Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution R-2003-193Temp. Reso. # 10177 August 27, 2003 Page 1 of 1 CITY OF TAMARAC, FLORIDA RESOLUTION NO. R- 2003 -• ( y A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA, AUTHORIZING THE APPROPRIATE CITY OFFICIALS TO AWARD RFP NO. 03- 09R TO AND EXECUTE AN AGREEMENT WITH SECURITY ONE, INCORPORATED FOR THE REPLACEMENT OF PROPRIETARY COMPONENTS OF THE SECURITY ACCESS CONTROL SYSTEM; AUTHORIZING AN EXPENDITURE IN AN AMOUNT NOT TO EXCEED $32,063.47; PROVIDING FOR CONFLICTS; PROVIDING FOR SEVERABILITY; AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, the City has determined that it would be beneficial to solicit proposals for the replacement of proprietary components of the security access control system in an effort to improve the system and reduce maintenance costs and down time related to the existing components; and WHEREAS, the Purchasing Division publicly advertised Request for Proposals No. RFP 03-09R, "Security Access Control System — Proprietary Component Replacement" on February 23 and March 2, 2003 (hereto attached as Attachment "A" to Exhibit 1"); and WHEREAS, the following six (6) vendors responded to the City's request for proposals and were deemed responsive; and • Asset Security Systems, Inc. • Florida State Fire and Security, Inc. • TEM Systems, Inc. • Tyco -Simplex, Inc. • Quality Communications, Inc. • Security One, Inc. WHEREAS, an evaluation committee consisting of the Director of Information Technology, the Assistant to the City Manager, the Public Works Project Manager, the Temp. Reso. # 10177 August 27, 2003 Page 2 of 2 Public Works Senior Tradesperson, and the Broward Sheriff's Office Crime Prevention Specialist conducted an extensive review of the proposals and prepared a short list of three (3) vendors to conduct presentations for further evaluation; and WHEREAS, after viewing the presentations, Security One, Incorporated scored the highest on the basis of cost of services, reliability of proposed components and overall presentation quality; and WHEREAS, the Interim Director of Public Works and Interim Purchasing and Contracts Manager have determined that it is in the City's economic interests to award RFP No. 03-09R to Security One, Incorporated and execute an agreement with the same in an amount not to exceed $32,063.47 for the replacement of proprietary components for the security access control system; 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 replace the proprietary components of the security access control system by awarding RFP No. 03- 09R to and executing an agreement with Security One, Incorporated in an amount not to exceed $32,063.47. 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 upon adoption hereof. SECTION 2: The appropriate City Officials are hereby authorized to award RFP No. 03-09B to and execute an agreement with Security One, Incorporated for the replacement of the proprietary components of the security access control system, hereto attached as Exhibit 1. [1 11 Temp. Reso. # 10177 August 27, 2003 Page 3 of 3 SECTION 3: An expenditure in the amount not to exceed $32,063.47 is hereby authorized. SECTION 4: All Resolutions or parts of Resolutions in conflict herewith are hereby repealed to the extent of such conflict. SECTION 5: If any provision of this Resolution or the application thereof to any person or circumstance is held invalid, such invalidity shall not affect other provisions or applications of this Resolution that can be given effect without the invalid provision or application, and to this end the provisions of this Resolution are declared to be severable. SECTION 6: This Resolution shall become effective immediately upon its passage and adoption. PASSED, ADOPTED AND APPROVED this 271h day of August, 2003. ATTEST: 14� MARION SWE SON, CMC CITY CLERK I HEREBY CERTIFY that I have approved this RESOLUTION as to form. MITCH E S. qwAF CITY ATTORNEY ,1bE SCHREIBER MAYOR RECORD OF COMMISSION VOTE: MAYOR SCHREIBER DIST 1: COMM. PORTNER DIST 2: COMM. FLANSBAUM-TALABISCO DIST 3: COMM. SULTANOF DIST 4: V/M ROBERTS SECURITY ONE SYSTEMS INC. rt THIS AGREEMENT is made and entered into this day of 20U. a 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") andSecurity One Systems, Inc., a Florida corporation with principal offices located at 5747 N. Andrews Way, Ft. Lauderdale, FL 33309 (the "Contractor") to provide for the services outlined in RFP 03-09R, Security Access Control System - Proprietary Component Replacement. 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 RFP 03-09R (General, Supplementary and other Conditions) attached hereto as Attachment "A" (excluding Contractors Terms and Conditions and acceptance included in the Contractor's Proposal), 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. Any conflict in terms and conditions between the RFP submittal and this Agreement, the Agreement terms shall prevail. 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 fulfill the requirements as referenced in the Request for Proposals, Section II. Scope of Services. b) Contractor shall provide shop drawings of all components and proposed materials for the approval of the City two (2) weeks prior to the commencement of work. 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. 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 f n� Exhibit 1 Temp. Reso. No, 10177 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 41 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 Seven (7) days after the date that Contractor receives Purchase Order. The work shall be substantially completed no later than September 15, 2003. 5) Contract Sum The Contract Sum for the above work is Thirty-two Thousand and Sixty-three Dollars and Forty-seven cents ($32,063.47). 6) Payments The City shall pay in full the Contract Sum to the Contractor the work listed in Paragraph 2 of this Agreement as follows: • Payment #1 in the amount of $10,687.82 to be invoiced no earlier than the date of the Notice to Proceed. • Payment #2 in the amount of $10,687.82 to be invoiced no earlier than thirty (30) days after the notice to proceed. i°O ru'vy Exhibit 1 Tenip. Reso. No. 101.77 • Payment #3 in the amount of $10,687.83, representing the remainder of the contract sum, payable at the completion of the project and acceptance by the City. 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. 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. Proposed Components against defect for a period of One (1) year from the date of completion of work. In the event that defect occurs during this time, Contractor shall perform such steps as required to remedy the defects. 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 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 r m Exhibit 1 Temp. Reso. No. 10177 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. 12) Assignment and Subcontracting Contractor shall not transfer or assign the performance required by this Agreement without the prior consent of the City. This Agreement, or any portion thereof, shall not be subcontracted without the prior written consent of the city. 13) Notice F 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 Robert Newman, President Security One Systems, Inc. 5747 N. Andrews Ave. Ft. Lauderdale FL 33309 800-353-1111 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. Exhibit 1 Temp. Reso. No. 10177 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. 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. Exhibit 1 Temp. Reso. No. 10177 IN WITNESS WHEREOF, the parties have made and executed this Agreement on the respective dates under each signature. CITY OF TAMARAC, through its Mayor and Security One Systems, Inc., signing by and through its President, duly authorized to execute same. ATTEST: Marion Swenson, CIVIC City Clerk CITY OF TAMARAC Joe Schreiber, Mayor Date Jeffreylily Manager Date j; Approve s to form and legal sufficiency. Date - — Mitchell S. Kraft, City Attorney Date ATTEST: Security One Systems, Inc. Company Name y) Signature of President/Owner Type/Print Name of Corporate Secy. (CORPORATE SEAL) Robert Newman Type/Print Name of President/Owner Date r ,M � 1 i Exhibit 1 t t. Pw Temp. Reso. No. 10177 CORPORATE ACKNOWLEDGEMENT STATE OF FLORIDA SS 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 Robert Newman of Security One Systems, Inc., a Florida 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 20 03 Janice yvonne68bcock MN Commission D0014390 ignature of Notary Public / orwX ExplresAprii20,2005 Ja WUfP"da at Large • My Commission DD014390 Expires APM 20, 2005 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 2�— DID NOT take an oath Exhibit 1, Attachment A Temp. Reso. No. 10177 REQUEST FOR PROPOSALS OF TA D o RFP 03-09R Security Access control System - Proprietary Component Replacement City of Tamarac Purchasing and Contracts Division 7525 NW 88th Avenue, Room 108 Tamarac, Florida 33321-2401 (954) 724-2450 lc�lK*4 11LIN�N71l`ilicl ,Ik'1Kj1►j1►1►=?l► ll � �1►'1►iI I I� I�iL►'L.l. il►!I�iILILiL!L►_i ��LLLB L�iL Purchasing and Contracts Division DATE: February 18, 2003 City of Tamarac "Committed to Excellence... Always" REQUEST FOR PROPOSALS ALL INTERESTED PARTIES: hxlubit I. Attachment A Temp. Reso. No. 10177 RFP NO. 03-09R The City of Tamarac, Florida, hereinafter referred to as CITY, will receive sealed Proposals in the Purchasing and Contracts office of the City Hall, 7525 NW 88th Avenue, Tamarac, Florida 33321, for furnishing the services described below: SECURITY ACCESS CONTROL SYSTEM - PROPRIETARY COMPONENT REPLACEMENT Sealed 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 March 19, 2003. 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 Offeror. Proposals are subject to the attached Standard Terms and Conditions contained in the Instructions to Offerors. 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 Offerors, or take any other such actions that may be deemed to be in the best interests of the CITY. Bid documents will be available for review and may be obtained from the Purchasing Office at the above address. For inquiries, contact the Purchasing Office at (954) 724-2450. James S. Nicotra, CPPB Senior Procurement Specialist Publish: Sunday, February 23 and Sunday, March 2, 2003 7525 NW 88th Avenue E Tamarac, Florida 33321-2401 0 (954) 724-2450 • Fax (954) 724-2408 • www.tamarac.org N of Tamarac t,XR1D11 1, AtWWUWl 111 !1 Temp. Reso. No. 10177 Purchasing & Contracts Division I. STATEMENT OF WORK The City of Tamarac is seeking proposals from qualified firms to provide design services, material, equipment, labor and training to replace proprietary components of an existing Simplex/Grinnell Access Control System at various City -owned facilities. New software and hardware will be required to replace existing components. II. SCOPE OF SERVICES The existing system was installed in 1998. All existing wiring, proximity cards, proximity card readers and door locking devices are not subject to replacement and will be reused. Proposer will remove all current door -related electronic hardware boards at each location and install new access modules. Following module replacements, an Ethernet LAN device will be installed at each location. Such device will operate over the City's LAN system. Existing system runs over a segmented network. Proposer will provide and install a new computer along with associated software to replace the existing server at City Hall. Replacement computer and two (2) other workstations will be equipped with new access control software and necessary upgrades. Existing server and workstations presently utilize Windows NT operating systems and may and/or will require upgrading as well. Sufficient training hours will be necessary with this installation to operate existing badge printer and badge camera set-up as well as to navigate new software package at workstations. The City's Technical Specification contained in Attachment "A" is for general information purposes only. It illustrates the City's design attempt toward a viable non-proprietary replacement component system. The Proposer may or may not use the City's technical specifications as the basis of its proposal. After review of the City's current system, the Proposer may offer an alternative approach, which would result in the successful installation of non-proprietary components toward a functional and beneficial upgrade of the current Access Control System. Additionally, your proposal must include the cost for an all-inclusive annual Service Agreement for the entire Access Control System, which the City may elect to accept as part of the final contract. Budgeted funds for this project are approximately $ 30,000.00. 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 approach as to advantages and benefits of the system components offered and method of installation. Proposer should submit as part of their proposal a complete description and layout of the component replacement including hardware and software. 11 n( Tamarac Exhibit 1, Attachment A Temp. Reso. No. 10177 & Contracts Division Each Proposal shall provide a concise summary of the Proposer's capabilities to satisfy the requirements of the RFP both in component selection and installation. The emphasis in each Proposal must be on the elimination of proprietary parts for the City to have an option for multiple sources for system service and repair. 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 Your Proposal should indicate a brief overview of your firm's experience as well as the experience of each key person responsible for the delivery of services and installation. Provide a list and description of similar service/installations, minimum of three (3), satisfactorily performed within the past three (3) years. For each listed, include name and current telephone number of a representative at which the satisfactory service is / was provided. C. Knowledge and Approach Your proposal must address your firm's knowledge and approach for the proposed installation of the replacement components. Identify the main elements of the installation and proposed equipment/software/hardware and how it may be advantageous and beneficial to the City. D. Service Call Out and Service Price Agreement (See Attachment "B") Your proposal must quantify your firms commitment, under service agreement, to provide complete and reliable service turn around time frames to both standard and emergency service calls made by authorized City staff to your firm. Additionally, a cost for an all- inclusive service and repair annual Service Agreement is required. (Attachment "B"). E. Price and Project Completion (See Attachment "C") Proposers shall submit the enclosed Price Proposal Page, Attachment "C", which represents all costs to provide the security system replacement components as proposed including design, equipment, material, labor, installation, training, permits and supervision. Also, on the Price Proposal Page, write in your firm's commitment in calendar days to deliver a fully operational system including required training of City staff, upon receipt of the City's Notice to Proceed. IV. PROPOSAL COPIES One (1) Original and six (6) copies in an envelope marked with your firm's name and the RFP's Title and/or RFP reference number, bound together shall be submitted by each Proposer to the City of Tamarac, City Hall, 7525 NW 88th Avenue, Tamarac, Florida 33321, to the attention of James Nicotra, Senior Procurement Specialist. GN Exhibit 1, Attachment A Temp. Reso. No. 10177 of Tamarac Purchasing & Contracts Division Any addenda or answers to written questions supplied by the City to participating Offeror'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 Offeror as a result of any discussions with any City employee. Only those communications, which are in writing from the Senior Procurement Specialist, may be considered as a duly authorized expression. Also, only communications from Offerors, which are signed, and in writing will be recognized by the City as duly authorized expressions on behalf of the Offeror. Required Certifications and Licenses In addition to all required Local, State and federal compliance certifications, the Proposer must submit a copy of certification from the manufacturer and authorization to install the security system components proposed. Additionally, the Proposer must possess and provide one of the following licenses at time of RFP submission . State Certified: Electrical License OR Alarm Contractor License V. EVALUATION OF PROPOSALS A. Evaluation Method and Criteria Proposals will be evaluated using the criteria listed below: CRITERIA POINT RANGE Personnel, Experience and References: Identify key personnel dedicated to this project, their experience and provide three (3) references with similar types of projects. 0-20 Knowledge and Approach: Your firms proposal as to advantages and benefits of the system components offered 0-30 Service Call Out and Service Agreement: Committed turn around time, (Attachment "B") and evaluation of a yearly service agreement submitted with proposal. 0-20 Price and Project Completion' Time: On the enclosed Price Proposal Page (Attachment "C"), enter 1. The Total Price of the installation including sufficient training. 2. Number of calendar days to complete installation and training. 0-30 Maximum Points 100 These weighted criteria are provided to assist the Proposers in the allocation of their time and efforts during the submission process. The criterion also guides the Evaluation Committee during the short -listing and final ranking of Proposers by establishing a general framework for those deliberations. Exhibit 1, Attachment A Temp. Reso. No, 10177 City of Tamarac _ _ _ Purchasing & Contracts Division Short listed Proposals will be selected for an interview prior to a recommendation . being presented to the City Commission. As the best interest of the CITY may require, the right is reserved to reject any and all Proposals or waive any minor irregularity or technicality in Proposals received. Proposers are cautioned to make no assumptions unless their Proposal has been evaluated as being responsive. 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. VI. GENERAL INFORMATION AND SCHEDULE OF EVENTS For information concerning this Request for Proposal (RFP), contact the City's Senior Procurement Specialist, James Nicotra, 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 only be transmitted by written addendum. The schedule of events, relative to the procurement shall be as follows: Event 1. Issuance of Request for Proposals 2. Opening of Proposals 3. Proposal Evaluations 4. Presentations 5. Complete Negotiations Date (on or by) February 24, 2003 March 19, 2003 March 24 — April 4, 2003 April 11, 2003 April 25, 2003 6. Award of Contract May 14, 2003 CITY reserves the right to delay scheduled dates. VII. AWARD OF CONTRACT The contract or contracts shall be awarded to the responsible Offeror(s) whose Proposal(s) is/are determined to be the most advantageous to CITY, taking into consideration the evaluation factors and criteria set forth in the Request for Proposals. Be advised that the CITY is prepared to award individual contracts for each service or multiple services or any other combination of services as CITY deems in its best interests. VIII. INSURANCE 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 OFFERORS. Exhibit 1, Attachment A Temp. Reso. No, 10177 City of Tamarac Purchasing & Contracts Division INSTRUCTIONS TO OFFERORS STANDARD TERMS AND CONDITIONS RFP 03-09R 1. DEFINED TERMS Terms used in these Instructions to Offerors are defined and have the meaning assigned to them. The term "Offeror" means one who submits a Proposal directly to CITY as distinct from a Sub -Offeror, who submits a Proposal to the Offeror. The term "Successful Offeror" means the qualified, responsible and responsive Offeror to whom CITY (on the basis of CITY'S evaluation as hereinafter provided) makes an award. The term "CITY" refers to the City of Tamarac, a municipal corporation of the State of Florida. The term "Proposal Documents" includes the Request for Proposals, Instructions to Offerors, Proposal, Qualifications Statement, Non -Collusive Affidavit and Public Entity Crime Statement, Corporate Resolution or Letter of Transmittal, Proposal Security and Specifications, if any, and the proposed Contract Documents, if any, (including all Addenda issued prior to receipt of Proposals). The term "CONSULTANT" shall mean the individual(s) or firm(s) to whom the award is made and who executes the Contract Documents. 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 Offeror 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 Offeror'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 Offeror, 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. I Exhibit 1, Attachment A Temp. Reso. No. 10177 of Tamarac Purchasin & Contracts Division 4.2 The Technical Specifications contained in Attachment "A" are for general information purposes only. It can be used in whole or in part. as the basis of your firm's proposed system. After review of the current system, the Proposer may offer an alternate approach, which would result in the successful installation of non-proprietary components toward a completely functional and beneficial upgrade of the current system. 4.3 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 Offeror 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. Offeror shall submit with their Proposal complete, descriptive literature and/or specifications. The Offeror 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 Offeror 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 Offeror 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 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 of Tamarac Exhibit 1, Attachment A Temp. Reso. No. 10177 & Contracts Division 6.2 All costs and compensation shall remain firm and fixed for acceptance for ninety (90) 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. 7. , NON -COLLUSIVE AFFIDAVIT AND PUBLIC ENTITY CRIME FORMS Each Offeror shall complete the Non -Collusive Affidavit, and the Public Entity Crimes Form and shall submit the forms with the Proposal. CITY considers the failure of the Offeror to submit these documents to be a major irregularity and may be cause for rejection of the Proposal. B. CONFLICT OF INTEREST The award of any contract hereunder is subject to the provisions of Chapter 112, Florida Statutes. Offerors 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 Offerors 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 Offeror's firm or any of its branches or affiliate companies. 9. PERFORMANCE BONDS AND INSURANCE Prior to acceptance of the proposal, the Successful Offeror, when required by the Special Conditions, shall submit performance bonds, certificates and/or policies of insurance in the manner, form and amount(s) specified in the Special Conditions. 10. SUMMARY OF DOCUMENTS TO BE SUBMITTED WITH PROPOSALS The following is a summary of documents, which MUST be submitted by the Offerors: a) Proposal b) Offeror's Certification c) Certified Resolution d) Offeror's Qualification Statement e) Non -Collusive Affidavit f) Foreign Corporation Statement g) Vendor Drug Free Workplace Statement h) Proof of Insurance 9 Exhibit 1, Attachment A Temp, Reso. No. 10177 11. of Tamarac WPM Purchasing & Contracts Division SUBMISSION OF PROPOSALS 11.1 Proposals must be typed or printed in ink. Use of erasable ink is not permitted. All corrections to prices made by the Offeror must be initialed. 11.2 Proposals must contain a manual signature of the authorized representative of the Offeror. Proposals shall contain an acknowledgment of receipt of all Addenda. The address and telephone number for communications regarding the Proposal must be shown. 11.3 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. 11.4 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. 11.5 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 "SECURITY ACCESS CONTROL SYSTEM, PROPRIETARY COMPONENT REPLACEMENT," and shall state the name and address of the Offeror 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. 11.6 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 Offerors 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. 11.7 All Proposals received from Offerors in response to the Request for Proposal will become the property of CITY and will not be returned to the Offerors. In the event of Contract award, all documentation produced as part of the Contract shall become the exclusive property of CITY. 10 of Tamarac Exhibit 1, Attachment A Temp. Reso. No. 10177 & Contracts Division 12. MODIFICATION AND WITHDRAWAL OF PROPOSALS 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 Offeror 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. If, within twenty-four (24) hours after Proposals are opened, any Offeror 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 Offeror may withdraw its Proposal and the Bid Security will be returned. Thereafter, the Offeror will be disqualified from further bidding on the subject Contract. 13. REJECTION OF PROPOSALS 13.1 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 Offeror, 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. 13.2 CITY reserves the right to reject the Proposal of any Offeror if CITY believes that it would not be in the best interest of the CITY to make an award to that Offeror, whether because the Proposal is not responsive or the Offeror is unqualified or of doubtful financial ability or fails to meet any other pertinent standard or criteria established by CITY. 14. QUALIFICATIONS OF OFFERORS Each Offeror 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. As a part of the Proposal evaluation process, CITY may conduct a background investigation, including a record check by the Broward Sheriffs Office of Offeror. Offeror's submission of a Proposal constitutes acknowledgement of the process and consent to such investigation. 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. Exhibit 1, Attachment A Temp. Reso. No. 10177 City of Tamarac Purchasing & Contracts Division CITY reserves the right to make a pre -award inspection of the Offeror's facilities and equipment prior to award of Contract. 15. INSURANCE Contractor 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. Contractor shall obtain at Contractor'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. 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 Manager certificates of all insurance required under this section prior to beginning any work under this Agreement. Contractor shall indemnify and save the City harmless from any damage resulting to it for failure of either Contractor or any Subcontractor to obtain or maintain such insurance. The following are required types and minimum limits of insurance coverage, which the Contractor agrees to maintain during the term of this contract: 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 Statutory Liability Professional Liability (Errors and $1,000,000 Omissions) Insurance Builder's Risk Insurance: In an amount not less than THE REELACEMENT COST for the construction of the work. Coverage shall be "All Risk" coverage for one hundred percent (100%) of the completed value with a deductible of not more than five thousand dollars ($5,000) per claim. The City reserves the right to require higher limits depending upon the scope of work under this Agreement. Neither Contractor 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. 12 Exhibit 1, Attachment A Temp. Reso. No. 10177 City of Tamarac Purchasin & Contracts Division The Contractor 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. The Contractor's liability insurance policies shall be endorsed to add the City of Tamarac as an "additional insured". The Contractor's Workers' Compensation carrier will provide a Waiver of Subrogation to the City. The Contractor shall be responsible for the payment of all deductibles and self -insured retentions. The City may require that the Contractor purchase a bond to cover the full amount of the deductible or self -insured retention. If the Contractor is to provide professional services under this Agreement, the Contractor 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. The Successful Contractor agrees to perform the work under the Contract as an independent Contractor, and not as a subcontractor, agent or employee of CITY. 16. INDEMNIFICATION GFNE To the fullest extent permitted by laws and regulations, Successful Offeror 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 Offeror or their subcontractors, 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 Offeror and/or their subcontractors, 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 pursuant to the Contract, whether patent or latent; (f) the violation of any federal, state, county or municipal laws, ordinances or regulations by Successful Offeror, their subcontractors, agents, servants, independent Consultants or employees; (g) the breach or alleged breach by Successful Offeror of any term, warranty or guarantee of the Contract. Exhibit 1, Attachment A Temp. Reso. No. 10177 City _of Tamarac Purchasing & Contracts Division The Successful Offeror 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. 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 Offeror 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. 17. WARRANTIES Successful Offeror 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 Offeror is a parry. Successful Offeror 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. Successful Offeror 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. All warranties made by Successful Offeror together with service warranties and guaranties shall run to CITY and the successors and assigns of CITY. 18. NON-DISCRIMINATION AND EQUAL OPPORTUNITY EMPLOYMENT During the performance of the Contract, the Successful Offeror shall not discriminate against any employee or applicant for employment because of race, religion, color, sex or national origin. The Successful Offeror 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 Offeror(s) shall agree to post in conspicuous places, available to employees and applicants for employment, notices to be provided by the contracting officer setting forth the provisions of this nondiscrimination clause. 19. TAXES Successful Offeror shall pay all applicable sales, consumer use and other similar taxes required by law. 14 Exhibit 1, Attachment A Temp. Reso. No. 10177 Ci of Tamarac Purchasing &Contracts Division 20. PERMITS, FEES AND NOTICES Successful Offeror 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. 21. TERMINATION FOR CAUSE AND DEFAULT In the event Successful Offeror 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 Offeror of the default and that such default shall be corrected or actions taken to correct such default shall be commenced within ten = calendar days thereof. In the event Successful Offeror 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 Offeror 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. 22. TERMINATION FOR CONVENIENCE OF CITY Upon seven (7) calendar days written notice delivered by certified mail, return receipt requested, to Successful Offeror, 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 Offeror 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 Offeror shall promptly discontinue all work at the time and to the extent indicated on the notice of termination, terminate all outstanding subcontractors 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. 23. AUDIT RIGHTS CITY reserves the right to audit the records relating to this contract of Successful Offeror 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 Offeror shall agree to submit to an audit by an independent certified public accountant selected by CITY. Successful Offeror shall allow CITY to inspect, examine and review the records of Successful Offeror at any and all times during normal business hours during the term of the Contract. Exhibit 1, Attachment A Temp. Reso. No. 10177 City f Tamarac _ _ Purchasing & Contracts Division 24. ASSIGNMENT 24.1 Successful Offeror shall not assign, transfer or subject the Contract or its rights, title or interests or obligations therein without CITY'S prior written approval. 24.2 Violation of the terms of this paragraph shall constitute a breach of the Contract by Successful Offeror and CITY may, at its discretion, cancel the Contract and all rights, title and interest of Successful Offeror shall thereupon cease and terminate. 25. PUBLIC ENTITY CRIMES FORM 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 the being placed on the convicted vendor list. b of Tamarac Exhibit 1, Attachment A Temp. Reso. No. 10177 & Contracts Division ATTACHMENT "A" Technical Specifications Bid 03-09R Replacement of Access Control System The City of Tamarac is looking for a vendor to provide all material, equipment, labor, and training to replace proprietary components of an existing access control system at numerous City -owned facilities. New software and hardware will be required to replace existing components. The existing system was installed in 1998. All existing wiring, proximity cards, proximity card readers, and door locking devices are not subject to replacement and will be reused. Bidder will remove all current door -related electronic hardware boards at each location and install new access modules. Fallowing module replacements, an Ethernet LAN device will be installed at each location. Such device will operate over the City's LAN system. Existing system runs over a segmented network. Bidder will also provide and install a new computer along with associated software to replace the existing server at City Hall. Replacement computer and other two (2) workstations will be equipped with new access control software and necessary upgrades. Existing server and workstations presently utilize Windows NT operating systems and may and/or will require upgrading as well. Sufficient training hours will be necessary with this installation to operate existing badge printer and badge camera set- up as well as to navigate new software package at workstations 2.01 Supply and install new following hardware: 2.011 Dual Reader Interface (DRI) modules: • Shall provide an interface between the Intelligent System Controller (ISC) and existing proximity card readers; • Each DRI must support two proximity card readers, The DRI must be able to use different access mode upon loss of communication with the ISC: lock, unlock, and facility code; Connection will be made existing wiring and power supply. 2.012 Intelligent System Controller (ISC) modules: 32 readers capability; Shall link all field hardware components to management software; Shall use a 32-bit micro -processor; Exhibit 1, Attachment A Temp, Reso, No. 10177 '4y of Tamarac Purchashng_L Contracts Division • All access decisions (granted/denied) shall be made at the ISC level to speed up responses; • Adjustable entry/exit time delay; • Communication to and from ISC will be made through existing wiring and power supply; • Uninterruptible power supply (UPS) with high quality battery backup; • Onboard memory of at least 512K; • The ISC is required to continue to function normally (stand-alone) in the event that it loses communication with the system software. While in this off- line state, the ISC is required to make access granted/denied decisions and maintain a log of the events that have occurred. Events shall be stored in local memory, and then uploaded automatically to the system database after communication has been restored. Support of multiple card reader technology, including existing proximity cards and proximity card readers. 2.013 Micro Serial Server for Ethernet connection modules: • Flash ROM; • Ethernet interface; Diagnostic LED's; 2.014 Computer Bidder will supply and install below -described unit to facilitate system installation, especially the City database transfer. • To replace City Hall server at badging/camera station; • Pentium 4 processor 1.8 GHz, 120/220V 200 Watts, 256 MB ECC RDRAM, 256 KB cache, 20/48X CD ROM, 20GB IDE 7200 rpm hard drive, 10/100/1000 WuOL Ethernet communication, 17" SVGA Monitor (must support 1024 x 768), 32 MB Video Card, 56K modem, 10/20 GB IDE tape backup, (2) serial ports, (1) parallel port, audio with speakers, keyboard, mouse and surge suppression strip; • Unit shall also be loaded with the following: o 64NT1 Server System with PC — includes Microsoft Windows 2000 Professional, SQL server 2000 database personal edition, pcANYWHERE Host license, Server software licenses for System Administration, License Server, Import, Communication Server, Alarm Monitoring, MapDesigner, Login Driver, ID CredentialCenter (enrollment, capture and printing), BadgeDesigner, Visitor Management, support for up to 64 card access readers, Tape Back-up software, four port serial expansion board. 2.02 Supply and install new Access Control and Video Badging (integrated) server software package and upgrade package: Shall support existing and/or any ID card printer with Windows driver; Exhibit 1, Attachment A Temp. Reso. No. 10177 of Tamarac Purchasing & Contracts Division o Supports existing and/or any RGB, composite, S-video, or digital camera; • USB support; • Upgrade package to reflect current available technology. 2.03 Supply and install new Access Control workstation software packages and upgrade package: Open architecture design to work with off -the -shelf operating system and devices; Concurrent licensing (up to three users at once); Microsoft Windows interface, resizing and relocation, simultaneous multiple open windows; Seamless integration with existing network and devices; Any workstation shall be able to act as a stand-alone station and perform various functions such as system administration, monitoring and video display; • Automatic paging, faxing, and e-mail in real-time and without operator intervention; • Hot standby, fault tolerant server capability to enable system to continue functioning in the event of either a database or server failure without operator intervention; • Application partitioning — each workstation can be tailored to respective needs. o This function is especially needed at the BSO workstation, where only BSO related information is displayed. • Supports any laser, inkjet or dot matrix printer with appropriate Windows driver; • Software must recognize holidays, time zones, and time changes automatically, without operator intervention; • Instant card enable and disable capabilities; • Enables real-time monitoring and control of multiple access points from any workstation; • Graphic user interface (GUI) capability, sound alerts to allow the operator to designate events for sound annunciation when they occur; • Storage of historical data for later recall; • On-line help system and step-by-step walkthrough "Wizards;" • Complete door access programming capability to users including manual override of any door within 2 MiDornal amount of interface (ease of accomplishment is an important factor for users), ,� Exhibit 1, Attachment A Temp. Reso. No. 10177 of Tamarac Purchasing & Contracts Division Extensive user-friendly report capability through pre -installed and/or customized query selections; Software package upgrade to reflect current technology. City strongly recommends that Bidder make arrangements to visit each of the six (6) City sites to make an accurate assessment. Contact persons are Lee Rowbotham (954-724-2539), Project Manager and/or Vinny Rutigliano (954-724-1368), Facilities Supervisor. 2.1 Additionat Specifications- 2.11 Replacement modules may be housed in existing boxes at each location. 2.12 All removed components will remain the property of the City. 2.13 Proprietary components will not be acceptable. All components must be of truly open architecture. 2.14 All replacements components will be of 32-bit technology, replacing an existing 16-bit network. 2.15 Existing proximity card readers, electromagnetic locks, and door motion sensors (see attached), will be reused and wired to new dual reader interface modules. Existing wiring will be reusable as well. 2.16 Existing power supply will be compatible. 2.17 City server is located at City Hall. Existing system also has a two (2) workstation simultaneous capability. All workstations and server currently -operate on Windows NT. Replacement operating software must use a Windows driver. Bidder shall indicate if a different operating system is required to work his replacement installation. New installation must have at least similar ability. 2.18 Camera, monitors, multiplexers, and VCR's are located in various buildings. Digital camera and magicard printer are located at City Hall. Installation of a secondary magicard printer (similar to existing one) is planned at the Public Works facility within a few months. New software must be compatible with these existing devices. 2.19 The current security management information system is a Simplex NT 3400 (see attached). The replacement software should accomplish at least present functions or be superior. Bidder may have to demonstrate such capability. 2.20 Existing security system operates two (2) mechanical entry/exit gates: one at the Water Treatment Plan and the other at the Public Works/Utilities facility. New software must be compatible with existing system. 2.21 The system handles approximately 488 users. The City has 350 cardholders and the Broward Sheriff's Office has 138 cardholders using the security system. 2.22 The downtime experienced due to new installation shall be minimal. Each affected location shall be back into service at the end of each day before 5 p.m. Bidder will be held to this requirement unless City is notified through bid response. 2.23 Current communication between existing components is made through existing segmented network connections. Because replacement components will have Exhibit 1, Attachment A Temp. Reso. No. 10177 of Tamarac Purchasing & Contracts Division the capability to stand-alone, segmented connections will not be necessary and/or required. 2.24 Bidder shall be responsible to identify and specify any missing component (s) necessary to normally operate his installation. Missing or undisclosed components under this bid shall be provided at Bidder's cost. 2.25 Bidder will start and complete each location before moving on to a next one. Public Works and Utilities Department buildings will be the first ones to be worked on, unless Bidder is instructed otherwise. City must review and authorize work schedule from Bidder prior to commencement of work. 2.26 City database must be successfully installed into new server before installation can begin at the City Hall building. 2.27 Bidder will provide an annual software support/upgrade package, where City can obtain Bidder and/or manufacturer support and software upgrades as available in order to stay current with new technology. ire a 1. Expandability 2. Serviceability 3. Microsoft based 4. Open architecture 5. Paging, faxing, and e-mail capability 6. Fast transaction rate: greater than 200 per minute. flIIIIIIIIIIIIIIIIIIUMOTO 607HUMiWO"I :-. 2T88-o f In excess of all required Local, State and Federal compliance certifications, Bidder must hold certification from manufacturer of security system to install their system. Bidder must be approved to perform wiring and conduit routing, equipment mounting, and all other necessary installation functions as well as troubleshooting. Also, because service is an important part of a well -run system, both proximity to City facilities and ability to respond will be considered at the time of award. 5.0 Warranty Parts and labor shall be under warranty for a minimum of one-year period from the date of acceptance from the City. 6.0 Yearly Service agreement Once the warranty period expires, the City shall have the option to contract a yearly service agreement with bidder. Such service agreement shall be very flexible as to the type of services the City can choose. A sample service agreement must be attached to bid response for consideration by the City and may be part of the decision -making process at time of award. The Miami Consumer Price Index (CPI) increase, never to exceed 4% per year, will control yearly renewal pricing. CPI yearly period will be mutually agreed upon. Exhibit 1, Attachment A Temp. Reso. No. 10177 of Tamarac 7.0 City facilities list & Contracts Division # Location Address # of doorreaders 1 City Hall 7525 NW 88 Avenue 7 2 BSO 7515 NW 88 Avenue 4 3 Public Works (PW) 6011 Nob Hill Road 4 4 Utilities (UT) 6001 Nob Hill Road 6 5 Water Treatment Plant (WTP) 5803 NW 61 Street 5 6 Community Center (TCC) 8601 W Commercial Blvd. 4 Total 30 Building additions and/or changes are planned for the near future at various locations but no single location will exceed the need for more than 32 door readers. Exhibit 1, Attachment A Temp. Reso. No. 10177 City of Tamarac RFP No. 03-09R By: Security One Systems Scope of Services . Aj, Security One Systems is in compliance with the specifications and general requirements of REP No. 03-09R for the City of Tamarac Security Access Control System — Proprietary Component Replacement. III. PROPOSAL REQUIREMENTS A. Technical Proposal Security One Systems is recommending the Lenel Onguard Access Control System in response to this RFP. The Lenel Onguard Access Control is modular and net -workable capable of handling large corporations with multiple sites, alarm monitoring, integrated video imaging and badging, graphical mapping, paging that allows for easy expansion or modification of inputs, outputs, and remote stations. The system control at the central computer location is under a single software program control, and provides full integration of all components that are alterable at any time, depending upon the facility requirements. Reconfigurations are accomplished on-line through system programming, without hardware changes. As part of the RFP Security One Systems will utilize all the existing wiring from the existing Simplex panels to the card readers, the card readers themselves, and all the locking devices and power supplies. Security One Systems will remove the internal control boards of the Simplex system and replace them with the appropriate Lenel Boards. Each location will require an Ethernet Lan connection to be provided by the City of Tamarac. Each location will require an IP address also provided by the City of Tamarac. Each location will communicate over the City's LAN system to the main server located at City Hall. This server will contain the main database of the system as well as a badging station. This server will be a new Dell server and will have the Lenel Onguard software loaded. Client computers will also be loaded with Lenel Onguard software, the client computer in the Public Works office will have the ability to make and print badges using the existing badge printer. The Client computer in the BSO location will only have the ability to view alarms, make changes to BSO areas only, and control BSO only. This computer will not have the ability to make or print badges. Both computers will have to have the operating system upgraded to a minimum of Windows 2000. In addition, the memory for both computers should be at least 256 meg. It will be the responsibility of the City of Tamarac to upgrade the operating systems and memory. B. Personnel Ex erience artd References Local Staffing Description Branch Manager- Mike Harvey Experience- 18 Years Jobs installed/supervised: American Airlines(Worldwide), Broward General I-Iopsital, Coral Springs Medical Center, Ivax Corporation, Ice Palace -Tampa, Doral Hotel and Resort, Fountainblue Hilton, Memorial Hospital, Memorial Hospital West, Memorial Pembroke Licence: Dade / Broward County Journeyman Factory Certifications: Lenel Onguard, Casi-Rusco, Northern Computers, Panasonic, Vicon, Pelco, Napco Service Manager/Technical Support/Training MGR - Marc Gross Experience — 25 Years Jobs installed/supervised: American Airlines(Worldwide), Broward General Hopsital, Coral Springs Medical Center, Ivax Corporation, Ice Palace -Tampa, Doral Hotel and Resort, Fountainblue Hilton, Memorial Hospital, Memorial Hospital West, Memorial Pembroke Licence: Dade / Broward County Journeyman Factory Certifications: Lenel Onguard, Casi-Rusco, Northern Computers, Panasonic, Vicon, Pelco, Napco Exhibit 1, Attachment A Temp. Reso. No. 10177 City of Tamarac Ft FP No. 03-09R By: Security One Systems Project Manager -Joe DeFedele Experience: 25 Years Foreman on Visa International, Miami Children's Hospital, SunTrust Bank, Exodus Communications, Dolphin Mall Security One Installation Teams: Alfonso Escorcia, Miguel Sanchez Jesus Garcia, Enrique Mendez Alan Jarquin, Joseph Carter Eddy Simon, Jeff Andrietta Gilberto Rey, Loc To Lee All Employees Identified above have been factory trained on: Casi-Rusco Access Control, Panasonic CCTV, Northern Computers Access Control, NexWatch Access Control, Ademco Video Products, Lenel Access Control, Pelco CCTV Products, and Napco Company Qualifications Executive Summary Security One Systems, Inc. is a low -voltage electronic contractor that specializes in providing "World Class" Integrated Security Systems. Since 1990, Security One has a proven track record of successful project completion with a broad range of practical security solutions including electronic Access Control Systems, CCTV Video Surveillance Systems, and Alarm Detection Systems. With over 2000 installations throughout Florida, Georgia, South Carolina, North Carolina, Alabama, the Caribbean, Central America, and South America we have gained "real -world" experience providing our services for Financial Institutions, Hospitals, Tourism and Hospitality, Industrial and Manufacturing, Telecommunications, Transportation, Technology, Manufacturing, Pharmaceuticals, Property Managers, and Government Agencies including Police Departments, City Halls, Public Utilities, and Airports. State Licensed The State of Florida DPR has established qualifications for low -voltage security contractors to help regulate the quality of installation and service. State Licensed contractors must meet minimum requirements for training, insurance, safety, electrical, and industry knowledge. Out of state contractors, companies that are not licensed, or companies that make false license claims may create unwanted liability. Please verify your contractor is properly licensed. Security One Systems: Com 1 — Florida License EF0000120 — Georgia License Alarm Agent Certificates In addition to State License requirements, many states require that all installation and service technicians have completed mandatory training (by a state certified trainer) and criminal background checks. Securi One Systems: Comely UL Listed / Approvals ' Underwriters Laboratories is an independent testing agency that provides many different listings that apply to the Security Industry. Company Approval — A security contractor with a UL listing must meet all UL requirements for installation and service. The contractor agrees to periodic random inspections of UL installations and permits the UL inspectors to review service records to ensure proper documentation. The advantage to Exhibit 1, Attachment A Temp. Reso. No, 10177 City of Tamarac RFP No. 03-09R By: Security One Systems clients is having a independent, third party inspector verifying that installations and service documentation meets UL standards. Equipment Approval — All equipment installed by Security One has been approved by UL for safety. Many companies sell inferior products that have not been approved by UL ADA Compliance OSHA Compliance MBE Program Drug Free Workplace Insurance Coverage Manufacturer - Authorized Dealer MSCE Technician MSCP Programmer Security One Systems, Inc. Company Profile Founded: March 28, 1990 Principles: Robert Newman BSBA, University of Florida, 1978, Business Administration Over 20 years experience in the Electronic Security Industry Jim Pasquarello Graduated Broward Community College, 1979, AA Over 20 years experience in the Electronic Security Industry Has designed and built (2) Central Station Alarm Monitoring Facilities Locations: Statewide offices with over 100 em layees Member of ASIS, Crimestoppers of Dade County, BOMA, ASAP, and Trustee Member, The Greater Miami Chamber of Commerce. Ft. Lauderdale Office Miami Office Palm Beach Office Tampa Bay Area Jacksonville Office Orlando Office Atlanta Office State Licensed: EF0000120 5747 N. Andrews Way, Ft. Lauderdale (Headquarters) 8200 NW 27`h Street, Suite 105 Miami Florida 33122 1860 Old Okeechobee Rd Suite 401, WPB, Fl 33409 4002 W State St, Suite 200 Tampa, Fl 33609 6950 Phillips Hwy, Jacksonville, Fl 32216 7121 Grand National Dr. Suite 101, Orlando, Fl 32819 3455 Peachtree Rd, NE, Atlanta, Georgia 30326 Primary Business: Security One Systems is a UL approved company engaged in the design, installation, and service of commercial electronic security systems including: Burglar Alarm Systems Card Access Control Systems CCTV Video Surveillance Systems Pro -Watch Property Management - Database Management Service Remote Central Station Alarm Monitoring Service Exhibit 1, Attachment A Temp. Reso. No. 10177 City of Tamarac RFP No. 03-09R By: Security One Systems Customers include: American Airlines Disney World Republic National Bank Baptist Health Systems Mercy Hospital UM School of Medicine Memorial Hospital Cleveland Clinic Weston Seminole Indian Casinos Progress Energy Exodus Communications SunTrust Bank Boca Raton Resort FedEx United National bank U.S. Southern Command Miami Children's Hospital Memorial West Cleveland Clinic Naples Visa International U.S. Post Office Orlando Expressway C. Knowled a and Apvroach Citicorp United Airlines Fontainebleau Hotel Doral Resort and Spa Airbus Training Center Broward General Hospital Wuestoff Hospital FedEx Dolphin Mall Ybor City Citrus County Courthouse Currently the City of Tamarac possesses a Simplex access control system that communicates to various locations over a fiber network. Security One Systems proposes to replace the main server computer and software and panels with a Lenel Onguard system. All panels will communicate over the City's TCP/IP network and not utilize the fiber network that is in place. This will allow the Lenel server to communicate to the panels at the various locations much faster and provide a more secure communication method. This change out of an access control system must be completed in phases so as not to disrupt the users of the system or the various buildings. The change over must be seamless and if done correctly the users will not know that the system has been replaced. The first component will be to install the new server computer next to the existing Simplex server. Security One Systems will then populate the new database with all the information from the old system. Once this is accomplished the same card database will be in both servers. The two servers will operate side by side while the change over is accomplished. Once the new server is up and running and has been fully tested Security One Systems will pick one location with the assistance of the City of Tamarac to change out the panels and establish communications with the new server. The cardholders will not know the difference since the same badges will work. The only down time anticipated is while the actual wiring changes and board mountings are taking place. All programming will be accomplished prior to installing the boards at the locations. One location will be done at a time. All work will be completed at each location in one day. At no time will we leave a location for the day that is not completed and tested on the new system. Prior to the change over Security One Systems will install the client software on the BSO computer and the Public Works computer. As the sites come on line these computers will be able to see the appropriate sites. Security One Systems anticipates that the process for this change over to take b days. All removed equipment will be returned to the City. The Lenel system will be able to read the existing "Simplex" cards. As new cards are needed standard HID cards can be purchased and used. The system will accommodate different types of cards. D. Service Call Out and Service Price Agreement See Attachment "B" Security One Systems provides world -class service and is committed to "Same Day Service". All service calls come into our dispatch office in Fort Lauderdale. Calls are logged and transmitted to the appropriate Service Tech in the field. All Tech's have Nextel Phones for communication. All same day service calls are between normal business hours 8:30 am — 5:00 pm. Emergency service is available 24 hours a day. Exhibit 1, Attachment A Temp. Reso. No. 10177 City of Tamarac RFP No. 03-09R By: Security One Systems tenr Attachment "B" has our pricing for the service calls. All equipment installed by Security One Systems comes with a full one-year warrantee on both parts and labor. Security One Systems does not recommend a service agreement on the existing Card Readers or locks. These can be fixed on an as needed basis through our service department. After the first year Security One Systems will be happy to provide a complete service agreement on the complete Access Control system including software protection plans. E. Price and Proiect Completion (See Attachment "C") As stated in section "C" Security One Systems anticipates the actual change out of the system to take 6 days. These 6 days is actual work on site to affect the change out of the hardware. Security One Systems anticipates that once we receive the City's Notice to Proceed and a valid purchase order that we will order the necessary computers and equipment. This is expected to take 3-4 weeks for Security One Systems to receive the equipment during which time Security One Systems will apply for the necessary permits. Once the equipment is received it will be tested and set up which will take 1 week. The server will then be brought out to the site and the process of setting up the database will take approximately 1 week. Training of City personnel will take 1 day at the offices of Security One Systems. It is recommended that this training take place prior to the system going live. Total time from receipt of purchase order to completion of project is approximately 7 weeks. Exhibit 1, Attachment A Temp. Reso. No. 10177 Replacement of Access Control System Workstation Software i # Software Make Equipment Model LenelOnguard SWC-64NT LenelOnguard SWC-64NTI Lenel Onguard SWSP-W-N-T-S Equipment Description Software only, Software with Badging —Software protection plan Access Control and Video Badging (integrated) #--Software Make Equipment Model Equipment Description 1 Lenel Onguard PCS-64NTI Server Computer Server soffivlare only Server upgrade Field Equipment—Communications/control Panel/Power Equipment # Make Equipment Model Equipment Description Lenel LNL-ETHLAN-MICR Micro Micro Serial Server for Ethernet Serial Server Connenon 6 Lenel LNL-500 Intelligent Controller Intelligent Controller —32 reaoers Lenel LNL-1320 2 Card Reader City Hall 4 Module [Dual Reader Interface Module 2 I Lenel LNL-1320 2 Card Reader BSO Module Dual Reader Interf ace Mod ul e 2 1 Lenel LNL-1320 2 Card Reader - ' ' Public Works Module Dual Reader Interface Module—, 3 I Lenel LNL-1320 2 Card Reader Utilities Module Dual Reader Interface Module 2 Lenel LNL-1320 2 Card Reader Water Treatment Plant Module Dual Reader Interface Module 3 Lenel LNL-1 320 2 Card Reader ..­ Community Center --]Module Dual Reade. Interface Module esc�rition Location Workstation/server Software City Hall. BSO, Public Works Access Control and VideQ Badging City Hall (integrated) Field Equipment City Hall, BSO. P%fv UT, VvTP TCC Exhibit 1, Attachment A "Temp. Reso- No. 10177 ATTACHMENT "B" 17r �•: Replacement of Access Control System SERVICE CALL OUT TIMEFRAMES AND ANNUAL COST FORSERVICE AGREEMENT Service Call Out Timeframes Staridi irri Maintenance Ca!1 Outs $85.00 _ Hours to Begin Service / Repair Emerooncy Service Cail OutO $125.00 Hours tc Begin Service / Repair Annual Cost For Service Agreement (All inclusive of the entire system): TBD - See Section "D" of Response Annual Cost $ Exhibit 1, Attachment A Temp. Reso. No. 10177 ATTACHMENT "C" PRICE PROPOSAL Bid 03-09R Replacement of Access Control System PRICE AND PROJECT COMPLETION: "I otal prone of Project: S,32,063.47 Plus Sales Tax if Required Ca'(-,ndai Days To Completion System Installar.ion & Training. 49 Dame of Proposer. Security One Systems, Inc. I Exhibit 1, Attachment A Temp. Reso. No. 10177 CERTIFICATION THIS DOCUMENT MUST BE SUBMITTED WITH THE BID We (1), the undersigned, hereby agree to furnish the items)/service(s) described in the Invitation to Rid We (I) nertify that we(l) have read the entire dor_•ument, including the Specifications, Additional Requirements, Supplemental Attachments, Instructions to Bidders Terms and Condi,ions, and any addenda Issued. We agree to comply with all of the requirements of the entire Invi'ation To Bid. Indicate which type of organization below: INDIVIDUAL 1:1 PARTNERSHIP El CORPORATION � OTHER❑ I` Other., Y>blain Jim Pasquarello A ,nor ed Stcnatu e Name (Printed Or Typed) e President 65-0181483 Tale Federal Employer I.D./Social Security No. Security One Systems, Inc. 5747 N Andrews Way Company Name Address Ft. Lauderdale, Floirda 33309 954-351-1111 City/State/Zip Telephone 954-351-2217 Tony Belotto Fax Number Contact Person Exhibit 1, Attachment A Temp. Reso. No. 10177 •'•� ��;Z CERTIFIED RESOLUTION I. James Pasquarello (Name), the duly elected Secretary of Security One Systems (Nan-4-a of (nrp.), a corporation organized and existing under the laws of the State of Florida , do hereby certify that the follo-wing Resolution was unanimously adopted and passed by a quorum of the Board of Directors of the said corporation at a mocking held in accordance with law and the by-laws of the said corporation. "IT IS HEREBY RESOLVED THAT James Pasquarello (Name)', the duly elected Vice President (Title of Officer) of Securit One Systems, Inc. (Name of Corp ) be ano is hereby authorized to execute and submit a Bid andlor 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. Rid Bond, and other such instruments signed by himther shall he binding upon the said corporation as its ovrn acts and deeds. The secretary shall certify the names and signatures of those authorzed 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 Wdemr'itied a.,d saved harmless f-om any and all claims, demands, expenses, loss or darnage resulting from or growing out of honoring, the signature of any person so certified or for refusing to horror any signature not so certified I further certify that the above resolution is in force and effect and has not been revised, revoked or res,bnded I further certify that the following are the name titles and official signatures of those persons authorized to ad by the foregoing resolution. NAME TITLE Robert Newman President Jim Pasquarello Vice President SIGNATURE Giver) under my hand and the Seal ofthe said corporation this 27th day c arch 2003 . e 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 emaowe-ed by the corporation to do so in its behalf. Exhibit 1, Attachment A Temp. Reso. No. 10177 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 NVd 89''' Avenue Tamarac, Florida 33321 Security One Systems, Inc. Check One Company: Tony Belatto Contact Name: Corporation Address 5747 N Andrews Way City. State, Zip Ft. Lauderdale. Florida 33309 Partnership Telephone No. 954-351-1111 El Individual F-101her Fax No. 954-351-2217 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 T he correct name of the Offeror Is Security One Systems, Inc. The address of the principal place of business is. 5747 N Andrews Way Ft. Lauderdale, Florida 33309 2, If Offeror is a corporation, answer the following. a) Date of Incorporation. March 28, 1990 b) State of Incorporation: —Florida c) President's name: Robert Newman d) Vice President's name: Jim Pasquarello e) Secretary's name: Jt r-,\ PAbC mtetl0 Treasurer's name: _..__ J t n't__- g) Name and address of Resident Michael B. Udell, 5400 S. University Drive, Suite 117, Davie, Florida 33328 ,,,,.—ill,- JI d I " r f,/f, ji Exhibit 1, Attachment A Temp. Reso. No. 10177 y:4. 3 V Offeror is an individual or a partnership, answer the foilowing: a) Date of organization:: t) Name, Fddress and ownership units of all partners: c) State whether general or limited partnership: - - 4. If Offeror is otner than an Individual, corporation or partnership, describe the organization and give the name and address of principals: 5. 11 Offeror is operatinrg under a firt:tinus name, suhrnit evidence of compliance with the Florida Fictitious Name Statute. 0. How many years has your organization been in business under its present business name? 12 Years a) Under what other former names has your organization operated? American Video and Security 7. Indicate regis.ration. livense 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. Florida License EF0000120 8 Have you personally inspected the site of the proposed work? EYES F] NO 9. Do you have a complete set of documents, including drawings and addenda? E YES D NO 10 Did you attend the Pre -Proposal Conference If any such conference was held? EYES F-] NO Exhibit 1, Attachment A Temp. Reso, No. 10177 Iiave you ever failed to complete any work awarded to you? If so, state when, where and why,. No 12. Stale the nan-�es, telephone numbers and last known addresses of three (3) ov✓r.ers, ir.dmduals or representatives of ovvners with the most knowledge of work which you have performed and to which you refer (government owners are preferred as references). Name Address - - Telephone Citrix Systems - John Ceraolo 851 W Cypress Creek Rd, Ft laud FI 954-267-3186 Seminole Tribe - John Anderson 6300 Stirling Road, Hollywood, FL 954-966-6300 South Fla Water Mgmt. - Ed Muldowney 3301 Gun Club Road, WPB, FL 561-687-6440 1 i 1 ist the per -men, e}:perle icp of the key individuals Of your organization (continue on insert sheet, if necessary). Refer to Section "B" 14 State the narne of the Individual who will have personal supervision of the work: Mike Harvey, Tony Belotto 15. State the name and address of attorney, if any, for the business of the Offeror: Michael B. Udell, 5400 S. University Drive, Suite 117, Davie, Florida 33328 16. State the names and addresses of ail businesses andlor individuals who own an interest of more than f:ve percent (5%) of the Offeror's business and indicate the percentage owned of each such business and/or individual.. Robert B. Newman 50% James A. Pasquarello - 50% 17 State the narnes, addresses and the type of business of all firms that are partially or wholly owned by Offeror. Security One Systems, Inc. , Security One Montiroing,.lnc., Badge Express, Inc. Companies provide security Systems, installation, services, monitoring and accessoriew. Address for all is: 5747 N Andrews Way, Ft. Lauderdale, FL 33309� - _ - Exhibit 1, Attachment A Temp. Reso. No. 10177 "X ' :,r.. ,:r . ,. -,y' `� .•n ,-..•�: , i:i;rfrii:r ; b;:•rsx:r� 18 State the name of Surety Company Wiich will be providing the bond, and name and address of agent Arthur Broder & Associates 6191 Orange Drive. Suite 6159E Davie, FL 33314 19. Bank References: Bank Address Telephone Regent Bank - 2205 S. University Drive, Davie, FL 33324 954-474-5000 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). ej 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: s AG Associates - CPA's - 20764 West Dixie Hwy, Aventura, FL 33180 22. Is this financial statement for the identical organization named on page one? EYES NO 23. If not, explain the relationship and financial responsibility of the organization whose financial statement is provided (e.g., parent -subsidiary). Exhibit 1, Attachment A Temp. Reso. No. 10177 The Offeror acknowledges anti undr3rstands that the information; contained in response to this Qualification Statement shall be Wied 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 ar.d terminate die award and/or contract Sianat—/e ACKNOWLEDGEMENT OFFEROR'S QUALIFICATION STATEMENT State of Florida County of Broward On this the 27day of IAA- 'E-i . 2g b3 , before me, the uncersigned Notary Public of the State of Florida, personally appeared James Pasquarello and (Narne(s) of individual(s) who appeared before notary) whose name(s) is/are Subscribed to within the instrument, and he/shelthey acknowledge that he/she/they executed It,. vATNESS my hand and official seal. NOTARY PUBLIC SEAL OF OFFICE: Abe/ rAPY L GC �J'(yY THELINELAMOTHE� COMMISSION NUMBER CC957046 C�� MY COMMISSION EXPIRES o f FIo . .. - .. ALLY 25.2004� -- NOTARY PUBLIC, STATE OF FLORIDA 0 042�' �Narne of Notary Public: Print, Stamp, or Type as Commissioned) F>� Personally known to me, or ❑ Produced identification: (Type of Identification Produced) ❑ DID take an oath, or ❑ DID NOT take an oath � �, f i!: �-.. i lN..i Cir; ��M1ni) r,•'F?i71 F�l J� Exhibit 1, Attachment A Temp. Reso. No. 10 177 1P 4 :on r, f. (5 f r"i fwr:r; 77 NON -COLLUSIVE AFFIDAVIT State Cf Florida C-OLH-ty of_ Broware Jim Pasquarello being first duly sworn, deposes and says that 1 Hels.'-ie is the Vice President (Owner. Partner, Officer, Representative or Agent) of Security One Systems, Inc. the Offeror that has submitted the attached Proposal-, 2. He,1she 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 ccilusive or sham Proposal. 4 NeJher the said Cffl�ror [:.Or any of its officers, partners, owners, agents, representativF-s, empicya-es or parties in interest. inrluding this affiant, have in any way colluded, consp!red, connived or agreed, directly or -indirectly, with any other Oftercir, firrii, or peLrson 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, includinq this affiant. Sirdned, senli, . nn -d-livered in the pres-�-!nne_ of sealer. ...._.__.,.Y_ vVitnes C Wit ess By i Printed Name Vice President Title Exhibit 1, Attachment A Temp. Reso. No. 10177 ACKNOWLEDGMENT NON -COLLUSIVE AFFIDAVIT State of Florida County of _Broward On this the 27_)�ciay cf (VI► c�i_._. 20_a. before me, the undersigned Notary Public of tf�e State of Florida, personally appeared Jim Pasquarello and (Name(s) of indiv,dual(sj ) appeared before notary) wha5�e nsme(s) iS/are Subscribed to within the instrument, and he/she/they acknowledge that he/shelthey executed it. WITNESS rriy hand and official seal NOTARY PUBLIC SEAL OF OFFICE Cr;:K:1:,Lr.]iAriYS;_AL T �¢' E� Cl.T1-._UtJG L;1lOTHE C(DW IS.GIQ"J r:UMEER CC9570 6 FOF O kiY COMM155:0N EXFiFES 11"r�''004 NO�RY PUBLIC, STATE OF FLORIDA ,AA 11 c61�t_' (Name of Notary Public. Print, Slamp, or Type as Commissioned) 5l Personally known to me, or ❑ Produced identification: (Type of Identification Produced) F] DID take an oath, or ❑ DID NOT take an oath Exhibit 1, Attachment A Temp, Reso. No. 10177 FOREIGN (NON-FLORIDA) CORPORATIONS MUST COMPLETE THIS FORM DEPARTME14T OF STATE CORPORATE CHARTER NO. If your corpora,ion is exempt, from the requ+rements of Section 607.1501, Flonda Statutes. YOU MUST CHECK. RI:1-01Ad the reason.;s) for vie exe,-`i0tv0'1 Please mrtact the Dpparment of State. Div+sion of CVrE r�arons �t (t~ ) 488,-K;Cit) for c;,sis;a'tce avith :;or;rurate registration or exemplror.s. 607 170" ALOIOrity of fnrec;r Ccrr-nraton to transact business required. (i) A toreign co-paratiorl n,ay not transact business in this state until it obtains a certificate of arilhnrity from The Gepartme'tt of State. (A) The fLll'.,Vr'ng activates. a-tiorrg ottiers. OD not cCns:itole transacting ttrissness within the meaning Of subseC,ion Wiwtaining (,r st t—N Q any pic,:;eediog. L7 {b, Ho'.oing mW1,),s ct the bJ arc of directors or shareholcers o- ca-rying on o,her acuvities concerning internal corporate affairs ❑ C1 Mairtain:ng bank ac.caunts n di tJla:ntaantn� o`t1cers or agencies for the transfer exchange, ar,d raeistration of the rrr;;nr Cln's (?Ydn SC-C:unties or it:. iwtarning trustees or depositaries v:ith 'espect to those sccuritres ❑ ;e! Selling ihrc•u�ah rn:aerrrdenl crJutic�cl!_ris. `) Sclicitino or obta•ning orders, w-&Iher b., marl or thrcuah ernr>loyees, agents, or otherwise. rf t`e orcers require GccENtance outside this state t•efnrR they become contracts Creating cr acquir:ng .nteb*,Eoness mcirtaages, o-ic siz7�;urity Interests rn real or persona' prcne-r,y h) 5ecun.nc or c_:)kecting debts or en`orcing mnr•tgages and serunty inizrr.Gts in prape ty securing the debts fI) Transacting busiries5 in interstate commerce. Conduct ng an iso,alc-d transaction that is competed within 30 days and that is not one in the course of repeated transactions of a like nature. ❑ ;k) Owring and Controliiny a subsidiary wrporat)on incorporated in or transac,rna business within ihis state or voting the stock of any corporation which it has laMully acquired ❑ sly Owring a limited pa~tnership interest in a limited partnership that is doing business within this state, unless such limited partner manages or controls the partnership o- exercises the pov.,ers and duties of a genera! parner ❑ ;m) Ovining, without more. real or personal propery (3) The list of activities in subsea icn (2) is not exhaustive (4) This section has no application to the question of whether any foreign corporation is subject to service of process a'io suit in this state under any law of this state. Please check one of the follawina if your firrv, is NOT a ct+rporatiun (h ❑ Par-Lnership, ,)Dint Venture, Estate or Tr,jst (11) ❑ Sole Proprietorship or Self Employed NOTE Th!s sheet MUST be enciosed with your bid if you claim an exemption or have checked I or 11 abDve If you do not --heck 1 or II above your firm will be cDnsidered a corporabJn and subject to all reau•remer.ts listed heieir• PIDDER'S CORRECT t EGA.L NAME SIGNATURE OF AUTHORIZEDAGFNT OF BIDDER Exhibit 1, Attachment A Temp. Reso. No. 10177 VENDOR DRUG -FREE WORKPLACE Preference may be; uiven to vendors submitting a cerlification v✓ith their bid/proposal certifying they nave_ a drug -free workplacp in accordance with Section 287.087, Florida Statutes. It his rCgUircment affects all public entities of the State and becomes effective January 1, 1991. I he special condition is as follaws: IDENTICAL TIE BIDS - Preference may be given to businesses with drug -free v✓crkplace procrains V-1henever Mo or more bids that are equal with respect to pnce. quality, and service are rece;ved by the State or by any poiitical subdivision for the prucurem,ent of cormmtudi:ies or contractual services, a bid received from a business that certifies that it has implemented a dn►g-free workplace program Shall be given preference in the award process. Established procedures for processing tie bids will be followej 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 unlaML11 manufacture, distribution. d!spensing, possession, or use of a contrclled substance is pruhlbited in the workplace and spec:ifyiny the acticns that will be taken against ; niciIc;vees fcr violations of such prohibition 2. Inform eniployt~es about the dangers of drug abuse in the v✓orkplace, the business's policy of maintaining a drug-freF 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 cond tion of working on the ccmmodities cr 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 polo 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 it such is available in the employee's community, by any employee who is so convicted. 6 M a good faith effor, to continue to maintain a drug -free workplace through rn pie nentation of this section. As the person authorized to sign the statement, I c rliq that this f complies fully with the above requirements - Security One Systems, Inc. Wthorr e Signature Company Name Exhibit 1, Attachment A Temp, Reso. No. 10177 Scope: Access Control COM12uters Computer # 1 Location: City Hall - Main Server Desktop Computer: Special Item See Notes operating System: Included in System Access Control Software: Included in System Com uter #2 Existin �I Sec tyj Syste_lnr Provided by customer: Computer must meet recommended specifications. Access Control Software: Special Item See Notes Computer #3 Existing Provided by customer: Computer must meet recommended specifications. Access Control Software: Special Item See Notes Customer to furnish and install (as required) all electric, UPS systems, network connections, and telephone lines to each computer location. 1>nrr 4 nf 1 1 27.22-0 Exhibit 1, Attachment A 1'emp. Reso. No, 10177 Scope: Access Control Access Control Panels Access Panel #1 Sec�uriitry Systems - Control pan llowing location: City Hall Panel. Control: (1) Lenel Systems International - X-CTL-LNL-500 - LNL-500Intelligent System Reader Board: (4) Lenel Systems International - X-C`I'L-LNL-1320 - 2 CardReader Interface Access Panel #2 Control anel s will be located at the followin location: BSO Panel. Control: (1) Lenel Systems International - X-CTL-LNL-500 - LNL-500 Intelligent System Reader Board: (2) Lenel Systems International - X-CTL-LNL-1320 - 2 CardReader Interface Access Panel #3 Control anel s will be located at the following location: Public Works Panel. Control: (1) Lenel Systems International - X-CTL-LNL-500 - LNL-500Intelligent System Reader Board: (2) Lenel Systems International - X-CTL-LNL-1320 - 2 CardReader Interface Access Panel #4 Control anel s will be located at the followin location: Utilities Panel. Control: (1) Lenel Systems International - X-CTL-LNL-500 - LNL-500 Intelligent System Reader Board: (3) Lenel Systems International - X-CTL-LNL-1320 - 2 CardReaderinterface Access Panel #5 Control anel s will be located at the following location: Water Treatment Panel. Control: (1) Lenel Systems International - X-CTL-LNL-500 - LNL-500 Intelligent System Reader Board: (3) Lenel Systems International - X-CTL-LNL-1320 - 2 CardReader Interface Access Panel #6 Control anel s will be located at the followin location Community Center Panel. Control: (1) Lenel Systems International - X-CTL-LNL-500 - LNL-500Intelligent System Reader Board: (3) Lenel Systems International - X-CTL-LNL- 13 20 - 2 CardReader Interface Customer to furnish and install (as required) all electric, network connections, and telephone lines to each Access Panel location. Equipment List Controls Qty Make - Model 6 Lenel Systems International - X-CTL- LN L-500 Reader Boards Qyt Make - Model 17 Lenel Systems International - X-CTL- LNL-1320 Mise Qty Make _-Model 1 Lenel - 1 Lenel - 1 Lenel - 1 Lenel - 6 Lenel - Desch LNL-500 Intelligent System Controller Description 2 CardReader Interface Module Description PCS-64NTI Server System with PC SWC-64NT Client Software License SWG-1260 - Automatic E-Mail Interface SWC-64NTI Client Software License LNL-ETHLAN-MICR Micro Serial Server Exhibit 1, Attachment A Temp. Reso. No. 10177 spi P, ru I C -U telyj Systems- Pgs,r 6 of 1 I 2222-0 Clarification Exhibit 1, Attachment A Temp. Reso. No. 10177 Sec�urt�y Systems' general a) Client to make available adequate mounting space for all head end devices. Mounting space requirements will be provided to Client upon award. b) Any High voltage (greater than 48 VAC) requirements are not quoted, unless specifically identified in the scope of work and/or the equipment list. c) This installation will be done with Teflon plenum -rated wire where requir ed for low voltage work, installed in free air, above ceilings, and in partition walls, and does not include costs for asbestos related work. d) Conduit is not included, unless specifically identified in the scope of work and/or the equipment list. Access Control a) All Door(s) and associated door hardware are not included, unless specifically identified in the scope of work and/or equipment list. b) Coring of new or existing doors required for electrified locking hardware is considered the responsibility of others. c) Modification of any new or existing fire doors is not included. Additional charges may apply if SECURITY ONE SYSTEMS, INC. is requested to perform such work. d) Proper door alignment and mechanical operation is the responsibility of others. e) Programming and configuration of your microprocessor and/or CPU is included, excluding loading the database. It shall be the responsibility of the Customer to load the data base which involves defining access levels, time zones, personnel data, programming maps, defining alarm messages and instructions, along with the input of any user defined data. Individual cardholder input and definition is also excluded. f) Access control cards are not included, unless specifically identified in the scope of work and/or equipment list. g) Access control system computer UPS is not included unless specifically identified in the scope of work and/or equipment list. CCTV a) A dedicated circuit is recommended for the CCTV system, but not included. b) Current and future lighting requirements are the responsibility of others. c) Appropriate furniture or shelving for CC7V recording equipment is not included, unless specifically identified in the scope of work and/or the equipment list. Intrusion Alarm and Monitorin a) A separate alarm monitoring agreement will be required for alarm monitoring services. b) All call lists and contact names are to be provided in writing. Installation a) All required installation documents are included. b) Installation of all required equipment and materials with on -site supervision of project is included. c) Labor quoted assumes normal eight (8) hour working days, excluding weekends, holidays and overtime. d) Idle time incurred by Security One Systems, Inc. employees and their subcontractors due to escorts, clearances, inability to enter workspace, and other factors beyond our control, will be invoiced at our current labor rates. e) This proposal includes travel to and from the site to perform our stated scope of work. Additional or duplicate site visits required due to factors beyond our control, will be invoiced at our current labor rates. f) Client to coordinate with local Security One Systems, Inc. staff to provide safe and timely right -of -passage in the work area during cable run and system installation. g) Client to provide and coordinate 110 VAC electrical service where needed. h) All LAN/WAN connections, addressing and network functionality are the responsibility of the Client. i) Any telephone lines or LANIWAN connections must be installed and operational prior to Security One Systems, Inc. commencing work. The local Security One Systems, Inc. representative will verify the availability and functionality of all connections prior to starting work. Chan es ILScope a of Work Any changes in the understood scope of work will be communicated and approved in writing (by an authorized Client representative), prior to commencing work. Permits/t3ondin /Sealed En ineered prawin s Permits. bonds, and other requirements by any government agency are not included. r, . - , , . 1) P) i n h chlbtt 1, Attacliment A Temp. Reso. No, 10177 Financial Summary Proposal Number: 2222-0 Sec city Systems` 13win Address: Project Location: City of Tamarac - City Hall City of Tamarac - City Hall 7525 NW 88th Avenue 7525 NW 88th Avenue Tamarac, FL 33321 Tamarac, FL 33321 Access Summa System Investment $37,830.97 Total Summa Access System $37,830,97 Systems Total $37,855.97 System Discount-$5,792.50 Total $32,063.47 This proposal does not include sales tax L'.XAl1UR 1, /" UalljUlmlll t1 Temp. Reso. No. 10177 SECURITY ONE SYSTEMS, INC. COMBINED BALANCE SHEETS DECEMBER 31, 2001 AND 2000 ASSETS 2001 2000 CURRENT ASSETS: Cash 515,783 $ 1,101,157 Accounts receivable (net of allowance for doubtful accounts of $5.000 and $40,000) 1,316,163 799,737 'Work -ill -progress 423,336 597,061 lnverntory 259,376 179,549 Advances to affiliated companies 23,046 20,111 Due from stockholders 1,000 - Prepaid expenses 28,100 81,806 Other current assets 22,308 81862 1589,112 2,788,283 Total Current Assets PROPERTY AND EQLIPMENT: Office equipment 313.238 128,125 Fumiture and fixtures 17,616 14,718 Transportation equipment 15,878 50,770 Leasehold improvements 25,931 20.081 372,663 213,694 Less: accumulated depreciation 130.660 123-385 242,003 90.309 Property and Equipment.; net OTHER ASSETS: Investment 6,338 6,338 Deposits 8.619 10,275 Total Other Assets 14,957 16,613 TOTAL ASSETS I S 2,846,072 S 2,895,205 1Zea.d a.ccompanyil3o notes and ac.cowitallts' revjetiv report. Exhibit 1, Attachment A Temp, Reso. No- 10177 kc# Q 5 2 5 Q 5 7 STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION 5EQ#L0208120326 ELECTRICAL CONTRACTORS LICENSING BOARD The ALARM SYSTEM CONTRACTOR I Named below IS CERTIFIED Under the provisions of Chapter 489 FS. Expiration. date: AUG 31, 2004 PASQUARELLO, JAMES A SECURITY ONE SYSTEMS, INC. 5747 NORTH ANDREWS WAY FORT LAUDERDALE FL 33309 JEB BUSH RIM BINKLEY-SEYER GOVERNOR DISPLAY AS REQUIRED BY LAW SECRETARY 4 ii, Board of County Commissioners, Brmard County Florida 028o6 BROWARD COUNTY OCCUPATIONAL LICENSE TAX RENEW ON OR BEFORE FORM NO. FOR PERIOD OCTOBER 1, 2002 THRU SEPTEMBER 30, 2003 SEPTEMBER 30, 2003 401-280/AC 25-061 G RENEWAL U TRANSFER SEC # ie iei ❑ NEW DATE BUSINESS OPENED 05'j /'90 STATE OR COUNTY GERT/REG Business Location Address: ';:�•rc'r_r i� �'-:.'tip%i^:��� �=i'r• PENALTIES IF PAID OCT. - 101% NOV. -15% " DEC. - 20 % - After DEC. 31 - 25% Plus Tax Collection Fee of up to $25.00 Based on Cost of License if Paid On or After November 30, 2002 ACCOUNT NUMBER i• 7' ��•:�ir'�:FtxrF�Li�. ���Ora--C740C? 5.81.—C•OOi.iS''O SYS'-i:.MS INC THIS LICENSE MUST BE CONSPICUOUSLY DISPLAYED ` 'j F:RDANI>(- LE FL- r'i' L.-I-�`JDr:FRD�LE r E._ :X330?-4000 TO PUBLIC VIEW AT THE LOCATION ADDRESS ABOVE. Bf�,WNARD L TYPE OF LICENSE. TAX PAID COUNTY CL-FC !':'C:EaL. CU.tTF.I=rCTC3t� 4 UNITS BROWARD COUNTY REVENUE COLLECTOR 2002 w 2003 115 S. Andrews Avenue, Governmental Center Annex PAYMENT RECEIVED AS VALIDATED ABOVE "SEE BACK FOR TRANSFER INFORMATION FORT LAUDERDALE, FL 33301 PA11) 05/21/02 9C1.:L903.0001• 27.,40 :OVERAGESFOR THE THIS IS TO CERTIFY THAT THE IES INDICATED. NOTWITHSTANDING ANYREQUIREMENT,UILISTEDF INSURANCE REQUIREMENT, TERM OR C I O LICY ONDN OF AH ANY CONTRACT OR OTHER DOCUMENT WIITE INSURED NAMEDOHV RESPECT TOUWHICH THIISS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. =DATE EFFECTIVE POLICY EXPIRATION LIMITS CO TYPE OF INSURANCE POLICY NUMBER (MMMDNY) DATE (MM/DDr`-Y) LTA GENERAL LIABILITY 72 UEN OD4013 01 / 01 / 0 3 01 / 01 / 0 4 GENERAL AGGREGATE S2 aaam A PRODUCTS - COMP/OP AGG $2 -000,000 COMMERCIAL GENERAL LIABILITY CLAIMS MADE � OCCUR PERSONAL 8 ADV INJURYS EACH OCCURRENCE OWNER'S 6 CONTRACTOR'S PROT FIRE DAMAGE (Any one free) S DO.00Q N MED EXP (Any one person) S NUTOMOBIL.E LIABILITY 72 UEN QD4013 / 1/ 1/ 4 COMBINED SINGLE LIMIT 51,000,0D0 X� ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON -OWNED AUTOS �1j ' i G� � ��o�.��ee,. �5 a INJURY ((PC, PC rm) (Per pe BODILY INJURY (Per accident) PROPERTY DAMAGE $ F S S GARAGE LIABILITY ANY AUTO PCye C` G YY 11 O� r \�C� / / e /Avg AUTO ONLY • E4 ACCIDENT OTHER THAN AUTO ONLY: EACH ACCIDENT AGGREGATE S $ S EXCESS LIABILrry 72 HHUQD4248 o 1 / 01 / 0 3 0 1 / 0 1 / 0 4 EACH OCCURRENCE — AGGREGATE S � S 00.000 D UMBRELLA FORM $ OTHER THAN UMBRELLA FORM WORKERS COMPENSATION AND EMPLOYERS' LIABILITY B)NDER #M 0103 01 / 01 / 0 3 WC STATLI• OTH- / O �- / 4 TORY LIMIT ER EL EACH ACCIDENT 51MMOO S m000 S EQ. 40,000 ALL LOCATI EL DISEASE - POLICY LIMIT THE PROPRIETORI X INCL PARTNEP.SrEXECUTIVE EL DISEASE - EA EMPLOYEE OFFICERS ARE: EXCL C I oPROPERTY 2159250 01/01/03 01/01/04 550,000 �• � ON BLANKET ❑ESCRIPTION OF OPERATIONSILOCATIONS/VEHICLES/SPECIAL ITEMS CERTIFICATE HOLDER IS NAME AS ADDITIONAL INSURED AS RESPECTS TO GENERAL LIABILITY . 10 DAY CANCELLATION EXCEPTION FOR NON-PAYMENT OF PRE MIUM. F "1FICA.�E HDLRER CAlJCELLATION .: SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE CITY TY OF TAMARAC EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL C 12 5 N.W. 8 S 33321 AVL',NTJE '30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, 7525 5 2 5 C W FL ] 3 3 7J BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE rNO OBLIGATION OR LIABILITY . „rr, .r-P—Tn,r" +! 1��<11