Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution R-2000-148Temp. Reso. #9016 Page 1 5/8/00 CITY OF TAMARAC, FLORIDA RESOLUTION NO. R-2000 - 14 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA, AUTHORIZING THE APPROPRIATE CITY OFFICIALS TO EXECUTE AN AGREEMENT BETWEEN THE CITY OF TAMARAC AND SIMPLEX TIME RECORDER COMPANY FOR INSTALLATION OF AN INTEGRATED SECURITY MANAGEMENT SYSTEM INCLUDING ACCESS CONTROL, CCTV AND INTRUSION DETECTION AT THE SENIOR & COMMUNITY CENTER IN AN AMOUNT NOT TO EXCEED $51,450.00; APPROVING FUNDING FROM THE APPROPRIATE PARKS AND RECREATION ACCOUNT; PROVIDING FOR CONFLICTS; PROVIDING FOR SEVERABILITY; AND PROVIDING AN EFFECTIVE DATE. WHEREAS, the United States Occupational Safety Health Administration's General Duty Clause of the Occupational Safety and Health Act of 1970 requires employers to provide a safe and healthful working environment to all employees; and WHEREAS, on August 27, 1997, the City of Tamarac solicited proposals for an integrated security management system for City facilities; and WHEREAS, on March 25, 1998 through Resolution 98-85, the City Commission awarded RFP 97-22R and authorized the execution of an agreement with Simplex Time Recorder Company, attached hereto as "Exhibit 1 "; and WHEREAS, in an effort to provide a safe environment for employees, visitors and guests of the Senior & Community Center, certain security improvements are required; and 1-1 Temp. Reso. #9016 Page 2 5/8/00 WHEREAS, Simplex Time Recorder Company has submitted a proposal to provide an integrated security management system including access control, CCTV and intrusion detection for the Senior & Community Center in the amount of $51,450.00 attached hereto as "Exhibit 2"; and WHEREAS, to maintain consistency in security systems throughout City facilities, it would be in the best interest of the City to execute an Agreement with Simplex Time Recorder Company to install an integrated security management system in the Senior & Community Center; and WHEREAS, funds exist in the appropriate Parks and Recreation Capital Improvement Project account entitled "Machinery & Equipment/Equipment $500 or Greater"; and WHEREAS, the Parks and Recreation Director and Purchasing/Contracts Manager recommend the approval of an Agreement with Simplex Time Recorder Company for installation of an integrated security management system including access control, CCTV and intrusion detection in the Senior & Community Center for a price not to exceed $51,450.00; 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 approve an Agreement with Simplex Time Recorder Company for installation of an integrated security management system including access control, CCTV and intrusion detection in the Senior & Community Center for a price not to exceed $51,450.00. Temp. Reso. #9016 Page 3 5/8/00 NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA: SECTION 1: The foregoing Whereas clauses are hereby ratified and confirmed as being true and correct and are hereby made a specific part of this resolution upon adoption hereof. SECTION 2: The appropriate City officials are hereby authorized to execute an Agreement with Simplex Time Recorder Company for installation of an integrated security management system including access control, CCTV and intrusion detection in the Senior & Community Center for a price not to exceed $51,450.00, a copy of which is attached hereto as "Exhibit 3". SECTION 3: Funding for this purchase will be from the appropriate Parks and Recreation Capital Improvement Project Account entitled "Machinery & Equipment / Equipment $500 or Greater". SECTION 4: All Resolutions or parts of Resolutions in conflict herewith are hereby repealed to the extent of such conflict. SECTION 5: If any clause, section, other part or application of this Resolution is held by any court of competent jurisdiction to be unconstitutional or invalid, in part or application, it shall not affect the validity of the remaining portions or applications of this Resolution. Temp. Reso. #9016 Page 4 5/8/00 SECTION 6: This Resolution shall become effective immediately upon its passage and adoption. PASSED, ADOPTED AND APPROVED this 120day of ry k 2_ , 2000. r . JOE SCHREIBER MAYOR ATTEST: MARION 5 ENSON .INTERIM CITY CLERK ,HEREP)"-'CERTIFY that I have approvethis RESOLUTION as to fn n0h RECORD OF COMMISSION VOTE MAYOR SCHREIBER DIST 1: COMM. PORTNER-� DIST 2: COMM. MISHKIN ( U DIST 3: COMM. $ULTANOF DIST 4: VIM ROBERTS Temp. Resc. #9016-Exhibit 1 Temp. Reso. #8169 Page 1 February 17, 1998 Revision 1: March 17, 1998 CITY OF TAMARAC, FLORIDA RESOLUTION NO. R-98 - 435 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA, APPROVING THE AWARD OF REQUEST FOR PROPOSAL NO. 97-22R TO SIMPLEX TIME RECORDER COMPANY FOR INSTALLATION OF AN INTEGRATED SECURITY MANAGEMENT SYSTEM FOR CITY FACILITIES; AUTHORIZING THE APPROPRIATE CITY OFFICIALS TO EXECUTE AN AGREEMENT WITH SIMPLEX TIME RECORDER COMPANY; AUTHORIZING AN EXPENDITURE IN AN AMOUNT NOT TO EXCEED $263,400; AUTHORIZING THE USE OF THE UNITED STATES DEPARTMENT OF JUSTICE LOCAL LAW ENFORCEMENT BLOCK GRANT IN THE AMOUNT OF $37,939 TO REDUCE FINANCING REQUIREMENTS; AUTHORIZING THE USE OF A LEASE PURCHASE PLAN IN THE AMOUNT $225,461; PROVIDING FOR CONFLICTS; PROVIDING FOR SEVERABILITY; AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, the United States Occupational Safety Health Administration's General Duty Clause of the Occupational Safety and Health Act of 1970 requires employers to provide a safe and healthful working environment to all employees; and WHEREAS, in an effort to provide a safe environment for employees, visitors and guests, the Broward Sheriffs Office and Public Works Department conducted a physical security assessment of all City facilities; and WHEREAS, the results of this assessment recommended certain security improvements in order to enhance the safety at all City facilities; and 0 WHEREAS, a Professional Security Consultant was retained by the City in order to develop technical specifications for bid purposes; and WHEREAS, the City of Tamarac publicly advertised RFP No. 97-22R for the Temp. Reso. #8169 Page 2 February 17, 1998 J Revision 1; March 17, 1998 installation -of an integrated security management system; and WHEREAS, on November 20, 1997, two (2) bids were opened and reviewed in order to determine- cost and responsiveness to the City's technical specifications; and WHEREAS, Simplex Time Recorder Company offered a bid price of $243,000 and Mosier, Inc. offered a bid price of $390,013 for providing all required security hardware and software services to all City facilities; and WHEREAS, Simplex Time Recorder Company submitted the lowest responsive and responsible bid proposal for an integrated security management system for all City owned facilities; and -- WHEREAS, the Technical Specifications contained in RFP #97-22R allows the City the right to modify the specifications contained in the Request for Proposal; and WHEREAS, modifications to the original specifications have resulted in a revised price of $263,400; and Whereas, the City will obtain financing through a lease purchase plan; and Whereas, the FY 1998 Capital Improvement Budget appropriated sufficient funding to meet the lease purchase payment requirements; and WHEREAS, the United States Department of Justice provided the City with a Local Law Enforcement Block Grant in the amount of $37,939 for local government security enhancements which will be utilized to reduce the total lease purchase requirements; and WHEREAS, the Public Works Operations Manager and Purchasing and Contracts 0 Manager recommend that the City utilize Simplex Time Recorder Company for the installation of an integrated security management system; and WHEREAS, the City Commission of the City of Tamarac, Florida deems it to be in Temp. Reso. #8169 Page 3 February 17, 1998 Revision 1: March 17, 1998 the best interest of the citizens and residents of the City of Tamarac that Simplex Time Recorder Company provided an integrated security management system in City facilities. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA THAT: 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 award of RFP#97-22R to Simplex Time Recorder Company is HEREBY approved in an amount not to exceed $263,400. SECTION 3: The appropriate City Officials are HEREBY authorized to execute an agreement -with Simplex Time Recorder Company, a copy of said Agreement bein_g hereto attached as Exhibit "1 ". SECTION 4: The appropriate City Officials will obtain a lease purchase agreement in an amount not to exceed $225,461 and the budget is amended to accept the capital lease as appropriate. SECTION 5: The expenditure in the amount of $39,939 from the Grant Fund is HEREBY authorized to reduce the total lease purchase requirements. SECTION 6: The City Manager or his designee is HEREBY authorized to approve change orders in the amount not to exceed $26,340 which represents ten (10) percent of the contract amount. SECTION 7: The City Manager or his designee is HEREBY authorized to close the bid award, including but not limited to making final payment and releasing of funds upon the satisfactory completion of work. • • • Temp. Reso. #8169 Page 4 February 17, 1998 Revision 1: March 17, 1998 SECTION 8: All Resolutions or parts of Resolutions in conflict herewith are HEREBY repealed to the extent of such conflict. SECTION 9: 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 1 p: This Resolution shall become effective immediately upon its passage and adoption. PASSED, ADOPTED AND APPROVED this F.'"s -26V CAROL JO±D,:�COM C/AAE CITY CLERK HEREBY CERTIFY that I apprpved this RESOLUTION as to form. MITCHELL S. kRAfT CITY ATTORNEY 025 day of W444CX1998. w •,� ' - Y • ' « r w � r MAYOR RECORD OF CCM MAYOR S HREIBER DIST 1: COMM. M'KAYE DIST 2: ` /M MISHKIN DIST 3: CSULTAN DIST 4: COMWt. gODERTS ON VOTE • "EXHIBIT 1" ORIGI14AL AGREEMENT BETWEEN CITY OF TAMARAC AND SIMPLEX TIME RECORDER CO. THIS AGREEMENT made this 25 day of March , 1998, by and between the CITY OF TAMARAC (hereinafter called CITY), a municipal corporation with principal offices located at 7525 NW 88ttt Avenue, Tamarac Florida and SIMPLEX TIME RECORDER CO., (hereinafter called the CONTRACTOR), a Massachusetts corporation with principal offices located at Simplex Plaza, Gardner, MA 01441-0001, for providing a complete and functional Management Security System. WITNESSETH: The CITY and the CONTRACTOR in consideration of the mutual covenants hereinafter set forth, agree as follows: 1. The undersigned CONTRACTOR hereby represents that CONTRACTOR has carefully examined the Technical Specifications and all documents listed in Paragraph 3 of this Agreement and will perform the requirements of this Agreement pursuant to all covenants and conditions listed in those documents. The CONTRACTOR agrees to comply with the requirements of the specifications and all terms and conditions contained in the Request for Proposal listed in Paragraph 3 of this Agreement. 2. The CONTRACTOR, as evidenced by the execution of this Agreement, 0 acknowledges that CONTRACTOR has examined the physical characteristics of the project requirements. ul 9976id/97-22R/Agreement .0 is • TER RESU. No. 911 & 9 The CONTRACTOR further acknowledges that the proposed price of $263,000.00 listed in CONTRACTOR'S Letter of Scope, dated March 10, 1998 includes all costs and expenses and is the total compensation required to be paid by the CITY for the satisfactory completion of the requirements of this Agreement. 3. This Agreement between the CITY and the CONTRACTOR includes the following documents which are attached hereto and incorporated herein by reference: Request for Proposals, RFP #97-22R General Terms and Conditions - CONTRACTOR'S Letter of Scope, dated March 10, 1998 Proposal Certification Proposal Variance Form ` Non -Collusive Affidavit - Proposer's Qualification Statement Drug Free Workplace Certification Special Terms, Conditions & instructions Addenda numbers 1 to - 4 , inclusive, and Any Modifications, including Change Orders, duly delivered after execution of this Agreement. 4. The CITY shall direct the CONTRACTOR to proceed with the project by sending -a Notice to Proceed to CONTRACTOR. The CONTRACTOR shall commence its contractual obligations on the date noted on the Notice to Proceed and complete such obligations as noted in the section titled, FINAL SYSTEM ACCEPTANCE POLICY in the Special Terms, Conditions and Instructions, not including the thirty (30) continuous day operating period, within 120 calendar days of commencement. u: 1 99780/97-22R/Agreement TUMP, RFSO, No. 8l 6 9 .0 5a. At the end of each month CONTRACTOR shall submit to the CITY an invoice for payment. The basis of the invoice shall be equipment and materials delivered to the CITY and the amount of progress CONTRACTOR has made towards the completion of the project. Both CONTRACTOR and CITY shall agree with the invoice amount before the invoice is prepared and mailed. The CITY, if satisfied to the correctness of the invoice, shall pay the amount of the invoice, minus the 15% retainage, as set forth in the section titled FINAL SYSTEM ACCEPTANCE POLICY, within thirty (30) days of receipt of invoice. 5b. Prior to payment of the fifteen (15%) percent retainage set forth in the section titled FINAL SYSTEM ACCEPTANCE POLICY, 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. Payment of the invoice by the CITY and acceptance of such payment by the CONTRACTOR shall release the CITY from all claims of liability to the CONTRACTOR in connection with this Agreement. The CONTRACTOR shall upon acceptance of such payment execute and deliver to the CITY the Final Release of Lien by CONTRACTOR. i(The Remainder of this Page Left Blank Intentionally) u :1997 B id/97-22 R/A g re e m e n t .0 TMRIRESU.No. FI&1� 8. CONTRACTOR is an independent contractor under this Agreement. Personnel 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 procedures applicable to services rendered under this Agreement shall be those of the CONTRACTOR. 7. CONTRACTOR shall bear the risk of loss and damage to the CITY'S structures, utilities and other property while working on CITY property until CONTRACTRS contractual obligations are completed. - 8. 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 Robert S. Noe, Jr. City of Tamarac 7525 N.W. 88th Avenue Tamarac, FL 33321 With a copy to the City Attorney at the same address. CONTRACTOR Louis J. Chorich Vice President Field Operations Simplex Time Recorder Company Simplex Plaza, Gardner, MA 01441-0001 uA 997Bid/97-22R/Agreement FJ MMP. RESO. No. 8 9. The CONTRACTOR shall not, without prior written consent of the CITY, assign any portion of its interest or duties under this contract and, specifically, the CONTRACTOR shall not assign any moneys due or to become due without the prior written consent of the CITY. This Agreement, or any portion thereof, shall not be subcontracted without prior written consent of the CITY. 10. The CITY and the CONTRACTOR each binds themselves, their partners, successors, assigns and legal representatives to the other party hereto in respect to all 9 covenants, agreements and obligations contained in this Agreement. CJ 11. 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 nonenforcement 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. 12. This Agreement constitutes the entire agreement between the CITY and the CONTRACTOR, and all prior negotiations and oral understandings between the parties are merged herein. This Agreement can be supplemented and/or u:1997Bid/97.22R/Agreement R RESO. No. • • amended only by a written document executed by both the CONTRACTOR and the CITY. 13. This Agreement shall be governed by the laws of the State of Florida as are now and hereinafter in force. The venue for actions arising out of this Agreement is fixed in Broward County, Florida. IN WITNESS WHEREOF, the parties hereto have executed this Agreement, the day and year first above written. - ATTES City Clerk - c 1 cola. Approv as to Form: City/Attdtney Mi hell S. Kraft r WITNESS: �as�e.T (Print or Type Name) �L-��... Anita Pelletier (Print or Type Name) CITY OF TAMARAC, FLORIDA By: o Schreiber,- Mayor Y: Robert S. Noe, Jr., City Manager (Print or Type Name and Title) u:1997 B id/97-22R/Agreement TEMP. REE J. Flo. Simplex Plaza Gardner. Massachusetts 0144 1-0001 U.S.A. �3 low. impiex (978) 632-2500 ORIGINAL Certificate of Vote The undersigned, being the duly elected Secretary of Simplex Time Recorder Co., a corporation duly incorporated and authorized to do business under the laws of the Commonwealth of Massachusetts, does hereby certify that the following vote has been adopted by the Directors of the Corporation by Unanimous Written Consent executed as of November 21, 1984 and is still in effect: VOTED: That the President, Executive Vice President, Senior Vice President, any Vice President or the Treasurer of this Corporation be and hereby is authorized and empowered to enter into any and all agreements and contracts concerning services and/or materials to _ be performed and/or delivered by this Corporation and that the execution by anyone of said officers of any such contract or agreement purporting to bind the Corporation with _ respect to same shall be conclusive evidence of his authority so to bind this Corporation absolutely and in accordance with the tenor of any such contract or agreement. I do further certify that the above vote has not been altered, amended, rescinded or repealed and remains in full force and effect as of the date of recording of this Certificate. I do further certify that the corporation is a duly organized corporation, that the foregoing vote is in accordance with the charter and by-laws of the corporation. The undersigned also confirms that as of the date set forth below each person named hereafter holds the position set forth opposite his name: Louis I Chorich - Vice President, Field Operations IN WITNESS WHEREOF, the undersigned has executed this certificate and affixed the corporate seal of Simplex Time Recorder Co. this 12th day of March, 1998. SEAL • William . Georize Secretary_ r MAR-16-98 MON 16.31 TAMARAC PURCHASING FAX N0. ?54 7L4 2408 P.02 .°,R R.ESO. No. Z CORPORATE ACKNOWLEDGEMENT STATE OF Xassachusests COUNTY OF (,orce The foregoing instrument wss ackno*edged before me this r 13th day of ntrch -j 1996 by LouiaJ. Chc ch V.P. Field operations (name of officer or agent, title of officer or agent) of s1.1ap1w Time Records= co - (name: of corporation acknowledging), a NR c uset _ (state or - place of incorporation) corporation, on behalf of the corporation. He is personalty - - known to me ( as idmWis and dkk(did not) take an oath. _ Signature of Notary Public — State of ManoschUSOtts Anita Pelletier print, Type or Stamp Name of Notary Public 0 u:1®g704187-72FV//Wreen-*nr rIAR 10 'Q9 01:46PM SIMPLEX, NIAMI -Z63 P.2 1-1 3-10-98 City of Tamarac Integrated Security System RFP 97-22 Letter of Scope i TEMP. REvo. No. 6 The following is Simplex's response to RFP 97.22. Simplex's goal is to provide a complete and functional security system for the City of Tamarac and all of it's municipal buildings as included in RFP 97-22 and Addendums I through 4. ` All specifications, subsequent clarifications and modifications to the attached quotation are base on our discussions. The City's objectives for the Seeurity Management System were matched with the appropriate selections from our product offering to provide the best possible system solutions. As with all RFP's, much of the final detail of the project's scope is left open to suggestion and over ail functional design. Simplex has worked with the City in developing a compressive security plan. Simplex will provide all ensineerzne, equipment, installation, supervision and training services necessary to provide a complete turnkey Integrated Security System at all City sites as indicated in RFP 97.22R. . Simplex will be the primary contractor and assume total responsibility for providing the City a fully operational system by an agreed upon date a time of contract award. Simplex shall comply with all applicable State laws, codes, ordinances, rules and regulations as applicable to work to be performed. All terms and conditions of the contract documents as agreed to by Simplex and The City of Tamarac will apply. Simplex will provide a detailed implementation schedule for the City review and approval as part of the final negotiation and contract award process. Simplex will provide all necessary trenching, conduit and back fill as required for Bate access control at the Public Works and Water treatment facilities. The City at there own cost will provide all necessary asphalt patching, repair and replacement. Simplex will obtain all necessary licenses, permits and certifications. Simplex shall provide a fully integrated security management system for ail the City facilities as listed in RFP #97-22 and itemized by this document. The security management system shall meet the specifications requirements for access control, video badsing. closed circuit television. intrusion detection. paging systems and fire alarm systems. Simplex shall provide NT3400 workstations in the fallowing locations: Public Works NT3400 Workstation Broward Sheriff Office NT3400 Workstation City Hall NT3400 file Server i 1D Badging Workstation 0 MAR 10 '35 04:46PM SIiIPLE`: r1IAMI Ze3 P.3 TEMP. REED. Rio. �y Simplex shall provide the following security equipment at Public Service Administrative Complex: OrWrial Equipment Specification: • Two proximity card readers for gate access Two intercom stations with -two -way communications to Public Works and Engineering Building One CCTV camera with monitoring capabilities in Public Works and Engineering Building • Four swine gate operators (two entrance and two exit) • F emote gate control and video monitor at receptionist desk in Public Works and Engineering I3uildine • Simplex will provide all necessary trenching, conduit and back fill as required for gate access control at the Public Works and Water Treatment facilities. The City at there own cost will provide all necessary asphalt patching, repafr-and replacement. . • New Alarm Control Panel and Alpha -Numeric keypad (to connect to existing devices). Deleted Equipment: - — . Two Swing Gate Operators (one entrance and one exit) ` Added Equipment: _ . Two Hydraulic Slide Gate (Tperatora- • Two 30X6 Foot V-Track Slide Gate. • Owner to provide sufficient apace for slide gates to retract Simplex shall provide the following security equipment at the Public Works Facility: Original Equipment Specification: • One NT3400 Workstatiorr • Four proximity card readers as described in specification and indicated on site drawings. • All electronic loci request to exit devices and door contacts as needed for AC5 doors. Six fixed cameras to view east and south side narking areas . equipment storage, north and west sides of Public Works facility, and fuel island. • Multiplexer, TL-VCR (with lock box) and CCTV Monitor to view and record all cameras. Remute gate access monitor and control from receptionist desk. • Five individually coded wireless panic devices. • New Alarm Control Panel and Alpha -Numeric keypad (to connect to existing devices). Deleted Equipment; • No Equipment A-4ded Equipment: One fixed camera second floor entrance • one remote door release second floor door entrance • 'A MAP 10 ' 99 04 : 41—PM 5I NPLD-,' r'1 T_ AM I � 3 P.4 TEMP. RES0. No. ' Simplex shall provide the following security equipment at the Engineering Building: Original Equipment Specification; • Seven proximity card readers as described in specification and indicated on site drawings. • All electronic lock, request to exit devices and door contacts as needed for ACS doors. Five fixed cameras to view east side parking areas . south side equipment storage, fuel island and equipment shed. • Multiplexer. 168 Hour TL-VCR (with lock box) and CCTV Monitor to view and record all cameras. • Outdoor Passive Infa-red detector for equipment shed with card reader shuntioverride. Remote gate access monitor and control from receptionist desk. New Alarm Control Panel and Alpha -Numeric keypad (to connact to existing devices). Deleted Equipment: • One proximity card reader from storage shed • One proximity card reader (exit) from stock room • One passive infa-red motion detector from storage shed Added Equipment! _ • Three fixed cameras to view soudnidc of building, central parking area and entrance gate • One wireless panic receiver device Total for Public Works & Utilities/Engineering: S82,285.00 Simplex shall provide the following security equipment at the Water Treatment Facility: Original Equipment Specification: One NT3400 Workstation • Two proximity card readers as described in specification and indicated on site drawings. • All electronic lock, request to exit devices and door contacts as needed for ACS doors. • Two proximity card readens for gate access • One intercom station with two -way communications to WT receptionist and control room. • One CCTV camera with monitoring capabilities WT receptionist and control room. • One slide gate operator including Soft slide chain link V-Track slide eau. Remote sate monitor and control from WT receptionist and control room • Sur fixed cameras to view front parking, catwalk, filtering ponds, chlorination building, electrical shop. storage sheds and clear water pump room. + Multiplexer, TL•VCR (with lock box) and CCTV Monitor to view and record all cameras. New Alarm Control Panel and Alpha -Numeric keypad (to connect to existing device. Deleted Equipment; • One NT3400 Workstation • One proximity card reader from well water hatch Added Equipment: • One proximity card reader second floor entrance 0 Total for this facility: $38,579.00 f1AR IC) '99 01:47Pt1 Sit-FLE" i•IIAMI 263 P.S • • TEMP. REED. ado• ? Simplex shall provide the following security equipment at the Recreation Center. Original Equipment Specification: • One proximity card readers as described in specification and indicated on site drawinea. • All electronic lack, request to exit devices and door contacts as needed for ACS doors. • Four fixed cameras to view north and east side parking areas, • Multiplexer, TL-VCR (with lock box) and CCTV Monitor to view and record all cameras. • New Alarm Control Panel and Alpha -Numeric keypad (to connect to existing devices). • Two wireless panic devices in superintendents office. Deleted Equipment: • One proximity card reader from front entrance Added Equipment: • Two fixed cameras to view south aide of building Total for this facility: $179126.00 Simplex shall provide the following security equipment at the Multipurpose Center: Original Equipment Specifieationt • Multiplexer. TL-VCR (with lock box) and CCTV Monitor to view and record all cameras. • New Alarm Control Panel and Alpha -Numeric keypad (to connect to existing devices). • One panic devices manager's office, Deleted Equipment: • No Equipment Added Equipment: • Two fixed cameras to view inside general area • Change all CCTV equipment to color Total for this facility: 5I6.234.00 Simplex shall provide the following security equipment at Broward Sheriffs Office: Original Equipment Specification: • One NT3400 Workstation • Five proximity card readers as described in specification and indicated on site drawings. • All electronic lock, request to exit devices and door contacts as needed for ACS doors. • New Alarm Control Panel and Alpha -Numeric keypad (to connect to existing devices). Deleted Equipment: • No Equipment Added Equipment: • No Equipment Total for this facility: 524.222.00 1'10P, 16 '99 0-1:4LPM SIMPLEX MIAMI 262 P.6 TEMP. REED. Flo. i Simplex shall provide the following security equipment at City Hall: original Equipment Specification • One NT3400 file Server with ID Bad¢ina Station • Seven proximity card readers as described in specification and indicated on site drawings. • All electronic lock. request to exit devices and door contacts as needed for ACS doors. One fixed camera at front entrance • New Alarm Control Panel and Alpha -Numeric keypad (to connect to existing devices). 25 panic devices as described in specification. Deleted Equipment: • Two proximity card readers from Purchasing Area • Nine wireless panic transmitters Added Equipment: • One proximity card reader at front entrance • Two proximity card reader's to cashier / customer service area • Add one fixed camera cashieffarea - - - Total for this facility: S66.022.00 Simplex shall provide the following security equipment at Fire Stations One: • Four fixed cameras to view interior parking ingress and egress areas. • Multiplexer. TL-VCR (with lack box) and CCTV Monitor to view and record all cameras. Sim lex shall provide the following secarit equipment at Fire Stations Two: - P P g Y • Four fixed cameras to view interior parking ingress and egress areas. • Multiplexer, TL-VCR (with lock box) and CCTV Monitor to view and record all cameras. Total for this facility: S181882.00 Total for Complete Project: S263.400.00 All final terms and conditions are to be agreed to by Simplex and The City of Tamarac at time of contract award. 1-0 • TEMP. PESO. No. � I REQUEST FOR PROPOSALS RFP ## 97- 22R INTEGRATED SECURITY MANAGEMENT SYSTEM CITY OF TAMARAC 7525 NW 88TH AVENUE TAMARAC, FLORIDA 33321-2401 City of Tamarac Finance Department, Purchasing Division 7525 N.W. 88th Avenue, Tamarac, Florida 33321-2401 Telephone: (954) 724-2450 Facsimile (954) 724-2408 Stanley D. Hawthorne Director of Finance TEMP. REEO. No. DATE: August 13, 1997 RFP NO. 97- 22R REQUEST FOR PROPOSALS - INTEGRATED SECURITY MANAGEMENT SYSTEM The City of Tamarac, Florida, hereinafter referred to as CITY, will receive sealed Proposals at the Purchasing and Contracts Office, City Hall, 7525 N.W. 88th Avenue, Tamarac, Florida 33321-2401, for furnishing the services described below: INTEGRATED SECURITY MANAGEMENT SYSTEM is Sealed proposals must be received and time stamped in by the Purchasing and Contracts Office, either by mail or hand delivery, no later than 2:00 p.m. local time on Wednesday, September 3, 1997. Any proposal received after this time will be returned unopened. A mandatory Pre -Proposal. Conference and site survey will be held beginning at the Tamarac City Hall Conference Room 105, on Wednesday, August 27, 1997 at 10:00 a.m. Proposal packages containing specifications and proposal requirements will be available for review and may be obtained from the Purchasing and Contracts Office at the above address. For inquiries, contact the Purchasing and Contracts Office at (954) 724-2450. The 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 i the best interests of the CITY. Ly a S. Flurry Purchasing & Contract Manager 9 Publish: Sunday, 8/17/97 & 8/24/97 • • 1] TEMP. REyO. No, RFP NO. 97-22R INTEGRATED SECURITY MANAGEMENT SYSTEM TABLE OF CONTENTS PAGE NUMBERS - - REQUEST FOR PROPOSAL 1 INTRODUCTION, INFORMATION & EVALUATION 2 GENERAL TERMS S. CONDITIONS 3-7 RESPONDING TO RFP 8-9 COSTPROPOSALFORMAT 10 PROPOSAL SUBMISSION FORM 11 PROPOSAL CERTIFICATION 12 PROPOSAL VARIANCE FORM 13 NON -COLLUSIVE AFFIDAVIT (ATTACHMENT "B") 14-15 OFFEROR'S QUALIFICATION STATEMENT (ATTACHMENT 2) 16-19 VENDOR DRUG -FREE WORKPLACE FORM (ATTACHMENT "F) 20 SPECIFICATIONS SPECIAL TERMS, CONDITIONS & INSTRUCTIONS 1-35 TEMP. REEO. No. /( REQUEST FOR PROPOSALS INTEGRATED SECURITY MANAGEMENT SYSTEM RFP NO: 97-22R I. INTRODUCTION The City of Tamarac is seeking competitive proposals from a qualified firm to provide an integrated security management system. The Proposer shall furnish a standard, field proven, integrated hardware and software system that shall functionally provide -the performance, reliability, and expansion capability as specified. - _ INFORMATION For information pertaining to this Request for Proposal (RFP), contact the City's Purchasing and Contracts Manager, Lynda Flurry at (954) 724-2450 or the Public Works Operations Manager, Mark Greenspan at- (954) 724-2410. Such contact shall be for clarification purposes only. Material changes, if any, to the scope of services, or proposal procedures will only be transmitted by written addendum. It is preferred that all questions be submitted in writing. Questions should be directed to the City of Tamarac Purchasing Division, 7525 N.W. 88"' Avenue, Tamarac, FL 33321-2401, Attention Lynda Flurry, Purchasing and Contracts Manager. Questions must be received no -later than the date specified in the RFP for the Pre -Proposal Conference. III. EVALUATION A Selection Committee will evaluate the proposals. The Committee will rank all proposal with respect to criteria specifically developed to examine the Contractor's qualifications, history, and technical competence and performance standards. The following is a list of each category and the point value assigned to it. Responsiveness to the RFP 25 Company References, Qualifications and Performance 25 Personnel Qualifications 15 Contractors' Equipment 15 Cost of Services 10 Total 100 2 -0 TEMP. FEEO. No. <�....r...(. IV. GENERAL TERMS AND CONDITIONS These general terms and conditions apply to all offers made to the City of Tamarac by all prospective Proposers including but not limited to Request for Quotes, Request for Proposal and Request for Bid. As such the words "bid" and "proposal" are used inter- changeably in reference to all offers submitted by prospective bidders. The City of Tamarac reserves the right to rpject any or all proposals to waive any informalities or irregularities in any proposals received, to re -advertise for proposals, to enter into contract negotiations with the selected Proposer or take any other actions that may be deemed to be in the best interest of the City of Tamarac. 1. SUBMISSION OF THE PROPOSAL: The Proposer is directed to deliver sealed proposals to the Purchasing Office, City of Tamarac, 7525 N. W.-88th Avenue, Tamarac; Florida 33321, ON: July 1997 BEFORE: 2:00 p.m. At this time the Proposals will be opened, the names of all Proposers will be announced. All proposals shall be confidential pursuant to the Florida Statues, Chapter 119, entitled Public Records §119.07 (3)(o). All Proposers and their representatives are invited to attend. The Proposer must show the RFP number, RFP name, time and date of the RFP opening on the outside of the sealed RFP package. Delivery of the sealed proposals to the Purchasing Office on or before the above date is solely and strictly the responsibility —of the Proposer. Late Proposals will be returned unopened to the Proposer. It is the Proposer's responsibility to read and understand the requirements of this RFP. Unless otherwise specified•the Proposer must use the proposal form furnished in the bid packet. Proposers are_required to state exactly what they intend to furnish to the City via this Solicitation and must indicate any variances to the terms, conditions and specifications of this bid, no matter how slight. If variations are not stated in the proposal, it shall be construed that the Bidder's proposal fully complies with all conditions identified in this bid. The Proposer shall submit one ORIGINAL and seven (7) copies of the proposal. The ORIGINAL bid must be manually and duly signed in ink by a Corporate Officer, Principal, or Partner with the authority to bind the bidding company or firm by his/her signature. All quotations must be typewritten or filled in with pen and ink. The Proposer must initial proposals having erasures or corrections in ink. All prices, terms and conditions quoted in the submitted bid will be firm for acceptance for sixty days from the date of the bid opening unless otherwise stated by the City. 2. WITHDRAWAL OF PROPOSAL: Any Proposer may withdraw its proposal prior to the indicated opening time. The request for withdrawal must be submitted in writing to the Purchasing Office. • 3. PERFORMANCE: Failure on the part of the Proposer to comply with the conditions, terms, specifications and requirement of the RFP shall be just cause for the cancellation of the RFP award. The City may, by written notice to the Proposer, terminate the contract 3 TEMP. REED. No. `��I/ for failure to perform. The date of termination shall be stated in the notice. The City shall be the sole judge of nonperformance. 4. DEFAULT: In the event that the Proposer defaults on the contract or the contract is terminated for cause due to performance, the City reserves the right to obtain the materials or services from the next lowest Proposer or other source during the remaining term of the contract. Under this arrangement the City will charge the Proposer any excess cost occasioned or incurred thereby and -shall apply to any RFP bond required. 5. TERMINATION FOR CONVENIENCE OF CITY: Upon not less than thirty (30) calendar days written notice delivered by certified mail, return receipt requested, to the Proposer, the CITY may without cause and without prejudice to any other right or remedy, terminate _ the agreement for the CITY's_convenience whenever the CITY determines that such termination is in the best interest of the CITY. Where the agreement is terminated for the convenience of the CITY the notice of termination to the Proposer must state that the contract is being terminated for the convenience of the CITY under the termination clause and the extent of termination. Upon receipt of the notice of termination for convenience, the Proposer shall promptly discontinue at1 work at the time and to the extent indicated on the notice of termination, terminate all outstanding sub -contractors and purchase orders to the extent that they relate to the terminated portion of the Contract and refrain from placing further orders and sub -contracts except as they may be necessary, and complete any continued portions of the work. 6. ASSIGNMENT: The Proposer shall not transfer or assign the performance required by this RFP without the prior written consent of the City. Any award issued pursuant to this RFP and monies that may become due hereunder are not assignable except with prior written approval of the City. 7. EMPLOYEES: Employees of the Proposer shall at all times be under its sole direction and not an employee or agent of the City. The Proposer shall supply competent and physically capable employees. The City may require the Proposer to remove an employee it deems careless, incompetent, insubordinate or otherwise objectionable. Proposer shall be responsible to the City for the acts and omissions of all employees working under its directions. 8. TAXES: The City of Tamarac is exempt from all Federal, State, and Local taxes. An exemption certificate will be provided where applicable upon request. 9. COLLUSION: The Proposer, by affixing its signature to this proposal, certifies that its proposal is made without previous understanding, agreement, or connection either with any previous firms or corporations offering a Proposal for the same items, or with the City. The Proposer also certifies that its proposal is in all respects fair, without outside control, collusion, fraud, or otherwise illegal action. TEMP. REEVO. Pao. � l 10. PUBLIC ENTITY CRIMES: In accordance with Florida State Statute 287.133 2 a : 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 Florida Statutes Section 267.017, for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list. 11. RFP PREPARATION EXPENSE: The Proposer preparing a RFP in response to this proposal shall bear all expenses associated with its preparation. The Proposer shall prepare a RFP with the understanding that no claim for reimbursement shall be submitted to the City for the expense of RFP preparation and/or presentation. 12. SELECTION/NEGOTIATION PROCESS: A Selection/Negotiation Committee has been appointed by the City Manager and will be responsible for selecting the most qualified firm then negotiating a contract. The City reserves the right to enter into contract negotiations with the selected Proposer. If the City and the selected Proposer cannot negotiate a successful contract, the City may terminate such negotiations and begin negotiations with the next selected Proposer. No Proposer shall have any rights against the City arising from.such negotiations. Each firm should submit documents that provide evidence of capability to provide the services required for the committee's review for short listing purposes. The short listed firms will then be contacted via telephone and a follow-up letter to prepare for a presentation to the committee so that a final firm can be selected. The committee will then attempt to negotiate an agreement, which can be recommended to the Tamarac City Commission for award. 13.OMISSION OF DETAILS: Omission of any essential details from these specifications will not relieve the Proposer of supplying such services as specified. 14. INSURANCE REQUIREMENTS: Contractor agrees that he or she will, 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 Manager before beginning work under this Agreement including, but not limited to, Worker's Compensation Insurance. Unemployment 5 11 F, I L_J TEMP. REED. fro.... (.`!.� Insurance, Contractor's Liability Insurance, and all other insurance required by law. Contractor shall maintain such insurance in full force and effect during the life of this Agreement. Contractor shall provide to the City's Risk Manager certificates of all insurances required under this section prior to beginning any work under this Agreement. Contractor shall maintain in full force and effect during the life of the contract, Workers' Compensation insurance covering all employees in performance of work under the contract. Contractor shall make this same requirement of any of its subcontractors. Contractor shall indemnify and save the City harmless from any damage resulting to them for failure of either Contractor or any subcontractor to take out 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: GENERAL LIABILITY PER OCCURRENCE Comprehensive $1,000,000 Premises -Operations Contractual Liability Personal Injury Explosion and Collapse - Underground Hazard Products/Completed Operations Broad Form Property Damage Independent Contractors Cross Liability and Severability of Interest Clause AGGREGATE $2,000,000 AUTOMOBILE LIABILITY PER PERSON PER OCCURRENCE Comprehensive $500,000 $1,000,000 Owned Hired Non -Owned WORKERS' COMPENSATION STATUTORY Neither Contractor nor any subcontractor shall commence work under this contract until they have obtained all insurance required under this section and have supplied owner with evidence of such coverage in the form of a Certificate of Insurance and endorsement. The City shall approve such certificates. ALL INSURANCE COMPANIES PROVIDED SHALL: Be rated at least A VII per Best's Key Rating Guide; be licensed to do business in Florida. 10 TEMP. REED. No. All policies provided shall be Occurrence not Claims Made forms. The Contractor's insurance policies shall be endorsed to add the City of Tamarac as an Additional Insured. The Contractor shall be responsible for all deductibles. All of the policies of insurance so required to be purchased and maintained shall contain a provision or endorsement that the coverage afforded shall not be canceled, materially changed or renewal refused until at least thirty (30) calendar days written notice has been given to the City by certified mail. GOVERNING LAW: INTERESTED VENDORS WILL AGREE THAT THE LAWS OF THE STATE OF FLORIDA SHALL GOVERN CONTRACTS. VENUE WILL BE BROWARD COUNTY. 15. INDEMNIFICATION: The Proposer shall indemnify and hold harmless the City of Tamarac, its elected and appointed officials and employees from any and all claims, suits, actions, damages, liability, and expenses (including attorneys' fees) including but not limited to with loss of life, bodily or personal injury, or property damage, and loss of use thereof, directly or indirectly_ caused by, -resulting from, arising out of or occurring in connection with the operations of the Proposer or his Subcontractors, agents, officers, employees or independent contractors, excep#ing only such claims, suits,- actions, damages, liability and expenses solely attributable to the gross negligence or willful misconduct of the City of Tamarac or its elected or appointed officials and employees. 16. CLARIFICATION TO _TERMS AND CONDITIONS: Where there appears to be variances or conflicts between the General Terms and Conditions and Special Conditions outlined in this RFP, the Special Conditions shall prevail. The Proposer shall examine all RFP documents and shall judge all matters relating to the adequacy and accuracy of such documents. Any inquires, suggestions, request concerning clarification or solicitation for additional information shall be submitted in writing to the City of Tamarac City Clerk's Office. The City shall not be responsible for oral interpretations given by any City employee or its representative. An award of bid will not be effective until 72 hours after the adoption by City Commission. The City shall issue a written Addendum if substantial changes, which impact the submission of the RFPs, are required. A copy of such addenda will be mailed or distributed via facsimile transmission to each Proposer receiving the proposal. 5. PERMITS AND LICENSES: The contractor shall be responsible for securing all City Building permits. However, all City permit fees are waived. The contractor shall submit copies to the Public Works Department, of all permits required for this work. The contractor will be responsible for all County fees (B.O.R.A. - $0.35 per $1000). N • TEMP. R.E.S.O. No. V. RESPONDING TO THE RFP A. Purpose of the -Proposal The purpose of the Proposal is to demonstrate the qualifications, competence and capacity of the organizations seeking to undertake the engagement of the City of Tamarac in conformity with the requirements of this request for proposals. As such, the substance of proposals -will carry more weight than their form or manner of presentation. The Proposal should demonstrate the qualifications and services of the organization. _- The -Proposal should address all the points outlined in the request for proposals. The Proposal should be prepared simply and economically, providing a straight forward, concise description of the Proposer's capabilities to satisfy the requirements of the request for proposals. B. Proposal Requirements 1. Table of Contents 2. Transmittal letter - A signed letter of transmittal briefly stating the Proposer's understanding of the work to be done, the commitment to perform and work within the time period, a statement of why the firm believes itself to be best qualified to perform the engagement and a statement that the proposal is an irrevocable offer for 60 days from the date of the proposal. C. Financial Strength The Proposer must include a copy of the Proposer's most recent annual financial statement including the profit and loss statement and balance sheet. D. Oral Presentations The highest-ranking Proposers will be invited to give an oral presentation. The City may require additional information and Proposers agree to furnish such information. The City reserves the right to award the contract to the Proposer who will best serve the interest of the City. The City reserves the right, based on its deliberations and in its opinion, to accept or reject any or all proposals. The City also reserves the right to waive minor irregularities or variations to the specifications and in the proposal process. n • • E. Ri�`E�P. RED. No. ^�!- �..7 .. Right to Reject Proposals g Submission of a proposal indicates acceptance by the firm of the conditions contained in the request for proposals unless clearly, and specifically noted in the proposal submitted and confirmed in the contract between the City of Tamarac and the firm selected. The City of Tamarac reserves the right without prejudice to reject any or all proposals. 9 Temp. Reso. #9016 BUILDING SYSTEMS QUOTATION Exhibit 2 11 �J SSimplex Simplex Time Recorder Co. 100 Simplex Drive Westminster, MA 01441-0001 U.S.A. TO: CITY OF TAMARAC PARKS AND RECREATION 7501 N. UNIVERSITY DRIVE TAMARAC, FL 33321 QUANTITY 3 2 2 4 1 1 5 6 2 1 2 2 1 5 5 6 No: 263-000222-10 CITY OF TAMARAC COM. CNT.MC/TC PG. 1 of 7 Date: 05-22-2000 ATTN: MS. KATHLEEN S. MARGOLES Phone: (954) 724-2445 Fax: (954) 724-2429 TYPE DESCRIPTION ACCESS CONTROL SYSTEM 3210-9556UL TERMINAL CONTROL,16-BIT,UL VER 3400-9003 CABINET, 4.OAMP POWER SUPPLY 3400-9803 8AH BATTERY W/HARNESS 3210-9828 POWER SUPPLY FAULT RELAY 3209-9550 24V, 4A PS IN CABINET 3209-9831 BATTERIES & HARNESS ASSY. 3209-9719 5355AGNOO PROXPRO READER GRAY SEN1076D SENTROL DPDT CONT, REC.#1076D OPSEC FIBER MODEMS FOR FIELD CNTL. 3208-9515 3000LHR SINGLE LOCK -LEFT HAND 3208-9516 3000RHR LOCK -RIGHT HAND BEVEL 3208-9520 3003RH SINGLE LOCK -RIGHT HAND 3208-9519 3003LH SINGLE LOCK -LEFT HAND D8160 DETECTION SYS. REX/PIR #DS160 DS160TP DETECTION SYS. MNT. #DS160TP PNEU-PB DANAHER PNEUMATIC REX PB INTERCOM SYSTEM i BUILDING SYSTEMS QUOTATION SSimplex Simplex Time Recorder Co. No: 263-000222-10 CITY OF TAMARAC COM. CNT.MC/TC 100 Simplex Drive Westminster, MA 01441-0001 U.S.A. PG. 2 of 7 Date: 05-22-2000 QUANTITY TYPE DESCRIPTION 1 LEF-5 5 CH. MASTER INTERCOM 1 PS-12C INTERCOM MASTER POWER SUPPLY 1 LE-D AIPHONE CALL STATION #LE-D CCTV SYSTEM 1 MX4016MD MX4016MD 1 SVT-3050 SONY SVT3050168H VHS TL VCR 1 LTC 2017/60 MONITOR, 17" MONOCHROME 1 LTC 2009/61 MONITOR, 9" MONOCHROME 9 SPT-M124 SONY SPTM1241/3"B/W CAM 24VAC 4 L28DC4P ISO L28DC4P-1/3"2.8MMF1.3A/1 4 L4DC4P L4DC4P ISO L4DCAP-1/3MM FAAD 1 L358VDC4P L358VDC4P ISO 1/3"3.5MMF1.8 3 EH3512-1 SMALL ENVIRONMENTAL ENCLOSRE 3 EM19000 ENCLOSURE MOUNT 6 EH2100P DROP CEILING ENCLOSURE 6 E2100 ROTATING PLATE ADAPTER 2 ALTV248U 8CH.24VAC/UL P/S #ALTV248UL 2 DTKBNC VIDEO SURGE SUPP.#DTK-VSP-BNCA 2 DTK2LVSC DITEK #DTK-2LVLP-SCP SURGE SUP INTRUSION DETECTION SYSTEM 1 3007-9001 DS740OXI CNTRL PNL W/MUX DRVR 2 3009-9847 BATTERY 12V 7AH LEAD/ACID 2 3007-9811 DS7488 OCTAL RELAY MODULE BUILDING SYSTEMS QUOTATION 0SImplex • Simplex Time Recorder Co. 100 Simplex Drive Westminster, MA 01441-0001 U.S.A. C, 0 No: 263-000222-10 CITY OF TAMARAC COM. CNT.MC/TC PG. 3 of 7 Date: 05-22-2000 QUANTITY TYPE DESCRIPTION 5 3007-9804 DS7432 8 ZONE INPUT REMOTE MOD 2 3007-9502 DS7447 ALPHA NUMERIC KEYPAD 1 DTK120HW DITEK #DTK-120HW 1 3009-9807 SEC/TELCO CORD RJ31X/S868052 1 3210-9803 12V, 4.OA PS W/CABINET 1 3210-9804 BATTERY AND HARNESS ASSY 2 3210-9828 POWER SUPPLY FAULT RELAY 26 2760-9120 MAG CONT STEEL DOOR BRWN 1078W 1 2760-9154 NC CONTACT O/H DOOR 2205-1 8 SEN-T360 SENTROL 360 CEIUMNT. DUAL-TK CONSTRUCTION SERVICES 1 9600-0102 INSTALLATION LABOR 1 9500-0085 DRAWINGS/DRAFTING SERVICES 1 9500-0086 SURVEY/DESIGN SERVICES TOTAL NET COST F.O.B. SHIPPING POINT.... $51,450.00 BUILDING SYSTEMS QUOTATION sSimplex Simplex Time Recorder Co. No: 263-000222-10 CITY OF TAMARAC COM. CNT.MC/TC 100 Simplex Drive Wesbninster, MA 01441-0001 U.S.A. PG. 4 of 7 Date: 05-22-2000 COMMENTS As the current and sole provider of the City's existing Integrated Security Management system, Simplex will insure that all of the security system components required and specified for the new Community Center, will be compatible and fully integrated into the City's existing Security Management System. Simplex will be providing the Access Control, Closed Circuit Television and Intrusion Detection Systems as indicated above and shown on the attached drawings. Simplex will provide Access Control at the Following Doors 1-Rear Entrance Exterior Door 1- East Administrative Office Entrance to Support Area Door #122 1- West Administrative Office Entrance to Support Area Door #122 1- Administrative Office Conference Roam Door #111 1-Property Storage Exterior Door Access Control Field Controllers, Power Supplies and Fiber Optic Modems to be located in Electrical Room #158 Simplex will provide an Intrusion Detection System in the following areas: One Keypad at Rear Entrance Corridor #104 One Keypad at Administrative Office Support Area Room #122 One Wall Mount Motion Detector Corridor #102 One Wall Mount Motion Detector Ballroom #130 Two Ceiling Motion Detectors Front Lobby #101 One Wall Motion Detector each for Administrative Offices #116, #117 and #118 Door Contacts at all perimeter doors Door Contacts at Interior Administrative Office Doors Intrusion Detection Control Panel and Associated Power Supplies to be located in Electrical Room #158 Simplex will provide CCTV Cameras in the following areas: One Fixed CCTV Camera in Game Room #140 Two Fixed CCTV Cameras in Ball Room #130 One Fixed CCTV Camera in Reception Area #110 One Fixed CCTV Camera in Aerobics Roam #156 One Fixed CCTV Camera in Fitness Room #150 Two Fixed CCTV Cameras in Gymnasium #160 One Fixed Exterior CCTV Camera Corridor #104 CCTV Monitor & Recording Equipment Located in Reception Area #110 Simplex is responsible for the following: Provide and Install All Equipment as Listed Above, All Wire and Associated Hardware, Fiber Optic Network capabilities of the Access Control System Field Controllers. Access Control System Hardware Configuration and Programming BUILDING SYSTEMS QUOTATION 9;Simplex Simplex Time Recorder Co. No: 263-000222-10 CITY OF TAMARAC COM. CNT.MC/TC 100 Simplex Drive Westminster, MA 01441-0001 U.S.A. PG. 5 of 7 Date: 05-22-2000 COMMENTS CONTINUED Closed Circuit TV System Configuration and Programming Intrusion Detection System Configuration and Programming Partitioning of the Intrusion Detection System into Two Defined Areas. Complete System Test and Customer Training. The Customer is responsible for the following: All conduit w/pull strings and 11 OVAC as specified by Simplex. All Fire Alarm Interface as required to the Access Control System. All Fiber Optic Cable, and Associated Hardware All Mounting and Desk Space for Security Equipment as specified by Simplex. All Entry of Employee Data Base Information All Applicable Taxes and Permit Fees Simplex will provide Shop Drawings of the Access Control, CCTV and Intrusion Detection to the Engineer of Recorded to be included as part of the approved Engineered Drawing. C� � r }.. Ell • fW i� 0 i3 Simplex 13 June 2000 City of Tamarac Office of the City Manager 7525 N. W. 88 h Avenue Tamarac, FL 33321 Attn: Ms. Linda Fleurry Subject: Contract for Senior & Community Center Security management System Ms. Fleurry: Simplex Plaza Gardner, Massachusetts 01441-0001 U.S.A. (978) 632-2500 www.simplexnet.com C_- © C-) c? to r-= N � Confirming our telephone conversation of this date, Simplex herein withdraws the amendment submitted on 7 June and unconditionally accepts the subject order. SIMPLEX TIME RECORDER CO. Kelli A. Conlon Contract Administration cc: 263-980036-20 U Wm i Fire, Security, Communications, Workforce Solutions, Sales & Service Offices & Representatives in Principal Cities throughout the World 0 Temp. Reso. #9016 - "EXHIBIT 3" AGREEMENT BETWEEN CITY OF TAMARAC AND SIMPLEX TIME RECORDER CO. THIS AGREEMENT made this day of �u rJ6' , 2000, by and between the CITY OF TAMARAC (hereinafter called CITY), a municipal corporation with principal offices located at 7525 NW 88t" Avenue, Tamarac Florida and SIMPLEX TIME RECORDER CO., (hereinafter called the CONTRACTOR), a Massachusetts corporation with principal offices located at Simplex Plaza, Gardner, MA 01441-0001, for installation of an integrated security management system at the Senior & Community Center. 0 WITNESSETH: The CITY and the CONTRACTOR in consideration of the mutual covenants hereinafter set forth, agree as follows: 1. The undersigned CONTRACTOR hereby represents that CONTRACTOR has carefully examined the Technical Specifications and all documents listed in Paragraph 3 of this Agreement and will perform the requirements of this Agreement pursuant to all covenants and conditions listed in those documents. The CONTRACTOR agrees to comply with the requirements of the specifications and all terms and conditions contained in Paragraph 3 of this Agreement. 2. The CONTRACTOR0 , as evidenced by the execution of this Agreement, acknowledges that CONTRACTOR has examined the physical characteristics of the g Y 0 project requirements. The CONTRACTOR further acknowledges that the proposed price of $51,450.00 listed in CONTRACTOR'S Proposal, dated May 22, 2000 includes all costs and expenses and is the total compensation required to be paid by the CITY for the satisfactory completion of the requirements of this Agreement. 3. This Agreement between the CITY and the CONTRACTOR includes the following documents which are attached hereto and incorporated herein by reference: General Terms and Conditions CONTRACTOR'S Proposal, dated May 22, 2000 Contract Drawings Special Terms, Conditions & Instructions Any Modifications, including Change Orders, duly delivered after execution of this Agreement. All work shall be in compliance with the requirements of the original RFP #97-22R and agreement dated March 25, 1998. 4. The CITY shall direct the CONTRACTOR to proceed with the project by sending a Notice to Proceed to CONTRACTOR. The CONTRACTOR shall commence its contractual obligations on the date noted on the Notice to Proceed and complete such obligations as noted in the section titled, FINAL SYSTEM ACCEPTANCE POLICY in the Special Terms, Conditions and Instructions, not including the thirty (30) continuous day operating period, within 120 calendar days of commencement. El 0 5a. At the end of each month CONTRACTOR shall submit to the CITY an invoice for payment. The basis of the invoice shall be equipment and materials delivered to the CITY and the amount of progress CONTRACTOR has made towards the completion of the project. Both CONTRACTOR and CITY shall agree with the invoice amount before the invoice is prepared and mailed. The CITY, if satisfied to the correctness of the invoice, shall pay the amount of the invoice, minus the 15% retainage, as set forth in the section titled FINAL SYSTEM ACCEPTANCE POLICY, within thirty (30) days of receipt of invoice. 5b. Prior to payment of the fifteen (15%) percent retainage set forth in the section 0 titled FINAL SYSTEM ACCEPTANCE POLICY, 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. Payment of the invoice by the CITY and acceptance of such payment by the CONTRACTOR shall release the CITY from all claims of liability to the CONTRACTOR in connection with this Agreement. The CONTRACTOR shall upon acceptance of such payment execute and deliver to the CITY the Final Release of Lien by CONTRACTOR. (The Remainder of this Page Left Blank Intentionally) • • 6. CONTRACTOR is an independent contractor under this Agreement. Personnel 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 procedures applicable to services rendered under this Agreement shall be those of the CONTRACTOR. 7. CONTRACTOR shall bear the risk of loss and damage to the CITY'S structures, utilities and other property while working on CITY property until CONTRACTOR'S contractual obligations are completed. 8. 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 Jeffrey L. Miller, City Manager City of Tamarac 7525 N.W. 88th Avenue Tamarac, FL 33321 With a copy to the City Attorney at the same address. CONTRACTOR James W. Dupries� 71T Bronch Monager Simplex Ime �Pecoroler 3?a/ Commerce. Aorhz 1)11'ramor, Fl- 330-:�s • 9. The CONTRACTOR shall not, without prior written consent of the CITY, assign any portion of its interest or duties under this contract and, specifically, the CONTRACTOR shall not assign any moneys due or to become due without the prior written consent of the CITY. This Agreement, or any portion thereof, shall not be subcontracted without prior written consent of the CITY. 10. The CITY and the CONTRACTOR each binds themselves, their partners, successors, assigns and legal representatives to the other party hereto in respect to all covenants, agreements and obligations contained in this Agreement. 0 11. 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 nonenforcement 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. 12. This Agreement constitutes the entire agreement between the CITY and the CONTRACTOR, and all prior 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 0 CITY. • 13. This Agreement shall be governed by the laws of the State of Florida as are now and hereinafter in force. The venue for actions arising out of this Agreement is fixed in Broward County, Florida. IN WITNESS WHEREOF, the parties hereto have executed this Agreement, the day and year first above written. ATTEST: Marion Swenson, Interim City Clerk • Apprgvtd as &o Form: I S. Kraft, ¢iVy Attorney WITNESS: O&Z&Z4. A (Print or Type Name) (Print or Type Name) 0 CITY OF TAMARAC, FLORIDA By: ('�Ioe Schreiber, Mayor By: r L. Miller, City Manager CONTRACTOR: '-'* Per Enclosed Amendment page(s). (Print or Type Name and Title) 0 CORPORATE ACKNOWLEDGEMENT STATE OF /YI a crrc r� s Tls COUNTY OF arc ef_ The foregoing instrument was acknowledged before me this 7 day of Tune , 2000 by (name of officer or agent, title of officer or agent) of =�o /f,• ?era 4yz1_ (name of corporation acknowledging), a (state or place of incorporation) corporation, on behalf of the corporation. He is personally known to me (type of identification) as identification and did (did not) take an oath. Signature of Notary Public —State of Plefida /7w_55,�,c h•✓ r1-z - Print, Type or Stamp Name of Notary Public /'may t��r✓,.+.si'r�n %',Mrs f/�'� � 11 L INTEGRATED SECURITY MANAGEMENT SYSTEM SENIOR AND COMMUNITY CENTER INTRODUCTION The Proposer shall furnish a standard, field proven, integrated hardware and software system that shall functionally provide the performance, reliability, and expansion capability as specified. II. GENERAL TERMS AND CONDITIONS These general terms and conditions apply to all offers made to the City of Tamarac by all prospective Proposers including but not limited to Request for Quotes, Request for Proposal and Request for Bid. As such the words "bid" and "proposal" are used inter- changeably in reference to all offers submitted by prospective bidders. The City of Tamarac 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 enter into contract negotiations ith the selected Proposer or take any other actions that may be deemed to be in the best terest of the City of Tamarac. All prices, terms and conditions quoted in the submitted bid will be firm for acceptance for sixty days from the date of the bid opening unless otherwise stated by the City. 1. PERFORMANCE: Failure on the part of the Proposer to comply with the conditions, terms, specifications and requirement of the Proposal shall be just cause for the cancellation of the Proposal award. The City may, by written notice to the Proposer, terminate the contract for failure to perform. The date of termination shall be stated in the notice. The City shall be the sole judge of nonperformance. 2. DEFAULT: In the event that the Proposer defaults on the contract or the contract is terminated for cause due to performance, the City reserves the right to obtain the materials or services from the next lowest Proposer or other source during the remaining term of the contract. Under this arrangement the City will charge the Proposer any excess cost occasioned or incurred thereby and shaii apply to any PROPOSAL bond required. 3. TERMINATION FOR CONVENIENCE OF CITY: Upon not less than thirty (30) calendar days written notice delivered by certified mail, return receipt requested, to the Proposer, the CITY may without cause and without prejudice to any other right or remedy, terminate e agreement for the CITY's convenience whenever the CITY determines that such 1 termination is in the best interest of the CITY. Where the agreement is terminated for the convenience of the CITY the notice of termination to the Proposer must state that the contract is being terminated for the convenience of the CITY under the termination clause and the extent of termination. Upon receipt of the notice of termination for convenience, the Proposer shall promptly discontinue all work at the time and to the extent indicated on the notice of termination, terminate all outstanding sub -contractors and purchase orders to the extent that they relate to the terminated portion of the Contract and refrain from placing further orders and sub -contracts except as they may be necessary, and complete any continued portions of the work. 4. ASSIGNMENT: The Proposer shall not transfer or assign the performance required by this PROPOSAL without the prior written consent of the City. Any award issued pursuant to this PROPOSAL and monies that may become due hereunder are not assignable except with prior written approval of the City. 5. EMPLOYEES: Employees of the Proposer shall at all times be under its sole direction and not an employee or agent of the City. The Proposer shall supply competent and physically capable employees. The City may require the Proposer to remove an employee it deems careless, incompetent, insubordinate or otherwise objectionable. Proposer shall be responsible to the City for the acts and omissions of all employees working under its directions. 6. TAXES: The City of Tamarac is exempt from all Federal, State, and Local taxes. An exemption certificate will be provided where applicable upon request. 0. COLLUSION: The Proposer, by affixing its signature to this proposal, certifies that its proposal is made without previous understanding, agreement, or connection either with any previous firms or corporations offering a Proposal for the same items, or with the City. The Proposer also certifies that its proposal is in all respects fair, without outside control, collusion, fraud, or otherwise illegal action. 8. PUBLIC ENTITY CRIMES: In accordance with Florida State Statute 287.133 2 a : 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 Florida Statutes Section 287.017, for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list. 9. PROPOSAL PREPARATION EXPENSE: The Proposer preparing a PROPOSAL in response to this proposal shall bear all expenses associated with its preparation. The Proposer shall prepare a PROPOSAL with the understanding that no claim for reimbursement shall be submitted to the City for the expense of PROPOSAL preparation 2 and/or presentation. 10. OMISSION OF DETAILS: Omission of any essential details from these specifications 0 will not relieve the Proposer of supplying such services as specified. 11. INSURANCE REQUIREMENTS: Contractor agrees that he or she will, 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 Manager before beginning work under this Agreement including, but not limited to, Worker's Compensation Insurance, Unemployment Insurance, Contractor`s Liability Insurance, and all other insurance required by law. Contractor shall maintain such insurance in full force and effect during the life of this Agreement. Contractor shall provide to the City's Risk Manager certificates of all insurances required under this section prior to beginning any work under this Agreement. Contractor shall maintain in full force and effect during the life of the contract, Workers' Compensation insurance covering all employees in performance of work under the contract. Contractor shall make this same requirement of any of its subcontractors. Contractor shall indemnify and save the City harmless from any damage resulting to them *for failure of either Contractor or any subcontractor to take out 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: GENERAL LIABILITY PER OCCURRPNr.P Comprehensive S1,000,000 Premises -Operations Contractual Liability Personal Injury Explosion and Collapse Underground Hazard Products/Completed Operations Broad Form Property Damage Independent Contractors Cross Liability and Severability of Interest Clause AUTOMOBILE LIABILITY PER PERSON Comprehensive 5500,000 Owned Hired Non -Owned 3 AGGREGATE Sz.000.000 PER OCCURRENCE S1,000,000 WORKERS' COMPENSATION STATUTORY 0 Neither Contractor nor any subcontractor shall commence work under this contract until they have obtained all insurance required under this section and have supplied owner with evidence of such coverage in the form of a Certificate of Insurance and endorsement. The City shall approve such certificates. ALL INSURANCE COMPANIES PROVIDED SHALL: Be rated at least A VII per Best's Key Rating Guide; be licensed to do business in Florida. All policies provided shall be Occurrence not Claims Made forms. The Contractor's insurance policies shall be endorsed to add the City of Tamarac as an Additional Insured. The Contractor shall be responsible for all deductibles. All of the policies of insurance so required to be purchased and maintained shall contain a provision or endorsement that the coverage afforded shall not be canceled, materially changed or renewal refused until at least thirty (30) calendar days written notice has been given to the City by certified mail. GOVERNING LAW. INTERESTED VENDORS WILL AGREE THAT THE LAWS OF THE STATE OF FLORIDA SHALL GOVERN CONTRACTS. VENUE WILL BE BROWARD COUNTY. 1012. INDEMNIFICATION: The Proposer shall indemnify and hold harmless the City of Tamarac, its elected and appointed officials and employees from any and all claims, suits, actions, damages, liability, and expenses (including attorneys' fees) including but not limited to with loss of life, bodily or personal injury, or property damage, and loss of use thereof, directly or indirectly caused by, resulting from, arising out of or occurring in connection with the operations of the Proposer or his Subcontractors, agents, officers, employees or independent contractors, excepting only such claims, suits, actions, damages, liability and expenses solely attributable to the gross negligence or willful misconduct of the City of Tamarac or its elected or appointed officials and employees. 13. CLARIFICATION TO TERMS AND CONDITIONS: Where there appears to be variances or conflicts between the General Terms and Conditions and Special Conditions outlined in this PROPOSAL, the Special Conditions shall prevail. The Proposer shall examine all PROPOSAL documents and shalljudge all matters relating to the adequacy and accuracy of such documents. Any inquires. suggestions, request concerning clarification or solicitation for additional information -hall be submitted in writing to the City of Tamarac City Clerk's Office. The City shall not be responsible for oral interpretations given by any City employee or its representative. An award of bid will not be effective until 72 hours after the adoption by City Commission. The City shall issue a written Addendum if substantial changes, which impact the submission of the PROPOSALs, are required. A copy of such addenda will be mailed or distributed via facsimile transmission to each Proposer receiving the proposal. 14. PERMITS AND LICENSES: The contractor shall be responsible for securing all City Building permits. However, all City permit fees are waived. The contractor shall submit copies to the Public Works Department, of all permits required for this work. The contractor will be responsible for all County fees (B.O.R.A. - $0.35 per $1000). 15. RIGHT TO REJECT PROPOSALS Submission of a proposal indicates acceptance by the firm of the conditions contained in the request for proposals unless clearly and specifically noted in the proposal submitted and confirmed in the contract between the City of Tamarac and the firm selected. The City of Tamarac reserves the right without prejudice to reject any or all proposals. SPECIAL TERMS CONDITIONS AND INSTRUCTIONS INSTRUCTIONS TO PROPOSER Prior to submitting proposals, each Proposer is requested to carefully consider the amount and character of the work to be done as well as the difficulties involved in its proper execution. Each Proposer shall physically inspect the specific locations where the equipment will be installed to acquire a complete understanding of the intention and the extent of the installation. Proposers should include in their proposals all costs deemed necessary to cover all contingencies essential to successfully installing the specified system. Any cost not specifically itemized in the proposal shall not be incurred unless specifically agreed upon, in writing. No claims for compensation will be considered or allowed for extra work resulting from ignorance of any existing conditions on part of the Proposer. All proposal responses must be precise and to the point. A format is provided for listing of equipment and costs. All Proposers must respond to this specific format Alternatives to the specifications will be accepted and evaluated, but only if they are in addition to and not in place of the CITY's stated requirements and standards. Any exception must be clearly specified as such and the CITY reserves the right to reject any proposals that do not comply with this document. The CITY reserves the right to accept any proposal or at its discretion reject any or all proposals for whatever reason it deems appropriate. Receipt of a proposal response does not obligate the CITY to pay any expenses incurred by the Proposer in preparation of the proposal response or obligate the CITY in any other respect The CITY reserves the right to modify the specifications contained herein at any time during the proposal period. No modification or interpretation of the specifications, other than through the issuance of addenda, will be binding upon the CITY. Proposers must notify the CITY as soon as possible of any omissions or errors in the specifications so that corrective addenda may be issued. Such notification must be received by the CITY at least ten (10) days prior to the date for receipt of proposals. All proposals submitted will be considered property of the CITY and may be released in pa,ri or in total for third party evaluation: unless other arrangements are requested at the time of proposal submission, Neither the transmission of the RFP nor acceptance of a reply shall imply any obligation or commitment on the part of the CITY. The CITY reserves the right to use any or all design ideas or concepts presented in any proposa' submitted in response to this RFP, whether amended or not Proposa!s submitted may be revie:�red and evaluated by any person, at the discretion the CITY, including nonya!lied and independent consultants reta,ned by the CITY. novi or in the future I he selected Proposer will; be considered the prlma,^y cc itraztor and will assurne tOta! responsibility for providing the CITY with a!I ma'eria! needed to ma'-,e the system fully operationa! Paa= 1 of 01 by the agreed upon date. The Purchase will require references, names of the offic(1•s, names and responsibilities of those to be assigned to this project. If the primary contractor decides to use the services of one or more subcontractors the following applies; the CITY reserves the right to select and approve subcontractors; the prima-Y contractor must agree to be responsible for the actions and quality of workmanship of the subra)ntractors(s). The primary contractor at all times during performance and until work is completed ,Ind accepted, shall have on the premises a competent supervisor, satisfactory to the CITY and wi-11 authority to act for the vender; and the primary contractor will comply with all union rules and re!lulations in force at the project site. Contractor and /or subcontractor(s) shall get clearance fro owner's representative before entering any and all areas of the building to perform work ass rinments. Only proposals of vendor, contractors and/or subcontractors properly licensed and I, 3nded to do business in the State of Florida and certified in their field will be considered. The successful Proposer will comply with all applicable State laws, codes, ordinanc( rules, and regulations as applicable to the work to be performed, Labor unions involved in any collective bargaining agreements covering any employ:es who will be working on the CITY's premises must be specified. Proposer should not submit contracts as Part of their proposal. RISK OF LOSS All risk of loss or damage to the equipment prior to final acceptance by CITY as a re:, alt of fire, theft, water, malicious mischief, or other causes shall be borne by the successful Prt poser. PATENT INFRINGEMENTS The successful Proposer shall agree to indemnify the CITY with respect to any legal :uit, claim, or proceeding that may be brought against it claiming that the use of the proposed syst(! n constitutes an infringement of any patent or trade secret. The successful Proposer v i I further agree to defend the CITY against any such claims and to pay all litigation costs, attor' eys' fees, settlement payments, and any damages awarded or resulting from any such claims. IMPLEMENTATION SCHEDULE The Proposer is required to submit with the proposal response a detailed implements` on schedule outlining major milestones and associated time frames and methods of proji:,t control. The agreed upon schedule shall include the following stages: (1) delivery of equiprrz�nt; (2) installation of equipment; (3) programming and testing of equipment. Stage Two ( :) must be completed no later than August 24, 2000. No damages or alterations to finished surfs i;es shall occur after this date. Stage Three (3) shall be completed no later September 15, 200 Page 2 of 5 11 LIQUIDATED DAMAGES Upon failure of the CONTRACTOR to complete the Work within the time specified for completion (plus approved extensions if any), CONTRACTOR shall pay to CITY the sum of five hundred and x/100 dollars ($500.00) for each calendar day that the completion of the Work is delayed beyond the time specified in the Contract for completion, as fixed and agreed liquidated damages and not as a penalty. Liquidated damages are hereby fixed and agreed upon between the parties, recognizing the impossibility of precisely ascertaining the amount of damages that will be sustained by CITY as a consequence of such delay and both parties desiring to obviate any question of dispute concerning the amount of said damages and the cost and effect of the failure of CONTRACTOR to complete the Contract on time. Regardless of whether or not a single Contract is involved, the above -stated liquidated damages shall apply separately to each portion of the Work for which a time of completion is given. CITY shall have the right to deduct from and retain out of moneys which may be then due or which may become due and payable to CONTRACTOR, the amount of such liquidated damages and if the amount retained by CITY is insufficient to pay in full such liquidated damages, the CONTRACTOR shall pay in full such liquidated damages. CONTRACTOR shall be responsible for reimbursing CITY, in addition to liquidated damages and any other per day damages for delay, for all costs incurred by ENGINEER, and inspection and other costs incurred in administering the construction of the Project beyond the completion date specified or beyond an approved extension of time granted to CONTRACTOR whichever is later. These liquidated damages will not prohibit City from recovering ascertainable actual damages incurred as a result of the same delay to which the liquidated damages apply. Contractor may be liable for both liquidated damages as stated herein, and for excess completion costs of this project. In the event Contractor has been either terminated from or has abandoned the project 0 prior to completion, this liquidated damages clause is still applicable to hold Contractor liable for the liquidated damages PAYMENTSCHEDULE The Proposer must submit a detailed payment schedule showing percentage payment requirements and the corresponding anticipated dates for work completion CHANGES TO THE CONTRACT During the course of the installation process. the CITY will, as requested or as seems desirable, issue clarifications on the specifications. Should the successful Proposer believe that any clarification in fact constitutes a change to the contract, he shall so notify the CITY in the form of a Change Proposal, identifying all associated changes to the cost of the contract. During the course of the installation process either party may issue requests for changes in the contract. 'This shall take the form of a Change Proposal that, if accepted by both parties sha!I be executed as a change. When in the judgment of the CITY, a need for immediate action exists, the successful Proposer may be directed to proceed on a time and mat_ria!s basis with the proposed cha,na- P, a,Pos_r Sha!! ind!cate the rates and markups I^ the,r prop^sal. In no e�,_nt sha'I Changes invelv:ng extra cost to the CITY be a';o�.v ed to proceed without prig, apNrova. Pa,i_ 3 of 5 0 0 RESPONSIBILITY OF THE CITY IN THE INSTALLATION PROCESS The Proposer shall clearly define the expected responsibilities of the CITY during the installation phase of the project. This shall include all construction for which the CITY will be responsible. Specific locations will be addressed during contract negotiations, but general responsibilities and expected standards are to be included in the proposal response. FINAL SYSTEM_ACCEPTANCE POLICY A standard fifteen (15%) percent retainage of the contract price will be implemented and final payment will not be released until successful Proposer conducts an acceptance test in conjunction with the CITY to validate that work has been completed in accordance with the terms and conditions of the above; that all defects have been made good; that all accounts for extra work and material and allowances for omissions have been rendered and agreed to, that there are no outstanding liens, mechanics liens or claims for material furnished or labor performed on the work; and that the system has functioned at a normal operating load for a period of thirty (30) continuous days. A post installation audit should confirm that all manufacturers installation criteria are within specification. Acceptance of the system and the release of final payment will be dependent on the post installation audit. REMEDIES/ CONSEQUENTIAL Non -Performance In the event of non-performance on the part of the successful Proposer, (i.e., failure and/or inability to meet agreed upon deadlines and specifications as outlined herein) direct or indirect damages may be claimed by the CITY, Rejected Work The successful Proposer shall promptly remove from the premises equipment rejected by the CITY for failure to comply with the contract documents. The successful Proposer shall promptly replace rejected equipment in accordance with the contract documents and without further expense to the CITY. If the successful Proposer does not take action to remove and replace rejected equipment within ten (10) days after receipt of written notice, the CITY reserves the right to remove and replace such work. The successful Proposer shall be responsible for shipping, handling. and storage expense of said materials. DISTINCTIONS Only existing equipment the, is in production shall be used. Equipment under development or in the planning stage will not be considered responsive. Proposers may include future product plans in a separate addendum Paae4of5 0 The Proposer must identify the manufacturer of any and all equipment included in the proposal. The identification must include model numbers, description, quantities and itemized price. The Proposer shall indicate the availability of equipment and material for installation and maintenance. Installation of equipment shall be made by qualified, certified, and trained personnel. All installation shall be done in a neat, professional and high quality manner, and in conformity with local, state and federal building codes. All areas affected by installation, both inside and outside the buildings, will be restored to their former condition. Proposer is responsible for the cost of all repairs, painting and other restoration needed due to damage caused by the installation. The successful Proposer shall provide all tools, equipment, test equipment, cleaning material, and miscellaneous hardware necessary for the cabling installation. Any equipment and materiel necessary for proper operation of the system not specified or described herein shall be deemed as part of the specification. The successful Proposer shall be responsible for the shipping. handling, and storage of all said material and equipment. The successful Proposer shall be responsible for obtaining any necessary licenses, permits or certifications. It will be the responsibility the successful Proposer for the removal of all trash and debris from the site at the end of each working day. • PROJECT SCOPE The Proposer shall provide a fully integrated security management system for the Senior and Community Center. The security management system shall integrate the following existing and proposed systems or applications: intrusion detection and panic alarm systems, fire systems, access control system, a paging system. closed circuit television (CCTV), time and attendance, and video badging. Proposer shall ensure current alarm devices and fire alarm systems are in proper working order and integrate into the security management system. Page 5 of 5 0 JUN. -12' 00 (MON) 21 ! 03 TEL:1 978 874 $861 I* a simplex • 13 June 2000 City of Tamarac Office of the City Manager 7525 N, W. 88" Avenue Tamarac, FL 33321 Attn = Ms. Linda Fleurry Subject: Contract for Senior & Community Center Security management system Ms. Fleurry: Simplex Plaza Gardner, Massachusetts 01441-0001 U.S,i4 (078) 632-2.500 vwwvsimplexnet.com Confirming our telephone conversation of this date, Simplex herein withdraws the amendment submitted on 7 June and unconditionally accepts the subject order. SIMPLEX TIME RECORDER CO. Kelli A. Conlon Contract Administration cc: 263-980036-20 Fire, Security, Communications, Workforce Solutions, Sales & Service Offices & Representatives in Principal Cities throughout the World