued after, execution of this Agreement. These contract documents form the Agreement, and all are as fully a part of the Agreement if attached to this Agreement or repeated therein. 2) The Work The Contractor shall perform all work for the City required by the contract documents as set forth below: a) Contractor shall furnish all labor, materials, and equipment necessary to Furnish and Install Audio Visual equipment at the City Commission Chamber and Conference Room 105 at the Tamarac City Hall, 7525 N.W. 88th Ave., Tamarac, Florida; and the Community Center Ballroom, 8601 W. Commercial Boulevard, Tamarac, Florida. b) Contractor shall conduct all work in adherence to the requirements outlined in RFP 04-07R, "Furnish and Install Audio Visual Equipment — Step 2", which is incorporated herein as Exhibit A. c) Contractor shall supervise the work force to ensure that all workers conduct themselves and perform their work in a safe and professional manner. Contractor shall comply with all OSHA safety rules and regulations in the operation of equipment and in the performance of the work. Contractor shall at all times have a competent field supervisor on the job site to enforce these policies and procedures at the Contractor's expense. Page 7 of 7 Standard Contractor Agreem(,,,i�t of Tamarac Purchasing and Contracts Division d) Contractor shall provide the City with seventy-two (72) hours written notice prior to the beginning of work under this Agreement and prior to any schedule change with the exception of changes caused by inclement weather. e) Contractor shall comply with any and all Federal, State, and local laws and regulations now in effect, or hereinafter enacted during the term of this Agreement, which are applicable to the Contractor, its employees, agents or subcontractors, if any, with respect to the work and services described herein. 3) Insurance Contractor shall obtain at Contractor's expense all necessary insurance in such form and amount as required by the City's Risk and Safety Officer before beginning work under this Agreement including, but not limited to, Workers' Compensation, Commercial General Liability, and all other insurance as required by the City, including Professional Liability when appropriate. Contractor shall maintain such insurance in full force and effect during the life of this Agreement. Contractor shall provide to the City's Risk and Safety Officer certificates of all insurances required under this section prior to beginning any work under this Agreement. The Contractor will ensure that all subcontractors comply with the above guidelines and will retain all necessary insurance in force throughout the term of this agreement. Contractor shall indemnify and hold the City harmless for any damages resulting from failure of the Contractor to take out and maintain such insurance. Contractor's Liability Insurance policies shall be endorsed to add the City as an additional insured. Contractor shall be responsible for payment of all deductibles and self- insurance retentions on Contractor's Liability Insurance policies. 4) Time of Commencement and Substantial Completion The work to be performed under this Agreement shall be commenced after execution of the Agreement and not later than ninety (60) days after the date that Contractor receives the City's written Notice to Proceed. The work shall be substantially completed no later than September 14, 2004. 5) Contract Sum The Contract Sum for the above work is One Hundred Twelve Thousand Three Hundred Thirty Five Dollars and no cents ($112,335.00), and includes all components referenced in the price proposal attached hereto as Exhibit B. 6) Payments The City shall pay in full the Contract Sum to the Contractor upon completion of the Work listed in the above Paragraph 2 of this Agreement unless the parties agree otherwise. The City shall pay the Contractor for work performed subject to the specifications of the job and subject to any additions and deductions by subsequent change order provided in the contract documents. - J Standard Contractor Agrc errrear Page 2 r�i 7 rt of Tamarac Purchasin end Contracts Division ._.. _ _. W__--------- ..............._..__......... .......�_._.._.._....._..W 7) Waiver of Liens Prior to payment of the Contract Sum, a final waiver of lien shall be submitted by all suppliers, subcontractors, and/or Contractors who worked on the project that is the subject of this Agreement. 8) Warranty Contractor warrants the Work against defect for a period of one year from the date of completion of work. In the event that defect occurs during this time, Contractor shall perform such steps as required in Technical Specifications and Terms and Conditions. Contractor shall be responsible for any damages caused by defect to affected area or to interior structure. 8) Indemnification The Contractor shall indemnify and hold harmless the City, its elected and appointed officials, employees, and agents from any and all claims, suits, actions, damages, liability, and expenses (including attorneys' fees) in connection with loss of life, bodily or personal injury, or property damage, including loss of use thereof, directly or indirectly caused by, resulting from, arising out of or occurring in connection with the operations of the Contractor or its officers, employees, agents, subcontractors, or independent Contractors, excepting only such loss of life, bodily or personal injury, or property damage solely attributable to the gross negligence or willful misconduct of the City or its elected or appointed officials and employees. The above provisions shall survive the termination of this Agreement and shall pertain to any occurrence during the term of this Agreement, even though the claim may be made after the termination hereof. Nothing contained herein is intended nor shall be construed to waive City's rights and immunities under the common law or Florida Statutes 768.28, as amended from time to time. 10) Non -Discrimination The Contractor agrees that it shall not discriminate against any of its employees or applicants for employment because of their age, handicap, race, color, religion, sex, or national origin, and to abide by all federal and State laws regarding non- discrimination. The Contractor further agrees to insert the foregoing provisions in all subcontracts hereunder except subcontracts for standard commercial supplies or raw materials. Any violation of such provisions shall constitute a material breach of this Agreement. 11) Independent Contractor Contractor is an independent Contractor under this Agreement. Personal services provided by the Contractor shall be by employees of the Contractor and subject to supervision by the Contractor, and not as officers, employees, or agents of the City. Personnel policies, tax responsibilities, social security and health insurance, .......................... age 3 of 7 Starrdrard ContractorAgr�aGrrrei of Tamarac Purchasing and Contracts Division ......__ __. g . employee benefits, purchasing policies and other similar administrative procedures applicable to services rendered under this Agreement shall be those of the Contractor. 12) Assignment and Subcontracting Contractor shall not transfer or assign the performance required by this Agreement without the prior written consent of the City. This Agreement, or any portion thereof, shall not be subcontracted without the prior written consent of the City. 13) Notice Whenever either party desires or is required under this Agreement to give notice to any other party, it must be given by written notice, sent by registered United States mail, with return receipt requested, addressed to the party for whom it is intended at the following addresses. CITY City Manager City of Tamarac 7525 N.W. 88th Avenue Tamarac, FL 33321 With a copy to City Attorney at the same address. CONTRACTOR Stephen L. Mills, Vice President Custom Fit, Inc. 4200-Q Lafayette Center Dr. Chantilly, VA 20151 PH: 703-378-8340 14) Termination This Agreement may be terminated by City or Contractor for cause or by the City for convenience, upon thirty (30) days of written notice by the terminating party to the other party for such termination in which event the Contractor shall be paid its compensation for services performed to termination date, including services reasonably related to termination. In the event that the Contractor abandons this Agreement or causes it to be terminated, Contractor shall indemnify the city against loss pertaining to this termination. Default by Contractor: In addition to all other remedies available to the City, this Agreement shall be subject to cancellation by the City should the Contractor neglect or fail to perform or observe any of the terms, provisions, conditions, or requirements herein contained, if such neglect or failure shall continue for a period of thirty (30) days after receipt by Contractor of written notice of such neglect or failure. . Page 4 of 7 Standard Caritr1111 ct'ar A..cgr�,a.................... ......... . crraei;t of Tamarac Purchasing and Contracts Division 15) Agreement Subject to Funding This Agreement shall remain in full force and effect only as long as the expenditures provided for in the Agreement have been appropriated by the City Commission of the City of Tamarac in the annual budget for each fiscal year of this Agreement, and is subject to termination based on lack of funding. 16) Venue This Agreement shall be governed by the laws of the State of Florida as now and hereafter in force. The venue for actions arising out of this agreement is fixed in Broward County, Florida. 17) Signatory Authority The Contractor shall provide the City with copies of requisite documentation evidencing that the signatory for Contractor has the authority to enter into this Agreement. 18) Severabiiity; Waiver of Provisions Any provision in this Agreement that is prohibited or unenforceable in any jurisdiction shall, as to such jurisdiction, be ineffective to the extent of such prohibition or unenforceability without invalidating the remaining provisions hereof or affecting the validity or enforceability of such provisions in any other jurisdiction. The non- enforcement of any provision by either party shall not constitute a waiver of that provision nor shall it affect the enforceability of that provision or of the remainder of this Agreement. 19) Merger; Amendment This Agreement constitutes the entire Agreement between the Contractor and the City, and negotiations and oral understandings between the parties are merged herein. This Agreement can be supplemented and/or amended only by a written document executed by both the Contractor and the City. ...... ............... Page 5 of 7 Standard Contractor Agreeir'"iertt City of Tamarac Pirrcha,sincd and Contracts Division IN WITNESS WHEREOF, the parties have made and executed this Agreement on the respective dates under each signature. CITY OF TAMARAC, signing by and through its Mayor and City Manager, and Custom Fit, Inc., signing by and through its Vice President, duly authorized to execute same. CITY OF TAMARAC J chreiber, Mayor _(tv I Lo Ll Date Jeffrey . Miller, City Manager a-5 A, L/ - Marion Sko*n, CMC Date City Clerk -= �0? Y Date ATTEST: �bL P fpdL- — (Clt rate Secretary) Julie P. Mills Type/Print Name of Corporate Se cy `GC�kPQRATE SEAL) Approved as to form and legal sufficiency: C61-1Mitchell S. Kraft, CityAttorney ""r"y -1 Y Assistant City Attorney (o a316 Date _ CustomwFit, Inc. Com any m Signature of Vice President Stephen L. Mills Type/Print Name of Vice President (9 O Date Page 6 of 7 Standard Contractor Agre ine3it No Text City of Tarnar'ac Purchasing and Contracts Division CORPORATE ACKNOWLEDGEMENT STATE OF :SS r COUNTY OFa.�n.„„ I HEREBY CERTIFY that on this day, before me, an Officer duly authorized in the State aforesaid and in the County aforesaid to take acknowledgments, personally appeared Stephen L. Mills, Vice President of Custom Fit, Inc. a Virginia Corporation, to me known to be the person(s) described in and who executed the foregoing instrument and acknowledged before me that he/she executed the same. WITNESS my hand and official seal this I1, day of , 2004. aaa� OAM zi�� Signat a of Notary Public State of Florida at Large Q i me- rint, Type or Stamp Name of Notary Public Fi,? Personally known to me or ❑ Produced Identification Type of I.D. Produced ❑ DID take an oath, or 0 DID NOT take an oath. Page 7 of 7 Stand.....................StandardContractor Agrz-aeenent City of Tamarac PlJrchasing & Contacts Division FOREIGN (NON-FLORIDA) CORPORATIONS MUST COMPLETE THIS FORM DEPARTMENT OF STATE CORPORATE CHARTER NO. f�ZOO 00 S'406 If your corporation is exempt from the requirements of Section 607.1501, Florida Statutes, YOU MUST CHECK BELOW the reason(s) for the exemption. Please contact the Department of State, Division of Corporations at (850) 245-6051 for assistance with corporate registration or exemptions. 607,1501 Authority of foreign corporation to transact business required. (1) A foreign corporation may not transact business in this state until it obtains a certificate of authority from the Department of State. (2) The following activities, among others, do not constitute transacting business within the meaning of subsection (1): ❑ (a) Maintaining, defending, or settling any proceeding. ❑ (b) Holding meetings of the board of directors or shareholders or carrying on other activities concerning internal corporate affairs. ❑ (c) Maintaining bank accounts. ❑ (d) Maintaining officers or agencies for the transfer, exchange, and registration of the corporation's own securities or maintaining trustees or depositaries with respect to those securities. ❑ (e) Selling through independent contractors. ❑ (f Soliciting or obtaining orders, whether by mail or through employees, agents, or otherwise, if the orders require acceptance outside this state before they become contracts. ❑ (g) Creating or acquiring indebtedness, mortgages, and security interests in real or personal property. ❑ (h) Securing or collecting debts or enforcing mortgages and security interests in property securing the debts. ❑ (i) Transacting business in interstate commerce. ❑ Q) Conducting an isolated transaction that is completed within 30 days and that is not one in the course of repeated transactions of a like nature. ❑ (k) Owning and controlling a subsidiary corporation incorporated in or transacting business within this state or voting the stack of any corporation which it has lawfully acquired. ❑ (1) Owning a limited partnership interest in a limited partnership that is doing business within this state, unless such limited partner manages or controls the partnership or exercises the powers and duties of a general partner. ❑ (m) Owning, without more, real or personal property. (3) The list of activities in subsection (2) is not exhaustive. (4) This section has no application to the question of whether any foreign corporation is subject to service of process and suit in this state under any law of this state. Please check one of the following if your firm is NOT a corporation: (1) ❑ Partnership, Joint Venture, Estate or Trust (II) ❑ Sole Proprietorship or Self Employed NOTE: This sheet MIST be enclosed with your bid if you claim an exemption or have checked I or II above. If you do not check I or 11 above, your firm will be considered a corporation and subject to all requirements listed herein. CUSTOM FIE INC. LEGAL NAM6MOUX VA 20151.1241 �RR SIGNATURE OF AUTHORIZED AGENT OF BIDDER Page 1 of 1 Foreign Corporations Statement ,01,.1'`11 ws, i'j %l2 A 300 SM3I�ID� AY � p IA I "► 113 No Text Purchasing and Contracts Division City of Tamarac "Committed to Excellence Always..." INVITATION TO BID BID NO.04-07R Sealed bids, addressed to the Purchasing and Contracts Manager of the City of Tamarac, Broward County, Florida, will be received in the Purchasing Office, 7525 NW 88th Avenue, Tamarac, Florida 33321-2401 until Wednesday, April 21, 2004 at 2:00 p.m., at which time bids will be publicly opened and announced for: FURNISH & INSTALL AUDIO VISUAL EQUIPMENT— Phase II All bids received after the date and time stated above will be returned unopened to the Bidder. All Bidders are invited to attend the opening. The City of Tamarac is hereby requesting Bids, from qualified vendors, to provide and install Audio Visual Equipment systems at the Tamarac City Hall and Tamarac Community Center, as per the conditions and specifications contained in this document. One original and two copies (2) of the bid shall be submitted on the official bid form furnished with the bid package and those submitted otherwise will not be considered responsive. The bid submittal shall be plainly marked "Bid No. 04-07R, Furnish and Install Audio/Visual Equipment — Phase II", opening Wednesday, April 21, 2004 at 2:00 p.m." on the outside of the envelope. The City reserves the right to accept or reject any or all bids, or any part of any bid, to waive any informalities, and to award in the best interest of the City of Tamarac. Bid documents will be available for review and may be obtained from the Purchasing Office at the above address. For non -technical inquiries, contact the Purchasing Office at (954) 724-2450; and for technical issues, contact Mr. Gary Jordan at (954) 724-1302. Keith K. Glatz, CPPO Purchasing and Contracts Manager March 30, 2004 7525 NW 88th Avenue ■ Tamarac, Florida 33321-2401 ■ (954) 724.2450 ■ Fax (954) 724-2408 ■ www.tamarac.org Equal Opportunity Employer of Tamarac & Contracts Division INSTRUCTIONS TO BIDDERS BID NO.04-07R It is the intent of the City to award this bid to the lowest responsible and responsive bidder. The City reserves the right to accept or reject any or all bids and to waive any informality conceming the bids when such rejection or waiver is deemed to be in the best interest of The City of Tamarac. The City reserves the right to award the bid on a split order basis, lump sum or individual item basis unless otherwise stated. GENERAL TERMS AND CONDITIONS These general terms and conditions apply to all offers made to the City of Tamarac by all prospective Bidders including but not limited to Request for Quotes, Request for Bids and Request for Proposals. As such the words "bid" and "proposal" are used interchangeably in reference to all offers submitted by prospective bidders. 1. SUBMISSION OF THE BID: The Bidder is directed to deliver sealed bids to the City's Purchasing Office, City of Tamarac, 7525 N. W. 88th Avenue, Tamarac, Florida 33321, by no later than the time and date shown on the Invitation to Bid. At this time the bids will be opened, the names of all Bidders will be announced and all bids shall become a matter of public record. All Bidders and their representatives are invited to attend. The Bidder must show the bid number, bid name, time and date of the bid opening on the outside of the sealed bid package. Delivery of the sealed bids to the Purchasing Office on or before the above date is solely and strictly the responsibility of the Bidder. Late bids will be retumed unopened to the Bidder. It is the Bidder's responsibility to read and understand the requirements of this bid. Unless otherwise specified the Bidder must use the bid form furnished in the bid document. Bidders are required to state exactly what they intend to fumish to the City via this solicitation and must indicate any variances to the terms, conditions and specifications of this bid, no matter how slight. If variations are not stated in the bid, it shall be construed that the Bidder's bid fully complies with all conditions identified in this bid. The Bidder shall submit one (1) original and two (2) copies (blue forms only) of the bid. The original bid must be manually and duly signed in ink by a Corporate Officer, Principal, or Partner with the authority to bind the bidding company or firm by his/her signature. All bid forms must be typewritten or filled in with pen and ink. The Bidder must initial in ink any erasures or corrections. All prices, terms and conditions quoted in the submitted bid will be firm for acceptance for sixty days from the date of the bid opening unless otherwise stated by the City. �41IIIIIIIIIIIKI1.1%12T7PLC7 NOT required for this project. 2 of Tamarac purchasing & Contracts Division 3. WITHDRAWAL OF BID Any Bidder may withdraw its bid prior to the indicated opening time. The request for withdrawal must be submitted in writing to the City Purchasing Office. 4. PUBLIC ENTITY CRIMES STATEMENT A person or affiliate who has been placed on the convicted vendor list following a conviction for public entity crime may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017, for Category Two for a period of 36 months from the date of being placed on the convicted vendor list. 5. NON -COLLUSIVE AFFIDAVIT Each Contractor shall complete the Non -Collusive Form and shall submit the form with the Proposal. CITY considers the failure of the Contractor to submit this document to be a major irregularity and may be cause for rejection of the Proposal. 6. PRICES, PAYMENTS AND DISCOUNTS Bid prices shall be fixed and firm to the extent required under Special Conditions. Payment will be made only after receipt and acceptance of materials/services. Cash discounts may be offered for prompt payment; however, such discounts shall not be considered in determining the lowest net cost for bid evaluation. Bidders are encouraged to provide prompt payment terms in the space provided on the Bid Form. If no payment discount is offered, the Bidder shall enter zero (0) for the percentage discount to indicate net 30 days. If the Bidder does not enter a percentage discount, it is understood and agreed that the payment terms shall be 2% 10 days, net 30 days effective on the date that the City receives an accurate invoice or accepts the product, whichever is the later date. Payment is deemed made on the date of the mailing of the check. 7. DELIVERY & INSTALLATION All items shall be delivered F.O.B. destination to a specific City address. All delivery costs, installation and integration charges must be included in the bid price, as required herein. All exceptions shall be noted. Failure to do so may be cause for rejection of the bid. The City reserves the right to cancel orders or any part thereof, without obligation if delivery is not made at the time specified in the bid. 8. BRAND NAMES Manufacturers' name, brand name, model number or make is used in these specifications for the sole purpose of establishing minimum requirements of quality, performance and design. 3 of Tamarac Purchasing & Contracts Division 9. SAMPLES AND DEMONSTRATIONS When requested, samples and/or demonstrations are to be fumished free of charge to the City. If a sample is requested it must be delivered within seven days of the request unless otherwise stated in the bid. Each sample must be marked with the bidder's name and manufacture's brand name. The submitting vendor shall assume all responsibility for the return of samples. The City may request a full demonstration of any product or service before the award of a contract. All demonstrations will be done at the expense of the Bidder. 10. CONDITIONS OF MATERIALS All materials and products supplied by the Bidder in conjunction with this bid shall be new, warranted for their merchantability, fit for a particular purpose, free from defects and consistent with industry standards. The products shall be delivered to the City in excellent condition. In the event that any of the products supplied to the City are found to be defective or do not conform to the specifications, the City reserves the right to return the product to the Bidder at no cost to the City. In addition, all appropriate hardware and materials required to install and make equipment properly operational, shall be included at no additional costs to the City. 11. COPYRIGHTS OR PATENT RIGHTS The Bidder warrants that there has been no violation of copyrights or patent rights in manufacturing, producing or selling the goods shipped or ordered as a result of this bid. The seller agrees to hold the City harmless from all liability, loss or expense occasioned by any such violation. 12. SAFETY STANDARDS The Bidderwarrants that the product(s) supplied to the City conforms with all respects to the standards set forth in the Occupational Safety and Health Act and its amendments to any industry standards if applicable. Ek]IIIIIIIIIIIIII1.4 -3+ X, Failure on the part of the Bidder to comply with the conditions, terms, specifications and requirement of the bid shall be just cause for the cancellation of the bid award. The City may, by written notice to the Bidder, terminate the contract for failure to perform. The date of termination shall be stated in the notice. The City shall be the sole judge of nonperformance. 14. DEFAULT In the event that the Bidder defaults on the contract or the contract is terminated for cause due to performance, the City reserves the right to obtain the materials or services from the next lowest Bidder or other source during the remaining term of the contract. Under this arrangement the City will charge the Bidder any excess cost occasioned or incurred thereby and shall apply to any bid bond required. 15. TERMINATION FOR CONVENIENCE OF CITY Upon thirty (30) calendar days written notice delivered by certified mail, return receipt of Tamarac Purchasing & Contracts Division _... _ _ _ _ _...__.___....__..._ _. __..... _ _ _.._... _ _._ .__. ._ _...... .... ... _...... ....__....... requested, to the Bidder, the CITY may without cause and without prejudice to any other right or remedy, terminate the agreement for the CITY's convenience whenever the CITY determines that such termination is in the best interest of the CITY. Where the agreement is terminated for the convenience of the CITY the notice of termination to the Bidder must state that the contract is being terminated for the convenience of the CITY under the termination clause and the extent of termination. Upon receipt of the notice of termination for convenience, the Bidder shall promptly discontinue all work at the time and to the extent indicated on the notice of termination, terminate all outstanding sub -contractors and purchase orders to the extent that they relate to the terminated portion of the Contract and refrain from placing further orders and sub -contracts except as they may be necessary, and complete any continued portions of the work. The City shall pay for any materials or equipment that have been properly installed and made operational in accordance with the requirements of the specifications contained herein. i[����C�3iIi'iL�►Y� The Bidder shall not transfer or assign the performance required by this bid without the prior written consent of the City. Any award issued pursuant to this bid and monies that may become due hereunder are not assignable except with prior written approval of the City. 17. EMPLOYEES Employees of the Bidder shall at all times be under its sole direction and not an employee or agent of the City. The Bidder shall supply competent and physically capable employees. The City may require the Bidder to remove an employee it deems careless, incompetent, insubordinate or otherwise objectionable. Bidder shall be responsible to the City for the acts and omissions of all employees working under its directions. 18. TAXES The City of Tamarac is exempt from all Federal, State, and Local taxes. An exemption certificate will be provided where applicable upon request. 19. BID PREPARATION EXPENSE The Bidder preparing a bid in response to this bid shall bear all expenses associated with its preparation. The Bidder shall prepare a bid with the understanding that no claim for reimbursement shall be submitted to the City for the expense of bid preparation and/or presentation. Kll�lff4T: &-7_X«it[*] It shall be the responsibility of the Bidder to inspect the site before submission of bids, if such inspection did not occur in Phase I. No plea of ignorance by the Bidder of conditions that exist or that may hereafter exist as a result of failure to fulfill the requirements of this contract will be accepted as the basis for varying the requirements of the City or the compensation to the Bidder. 21. OMISSION OF DETAILS Omission of any essential details from these specifications will not relieve the Bidder of supplying such product(s) as specified. of Tamarac Purchasing & Contracts Division 22. INSURANCE REQUIREMENTS Bidder agrees to, in the performance of work and services under this Agreement, comply with all federal, state, and local laws and regulations now in effect, or hereinafter enacted during the term of this agreement that are applicable to Contractor, its employees, agents, or subcontractors, if any, with respect to the work and services described herein. Bidder shall obtain at Bidder's expense all necessary insurance in such form and amount as required by the City's Risk & Safety Officer before beginning work under this Agreement. Bidder shall maintain such insurance in full force and effect during the life of this Agreement. Bidder shall provide to the City's Risk & Safety Officer certificates of all insurance required under this section prior to beginning any work under this Agreement. Bidder shall indemnify and save the City harmless from any damage resulting to it for failure of either Bidder or any subcontractor to obtain or maintain such insurance. The following are required types and minimum limits of insurance coverage, which the Bidder agrees to maintain during the term of this contract: Limits Line of Business/ Coverage Occurrence Aggregate Commercial General Liability $1,000,000 $1,000,000 Including: Premises/Operations Contractual Liability Personal Injury Explosion, Collapse, Underground Hazard Products/Completed Operations Broad Form Property Damage Cross Liability and Severability of Interest Clause Automobile Liability $1,000,000 $1,000,000 Workers' Compensation & Employer's Liability Statutory The City reserves the right to require higher limits depending upon the scope of work under this Agreement. Neither Bidder nor any subcontractor shall commence work under this contract until they have obtained all insurance required under this section and have supplied the City with evidence of such coverage in the form of an insurance certificate and endorsement. The Bidder will ensure that all subcontractors will comply with the above guidelines and will maintain the necessary coverages throughout the term of this Agreement. All insurance carriers shall be rated at least A-VII per Best's Key Rating Guide and be licensed to do business in Florida. Policies shall be "Occurrence" form. Each carrier will give the City sixty (60) days notice prior to cancellation. of Tamarac & Contracts Division The Bidder's liability insurance policies shall be endorsed to add the City of Tamarac as an "additional insured". The Bidder's Worker's Compensation carrier will provide a Waiver of Subrogation to the City. The Bidder shall be responsible for the payment of all deductibles and self -insured retentions. The City may require that the Bidder purchase a bond to cover the full amount of the deductible or self -insured retention. If the Bidder is to provide professional services under this Agreement, the Bidder must provide the City with evidence of Professional Liability insurance with, at a minimum, a limit of $1,000,000 per occurrence and in the aggregate. "Claims -Made" forms are acceptable for Professional Liability insurance. 23. INDEMNIFICATION The Bidder shall indemnify and hold harmless the City of Tamarac, its elected and appointed officials and employees from any and all claims, suits, actions, damages, liability, and expenses (including attomeys' fees) in connection with loss of life, bodily or personal injury, or property damage, including loss of use thereof, directly or indirectly caused by, resulting from, arising out of or occurring in connection with the operations of the Bidder or his Subcontractors, agents, officers, employees or independent contractors, excepting only such loss of life, bodily or personal injury, or property damage solely attributable to the gross negligence or willful misconduct of the City of Tamarac or its elected or appointed officials and employees. 24. CLARIFICATION TO TERMS AND CONDITIONS Where there appears to be variances or conflicts between the General Terms and Conditions and the Special Conditions and/or Detailed Specifications outlined in this bid, the Special Conditions and/or the Detailed Specifications shall prevail. The Bidder shall examine all bid documents and shall judge all matters relating to the adequacy and accuracy of such documents. Any inquires, suggestions, request concerning clarification or solicitation for additional information shall be submitted in writing to the City of Tamarac Purchasing and Contract Manager. The City shall not be responsible for oral interpretations given by any City employee or its representative. 25. BID TABULATION Bidders who wish to receive a copy of the bid tabulation can submit an e-mail to purchasinagtamarac.oro. Or Bidders may download bid results from the City's website at ht ://www.t marac.or /De t/fin/ urch/results.html.Bidresultswillnotbegivenout by telephone. The City does not notify unsuccessful bidders of contract awards. Pursuant to Florida Statute Chapter 119, Section 7(m), sealed bids or proposals received by an agency pursuant to invitations to bid or requests for proposals are exempt from the provisions of subsection (1) and s. 24(a), Art. I of the State Constitution until such time as the agency provides notice of a decision or intended decision pursuant to s. 120.57(3)(a) or within 10 days after bid or proposal opening, whichever is earlier. 26. RECORDS/AUDITS The Contractor shall maintain during the term of the contract all books, reports and records in of Tamarac Purchasing & Contracts Division accordance with generally accepted accounting practices and standards for records directly related to this contract. The form of all records and reports shall be subject to the approval of the City's Auditor. The Contractor agrees to make available to the City's Auditor, during normal business hours and in Broward, Dade or Palm Beach Counties, all books of account, reports and records relating to this contract for the duration of the contract and retain them for a minimum period of one (1) year beyond the last day or the contract term. of Tamarac & Contracts Division SPECIAL CONDITIONS BID NO.04-07R 1. PURPOSE OF BID The City of Tamarac is hereby requesting Bids, from qualified vendors, to furnish, install and make operational, Audio Visual Systems for the City of Tamarac Commission Chambers and Conference Room 105 at the Tamarac Municipal Complex; and in the ballroom at the Tamarac Community Center. In order to be considered for this project, the vendor must meet the following conditions: 1.1 Bidders shall have been pre -qualified through the Request for Information Phase (Phase 1) of the solicitation process. Bidders not qualified through this process may not be considered for award. 1.2 Bidders shall possess, or utilize sub -contractors who possess all applicable licenses required for their specific trade. 1.3 The City will review and consider all offers meeting the requirements contained in this bid. 1.4 The contractor shall provide for substantial completion within ninety (90) days of the execution of a contract document. The City reserves the right to extend the contract time with mutual written consent of the both parties. 1.5 It is the intent of the City to award this bid to the lowest responsible and responsive bidder. The City reserves the right to award on a lump sum basis for all work required here. 2. ASSIGNMENT OF CONTRACT Neither this contract, nor any portion thereof, shall be assigned, except by formal approval of the City Commission. No such approval will be construed as making the City a part of or to such assignment, or subjecting the City to liability of any kind to any assignee. No subcontract or assignment shall, under any circumstances, relieve the Contractor of his liability and obligation under this contract, and despite any such assignment, the City shall deal through the Contractor only. However, if the company is sold during the life of the contact, the buying agent must provide the City with a letter signed by an officer of the new owner that can legally bind the company, stating that they will continue to perform the requirements of the contract under all the terms, conditions, and specifications so stated in the contract. 3. CONTRACTOR'S RESPONSIBILITY Contractor shall provide sufficient manpower so as to perform work safely and expeditiously with all equipment plainly marked with the company name. All equipment provided pursuant to this agreement shall be in good and proper working order. City of TamaracPurchasing & Contracts Division The Contractor shall provide a qualified foreman present on the site at all times, as a fully authorized agent of the Contractor, and capable of making on -site decisions. It shall be the responsibility of the. All areas covered by this Agreement shall remain operational and accessible to the public during installation of equipment. Contractor shall secure the job site at all times during and after construction to protect the general public from harm, and remove from the job site and properly dispose of all residues at the end of each and every workday. No unsecured materials or equipment are to be on site at night or over a weekend, unless arrangements have been made with and prior approval obtained from applicable City personnel in writing. No materials or equipment are to be stored so as to restrict traffic lines of sight. Any materials or equipment left on site shall be secured by the Contractor, who is fully and totally responsible for security. Loss of materials or equipment due to theft, vandalism, etc. shall be the responsibility of the Contractor. Any material left on site overnight shall be properly marked and identified in order to ensure public safety. 4. DAMAGE TO PUBLIC AND/OR PRIVATE PROPERTY Extreme care shall be taken to safeguard all existing facilities, windows, carpeting, dry wall and furniture on or around the job site. Damage to public and/or private property shall be the responsibility of the Contractor and shall be repaired and/or replaced in equal or better condition at no additional cost to the City. The Contractor shall use all means to protect existing objects, structures, and in the event of damage, immediately make all repairs, replacements and dressings to damaged materials, to the approval of the City, at no additional cost to the City. 5. PERMITS AND LICENSES The Contractor shall be responsible for securing all City Building permits. However, all City permit fees are waived. The Contractor shall submit copies of all permits required for this work. The Contractor shall be responsible to secure the necessary construction permits from other agencies as identified in the Technical Specifications. Cost of permits will be paid for from the bidding and permits allowance included in the bid schedule, if applicable. 6. SITE INSPECTION — CONTRACTOR It shall be the full responsibility of the bidder to visit and inspect the proposed construction site prior to the submission of a bid, if bidder did not visit during the Phase I process. No variation in price or conditions shall be permitted based on a claim of ignorance. Submission of the bid is evidence that the bidder has been familiarized with the nature and extent of the work, and the equipment, materials, and labor requirements. Should the bidder see any problem, the bidder is to bring the problem to the attention of the City immediately. 10 City of Tamarac Purchasing & Contracts Division 7. SITE INSPECTION — CITY All work will be conducted under the general direction of the City, and is subject to inspection by appointed inspectors from the City of Tamarac Building and Code Compliance Division to ensure compliance with the terms of the contract. No inspector is authorized to change any provision of the specifications without written authorization from the Information Technology Director and the Purchasing and Contracts Manager, nor shall the presence or absence of an inspector relieve the Contractor from any requirements of the contract. Any work performed past City of Tamarac's nominal working hours (M-F, 8:00 AM — 4:00 PM) must be inspected. If any work is done outside of normal working hours, the City inspector is to be compensated by the Contractor at a rate of $55.00/hour. However, if a City contract/consultant inspector is used, the Contractor will compensate that inspector at the same cost as the City's cost. In addition, the City inspector must be onsite at least one (1) hour prior to closing site for each day. If site closure has taken place after 4:30 PM, the City inspector will be compensated at the above provision. 8. SUBMITTALS Contractor shall submit all required forms and documents as required by this contract including but not limited to bonds, insurance certificates and any required drawings within 15 days from the Award. Additionally, Contractor shall apply for all applicable licenses or permits within 15 days of the Award. 9. WAIVER OF LIENS Prior to Final Payment of the Contract Sum, a final waiver of lien shall be submitted by all suppliers, subcontractors, and/or Contractors who worked on the project that is subject of the Agreement. Payment of the invoice and acceptance of such payment by the Contractor shall release the CITY from all claims of liability to the Contractor in connection with the Agreement. 10. PAYMENT Payment will be made monthly for work that has been completed, inspected and properly invoiced. A retainage of 10% will be deducted from monthly payment. Retainage monies will be released upon satisfactory completion and final inspection of this project. Invoices must bear the project name, project number, bid number and purchase order number. The City has up to thirty (30) days to review, approve and pay all invoices after receipt. The Contractor shall invoice the City and provide a written request to the City to commence the one-year warranty period. All necessary Release of Liens and Affidavits shall be processed before the warranty period. 11. CONTRACT DOCUMENTS The contract documents shall consist of the Standard Form Of Agreement, Bid Proposal executed and submitted by the Contractor, project specifications, plans and specifications (where applicable), any addendums or change orders, bond(s), insurance certificate(s), and the City Resolution awarding the bid. 11 City of Tamarac Purchasing & Contracts Division 12. CONTRACT PRICE The Contract Price constitutes the total compensation (subject to authorized adjustments, if applicable) payable to the Contractor for performing the work. All duties, responsibilities and obligations assigned to or undertaken by the Contractor shall be at his expense without change in the Contract Price or Time except as approved in writing by the Project Manager. 12.1 Change Order The Contract Price and/or Time may only be changed by a Change Order. A fully executed change order for any extra work must exist before such extra work is begun. Any claim for an increase or decrease in the Contract Price shall be based on written notice delivered by the party making the claim to the other party promptly (but in no event later than 15 days) after the occurrence of the event giving rise to the claim and stating the general nature of the claim. The amount of the claim with supporting data shall be delivered (unless the Project Manager allows an additional period of time to ascertain more accurate data in support of the claim) and shall be accompanied by claimant's written statement that the amount claimed covers all known amounts to which the claimant is entitled as a result of the occurrence of said event. No claim for an adjustment in the Contract Price will be valid if not submitted in accordance with this Paragraph. 13. CHANGES IN CONTRACT TIME The Contract Time may only be changed by a Change Order. A fully executed change order must exist prior to extension of the contract time. 13.1 Notice Any claim for an extension of the Contract Time shall be based on written notice delivered by the party making the claim to the other party at least fifteen (15) days prior to the substantial completion date of the project. Notice of the extent of the claim shall be delivered with supporting data and stating the general nature of the claim. Contractor hereby agrees to waive rights to recover any lost time or incurred costs from delays unless Contractor has given the notice and the supporting data required by this Paragraph. 13.2 Basis for Extension Extensions of time shall be considered and will be based solely upon the effect of delays to the work as a whole. Extensions of time shall not be granted for delays to the work, unless the Contractor can clearly demonstrate that such delays did or will, in fact, delay the progress of work as a whole. Time extensions shall not be allowed for delays to parts of the work that are not on the critical path of the project schedule. Time extensions shall not be granted until all float or contingency time, at the time of delay, available to absorb specific delays and associated impacts is used. 12 of Tamarac Purchasing & Contracts Division E0IIIIIIIIIIIIID7 CAI;161206_I�l In the event satisfactory adjustment cannot be reached by the City and the Contractor for any item requiring a change in the contract, and a change order has not been issued, the City reserves the right at its sole option to terminate the contract as it applies to these items in question and make such arrangements as the City deems necessary to complete the work. The cost of any work covered by a change order for an increase or decrease in the contract price shall be determined by mutual acceptance of a lump sum by the City and Contractor. If notice of any change in the contract or contract time is required to be given to a surety by the provisions of the bond, the giving of such notice shall be the Contractor's responsibility, and the amount of each applicable bond shall be adjusted accordingly. The Contractor shall fumish proof of such adjustment to the CITY. Failure of the Contractor to obtain such approval from the Surety may be a basis for termination of this Contract by the CITY. 15. LIQUIDATED DAMAGES Upon failure of Contractor to complete the work within the time specified for completions, (plus approved extensions if any), Contractor shall pay City the sum of $200 for each calendar day that the completion of the work is delayed beyond the time specified in the contract for completion, as fixed and agreed liquidated damages and not as a penalty. Liquidated damages are hereby fixed and agreed upon between the parties, recognizing the impossibility of precisely ascertaining the amount of damages that will be sustained by City as a consequence of such delay and both parties desiring to obviate any question of dispute concerning the amount of said damages and the cost and effect of the failure of Contractor to complete the contract on time. Regardless of whether or not a single Contract is involved, the above -stated liquidated damages shall apply separately to each portion of the work for which a time of completion is given. City shall have the right to deduct from and retain out moneys which may be due or which may become due and payable to Contractor, the amount of such liquidated damages and if the amount retained by City is insufficient to pay in full such liquidated damages, Contractor shall pay in full such liquidated damages. Contractor shall be responsible for reimbursing City, in addition to liquidated damages or other per day damages for delay, for all costs of engineering, architectural fees, and inspection and other costs incurred in administering the construction of the project beyond the completion date specified or beyond an approved extension of time granted to Contractor whichever is later. These liquidated damages will not prohibit City from recovering ascertainable actual damages incurred as a result of the same delay to which the liquidated damages apply. Contractor may be liable for both liquidated damages as stated herein, and for excess completion costs of this project. In the event Contractor has been either terminated from or has abandoned the project prior to completion, this liquidated damages clause is still applicable to hold Contractor liable for the liquidated damages. 16. BONDS The Contractor shall furnish separate Performance and Payment Bonds in the amount of 100% of the total bid award amount as security for the faithful project 13 of Tamarac Purchasing & Contracts Division performance and payment of all of the Contractor's obligations under the contract documents, per City Code Section 10-156. At the completion and formal approval and acceptance of all work associated with the project, a one year warranty period will begin. At this time, a warranty bond in an amount not less than 50% of the final contract amount must be submitted. If the surety on any bond fumished by the Contractor is declared bankrupt or becomes insolvent, or its right to do business is terminated in Florida, the Contractor shall, within seven (7) days thereafter, substitute another bond meeting the requirements outlined above, which must also be acceptable to the City. 17. PERFORMANCE, PAYMENT AND WARRANTY BONDS Within fifteen (15) calendar days after the contract award, but in any event prior to commencing work, the Successful Bidder shall execute and fumish the CITY a Performance Bond and Payment Bond, each written by a corporate surety, having a resident agent in the State of Florida and having been in business with a record of successful continuous operation for at least five (5) years. The surety shall hold a current certificate of authority from the Secretary of Treasury of the United States as an acceptable surety on federal bonds in accordance with United States Department of Treasury Circular No. 570. The Contractor shall be required to provide acceptable, separate Performance and Payment Bonds in the amount of 100% of the bid amount. The Performance Bond shall be conditioned that the Successful Bidder performs the contract in the time and manner prescribed in the contract. The Payment Bond shall be conditioned that the Successful Bidder promptly make payments to all persons who supply the Successful Bidder in the prosecution of the work provided for in the contract and shall provide that the surety shall pay the same in the amount not exceeding the sum provided in such bonds, together with interest at the maximum rate allowed by law and that they shall indemnify and save harmless the CITY to the extent of any and all payments in connection with the carrying out of said contract which the CITY may be required to make under the law. Such bonds shall continue in effect for one (1) year after final payment becomes due except as otherwise provided by law or regulation or by the Contract Documents with the final sum of said bonds reduced after final payment to an amount equal to twenty five percent (25%) of the Contract price, or an additional bond shall be conditioned that the Successful Bidder correct any defective of faulty work or material which appear within one (1) year after final completion of the Contract, upon notification by CITY. The Warranty Bond shall cover the cost of labor as well as materials. 14 of Tamarac & Contracts Division BID NO.04-07R — PHASE II The purpose of this bid is to provide for all equipment, labor and materials to furnish and install and make ready to successfully operate, Audio/Visual systems as defined herein for the City of Tamarac, at the City Commission Chambers, and Conference Room 105 at the Tamarac Municipal Building, 7525 NW 88t" Ave., Tamarac, Florida, and in the Ballroom of the Tamarac Community Center, 8601 W. Commercial Blvd., Tamarac, Florida. SCOPE OF SERVICES As a result of Phase I of this request, the "REQUEST OF INFORMATION", the City has determined that firms receiving this Invitation for Bid have submitted acceptable solutions to meet the requirements of this project. Accordingly, each firm approved shall be permitted to submit a solution based on the approach and equipment approved during the Request for Information review and approval process. A copy of the approved equipment for each individual bidder will be attached to that bidder's Invitation for Bid document, and is incorporated therein as an integral part of the bid. Upon completion of the project, the system shall provide for the successful performance of the following: A. Commission Chambers 1. An audio/visual system that will accommodate any presentation medium for the audience, staff and the members of the City Commission. 2. The system shall include a large screen (approximately 15' x 20') on the west wall of the chamber (behind the dais) that will allow the entire audience to view the presentations. The screen shall be electrically retractable into the ceiling when not in use. (Please note that the ceiling in the City Commission Chamber is suspended drywall with no walking access above.) A wall - mounted switch to allow for manual operation of the screen shall be installed. 3. A professional grade projection system, minimum 4500 lumens, with approximate rated bulb life of 1800 hours minimum. Projector shall be mounted on the ceiling to project presentations from multiple sources. The projector will be mounted at an appropriate distance from the screen on the ceiling. The projector will be required to produce a non -distorted image of approximately 15' x 20' on a screen which will be operated under full lighting conditions (incandescent lighting using lighting cans, and a single suspended incandescent fixture.) 4. The system shall provide for input from the following type of devices: a. PC or laptop computer b. Document Camera C. DVD Player / VCR 15 of Tamarac Purchasing & Contracts Division d. Cable Television input e. Two (2) laptop ports shall be located on each of the two (2) petitioner's podiums. f. Dual laptop ports shall be provided on the table at the dais. 5. A 17" LCD monitor shall be installed in each position on the dais for viewing by members of the City Commission and by staff. A total of fourteen (14) units will be installed, with one unit at each of 12 dais positions, and one unit in the document camera area. Monitors are to be installed in a manner so as to not obstruct the view of either the officials at the dais or the audience. 6. A Document Camera shall be provided and installed to project large size drawings (up to "E" sized drawings); pictures or any other images on the large and individual screens. The Document Camera shall be installed on the desk in front of the dais, or may be ceiling mounted with appropriate lenses to view items placed below it. 7. The successful Bidder shall supply a commercial grade DVD player and a commercial grade VCR unit. In addition, necessary connections shall be made to the projector to accommodate presentations input from the DVD player, VCR, computers or cable television. The connections shall be configured to allow for simultaneous video switching, to send images from multiple sources to multiple output sources. (Note: City shall supply necessary computers.) 8. The system shall be controllable through a programmable wireless remote unit, that will be provided to allow for one -touch set-up and switching from different media sources such as a laptop or computer network interface (Power Point), cable television, DVD, VCR, Document Camera, etc. The controller unit will be utilized from either the table in front of the dais or the equipment room, and will control the inputs, screen and sound level. 9. The sound equipment in the Commission Chambers shall be replaced with new equipment to work with the new system. Microphones on the dais, on the floor and the wireless units shall be incorporated into the new system or replaced if necessary. Existing speakers shall be incorporated into the system and any necessary modifications, replacements and additions shall be included in the project. In addition, contractor shall replace the three (3) sets of cluster -mounted speakers in the Commission Chambers 10. An audio feed shall be provided from the sound system to a digital audio recording system, (to be provided by others), which shall be located at the City Clerk's position on the dais to record audio transcripts of meetings conducted in the Chamber. Fri City of Tamarac tlN"'v -.11-1-1-11-111111-11- 1-111 1-11111- --- IPurchasing & Contracts Division B. Main Conference Room (Room 105) 1. A two (2) projector / two (2) screen solution is requested for this room. Projectors shall be configured and placed in such a manner that the same image will project from both projectors simultaneously, onto one of two (2) retractable screens mounted on opposite sides of the room, which shall be visible to all meeting attendants around the conference table and the audience. Projectors shall be ceiling mounted. 2. Audio/visual system at this location will accommodate multiple input sources for the audience, staff and members of the City Commission. The system shall provide for input from the following type of devices: a. PC or laptop computer b. Document Camera C. DVD Player / VCR d. Cable Television input 3. The system shall have two (2) electrically operated retractable screens located on the north and the south walls of the conference room, with specific locations to be approved immediately prior to installation. The screens shall be approximately 5' x 8'. Surface mounted switches shall be installed to allow for manual operation of the screens. Note: Ceiling is a suspended tile drop ceiling on a metal grid 4. The successful bidder shall supply a commercial grade DVD player and a commercial grade VCR unit specifically for this room. In addition, necessary connections shall be made to the projector to accommodate presentation input from the DVD player, VCR, computers or cable television. The connections shall be configured to allow for simultaneous video switching, to send images from multiple sources to multiple output sources. (Note: The City shall supply necessary computers.) 5. The system shall be controllable through a programmable wireless remote unit that will be provided to allow for one -touch set-up and switching from different media sources such as laptop or computer network interface (Power Point), cable television, DVD, VCR, Document Camera, etc. The controller unit will be utilized from the conference table, or from a position in the audience area, and will control the inputs, the screen and the sound level. 6. Sufficient number of ceiling - mounted boundary microphones will be located above the conference table to amplify sound for the audience and to accommodate the recorder without having to set-up the sound system for each meeting. 7. A camera will be installed on the ceiling and connected to the City's internal network (intranet) to broadcast sound and video to those City employees who are authorized to view the meeting on their personal computers. The camera shall provide for remote movement (side to side, up/down, zoom in/ out) through a remote control unit, and through the network by an authorized user. Camera will be positioned to broadcast the proceedings around the conference table. 17 V of Tamarac_—___._.,_. _ ._ , � Purchasing & Contracts Division Low -voltage wiring from the IP camera to the Computer Room will be required 8. A sufficient number of speakers shall be installed on the ceiling for the audience to hear the meeting discussion and the presentations. 9. An audio feed will be provided from the sound system to the digital recording system to record the meetings conducted in this room. 10. The audio feed from this conference room shall also be fed to the existing City Hall PA system. 11. A document camera shall be installed on the ceiling pointing down to the floor to project large size drawings (up to E size); pictures or any other images on the screens on both sides of the room. C. Community Center Ball Room A projector and a screen will be installed in the ball room to accommodate input from the following type of devices: a. PC or laptop computer b. Document Camera C. DVD Player / VCR d. Cable Television input 2. Projector will be integrated with the existing sound system. 3. The system shall have an electrically operated retractable screen located over the stage. The screen shall be sized appropriately for the room. Surface mounted switch shall be installed to allow for manual operation of the screen. D. Integration and Installation Services The successful bidder shall be responsible for provision of all necessary construction, assembly, materials and labor necessary for the installation of equipment at the Tamarac City Hall, including interfacing with existing equipment, installation of new projectors below ceiling level, installation of projection screens and wall switches, installation of speakers, sound equipment and microphones, provision of all low voltage cables, assembly within existing racks, programming the control system; required demolition; necessary electrical work, including installation of AC wiring; all final connections; placement and mounting of equipment; carpentry; and any other trade -related service required for this project. The bidder and all sub -contractors shall possess appropriate State of Florida and Broward County licenses. Such licenses shall be in force at the time of the submittal of this bid. E. Training The bidding vendor shall provide training for up to 2 staff members on the proper operation and performance of the system. 18 of Tamarac Purchasing & Contracts Division F. Warranties Bidders shall warrant the equipment for a minimum of one (1) year, from the date of substantial completion of the installation. All warranties for this period shall be for on - site service. G. Performance and Testing The successful bidder shall be required to make the system completely operable to the satisfaction of the City. This shall include insuring that all media successfully operate with the system, programming and proper balancing of controls, etc. The Bidder shall conduct appropriate testing to ensure complete operability of the system to the satisfaction of the City. Satisfactory performance will require the operability of all equipment in accordance with the manufacturer's recommended parameters, the ability to easily switch media from one source to another without the need for manual intervention, clear video and/or audio output without feedback, extraneous noise, or interference from other sources, and the ability to project clear, non -distorted images. The successful bidder shall maintain this standard of operability at no additional cost to the City during the system warranty period. H. Manuals A minimum of one (1) set of complete operating manuals shall be compiled for all equipment. Manuals shall provide instructions on operation of the equipment, settings, and routine maintenance. I. Serviceability of Equipment The successful bidder shall be capable of providing service on all equipment, including preventative maintenance and emergency service as required. Warranty services shall be provided during the warranty period as needed. The successful bidder shall be authorized by the equipment manufacturers to provide warranty services, and upon completion of the warranty period, be capable of entering into a maintenance agreement for such work, with the City, if mutually agreeable to both parties. If the bidder is unable to directly service the equipment, it will be the responsibility of the bidder to provide service from a manufacturer authorized service agent located within a 50 mile radius of the City of Tamarac. Please indicate the name, contact name and telephone number for service issues in the space below. J. Work by Others The successful Contractor shall be responsible for installation of low voltage electrical wiring. The City will be responsible for obtaining separate contracts for high voltage electrical wiring, drywall repair and replacement, and carpentry work. The Contractor, however, shall advise the City regarding where and to what extent TJ of Tamarac & Contracts Division these services will be required from other vendors. The Contractor shall also make final connections to City -provided electrical service. K. Blueprints Copies of blueprints for the facility will be made available for viewing at either the Purchasing Division Office or at the Information Technology Office, Tamarac City Hall, 7525 NW 88" Avenue, Tamarac, FL. K01 of Tamarac Purchasing & Contracts Division COMPANY NAME: (Please Print): Phone: Fax: 1. 2. 3. 4. 5. 6. 7. 8. BEFORE SUBMITTING YOUR BID, MAKE SURE YOU... ❑ Carefully read the General Terms & Conditions and Special Conditions. ❑ Fill out and sign the Non -Collusive Affidavit and have it properly notarized. ❑ Sign the Certification page. Failure to do so will result in your Bid being deemed non -responsive. ❑ Fill out the Bidder's Qualification Statement. ❑ Fill out the References page. ❑ Sign the Vendor Drug Free Workplace Form. ❑ Fill out and sign the Certified Resolution. ❑ Include proof of insurance. Make sure your Bid is submitted PRIOR to the deadline. Late Bids will not be accepted. Failure to provide the requested attachments may result in your bid being deemed non -responsive. THIS SHOULD BE THE FIRST PAGE OF YOUR BID. 21 City of Tamarac Purchasing Division . ......... - r -- BID FORM BID NO.04-07R — PHASE 11 Submitted by: Date THIS BID IS SUBMITTED TO: City of Tamarac Purchasing and Contracts Manager 7525 Northwest 88t" Avenue Tamarac, Florida 33321 1. The undersigned Bidder proposes and agrees, if this bid is accepted, to enter into a contract with the City to perform and furnish all Work as specified herein for the Contract Price and within the Contract Period indicated in this bid. 2. This bid will remain subject to acceptance for sixty (60) days after the day of bid opening. Bidder will sign and submit the necessary documents required by the City within fifteen (15) days prior to the date of the City's Award. a) Bidder has familiarized itself with the nature and extent of the contract documents, locality, and all local conditions and laws and regulations that in any manner may affect cost, progress, performance or furnishing of the Work. b) Bidder has given the City written notice of all conflicts, errors or discrepancies that it has discovered in the contract documents and the written resolution thereof by the City is acceptable to Bidder. c) This Bid is genuine and not made in the interest of or on behalf of any undisclosed person, firm or corporation and is not submitted in conformity with any agreement or rules of any group, association, organization or corporation; Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid; Bidder has not solicited or induced any person, firm or corporation to refrain from bidding; and Bidder has not sought by collusion to obtain for itself any advantage over any other Bidder or over the City. 3. Bidder will complete the Work for the prices shown in the "Bid Form". 4. Bidder agrees that the Work will be substantially performed and complete in accordance with the schedules established herein. 1 of 4 Bid Form/Agree to Complete City of Tamarac Purchasing .Division _................_....._........_.............._..u.........................._.._.._.._........_...._._......_..._...__,..�........._...._._..._..._...---. i...__-_�__...........__.,.-... �._......_,.. �.._____,.._.�.._._...�......_..._.___...__..._............. BID FORM (continued) BID NO. 04-07R -- PHASE II The City of Tamarac is hereby requesting Bids, from qualified vendors, to furnish and install Audio Visual Equipment at the Tamarac Municipal Complex Commission Chambers and Conference Room 105, as well as the Tamarac Community Center Ballroom. We propose to furnish the following in conformity with the specifications and at the below bid prices. The bid prices quoted have been checked and certified to be correct. Said prices are fixed and firm and shall be paid to Bidder for the successful completion of its obligation as specified in the contract documents. . Please provide lump sum costs for each facility as follows: DESCRIPTION TOTAL COST 1. Commission Chamber — Tamarac City Hall 1A. Equipment $ 1 B. Installation, Integration and Training $ Total — Commission Chamber $ 2. Conference Room 105 2A. Equipment $ 2B. Installation, Integration and Training $ Total — Conference Room 105 $ 3. Ballroom — Tamarac Community Center 3A. Equipment $ 3B. Installation, Integration and Training $ Total — Ballroom $ GRAND TOTAL — ALL ITEMS $ Page 2 of 4 Bid Form/Terms/Bid Price of Tamarac Division BID FORM (continued) I:31.11:L• 1 o The City reserves the right to reject any bid, if it deems that a vendor has deliberately provided erroneous information. The undersigned declare to have specific and legal authorization to obligate their firm to the terms of this bid, and further, that they have examined the Invitation to Bid, the instructions to Bidders, the Specifications, and other documents included in this bid request, and hereby promises and agrees that, if this bid is accepted, they will faithfully fulfill the terms of this bid together with all guarantees and warranties thereto. The undersigned bidding firm further certifies the product and/or equipment meets or exceeds the specification as stated in the bid package; and also agrees that products and/or equipment to be delivered which fail to meet bid specifications will be rejected by the City within thirty (30) days of delivery. Return of rejection will be at the expense of the bidder. Company Name Address City, State, ZIP Contractor's License Number Authorized Signature Typed/Printed Name Telephone & Fax Number Federal Tax ID# Page 3 of 4 Bid FormlCompany Information of Tamarac Purchasing Division ....._.._..._.Y.._..Y........_..................._............... ..... .._... ...........y..... Bidders Name: TERMS: Delivery/completion: % DAYS: BID FORM (continued) BID NO.04-07R calendar days after receipt of Purchase Order To be considered eligible for award, one (1) original and two (2) copies of this bid form MUST be submitted with the Bid. NOTE: Bid submittals without the manual signature of an authorized agent of the Bidder shall be deemed non -responsive and ineligible for award. IF "NO BID" IS OFFERED, PLEASE PROVIDE THE FOLLOWING INFORMATION: Please indicate reason(s) why a Bid Proposal is not being submitted at this time. Return the Bid Form to avoid removal of Bidder from the City of Tamarac's vendor listing. Page 4 of 4 Bid Porml rermslCompietion City of Tamarac Purchasing Division NON -COLLUSIVE AFFIDAVIT State of )ss. County of _ ) being first duly sworn, deposes and says that: 1. He/she is the , (Owner, Partner, Officer, Representative or Agent) of , the Offeror that has submitted the attached Proposal; 2. He/she is fully informed respecting the preparation and contents of the attached Proposal and of all pertinent circumstances respecting such Proposal; 3. Such Proposal is genuine and is not a collusive or sham Proposal; 4. Neither the said Offeror nor any of its officers, partners, owners, agents, representatives, employees or parties in interest, including this affiant, have in any way colluded, conspired, connived or agreed, directly or indirectly, with any other Offeror, firm, or person to submit a collusive or sham Proposal in connection with the Work for which the attached Proposal has been submitted; or to refrain from bidding in connection with such Work; or have in any manner, directly or indirectly, sought by agreement or collusion, or communication, or conference with any Offeror, firm, or person to fix the price or prices in the attached Proposal or of any other Offeror, or to fix any overhead, profit, or cost elements of the Proposal price or the Proposal price of any other Offeror, or to secure through any collusion, conspiracy, connivance, or unlawful agreement any advantage against (Recipient), or any person interested in the proposed Work; 5. The price or prices quoted in the attached Proposal are fair and proper and are not tainted by any collusion, conspiracy, connivance, or unlawful agreement on the part of the Offeror or any other of its agents, representatives, owners, employees or parties in interest, including this affiant. Signed, sealed and delivered in the presence of. - Witness Witness By Printed Name Title Page 1 of 2 Non -Collusive Affidavit of Tamarac Division ACKNOWLEDGMENT NON -COLLUSIVE AFFIDAVIT State of Florida County of On this the day of , 2Q , before me, the undersigned Notary Public of the State of Florida, personally appeared and (Name(s) of individual(s) who appeared before notary) whose name(s) is/are Subscribed to within the instrument, and he/she/they acknowledge that he/she/they executed it. WITNESS my hand and official seal. NOTARY PUBLIC SEAL OF OFFICE: NOTARY PUBLIC, STATE OF FLORIDA (Name of Notary Public: Print, Stamp, or Type as Commissioned) ❑ Personally known to me, or ❑ Produced identification: (Type of Identification Produced) ❑ DID take an oath, or ❑ DID NOT take an oath Page 2 of 2 Non -Collusive Acknowledgement of Tamarac �, Purchasing Division CERTIFICATION 111MR1 7-1►TAII1����>�u�;i�:1 :3L7 We (1), the undersigned, hereby agree to furnish the item(s)/service(s) described in the Invitation to Bid. We (1) certify that we(1) have read the entire document, including the Specifications, Additional Requirements, Supplemental Attachments, Instructions to Bidders, Terms and Conditions, and any addenda issued. We agree to comply with all of the requirements of the entire Invitation To Bid. Indicate which type of organization below: INDIVIDUAL ❑ PARTNERSHIP ❑ CORPORATION ❑ OTHER ❑ If "Other", Explain: Authorized Signature Title Company Name Address City/State/Zip Email Address Name (Printed Or Typed) Federal Employer I.D./Social Security No. Phone Number Fax Number Contact Person Page i of 1 Certification City.o%lamarac _ . _.._._....._........._._. _._.�. __.._..__._.. - : ._.___. ..__...................,_ purchasing and Contracts Division BIDDER'S QUALIFICATION STATEMENT The undersigned certifies under oath the truth and correctness of all statements and of all answers to questions made hereinafter: SUBMITTED TO: City of Tamarac Purchasing & Contracts Manager 7525 NW 88`h Avenue Tamarac, Florida 33321-2401 CHECK ONE: ❑Corporation ❑ Partnership ❑ Individual ❑ Joint Venture ❑ Other SUBMITTED BY (Company Name) ADDRESS: CITY, STATE ZIP: 1. State the true, exact, correct and complete name of the partnership, corporation, trade or fictitious name under which you do business and the address of the place of business: Correct Name of Bidder Principal address of Business City, State Zip 2. If Offeror is a corporation, answer the following: a. Date of Incorporation b. State of Incorporation C. President's name d. Vice President's name e. Secretary's name: f. Treasurer's name g. Name and address of Resident Agent 3. If Offeror is an Individual or a Partnership, answer the following: Date of Organization Name, address and ownership units of all partners (if necessary, use separate sheet): NAME ADDRESS OWNERSHIP UNIT Page 1 of 3 Bidder's Qualification Statement City of Tamarac Purchasing and Contracts Division State whether general or limited partnership 4. If offer is other than an individual, corporation or partnership, describe the organization and give the name and address of principals: NAME ADDRESS 5. If Offeror is operating under a fictitious name, submit evidence of compliance with the Florida Fictitious Name Statute. 6. How many years has your organization been in business under its present name? a. Under what former names has your organization operated? 7. Indicate registration, license numbers or certificate numbers for the businesses or professions that are the subject of the Bid. Please attach certificate of competency and/or state registration. 8. Have you ever failed to complete any work awarded to you? If so, state when, where and why: 9. State the names, telephone numbers and last known addresses of three (3) owners, individuals or representatives of owners with the most knowledge of work that you have performed or goods you have provided (government owners are preferred as references): NAME ADDRESS PHONE Page 2 of 3 Bidder's Qualification Statement of Tamarac ;' Purchasing and Contracts Division _. _.........._ — .._._..__.._.._........ _. ._..._......_... _. �...._---.._..---._.._... ; _._.. _ _ _ ...._._._..___ _._.._ _ .......�.....�......... m__ . ....... 10. List the pertinent experience of the key individuals of your organization (continue on insert sheet, if necessary). 11. State the name of the individual who will have personal supervision of the work: THE BIDDER ACKNOWLEDGES AND UNDERSTANDS THAT THE INFORMATION CONTAINED IN RESPONSE TO THIS QUALIFICATIONS STATEMENT SHALL BE RELIED UPON BY THE OWNER IN AWARDING THE CONTRACT AND SUCH INFORMATION IS WARRANTED BY BIDDER TO BE TRUE. THE DISCOVERY OF ANY OMISSION OR MISSTATEMENT THAT MATERIALLY AFFECTS THE BIDDER'S QUALIFICATIONS TO PERFORM UNDER THE CONTRACT SHALL CAUSE THE OWNER TO REJECT THE PROPOSAL, AND IF AFTER THE AWARD, TO CANCEL AND TERMINATE THE AWARD AND/OR CONTRACT. (Signature) ACKNOWLEDGEMENT BIDDER'S QUALIFICATION STATEMENT State of Florida County of On this the day of , 20 , before me, the undersigned Notary Public of the State of Florida, personally appeared and (Name(s) of individual(s) who appeared before notary) whose names) is/are Subscribed to within the instrument, and he/she/they acknowledge that he/she/they executed it. WITNESS my hand and official seal. NOTARY PUBLIC SEAL OF OFFICE: NOTARY PUBLIC, STATE OF FLORIDA (Name of Notary Public: Print, Stamp, or Type as Commissioned) ❑ Personally known to me, or ❑ Produced identification: (Type of Identification Produced) ❑ DID take an oath, or ❑ DID NOT take an oath Page 3 of 3 Bidder's Qualification Statement of Tamarac and Contracts D!VlSiOn REFERENCES Please list name of government agency or private firm(s) with whom you have done business within the past five years: Agency/Firm Name: Address City State Zip Phone/Fax Contact Name Agency/Firm Name: Address City State Zip Phone/Fax Contact Name Agency/Firm Name: Address City State Zip Phone/Fax Contact Name Agency/Firm Name: Address City State Zip Phone/Fax Contact Name Agency/Firm Name: Address City State Zip Phone/Fax Contact Name Page 9 of 1 References City of Tamarac and Contracts Division VENDOR DRUG -FREE WORKPLACE Preference may be given to vendors submitting a certification with their bid/proposal certifying they have a drug -free workplace in accordance with Section 287.087, Florida Statutes. This requirement affects all public entities of the State and becomes effective January 1, 1991. The special condition is as follows: IDENTICAL TIE BIDS - Preference may be given to businesses with drug -free workplace programs. Whenever two or more bids that are equal with respect to price, quality, and service are received by the State or by any political subdivision for the procurement of commodities or contractual services, a bid received from a business that certifies that it has implemented a drug -free workplace program shall be given preference in the award process. Established procedures for processing tie bids will be followed if none of the tied vendors have a drug -free workplace program. In order to have a drug -free workplace program, a business shall: 1. Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. 2. Inform employees about the dangers of drug abuse in the workplace, the business's policy of maintaining a drug -free workplace, any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. 3. Give each employee engaged in providing the commodities or contractual services that are under bid a copy of the statement specified in subsection (1). 4. In the statement specified in subsection (1), notify the employees that, as a condition of working on the commodities or contractual services that are under bid, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contendere to, any violation of chapter 893 or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later that five (5) days after each conviction. 5. Impose a section on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee's community, by any employee who is so convicted. 6. Make a good faith effort to continue to maintain a drug -free workplace through implementation of this section. As the person authorized to sign the statement, I certify that this form complies fully with the above requirements. Authorized Signature Company Name Page 1 of 1 Drug Free Workplace City of Tamarac, Purchasing and Contracts Division r SAMPLE AGREEMENT BETWEEN THE CITY OF TAMARAC AND THIS AGREEMENT is made and entered into this day of , 20 by and between the City of Tamarac, a municipal corporation, with principal offices located at 7525 N.W. 88th Ave., Tamarac, FL 33321 (the "CITY") and a corporation with principal offices located at (the "Contractor") to furnish, install and make operational the Audio Visual Systems for the Commission Chambers and Conference Room 105 at the Tamarac Municipal Complex; and in the ballroom at the Tamarac Community Center.. Now therefore, in consideration of the mutual covenants hereinafter set forth, the City and Contractor agree as follows: 1) The Contract Documents The contract documents consist of this Agreement, conditions of the contract (General, Supplementary and other Conditions), drawings, specifications, all addenda issued prior to, and all modifications issued after execution of this Agreement. These contract documents form the Agreement, and all are as fully a part of the Agreement if attached to this Agreement or repeated therein. 2) The Work The Contractor shall perform all work for the City required by the contract documents as set forth below: a) Contractor shall furnish all labor, materials, and equipment necessary to Furnish and Install Audio Visual Equipment at the City Commission Chamber and Conference Room 105 at the Tamarac City Hall, 7525 N.W. 88" Ave., Tamarac, Florida; and the Community Center Ballroom, 8601 W. Commercial Boulevard, Tamarac, Florida. b) Contractor shall conduct all work in adherence to the requirements outlined in City of Bid 04-07B, titled "Furnish and Install Audio Visual Equipment", which is incorporated herein as Exhibit A. c) Contractor shall supervise the work force to ensure that all workers conduct themselves and perform their work in a safe and professional manner. Contractor shall comply with all OSHA safety rules and regulations in the operation of equipment and in the performance of the work. Contractor shall at all times have a competent field supervisor on the job site to enforce these policies and procedures at the Contractor's expense. Page 1 of 7 Standard Contractor Agreement City of Tamarac .. Purchasing and Contracts Division d) Contractor shall provide the City with seventy-two (72) hours written notice prior to the beginning of work under this Agreement and prior to any schedule change with the exception of changes caused by inclement weather. e) Contractor shall comply with any and all Federal, State, and local laws and regulations now in effect, or hereinafter enacted during the term of this Agreement, which are applicable to the Contractor, its employees, agents or subcontractors, if any, with respect to the work and services described herein. 3) Insurance Contractor shall obtain at Contractor's expense all necessary insurance in such form and amount as required by the City's Risk and Safety Officer before beginning work under this Agreement including, but not limited to, Workers' Compensation, Commercial General Liability, and all other insurance as required by the City, including Professional Liability when appropriate. Contractor shall maintain such insurance in full force and effect during the life of this Agreement. Contractor shall provide to the City's Risk and Safety Officer certificates of all insurances required under this section prior to beginning any work under this Agreement. The Contractor will ensure that all subcontractors comply with the above guidelines and will retain all necessary insurance in force throughout the term of this agreement. Contractor shall indemnify and hold the City harmless for any damages resulting from failure of the Contractor to take out and maintain such insurance. Contractor's Liability Insurance policies shall be endorsed to add the City as an additional insured. Contractor shall be responsible for payment of all deductibles and self-insurance retentions on Contractor's Liability Insurance policies. 4) Time of Commencement and Substantial Completion The work to be performed under this Agreement shall be commenced after execution of the Agreement and not later than ninety (90) days after the date that Contractor receives Purchase Order. The work shall be substantially completed no later than , 2004. 5) Contract Sum The Contract Sum for the above work is Dollars and cents ( ). 6) Payments The City shall pay in full the Contract Sum to the Contractor upon completion of the work listed in Paragraph 2 of this Agreement unless the parties agree otherwise. The City shall pay the Contractor for work performed subject to the specifications of the job and subject to any additions and deductions by subsequent change order provided in the contract documents. Page 2 of 7 Standard Contractor Agreement of Tamarac and Contracts Division 7) Waiver of Liens Prior to payment of the Contract Sum, a final waiver of lien shall be submitted by all suppliers, subcontractors, and/or Contractors who worked on the project that is the subject of this Agreement. 8) Warranty Contractor warrants the Work against defect for a period of year from the date of completion of work. In the event that defect occurs during this time, Contractor shall perform such steps as required in Technical Specifications and Terms and Conditions. Contractor shall be responsible for any damages caused by defect to affected area or to interior structure. 9) Indemnification The Contractor shall indemnify and hold harmless the City, its elected and appointed officials, employees, and agents from any and all claims, suits, actions, damages, liability, and expenses (including attomeys' fees) in connection with loss of life, bodily or personal injury, or property damage, including loss of use thereof, directly or indirectly caused by, resulting from, arising out of or occurring in connection with the operations of the Contractor or its officers, employees, agents, subcontractors, or independent Contractors, excepting only such loss of life, bodily or personal injury, or property damage solely attributable to the gross negligence or willful misconduct of the City or its elected or appointed officials and employees. The above provisions shall survive the termination of this Agreement and shall pertain to any occurrence during the term of this Agreement, even though the claim may be made after the termination hereof. Nothing contained herein is intended nor shall be construed to waive City's rights and immunities under the common law or Florida Statutes 768.28, as amended from time to time. 10) Non -Discrimination The Contractor agrees that it shall not discriminate against any of its employees or applicants for employment because of their age, handicap, race, color, religion, sex, or national origin, and to abide by all federal and State laws regarding non-discrimination. The Contractor further agrees to insert the foregoing provisions in all subcontracts hereunder except subcontracts for standard commercial supplies or raw materials. Any violation of such provisions shall constitute a material breach of this Agreement. 11) Independent Contractor Contractor is an independent Contractor under this Agreement. Personal services provided by the Contractor shall be by employees of the Contractor and subject to supervision by the Contractor, and not as officers, employees, or agents of the City. Personnel policies, tax responsibilities, social security and health insurance, employee benefits, purchasing policies and other similar administrative procedures applicable to services rendered under this Agreement shall be those of the Contractor. Page 3 of 7 Standard Contractor Agreement r City of Tamarac j' Purchasing and Contracts Division 12) Assignment and Subcontracting Contractor shall not transfer or assign the performance required by this Agreement without the prior written consent of the City. This Agreement, or any portion thereof, shall not be subcontracted without the prior written consent of the City. 13) Notice Whenever either party desires or is required under this Agreement to give notice to any other party, it must be given by written notice, sent by registered United States mail, with return receipt requested, addressed to the party for whom it is intended at the following addresses. CITY City Manager City of Tamarac 7525 N.W. 88th Avenue Tamarac, FL 33321 With a copy to City Attorney at the same address. CONTRACTOR 14) Termination This Agreement may be terminated by City or Contractor for cause or by the City for convenience, upon thirty (30) days of written notice by the terminating party to the other party for such termination in which event the Contractor shall be paid its compensation for services performed to termination date, including services reasonably related to termination. In the event that the Contractor abandons this Agreement or causes it to be terminated, Contractor shall indemnify the city against loss pertaining to this termination. Default by Contractor: In addition to all other remedies available to the City, this Agreement shall be subject to cancellation by the City should the Contractor neglect or fail to perform or observe any of the terms, provisions, conditions, or requirements herein contained, if such neglect or failure shall continue for a period of thirty (30) days after receipt by Contractor of written notice of such neglect or failure. 15) Agreement Subject to Funding This Agreement shall remain in full force and effect only as long as the expenditures provided for in the Agreement have been appropriated by the City Commission of the City of Tamarac in the annual budget for each fiscal year of this Agreement, and is subject to termination based on lack of funding. Page 4 of 7 Standard Contractor Agreement City of Tamarac Purchasing and Contracts Division 16) Venue This Agreement shall be governed by the laws of the State of Florida as now and hereafter in force. The venue for actions arising out of this agreement is fixed in Broward County, Florida. 17) Signatory Authority The Contractor shall provide the City with copies of requisite documentation evidencing that the signatory for Contractor has the authority to enter into this Agreement. 18) Severability; Waiver of Provisions Any provision in this Agreement that is prohibited or unenforceable in any jurisdiction shall, as to such jurisdiction, be ineffective to the extent of such prohibition or unenforceability without invalidating the remaining provisions hereof or affecting the validity or enforceability of such provisions in any other jurisdiction. The non -enforcement of any provision by either party shall not constitute a waiver of that provision nor shall it affect the enforceability of that provision or of the remainder of this Agreement. 19) Merger; Amendment This Agreement constitutes the entire Agreement between the Contractor and the City, and negotiations and oral understandings between the parties are merged herein. This Agreement can be supplemented and/or amended only by a written document executed by both the Contractor and the City. Page 5 of 7 Standard Contractor Agreement r of Tamarac, Purchasing and Contracts Division IN WITNESS WHEREOF, the parties have made and executed this Agreement on the respective dates under each signature. CITY OF TAMARAC, signing by and through its Mayor and City Manager, and CONTRACTOR, signing by and through its duly authorized to execute same. ATTEST: Marion Swenson, CIVIC City Clerk Date ATTEST: (Corporate Secretary) Type/Print Name of Corporate Secy. (CORPORATE SEAL) Mb Cc•» V ATITY L03 Joe Schreiber, Mayor Date Jeffrey L. Miller, City Manager Date Approved as to form and legal sufficiency: Mitchell S. Kraft, City Attorney Date Company Name Signature of President/Owner Type/Print Name of President/Owner Date Page 6 of 7 Standard Contractor Agreement City of Tamarac __... _.»__ __ _ _ __ _.._..._ _. _....,._m�...• 9 Purchasing and Contracts Division f.......�...... _ ......._.... _..... _ .. _._......_..._............ __....._ CORPORATE ACKNOWLEDGEMENT STATE OF �V COUNTY OF I HEREBY CERTIFY that on this day, before me, an Officer duly authorized in the State aforesaid and in the County aforesaid to take acknowledgments, personally appeared of a Corporation, to me known to be the person(s) described in and who executed the foregoing instrument and acknowledged before me that he/she executed the same. WITNESS my hand and official seal this day of , 20_ Signature of Notary Public State of Florida at Large Print, Type or Stamp Name of Notary Public ❑ Personally known to me or ❑ Produced Identification Type of I.D. Produced ❑ DID take an oath, or ❑ DID NOT take an oath. Page 7 of 7 Standard Contractor Agreement City of Tamarac Purchasing & Contracts Division ..................... ­­ ....................................................... ........................... ............... ......... ........... .............................. COMPANY NAME: (Please Print): Phone: 714 4 Fax: - BEFORE SUBMITTING YOUR BID, MAKE SURE YOU... 1. Carefully read the General Terms & Conditions and Special Conditions. 2. Q Fill out and sign the Non -Collusive Affidavit and have it properly notarized. 3. Sign the Certification page. Failure to do so will result in your Bid being deemed non -responsive. 4. Fill out the Bidder's Qualification Statement. 5. Fill out the References page. 6. Sign the Vendor Drug Free Workplace Form. 7. Cal Fill out and sign the Certified Resolution. 8. Include proof of insurance. Make sure your Bid is submitted PRIOR to the deadline. Late Bids will not be accepted. Failure to provide the requested attachments may result in your bid being deemed non -responsive. THIS SHOULD BE THE FIRST PAGE OF YOUR BID. 21 City of Tamarac r, •;.;>; �.:'t: Purchasing Division BID FORM 9=ff nT BID NO. 0407R —PHASE II 4200-Q LAFAYETTE CEO ER OWE Date Submitted r THIS BID IS SUBMITTED TO: City of Tamarac Purchasing and Contracts Manager 7525 Northwest 88th Avenue Tamarac, Florida 33321 The undersigned Bidder proposes and agrees, if this bid is accepted, to enter into a contract with the City to perform and furnish all Work as specified herein for the Contract Price and within the Contract Period indicated in this bid. 2. This bid will remain subject to acceptance for sixty (60) days after the day of bid opening. Bidder will sign and submit the necessary documents required by the City within fifteen (15) days prior to the date of the City's Award. a) Bidder has familiarized itself with the nature and extent of the contract documents, locality, and all local conditions and laws and regulations that in any manner may affect cost, progress, performance or furnishing of the Work. b) Bidder has given the City written notice of all conflicts, errors or discrepancies that it has discovered in the contract documents and the written resolution thereof by the City is acceptable to Bidder. c) This Bid is genuine and not made in the interest of or on behalf of any undisclosed person, firm or corporation and is not submitted in conformity with any agreement or rules of any group, association, organization or corporation; Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid; Bidder has not solicited or induced any person, firm or corporation to refrain from bidding; and Bidder has not sought by collusion to obtain for itself any advantage over any other Bidder or over the City. 3. Bidder will complete the Work for the prices shown in the "Bid Form". 4. Bidder agrees that the Work will be substantially performed and complete in accordance with the schedules established herein. .............................................. .................................................. ............................................ ..... ...... I ..... I .......... .......... 1 of 4 Bid Form/Agree to Compfeta Ci of Tamarac''>%� .... Purchasing Division _.. ty........................................................................................ •............................................................... .......... BID FORM (continued) BID NO. 04-07R — PHASE 11 The City of Tamarac is hereby requesting Bids, from qualified vendors, to furnish and install Audio Visual Equipment at the Tamarac Municipal Complex Commission Chambers and Conference Room 105, as well as the Tamarac Community Center Ballroom. We propose to furnish the following in conformity with the specifications and at the below bid prices. The bid prices quoted have been checked and certified to be correct. Said prices are fixed and firm and shall be paid to Bidder for the successful completion of its obligation as specified in the contract documents. . Please provide lump sum costs for each facility as follows: DESCRIPTION 1. Commission Chamber — Tamarac City Hall 1A. Equipment 1B. Installation, Integration and Training Total — Commission Chamber 2. Conference Room 105 2A. Equipment 2B. Installation, Integration and Training Total — Conference Room 105 3. Ballroom — Tamarac Community Center 3A. Equipment 3B. Installation, Integration and Training Total — Ballroom GRAND TOTAL — ALL ITEMS TOTAL COST 5 o" �a��f LI 7 $ i. ..............................................................................................................................I............................. Page 2 of 4 Bid Form/Terms/Bid Price City of Tamarac Purchasing Division f BID FORM (continued) BID NO.04-07R The City reserves the right to reject any bid, if it deems that a vendor has deliberately provided erroneous information. The undersigned declare to have specific and legal authorization to obligate their firm to the terms of this bid, and further, that they have examined the Invitation to Bid, the instructions to Bidders, the Specifications, and other documents included in this bid request, and hereby promises and agrees that, if this bid is accepted, they will faithfully fulfill the terms of this bid together with all guarantees and warranties thereto. The undersigned bidding firm further certifies the product and/or equipment meets or exceeds the specification as stated in the bid package; and also agrees that products and/or equipment to be delivered which fail to meet bid specifications will be rejected by the City within thirty (30) days of delivery. Return of rejection will be at the expense of the bidder. CUSTOM FIT, INC. 4200-Q LAFAYETTTE CENTER DRIVE CHANTILLY, VA 20151-1241 Company Name Address City, State, ZIP Contractor's License Number Authorized Signature Typed/Printed Name , Telephone & Fax Numbe -I:z`�`, Federal Tax ID# ............................. ......................... ....................... .................... .----- I ...... I--,.......... Page 3 of 4 ,Bid FormlCompany Information City of TamaracPurchasing Division ..................................................................--.................................. ...... Bidders Name: BID FORM (continued) BID NO. 04-07RUSTOM FIT, INC. 4200-0 LAFAYETTE CENTER DRIVE CHANTILLY, VA 20151-1241 TERMS: ` % DAYS: I Delivery/completion: �� calendar days after receipt of Purchase Order To be considered eligible for award, one (1) original and two (2) codes of this bid form MUST be submitted with the Bid. NOTE: Bid submittals without the manual signature of an authorized agent of the Bidder shall be deemed non -responsive and ineligible for award. IF "NO BID" IS OFFERED, PLEASE PROVIDE THE FOLLOWING INFORMATION: Please indicate reason(s) why a Bid Proposal is not being submitted at this time. Return the Bid Form to avoid removal of Bidder from the City of Tamarac's vendor listing. ....................................................... .. '.........................................................................-......I........-. Page.. of ........ Bid FonnlTenns/Completion City o.. Tamarac �. < `' ......................................................... e:::::a,'°'t................................................................. Purchasing Division NON -COLLUSIVE AFFIDAVIT State of . )ss. County of 111 `7 ► l= fit` �l"``� being first duly sworn, deposes and says that: 1. He/she is the �`'`�=�r� , (Owner, Partner, Officer, Representative or Agent) of the Offeror that has submitted the attached Proposal; 2. He/she is fully informed respecting the preparation and contents of the attached Proposal and of all pertinent circumstances respecting such Proposal; 3. Such Proposal is genuine and is not a collusive or sham Proposal; 4. Neither the said Offeror nor any of its officers, partners, owners, agents, representatives, employees or parties in interest, including this affiant, have in any way colluded, conspired, connived or agreed, directly or indirectly, with any other Offeror, firm, or person to submit a collusive or sham Proposal in connection with the Work for which the attached Proposal has been submitted; or to refrain from bidding in connection with such Work; or have in any manner, directly or indirectly, sought by agreement or collusion, or communication, or conference with any Offeror, firm, or person to fix the price or prices in the attached Proposal or of any other Offeror, or to fix any overhead, profit, or cost elements of the Proposal price or the Proposal price of any other Offeror, or to secure through any collusion, conspiracy, connivance, or unlawful agreement any advantage against (Recipient), or any person interested in the proposed Work; 5. The price or prices quoted in the attached Proposal are fair and proper and are not tainted by any collusion, conspiracy, connivance, or unlawful agreement on the part of the Offeror or any other of its agents, representatives, owners, employees or parties in interest, including this affiant. igne , sealed -and vdelivered in the presence of: (�1-k fitness Witness ...................... Page 1 of 2 Printed Name l:' 7 Title ................................ I .... I'll .... . Non -Collusive Affidavit roll City of Tamarac ; �;:.:�;i.................................. Purchasing Division ' .. ACKNOWLEDGMENT NON -COLLUSIVE AFFIDAVIT State of FloV County of _��"?� On this the .-' day of ��'�Z! �_, 2QC_` before me, the undersigned Notary Public of the State of Florida, personally appeared C�%%t►Cr� _.. and (Name(s) of individual(s) who appeared before notary) whose name(s) is/are Subscribed to within the instrument, and he/she/they acknowledge that he/she/they executed it. WITNESS my hand and official seal. NOTARY PUBLIC, STATE OF FLORIDA NOTARY PUBLIC/ SEAL OF OFFICE: o w�� __- ►1 r Rig (Name of Notary Public: Print, Stamp, or Type as Commissioned) Personally known to me, or ❑QPrpced identification: (Type of Identification Produced) 1� DID take an oath, or ❑ DID NOT take an oath my. CXWM W r .MR .......... I............ ........................ ...........................................................I..... Page 2 of 2 Non -Collusive Acknowledgement ;y•r Purchasing Division City of Tamarac :: ' ` .' g................ CERTIFICATION THIS DOCUMENT MUST BE SUBMITTED WITH THE BID We (1), the undersigned, hereby agree to furnish the item(s)/service(s) described in the Invitation to Bid. We (1) certify that we(I) have read the entire document, including the Specifications, Additional Requirements, Supplemental Attachments, Instructions to Bidders, Terms and Conditions, and any addenda issued. We agree to comply with all of the requirements of the entire Invitation To Bid. Indicate which type of organization below: INDIVIDUAL ❑ PARTNERSHIP ❑ CORPORATIONX OTHER ❑ Authorized Signature Title 4200-Q LAFAYETTE CENTER DRIVE City/State/Zip Email Address CUSTOM FIT, INC. 4200-0 LAFAYETTE CENTER DRIVE CHANTILLY, VA 20151-1241 Name (Printed Or Typed) !�/-/ 1c.:� ?`ice Federal Employer I.D./Social Security No. Phone Number Fax Number riJ TZ L-t 1 / -42 Contact Person ........ .........1.1.............. .-................................. .----------- ................................... Page 1 of 1 Certification City of Tamarac r; ; Purchasing and Contracts Division ............................................................................................. . BIDDER'S QUALIFICATION STATEMENT The undersigned certifies under oath the truth and correctness of all statements and of all answers to questions made hereinafter: SUBMITTED TO: City of Tamarac Purchasing & Contracts Manager 7525 NW 88th Avenue Tamarac, Florida 33321-2401 CHECK ONE�Corporation ❑ Partnership ❑ Individual ❑ Joint Venture ❑ Other SUBMITTED BY (Company Name) OWN IT In ADDRESS: ETTE CENTER DRIVU CITY, STATE ZIP: CHANTILLY, VA 2015F-1 1. State the true, exact, correct and complete name of the partnership, corporation, trade or fictitious name under which you do business and the address of the place of business: II �. Correct Name of Bidder L., G C, TZ' f1A T", ►` e- Principal address of Business CUSTOM FIT, INC. City, State Zip 4200-0 ME ENTER DRIVE QA 2. If Offeror is a corporation, answer the following: ' a. Date of Incorporation b. State of Incorporation C. President's name d. Vice President's name e. Secretary's name: f. Treasurer's name g. Name and address of Resident Agent 3. If Offeror is an Individual or a Partnership, answer the following: Date of Organization Name, address and ownership units of all partners (if necessary, use separate sheet): NAME ADDRESS OWNERSHIP UNIT Page 1 of 3 Bidders Qualification Statement City of Tamarac..................................................................... Purchasing and Contracts Division State whether general or limited partnership 4. If offer is other than an individual, corporation or partnership, describe the organization and give the name and address of principals: NAME ADDRESS ,.. 6' L 1,1 !'r-�`-ie 772-: /_,.ice 5. If Offeror is operating under a fictitious name, submit evidence of compliance with the Florida Fictitious Name Statute. 6. How many yes has your organization been in business under its present name? a. Under hat former names has your organization operated? 7. Indicate registration, license numbers or certificate numbers for the businesses or professions that are the subject of the Bid. Please attach certificate of competency and/or state registration. 8. Have you ever failed to complete any work awarded to you? If so, state when, where and why: 9. State the names, telephone numbers and last known addresses of three (3) owners, individuals or representatives of owners with the most knowledge of work that you have performed or goods you have provided (government owners are preferred as references): NAME ADDRESS PHONE Page 2 of 3 Bidder's Qualification Statement City of Tamarac Y ?. •.. Purchasing and Contracts Division .........................4:' .. 10. List the pertinent experience of the key individuals of your organization (continue on insert sheet, if necessary). 11. State the name of the individual who will have personal supervision of the work: THE BIDDER ACKNOWLEDGES AND UNDERSTANDS THAT THE INFORMATION CONTAINED IN RESPONSE TO THIS QUALIFICATIONS STATEMENT SHALL BE RELIED UPON BY THE OWNER IN AWARDING THE CONTRACT AND SUCH INFORMATION IS WARRANTED BY BIDDER TO BE TRUE. THE DISCOVERY OF ANY OMISSION OR MISSTATEMENT THAT MATERIALLY AFFECTS THE BIDDER'S QUALIFICATIONS TO PERFORM UNDER THE CONTRACT SHALL CAUSE THE OWNER TO REJECT THE PROPOSAL, AND IF AFTER THE AWARD, TO CANCEL AND TERMINATE THE AWARD AND/OR CONTRACT. (Signature) ACKNOWLEDGEMENT BIDDER'S QUALIFICATION STATEMENT State of Florida County of _ ''+I(Z i kiX On this the Zb day of 20ZI before me, the undersigned Notary Public of the State of Florida Y apP ersonall eared and (Name(s) of individual(s) who appeared before notary) whose name(s) is/are Subscribed to within the instrument, and he/she/they acknowledge that he/she/they executed it. WITNESS my hand and official seal. NOTARY PUBLIC SEAL OF OFFICE: ,iNs)i Conan. EVs*`Z,, jam' N ARY PUBLIC, STATE OF FLORIDA (Name of Notary Public: Print, Stamp, or Type as Commissioned) Personally known to me, or ❑ Produced identification: (Type of Identification Produced) A? DID take an oath, or ❑ DID NOT take an oath Page 3 of 3 Bidder's Qualification Statement Milt. Purchasin and Contracts Division of Tamarac :!.......................................................... g.............................................. VENDOR DRUG -FREE WORKPLACE Preference may be given to vendors submitting a certification with their bid/proposal certifying they have a drug -free workplace in accordance with Section 287.087, Florida Statutes. This requirement affects all public entities of the State and becomes effective January 1, 1991. The special condition is as follows: IDENTICAL TIE BIDS - Preference may be given to businesses with drug -free workplace programs. Whenever two or more bids that are equal with respect to price, quality, and service are received by the State or by any political subdivision for the procurement of commodities or contractual services, a bid received from a business that certifies that it has implemented a drug -free workplace program shall be given preference in the award process. Established procedures for processing tie bids will be followed if none of the tied vendors have a drug -free workplace program. In order to have a drug -free workplace program, a business shall: 1. Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. 2. Inform employees about the dangers of drug abuse in the workplace, the business's policy of maintaining a drug -free workplace, any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. 3. Give each employee engaged in providing the commodities or contractual services that are under bid a copy of the statement specified in subsection (1). 4. In the statement specified in subsection (1), notify the employees that, as a condition of working on the commodities or contractual services that are under bid, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contendere to, any violation of chapter 893 or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later that five (5) days after each conviction. 5. Impose a section on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee's community, by any employee who is so convicted. 6. Make a good faith effort to continue to maintain a drug -free workplace through implementation of this section. As the person authorized to sign the statement, I ce 'fy _that #his form complies fully with the aboveffiiC• 4200-Q LAFAYETTE CENTER DRIVE CHANTILLY, VA 20151-1241 Authorized Signature Company Name ...................... .............. . Page 1 of 1 Drug Free Workplace Purchasing and Contracts Division City of Tamarac .''... ...........--.......................................................................................... .................................................................................... ` STATE OF COUNTY OF VA - CORPORATE ACKNOWLEDGEMENT :SS I HEREBY CERTIFY that on this day, before me, an Officer duly authorized in the State aforesaid and in the County aforesaid to take acknowledgments, personally appeared r t- Al 1 C4 , of a Corporation, to me known to be the person(s) described in and who executed the foregoing instrument and acknowledged before me that he/she executed the same. WITNESS my hand and official seal this day of My, C X=- Fxps ,2008 20 Sign ture of Notary Public State of Florida at Large Print, Type or Stamp Name of Notary Public Personally known to me or ❑ Produced Identification Type of I.D. Produced IsDID take an oath, or DID NOT take an oath. Page 7 of 7 Standard Contractor Agreement 6/14/2004 EXHISIT, IBM incorDorated QsTa or, par sxom Total: $112,335.00- Options: 534.00 Unit Price . - Total , . _. Price -item 6t-y- _Contains- Description Ci"all - Commission Chambers —$3", _12-.0 -_--- 1 Da-Lite Electr-o-l--l-5'-x2--O-"'--------- Da-Lite LVC w/ Switch 3 0- 66.00 3,312.00 $ 66,00 2 1 1 3 1 1 Powerlite 8300i 5200 Lumen jector Draper Universal Projector Mount Kit _prqp_er-Extension -Column ------- $ 8,510-00 205.00 $ 8,510.00 $ 205.00 4 1 1- 5 __6 1 —T 1 Autopatch 12x4 Video Switcher - _G_ - - - -1:_ _V - -io _n $ 6,496.00 $ 6,496-00 $ 1,204.00 $ 1, . 2 . 0 1 4.00 I B__ H V G__ A- D_ iitii_ b--u- r "ae r 15- Rt Amplifier 1 bxiion 15' VGA Cable 7 1 1 1 Crestron PR02E Integrated Controller Crestron STX--1 700c Wireless Touch Panel --for --S-T--X-1700c $ 2,316.00 2,312.00 $ 2,316.00 $ 2,312.0 8 1 - ------ ----- - . ... .... . Crestron Chagrin Base $ 534. . 0 .. 0 $ 534.00 9 1 1 Crestron Wireless Gateway $ 817.00 $ 817.00 10 2 1 Gentner AP800 Microphone Mixer $ 4,552.00 $ 9,104.00 1Sw _y DXC990 $ 3,795.00 $ 3,795.00 1 Mounting Hardware 292.00 $ 292.00 12 1 1 Denon DVD Player --- ------- 1 —I 1 JVC SVHS VCR SR-V1 OU -1 -20 316.00 $ 316.00 _2_6 ___1 14 —15 Crown---b" T 0-Amplifier_- -.1-B-L-Con-tro-1-26 "Speakers 945 . - 00 ..- $ 945 . .00 1 dt 118.00 $ 3,0681-06- 16 4_ 1 J13L Control 19 Sub Woofers 290.00 $ 1,160.00 17 4 1 Laptop Interface Plates - Panel Crafters 132.00 $ 528.00 18 1 84 Installation $17,030.00 $ 17,030-00 1- Travel I Misc 40 Proqra 1 Documentation 4 Train' Cit ...Hall_-- -- Conference Room 105 ------ - ------ - --------- 2 1 1 NEC VT770 XGA Projector $ 3,223.00 $ 6,446.00 2 2 1 Draper Universal Projector Mount Kit 205.00 I 1 PraiwExtension Column Da-Lite Electrol Screen - Ceiling Mounted $ - $ 784.00 $ - $ 1,568.00 3 2 1 Da-Lite LVC; w/ Switch Denon DVD Player 292.00 $ 292.00 4 1 1 5 1 1 JVC SVHS VCR SR-V1 OU 316.00 $ 316.00