HomeMy WebLinkAboutCity of Tamarac Resolution R-2000-257Temp Reso # 9105
Page 1
August 10, 2000
Revision #1 — 09/01 /00
Revision #2 — 09/18/00
Revision # 3 — 09/20/00
CITY OF TAMARAC, FLORIDA
RESOLUTION NO. R-2000- �5r%
A RESOLUTION OF THE CITY COMMISSION
OF THE CITY OF TAMARAC, FLORIDA,
AUTHORIZING THE AWARD OF RFP 00-20R
"EMERGENCY RESPONSE VEHICLE RADIO
HEADSET INTERCOM SYSTEM" TO
COMMUNICATIONS INTERNATIONAL, INC.
IN AN AMOUNT NOT TO EXCEED
$26,882.50; PROVIDING FOR CONFLICTS;
PROVIDING FOR SEVERABILITY; AND
PROVIDING FOR AN EFFECTIVE DATE.
WHEREAS, the City desires to provide more effective communications for
the Fire Rescue personnel responding to City emergency calls; and
WHEREAS, the City of Tamarac publicly advertised RFP 00-20R
"EMERGENCY RESPONSE VEHICLE RADIO HEADSET INTERCOM SYSTEM"
in the Sun -Sentinel on June 4, 2000 and June 11, 2000; and
WHEREAS, ten (10) vendors were solicited and one (1) bid was received
on June 28, 2000, which was reviewed to determine cost and responsiveness to
the City's specifications; and
WHEREAS, Communications International, Inc., submitted the only bid,
with pricing for several different applications and services; and
Temp Reso # 9105
Page 2
August 10, 2000
Revision #1 — 09/01/00
Revision #2 — 09/18/00
Revision # 3 — 09/20/00
WHEREAS, the City, after careful review of the pricing, has opted to
proceed with the purchase of three (3) single radio installations on the City's
engines and five (5) dual radio installations on the City's rescue vehicles; and
WHEREAS, Communications International, Inc., submitted a price of
$26,882.50 for the purchase of three single radio installations on the engines and
5 dual radio installations on the rescues; and
WHEREAS, sufficient funds are available from the Fire Rescue Operating
funds; and
WHEREAS, it is the recommendation of the Fire Chief and
Purchasing/Contracts Manager that RFP 00-20R "Emergency Response Vehicle
Radio Headset Intercom System" be awarded to Communications International,
as the only responsive and responsible bidder; and
WHEREAS, the City Commission of the City of Tamarac, Florida deems it
to be in the best interest of the residents of the City of Tamarac to authorize the
award of RFP 00-20R "Emergency Response Vehicle Radio Headset Intercom
System" in an amount not to exceed $26,882.50.
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.
Temp Reso # 9105
Page 3
August 10, 2000
Revision #1 — 09/01 /00
Revision #2 — 09/18/00
Revision # 3 — 09/20/00
SECTION 2: The award of RFP 00-20R "Emergency Response
Vehicle Radio Headset Intercom System" to Communications International, a
copy RFP 00-20R and the bid submitted attached hereto as Exhibit "A", in an
amount not to exceed $26,882.50 is HEREBY AUTHORIZED.
SECTION 3: All resolutions or parts of resolutions in conflict
herewith are HEREBY repealed to the extent of such conflict.
SECTION 4: If any clause, section, 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.
1
1
r
u
Temp Reso # 9105
Page 4
August 10, 2000
Revision #1 — 09/01 /00
Revision #2 — 09/18/00
Revision # 3 — 09/20/00
SECTION 5: This Resolution shall become effective immediately
upon its passage and adoption.
PASSED, ADOPTED AND APPROVED this A7 day of , 2000.
ATTES`C
MARION _SWENSON, CMC
CITY CLERK
I HEREBY CERTIFY that I
hhMejlpproved this
UT10N as to forrry
MITCHELL S. KRi
CITY ATTORNEY
JOE SCHREIBER
MAYOR
RECORD OF COMMISSION VOTE
MAYOR SCHREIBER
DIST 1: COMM. PORTNER
DIST 2: COMM. MISHKIN
DIST 3: COMM. SULTANOF
DIST 4: VIM ROBERTS
ATTACHMENT 1
TEMP. RESC. 9105
CITY OF TAMAmA%,
INTEROFFICE MEMORANDUM
FINANCE DEPARTMENT
PURCHASING DIVISION
TO: Paul Forsberg, Assistant Fire DATE: 2 August 2000
Chief
FROM: Anne M. Lodato, Senior Buyer RE: Recommendation of Award of
RFP 00-20R "Emergency
Response Vehicle Radio
Headset Intercom System" to
Communications International
Recommendation:
To recommend award of RFP 00-20R "Emergency Response Vehicle Radio Headset Intercom
System" to Communications International.
Icc11a-
Recommendations for purchase of Emergency Response Vehicle Radio Headset Intercom
System.
Background:
We publicly advertised RFP 00-20R on June 4t" and 11t", 2000 and mailed solicitations to ten
(10) vendors. Prior to opening, we contacted all ten (10) vendors to ask if they intended to
submit a proposal. Six (6) vendors said they would not submit proposals for various reasons,
four (4) vendors indicated that they would submit proposals. On June 28, 2000, we received
one (1) proposal and one (1) no bid.
Communications International submitted a responsive proposal that meets all requirements
and their price is within the budget for this project. The three (3) Fire Departments listed as
references were contacted and stated that they were very pleased with the equipment and
have had years of use without any problems or replacements. It is our recommendation that
we move forward with awarding RFP 00-20R to Communications International.
EXHIBIT A
TEMP. RESO. 9105
REQUEST FOR PROPOSAL
0
bi
T�1
QR1�
RFP # 00-20R
�ri
EMERGENCY RESPONSE VEHICLE RADIO HEADSET INTERCOM SYSTEM
FINANCE DEPARTMENT
PURCHASING DIVISION
CITY OF TAMARAC
7525 NW 88TH AVENUE
TAMARAC, FLORIDA 33321-2401
TABLE OF CONTENTS
Documents: Page No.
Notice Inviting Bids 2-5
Instructions to Offerors 6 - 16
General Conditions & Specifications 17 - 19
Proposal Forms 20 - 26
Certified Resolution 27
Qualification Statement 28 - 33
Non Collusive Affidavit 34 - 35
Public Entity Statement 36 - 38
Foreign Corporation Statement 39
Vendor Drug Free Workplace Statement 40
Sample Form of Agreement 41 -48
1
DATE: May 26, 2000
REQUEST FOR PROPOSALS
ALL INTERESTED PARTIES:
I:»,►[�1��I�b��l:7
The City of Tamarac, Florida, hereinafter referred to as CITY, will receive sealed
Proposals at the office of the Purchasing and Contracts Manager, City Hall, 7525
NW 88th Avenue, Tamarac, Florida 33321, for furnishing the services described
below:
EMERGENCY RESPONSE VEHICLE RADIO HEADSET INTERCOM SYSTEM
Sealed Proposals must be received and time stamped in by the Purchasing Office,
either by mail or hand delivery, no later than 2:00 p.m. local time on Wednesday,
June 28, 2000. 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 offeror's, 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.
Anne M. Lodato, CPPB
Senior Buyer
Publish Sun Sentinel: Sunday, 6/4/00
Sunday, 6/11 /00
VA
I. STATEMENT OF THE WORK
The City of Tamarac is seeking proposals from qualified proposers, hereinafter referred to
as the Contractor, to provide an Emergency Response Vehicle Radio Headset Intercom
System that allows emergency response personnel of the Fire Department to
communicate without the interference of the high background noise created by the
engines or sirens inclusive of labor, materials and equipment in accordance with the
terms, conditions, and specifications contained in this Request for Proposals (RFP).
See Attachment "A".
II. SCOPE OF SERVICES
III. PROPOSAL REQUIREMENTS
1. Scope of Services Proposed
Clearly describe the scope of services proposed inclusive. A brief statement must
be included which explains why your approach and plan would be the most
effective and beneficial to the residents of the City of Tamarac.
The proposal must address a commitment to continuous prosecution of the scope
of services proposed within the contract period.
2. Firm Qualifications
This section of the Proposal should give a description of the firm, including the
size, range of activities, etc. Particular emphasis should be given as to how the
firm -wide experience and expertise in the area of Emergency Response Vehicle
Radio Headset Intercom System will be brought to bear on the proposed work.
This section must also identify the contact person supervisory personnel who will
be responsible for the provision of services.
3. References
Provide a list and description of similar services satisfactorily performed within the
past three (3) years. For each engagement listed, include the name and
telephone number of a representative for whom the engagement was undertaken
who can verify satisfactory performance.
3
4. Price Proposal
Submit your signed, firm, fixed price proposal for providing all services, materials,
etc., required for the services in accordance with your technical proposal to the
City of Tamarac.
5, Proposal Copies
Submission of ONE (1) ORIGINAL and FIVE (5) COPIES of the proposal should
be submitted to the City of Tamarac, City Hall, 7525 NW 88th Avenue, Tamarac,
Florida 33321, to the attention of Anne M. Lodato, CPPB, Senior Buyer.
6. Addenda, Additional Information
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 Purchasing and Contracts Manager
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.
IV. EVALUATION OF PROPOSALS
Evaluation Method and Criteria
Proposals will be evaluated in accordance with weighted criteria listed below:
POINT RANGE
Firm qualifications & capabilities to provide
the specified products and installation to the
Fire Department of the City or Tamarac 0 - 30
References from current and past
customers 0 - 20
Cost of Services to the City 0 - 30
Capability & Cost of Removal and Reinstallation and
location of a local warranty/installation facility 0 - 20
100
4
Proposals may 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.
V. SCHEDULE OF EVENTS
The schedule of events, relative to the procurement shall be as follows:
FvAnt
1. Issuance of Request for Proposals
2. Opening of Proposals
3. Proposal Evaluations & Presentations
4. Award of Contract
CITY reserves the right to delay scheduled dates.
VI. AWARD OF CONTRACT
Date (on or by)
06/2/00
06/28/00
07/05/00 — 07/26/00
08/23/00
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.
VII. 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.
61
INSTRUCTIONS TO OFFERORS
STANDARD TERMS AND CONDITIONS
RFP 00-20R
1. DEFINED TERMS
1.1 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 "CONTRACTOR" shall
mean the individual(s) or firm(s) to whom the award is made and who
executes the Contract Documents.
2. SPECIAL CONDITIONS
2.1 Any and all Special Conditions that may vary from the General Conditions
shall have precedence.
3. EXAMINATION OF CONTRACT DOCUMENTS AND SITE
3.1 Before submitting a Proposal, each Offeror must (a) visit the site to
familiarize himself 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 of all conflicts, errors and discrepancies, if any, in
the Proposal Documents.
3.2 The Offeror, by and through the submission of a Proposal, agrees that he
shall be held responsible for having examined the facilities and equipment;
familiarized himself 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.
Ml
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.
4.2 For the purpose of evaluation, the Offeror must indicate any variance or
exceptions to the stated Specifications, no matter how slight. Deviations
should be explained in detail. Absence of variations and/or corrections will
be interpreted to mean that the Offeror meets all the Specifications in every
respect.
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 his
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 he is
bidding on and he will be required to furnish goods identical to Proposal
standards.
5. INTERPRETATIONS AND ADDENDA
5.1 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, he shall submit a written request directed
to the Purchasing and Contracts Manager 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
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 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.
6.2 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
7.1 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.
8. CONFLICT OF INTEREST
8.1 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
9.1 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.
1
10. SUMMARY OF DOCUMENTS TO BE SUBMITTED WITH PROPOSALS
10.1 The following is a summary of documents, which MUST to be submitted by
the Offerors:
(a) Proposal and Offeror's Certification
(b) Certified Resolution
(c) Qualifications Statement
(d) Non -Collusive Affidavit
(e) Public Entity Crimes Statement
(f) Offeror's Corporate Statement
(g) Certificate(s) of Insurance
(h) Vendor Drug Free Workplace Statement
11. 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 "PROPOSAL FOR
EMERGENCY RESPONSE VEHICLE RADIO HEADSET INTERCOM
SYSTEM FOR THE CITY OF TAMARAC, FLORIDA," 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 Office
for the premature opening of a Proposal not properly addressed and
identified.
Iwo
11.5 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.
12. MODIFICATION AND WITHDRAWAL OF PROPOSALS
12.1 Proposals may be modified or withdrawn by an appropriate document duly
executed (in the manner that a Proposal must be executed) and delivered
to the place where Proposals are to be submitted at any time prior to the
deadline for submitting Proposals. A request for withdrawal or a
modification must be in writing and signed by a person duly authorized to
do so. Evidence of such authority must accompany the request for
withdrawal or modification. Withdrawal of a Proposal will not prejudice the
rights of an 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.
12.2 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,
10
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
14.1 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.
14.2 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.
14.3 No proposal shall be accepted from, nor will any contract be awarded to,
any person, who is in arrears to CITY, upon any debt or contract, or who is
a defaulter, as surety or otherwise, upon any obligation to CITY, or who is
deemed irresponsible for unreliable by CITY.
14.4 CITY reserves the right to make a pre -award inspection of the Offeror's
facilities and equipment prior to award of Contract.
15. INSURANCE
15.1 Bidder agrees to, in the performance of work and services under this
Agreement, comply with all federal, state, and local laws and regulations
now in effect, or hereinafter enacted during the term of this agreement
that are applicable to Contractor, its employees, agents, or
Subcontractors, if any, with respect to the work and services described
herein.
Bidder shall obtain at Bidder's expense all necessary insurance in such
form and amount as required by the City's Risk Manager before beginning
work under this Agreement. Bidder shall maintain such insurance in full
force and effect during the life of this Agreement. Bidder shall provide to
the City's Risk Manager certificates of all insurance required under this
section prior to beginning any work under this Agreement.
11
Bidder shall indemnify and save the City harmless from any damage
resulting to it for failure of either Bidder or any Subcontractor to obtain or
maintain such insurance.
15.2 The following are required types and minimum limits of insurance
coverage, which the Bidder agrees to maintain during the term of this
contract:
Limits
Line of Business/ Coverage Occurrence Aggregate
Commercial General Liability $1,000,000 $1,000,000
Including:
Premises/Operations
Contractual Liability
Personal Injury
Explosion, Collapse, Underground
Hazard
Products/Completed Operations
Broad Form Property Damage
Cross Liability and Severability of Interest Clause
Automobile Liability $1,000,000 $1,000,000
Workers' Compensation & Employer's Statutory
Liability
The City reserves the right to require higher limits depending upon the
scope of work under this Agreement.
15.3 Neither Bidder nor any Subcontractor shall commence work under this
contract until they have obtained all insurance required under this section
and have supplied the City with evidence of such coverage in the form of
an insurance certificate and endorsement. The Bidder will ensure that all
Subcontractors will comply with the above guidelines and will maintain the
necessary coverages throughout the term of this Agreement.
15.4 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.
12
The Bidder's liability insurance policies shall be endorsed to add the City
of Tamarac as an "additional insured". The Bidder's Workers'
Compensation carrier will provide a Waiver of Subrogation to the City.
The Bidder shall be responsible for the payment of all deductibles and
self -insured retentions. The City may require that the Bidder purchase a
bond to cover the full amount of the deductible or self -insured retention.
If the Bidder is to provide professional services under this Agreement, the
Bidder must provide the City with evidence of Professional Liability
insurance with, at a minimum, a limit of $1,000,000 per occurrence and in
the aggregate. "Claims -Made" forms are acceptable for Professional
Liability.
15.5 The Successful Offeror agrees to perform the work under the Contract as
an independent contractor, and not as a subcontractor, agent or employee
of CITY.
16. INDEMNIFICATION
16.1 GENERAL INDEMNIFICATION: 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 his subcontractors, agents, officers, employees or
independent contractors 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 his 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, his subcontractors, agents,
servants, independent contractors or employees; (g) the breach or alleged
breach by Successful Offeror of any term, warranty or guarantee of the
Contract.
16.2 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
13
(including appellate attorney's fees) and costs.
16.3 CITY reserves the right to select its own legal counsel to conduct any
defense in any such proceeding and all costs and fees associated therewith
shall be the responsibility of Successful 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
17.1 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 party.
17.2 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.
17.3 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.
17.4 All warranties made by Successful Offeror together with service warranties
and guaranties shall run to CITY and the successors and assigns of CITY.
18. NONDISCRIMINATION AND EQUAL OPPORTUNITY EMPLOYMENT
18.1 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.
14
19. TAXES
19.1 Successful Offeror shall pay all applicable sales, consumer use and other
similar taxes required by law.
20. PERMITS, FEES AND NOTICES
20.1 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
21.1 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 10 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
22.1 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.
15
23. AUDIT RIGHTS
23.1 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.
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.
1111121-1
ATTACHMENT "A"
RFP 00-20R
EMERGENCY RESPONSE VEHICLE RADIO HEADSET INTERCOM SYSTEM
GENERAL SPECIFICATIONS
Successful proposer, hereinafter referred to as the Company, shall enter into an
Agreement with the City of Tamarac, Florida herein after referred to as the CITY, for the
purpose of providing an emergency response vehicle radio headset intercom system for
the Fire Department to communicate without the interference of the high background
noise created by the engines or sirens inclusive of labor, materials and equipment in
accordance with the terms, conditions, and specifications contained in this Request for
Proposals (RFP).
TECHNICAL AND OPERATIONALSPECIFICATIONS
1. GENERAL SPECIFICATIONS
The Proposal consists of two (2) different applications, Engine and Rescue. The
rescue application will have two (2) options: single radio capable or dual radio capable.
Headsets to be noise reducing to meet or exceed NFPA 1500.
Intercom shall be hands free for the driver and the officer positions.
Ability to interface directly with the following Motorola Mobile Radios.
Spectra with "single" System 9000 control head.
Spectra with "dual" System 9000 control heads.
Remote mount MCS 2000.
"Dual control head" MCS 2000.
Installation included for ALL systems.
Ability of system to be removed and relocated to a newer vehicle.
Location of a warranty and service / repair location.
Must include name, address, telephone number and contact name.
17
2. ENGINE APPLICATION Quantities listed are per system)
Five (5) intercom stations to be located in the engine / one (1) each for:
Officer
Driver
Drivers side jump seat
Officers side jump seat
Pump Panel
Radio Interface for one (1) radio.
Radio transmit capability with PTT (Push to talk) control for:
Officer
Driver
Pump Panel
Intercom only for:
Drivers side jump seat
Officers side jump seat
Driver and Pump Panel headsets are to have one (1) slotted or open ear cup
3. RESCUE APPLICATION — SINGLE RADIO
Four (4) positions to be located one (1) each for:
Officer
Driver
Airway Seat
CPR Seat
Hands free intercom for ALL positions.
Radio Interface for one (1) radio.
Radio transmit capability with PTT (push to talk) control for ALL positions.
Driver, Airway seat and CPR seat are to have one (1) slotted or open ear cup.
IV
4. RESCUE APPLICATION — DUAL RADIOS
Four (4) positions to be located one (1) each for:
Officer
Driver
Airway Seat
CPR Seat
Hands free intercom for ALL positions.
Radio Interface for two (2) radios.
Radio selection capability for Airway seat and CPR seat positions.
Radio transmit capability with PTT (push to talk) control for ALL positions.
Driver, Airway seat and CPR seat are to have one (1) slotted or open ear cup.
19
PROPOSAL FORM FOR
EMERGENCY RESPONSE VEHICLE RADIO HEADSET INTERCOM SYSTEM
REQUEST FOR PROPOSAL NO. 00-20R
SUBMITTED TO: City of Tamarac
Purchasing & Contracts Manager
7525 NW 88" Avenue
Tamarac, Florida 33321
1. The undersigned Offeror proposes and agrees, if this Proposal is accepted, to
enter into an Agreement with CITY to perform and furnish all work as
specified or indicated in the Proposal and Contract Documents for the
Contract price and within the Contract time indicated in the Proposal and in
accordance with the other terms and conditions of the Proposal and Contract
Documents.
2. Offeror accepts and hereby incorporates by reference in this Proposal Form
all of the terms and conditions of the Request for Proposal and Instructions
to Offerors, including without limitation those pertaining to the disposition of
Proposal Security.
3. The Offeror has become fully informed concerning the local conditions, and
nature and extent of work, and has examined all Contract Documents.
4. Offeror has given the Purchasing and Contracts Manager written notice of all
conflicts, errors or discrepancies that it has discovered in the Contract and/or
Proposal documents and the written resolution thereof by the Purchasing and
Contracts Manager is acceptable to Offeror.
5. Offeror proposes to furnish all labor, materials, equipment, machinery, tools,
transportation, supplies, services, and supervision for the work described as
follows:
20
6. Offeror will provide services to the public for the following costs:
Description
Intercom system for Engine Application
Qty
3
Price Each
$ aO43 75
Total Price
$ 9131.25
Intercom System for Rescue Application -
Single Radio
5
$ 3394.75
$16, 973.75
Intercom System for Rescue Application -
Dual Radios
5
$ 3550.25
$17, 751.25
Removal of Engine Intercom System
1$250.00
$ 250.00
Removal of Rescue Single Radio System
1$250.00
$ 250.00
Removal of Rescue Dual Radios System
4250.00
$ 250.00
Reinstallation of Engine Intercom System
�$1000.00
$ 1000.00
Reinstallation of Rescue Single Radio
System
$1000.00
$1000.00
Reinstallation of Rescue Single Radio
System
$1000.00
$1000.00
Warranty Information
1-year-parts and labor on heads
2 year parts and labor -on inter
1 ear labor on intallation
Name, Address, Telephone Number and
Contact name of a local representative
5375 N.W. 74th Ave.
Miami FL, 33166
Britt Parker
7. Acknowledgement is hereby made of the following Addenda (identified by
number) received since issuance of the Request for Proposal:
Addendum No. Date
Addendum No. Date
Addendum No. Date
!ts
om
21
8. The following documents are attached to and made as a condition to this
Proposal:
(a) Proposal and Offeror's Certification
(b) Certified Resolution
(c) Qualifications Statement
(d) Non -Collusive Affidavit
(e) Public Entity Crimes Statement
(f) Offeror's Foreign (Non -Florida) Corporate Statement
(g) Certificate(s) of Insurance
(h) Vendor Drug -Free Workplace
10. 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.
11. The CITY reserves the right to award this contract on the basis of any
combination of the above items, or all items, in which the CITY deems in its
best interests.
12. The correct legal name of Offeror is: Communications Int'L, Inc.
City/State/Zip: 4450 U.S. 1 Vero Beach FL, 32967
Telephone No.: 561-569-5355
Social Security No. or Federal I.D. No.: 59-1885709
13. Communications concerning this Proposal shall be addressed to
Dick Blair at the following address:
4450 U.S. 1
Ae;;fb__FLj 32967
Submitted on
20
W"
OFFEROR'S CERTIFICATION
WHEN OFFEROR IS AN INDIVIDUAL
IN WITNESS WHEREOF, the Offeror hereto has executed this Proposal
Form this day of , 20
Witness
Witness
State of Florida
County of
By:
Signature of Individual
Printed Name of Individual
Business Address
City/State/Zip
Business Phone Number
On this the day of , 20 , before me, the undersigned Notary
Public of the State of Florida, personally appeared
and
(Name(s) of individual(s) who appeared before notary)
whose name(s) is/are Subscribed to the within instrument, and he/she/they
acknowledge that he/she/they executed it.
WITNESS my hand
and official seal.
NOTARY PUBLIC
SEAL OF OFFICE:
NOTARY PUBLIC, STATE OF FLORIDA
(Name of Notary Public: Print,
Stamp, or Type as Commissioned.)
❑ Personally known to me, or
❑ Produced identification:
(Type of Identification Produced
❑ DID take an oath, or ❑ DID NOT
take an oath.
OPTIONAL INFORMATION:
Type of Document: Number of Pages:_ Number of Signatures
Notarized:
23
OFFEROR'S CERTIFICATION
WHEN OFFEROR IS A SOLE PROPRIETORSHIP OR OPERATES UNDER A
FICTITIOUS OR TRADE NAME
IN WITNESS WHEREOF, the Offeror hereto has executed this Proposal Form this
day of , 20
Witness
Witness
State of Florida
County of
Printed Name of Firm
By:
Signature of Owner
Printed Name of Individual
Business Address
City/State/Zip
Business Phone Number
On this the day of , 20 , before me, the undersigned Notary
Public of the State of Florida, personally appeared
and
(Name(s) of individual(s) who appeared before notary)
whose name(s) is/are Subscribed to the within instrument, and he/she/they
acknowledge that he/she/they executed it.
WITNESS my hand
and official seal.
NOTARY PUBLIC
SEAL OF OFFICE:
NOTARY PUBLIC, STATE OF FLORIDA
(Name of Notary Public: Print,
Stamp, or Type as Commissioned.)
❑ Personally known to me, or
❑ Produced identification:
(Type of Identification Produced
❑ DID take an oath, or ❑ DID NOT
take an oath.
OPTIONAL INFORMATION:
Type of Document: Number of Pages:_ Number of Signatures
Notarized:
24
OFFEROR'S CERTIFICATION
WHEN OFFEROR IS A PARTNERSHIP
IN WITNESS WHEREOF, the Offeror hereto has executed this Proposal Form this
day of , 20
Witness
Witness
State of Florida
County of
Printed Name of Partnership
By:
Signature of General or
Managing Partner
Printed Name of partner
Business Address
City/State/Zip
Business Phone Number
State of Registration
On this the day of , 20 , before me, the undersigned Notary
Public of the State of Florida, personally appeared
and
(Name(s) of individual(s) who appeared before notary) whose name(s) is/are
Subscribed to the within instrument, and he/she/they acknowledge that he/she/they
executed it.
WITNESS my hand
and official seal.
NOTARY PUBLIC
SEAL OF OFFICE:
NOTARY PUBLIC, STATE OF FLORIDA
(Name of Notary Public: Print,
Stamp, or Type as Commissioned.)
❑ Personally known to me, or
❑ Produced identification:
(Type of Identification Produced
❑ DID take an oath, or ❑ DID NOT
take an oath.
OPTIONAL INFORMATION:
Type of Document: Number of Pages:_ Number of Signatures
Notarized:
25
OFFEROR'S CERTIFICATION
WHEN OFFEROR IS A C '�PORATION
IN W2ESS WHEREOF, the Offeror hereto has executed this Proposal Form this
1Z day of �'�!�/E. , 20 O e> .
CORPORATE SEAL)
,t
ATTEST:
By
Sec tary
Communications international, Inc:
Printed Name of Corporation
Printed State of Incorporation
Signature of President or other
authorized officer
Herschel T. Dean
Printed Name of President or
other authorized officer
4450 U.S. Hiahwav 1
Address of Corporation
City/State/ ip %R9 ,t3�AG+'1 FL 3 96 7
5-457r.-9 --��5��
Business Phone Number
On this the day of uNG , 20 00 , before me, the undersigned Notary
Public of the State of -ore i the foregoing instrument was
aglnowledged by
f� �5cli�L i —�L A22 1UEXr� [Name of
corporate officer(s) and his/her/their corporate title(s)]
Of �on,nt u �e,�--nv�s ..L T-'L I _ F� -OXi pA , on (Name of
corporation and state or place of incorporation)
behalf of the corporation.
WITNESS my hand
and official seal.
NOTARY PUBLIC
SEAL OF OFFICE:
�µgllrlryr
Zvo . So,,
OFFICIAL SEAL
Undo L Prur
CC# 746478
%'rf My
Corrm. Eow Jur a 4, 20M
tears'
wosr�.
'IX
NOTARY PUBLIC, STATE OF FLORIDA
L /N A �.
(Name of Notary Public: Print,
Stamp, or Type as Commissioned.)
Personally known to me, or
❑ Produced identification:
(Type of Identification Produced
❑ DID take an oath, or ❑ DID NOT
take an oath.
OPTIONAL INFORMATION:
Type of Document: Number of Pages: Number of Signatures
Notarized:
MR
CERTIFIED RESOLUTION
It (Name), the duly elected Secretary of
communications zn$Corporate Title), a corporation organized and existing under the laws of the
State of do hereby certify that the following Resolution was
unanimously adopted and passed by a quorum of the Board of Directors of the said corporation at
a meeting held in accordance with law and the by-laws of the said corporation.
"IT IS HEREBY RESOLVED THAT Herschel T. Dean (Name)", the duly elected
Predident (Title of Officer) of communications Int' L Inc. (Corporate Title) be
and is hereby authorized to execute and submit a Bid and Bid Bond, if such bond is required, to the
City of Tamarac and such other instruments in writing as may be
necessary on behalf of the said corporation; and that the Bid, Bid Bond, and other such
instruments signed by him/her shall be binding upon the said corporation as .its own acts and
deeds. The secretary shall -certify the names and signatures of those authorized to act by the
foregoing resolution.
The City of Tamarac shall be fully protected in relying upon such certification of the secretary and
shall be indemnified and saved harmless from any and all claims, demands, expenses, loss or
damage resulting from or growing out of honoring, the signature of any person so certified or for
refusing to honor any signature not so certified.
further certify that the above resolution is in force and effect and has not been revised, revoked
or rescinded.
I further certify that the following are the name, titles and official signatures of those persons
authorized to act by the foregoing resolution.
NAME TITLE
Herschel T. Dean
I , M�WIM. u __. Me
President
Robert E. Kin
Given under my hand and the Seal of the said corporation his _23 ylcil_ day of
20 0 0
,(SEAL) By
:_
Secretary
"MMC47/1i✓r"ilorid, V.4i. /i✓c.
r � TE1e,'1 Corporate Title
fi�-,above-is a, .suggested form of the type of Corporate Resolution desired. Such form need not
f olldv�Gd� ,explicitly, but the Certified Resolution submitted must clearly show to the satisfaction
of t�i�e' Cit tf Tamarac that the person signing the Bid and Bid Bond for the corporation has been
properly empowered by the corporation to do so in its behalf.
27
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)
ADDRESS: 7525 NW 88" Avenue
Tamarac, Florida 33321
CIRCLE ONE
SUBMITTED BY:Communications International, Inc or oration
NAME T. Dean President Partners ip
ADDRESS: 44so u.s. Highway 1 _ Individual
PRINCIPAL OFFICE: Vero Beach, FL 32967 Other
1. State the true, exact, correct and complete name of the partnership,
corporation, trade or fictitious name under which you do business and the
address of the place of business.
The correct name of the Offeror is:Communications International
Inc. 4450 U.S. Highway 1 Vero Beach, FL 3295
The address of the principal place of business is: 4450 U.S. Highway 1
2. If Offeror is a corporation, answer the following:
a. Date of Incorporation: 2/8/1979
b. State of Incorporation: Florida
C. President's name: Herschel T. Dean
d. Vice President's name: Henry Erfurt
e. Secretary's name: Robert E. Kin
f. Treasurer's name:
g. Name and address of Resident Agent: Alan Polackwich
m
2770 Indian River Blvd. Vero Beach F1,32960
3. If Offeror is an individual or a partnership, answer the following:
a. Date of organization: N/A
b. Name, address and ownership units of all partners:
C. State whether general or limited partnership:
4. If Offeror is other than an individual, corporation or partnership, describe the
organization and give the name and address of principals:
N/A
5. If Offeror is operating under a fictitious name, submit evidence of compliance
with the Florida Fictitious Name Statute. N/A
6. How many years has your organization been in business under its present
business name? 25
a. Under what other former names has your organization operated?
7. Indicate registration, license numbers or certificate numbers for the
businesses or professions which are the subject of this Bid. Please attach
certificate of competency and/or state registration.
QUA
8. Do you have a complete set of documents, including addenda?
M � (N) (if any have been furnished)
9. State the names, telephone numbers and last known addresses of three (3)
owners, individuals or representatives of owners with the most knowledge of
29
work which you have performed and to which you refer (government owners
are preferred as references).
See Attached
(name) (address)
(name) (address)
(phone number)
(phone number)
(name) (address) (phone number)
10. List the pertinent experience of the key individuals of your organization
(continue on insert sheet, if necessary).
See Attached Resumes
11. State the name of the individual who will have personal supervision of the
work:
-Britt Parkpr
12. State the name and address of attorney, if any, for the business of the
Offeror:
Alan Polackwich
2770 Indian River Blvd. Vero Beach FL 32960
13. State the names and addresses of all businesses and/or individuals who own
an interest of more than five percent (5%) of the Offeror's business and
indicate the percentage owned of each such business and/or individual:
Robert W. Stork 4450 U.S. HWY 1 Vero Beach FL, 32967
Carmen N. Stork 4450 U.S. HWY 1 Vero Beach FL,32967
14. State the names, addresses and the type of business of all firms that are
partially or wholly owned by Offeror:
M
66.9%
31.2%
None
15. State the name of Surety Company which will be providing the bond, and
name and address of agent:
N/A
16. Bank References:
BANK ADDRESS
Indian River National Bank 1001 20th Place
Vero Beach, FL 32960
ATTN: Kevin Evans
17. List below and identify the address, telephone number, and capacity (inside
and outside storage) of the Principal and any Subsidiary Compounds
proposed for the contract.
Miami Office
Vero Office
See Contract
(use additional sheets if necessary)
18. List below the equipment, including type, year, and condition, that you
propose for the contract.
(use additional sheets if necessary)
19. Do you have any interest in an automotive or truck repair, paint and body,
salvage, junkyard, or -cycling business?
yes No If Yes, explain details including name, address
and relationship to Proposer below:
31
(use additional sheets if necessary)
20. Lawsuits (any) pending or completed involving the corporation, partnership or
individuals with more than ten percent (10%) interest:
a. List all pending lawsuits which are concerned directly with the staff or part
of your organization proposed for the contract:
None
b. List all pending lawsuits which are concerned directly with the staff or part
of your organization proposed for the contract:
None
THE OFFEROR ACKNOWLEDGES AND UNDERSTANDS THAT THE
INFORMATION CONTAINED IN RESPONSE TO THIS QUALIFICATIONS
STATEMENT SHALL BE RELIED UPON BY OWNER IN AWARDING THE
CONTRACT AND SUCH INFORMATION IS WARRANTED BY OFFEROR TO
BE TRUE. THE DISCOVERY OF ANY OMISSION OR MISSTATEMENT THAT
MATERIALLY AFFECTS THE OFFEROR'S QUALIFICATIONS TO PERFORM
UNDER THE CONTRACT SHALL CAUSE THE OWNER TO REJECT THE
PROPOSAL, AND IF AFTER THE AWARD TO CANCEL AND TERMINATE THE
AWARD AND/ONTRACT.
(Signature)
32
1
State of Florida
County of 1Aj,6iAA) je1VEl�
On this the _�3 day of ja&c-- 20oO , before me, the undersigned Notary
Public of the State of Fl,prida, personally appeared
c: 5 • �z ► , ► L and
(Name(s) of individual(s) who appeared before notary)
whose name(s) is/are Subscribed to the within instrument, and he/she/they
acknowledge that he/she/they executed it.
WITNESS my hand
and official seal.
NOTARY PUBLIC
SEAL OF OFFICE:
010� 1", ,6.
-},,.�"••-- tir,� ' OFFICIAL SEAL
N •Y CC# 748478
Fos F�°! W Cam. BON Jane 4. 20M
���IrwunN`�
NOTARY PUBLIC, STATE OF FLORIDA
Lwo,4 Lp��
(Name of Notary Public: Print,
Stamp, or Type as Commissioned.)
Personally known to me, or
❑ Produced identification:
(Type of Identification Produced
❑ DID take an oath, or ❑ DID NOT
take an oath.
OPTIONAL INFORMATION:
Type of Document: Number of Pages:_ Number of Signatures
Notarized:
33
NON -COLLUSIVE AFFIDAVIT
State of FL OR/j) A -
County of 1n� 4W e) I ) 1ss.
Herschel T. Dean being first duly sworn, deposes
and says that:
(1) HeIs#e-is the
Gwner, Partner, Officer, Representative or Agent) of
<.�1mu'�'ear?rtiy �G+d/2�✓4�.a�!��^ �ti'[� the Offeror that has submitted
the attached Proposal;
(2) He/she is fully informed respecting the preparation and contents of the
attached Proposal and of all pertinent circumstances respecting such Proposal;
(3) Such Proposal is genuine and is not a collusive or sham Proposal;
(4) Neither the said Offeror nor any of its officers, partners, owners, agents,
representatives, employees or parties in interest, including this affiant, have in
any way colluded, conspired, connived or agreed, directly or indirectly, with
any other Offeror, firm, or person to submit a collusive or sham Proposal in
connection with the Work for which the attached Proposal has been
submitted; or to refrain from bidding in connection with such Work; or have in
any manner, directly or indirectly, sought by agreement or collusion, or
communication, or conference with any Offeror, firm, or person to fix the price
or prices in the attached Proposal or of any other Offeror, or to fix any
overhead, profit, or cost elements of the Proposal price or the Proposal price of
any other Offeror, or to secure trough any collusion, conspiracy, connivance,
or unlawful agreement any advantage against (Recipient), or any person
interested in the proposed Work;
(5) The price or prices quoted in the attached Proposal are fair and proper and are
not tainted by any collusion, conspiracy, connivance, or unlawful agreement on
the part of the Offeror or any other of its agents, representatives, owners,
employees or parties in interest, including this affiant.
34
1
Signed, sealed and delivered
in the„ presence of:.
B tflE� .J
Y&a �� a - - -/0/1WXaWz-r 7-
Witnes (Printed Name)
(Title)
State of Florida
County of /&14) 4 n/ R I ✓Gle
On this the _Q23 day of J U q6- , 20 00, before me, the undersigned Notary Public
of the State of Florida, personally appeared
lHc25c/Ic z- 7 DE- _ and
(Name(s) of individual(s) who appeared before notary)
whose name(s) is/are Subscribed to the within instrument, and he/she/they
acknowledge that he/she/they executed it.
WITNESS my hand
and official seal.
NOTARY PUBLIC
SEAL OF OFFICE:
1111111,,,!
`ootiM,`.. ti n
OFFICIAL SEAL
:*1^
urxia L Parr
-.
CC# 748478
My Corrm Evkw June 4, 2002
NOTARY PUBLIC, STATE OF FLORIDA
L l DA �Iniep—
(Name of Notary Public: Print,
Stamp, or Type as Commissioned)
personally known to me, or
❑ Produced identification:
(Type of Identification Produced
❑ DID take an oath, or ❑ DID NOT
take an oath.
OPTIONAL INFORMATION:
Type of Document: Number of Pages:_ Number of Signatures
Notarized:
35
SWORN STATEMENT PURSUANT TO SECTION 287.133(3)(a),
FLORIDA STATUTES, ON PUBLIC ENTITY CRIMES
THIS FORM MUST BE SIGNED IN THE PRESENCE OF A NOTARY PUBLIC OR OTHER
OFFICER AUTHORIZED TO ADMINISTER OATHS.
This sworn statement is submitted with Bid, Proposal or Contract No.
to the City of Tamarac for
2. This sworn statement is submitted byjiexs(-hj-1 T. Dean
and
(name of entity submitting sworn statement)
Federal Employer Identification Number (FEIN) 59-1885709
(If the entity has no FEIN, include the Social Security Number of the individual signing
this sworn statement:
3. My name is and
(please print name of individual signing)
my relationship to the entity named above is
4. 1 understand that a "public entity crime" as defined in Paragraph 287.133(1)(g), Florida
Statutes, means a violation of any state or federal law by a person with respect to and
directly related to the transaction of business with any public entity or with an agency or
political subdivision of any other state or with the United States, including, but not limited
to, any bid or contract for goods or services, any lease for real property, or any contract
for the construction or repair of a public building or public work, involving antitrust, fraud,
theft, bribery, collusion, racketeering, conspiracy, or material misrepresentation.
5. 1 understand that "convicted" or "conviction" as defined in Paragraph 287.133(1)(b),
Florida Statutes, means a finding of guilt or a conviction of a public entity crime, with or
without an adjudication of guilt, in any federal or state trial court of record relating to
charges brought by indictment or information after July 1, , as a result of a jury
verdict, non -jury trial, or entity of a plea of guilt or nolo contender ..
6. 1 understand that an "affiliate" as defined in Paragraph 287.133(1)(a), Florida Statutes,
means:
1. A predecessor or successor of a person convicted of a public entity crime: or
2. An entity under the control of any natural person who is active in the management of
the entity and who has been convicted of a public entity crime. The term "affiliate"
includes those officers, directors, executives, partners, shareholders, employees,
members, and agents who are active in the management of an affiliate. The owner
by one person of shares constituting a controlling interest in another person, or a
pooling of equipment or income among persons when not for fair market value under
36
�1
an arm's length agreement, shall be a prima facie case that one person controls
another person. A person who has been convicted of a public entity crime in Florida
during the preceding 36 months shall be considered an affiliate.
7. 1 understand that a "person" as defined in Paragraph 287.133(1)(e), Florida Statutes,
means any natural person or entity organized under the laws of any state or of the
United States with the legal power to enter into a binding contract and which bids or
applies to bid on contracts led by a public entity or which otherwise transacts or applies
to transact business with a public entity. The term "person" includes those officers,
directors, executives, partners, shareholders, employees, members and agents who are
active in management of an entity.
8. Based on information and belief, the statement, which I have marked below, is true in
relation to the entity submitting this sworn statement. (Please indicate which statement
applies.
Neither the entity submitting this sworn statement, nor any of its officers, directors,
executives, partners, shareholders, employees, members, or agents who are active in
the management of the entity, nor any affiliate of the entity were charged with and
convicted of a public entity crime after July 1, 1V17jr9
The entity submitting this sworn statement, or one or more of the officers, directors,
executives, partners, shareholders, employees, members, or agents who are active in
the management of the entity, or an affiliate of the entity was charged with and
convicted of a public entity crime after July 1, 2089.
The entity submitting this sworn statement, or one of its officers, director,
executives, partners, shareholders, employees, members, or agents who are active in
the management of the entity, or the affiliate of the entity has been charged with and
convicted of a public entity crime subsequent to July 1, 2089.
However, there has been a subsequent proceeding before a Hearing Officer of the State of
Florida, Division of Administrative Hearings and the Final Order entered by the Hearing Officer
determined that it was not in the public interest to place the entity submitting this sworn
statement on the convicted vendor list. (Attach a copy of the final order.)
I UNDERSTAND THAT THE SUBMISSION OF THIS FORM TO THE CONTRACTING
OFFICER FOR THE PUBLIC ENTITY IDENTIFIED IN PARAGRAPH (ONE) ABOVE, IS FOR
THAT PUBLIC ENTITY ONLY AND, THAT THIS FORM IS VALID THROUGH DECEMBER 31
OF THE CALENDAR YEAR IN WHICH IT IS FILED. I ALSO UNDERSTAND THAT I AM
REQUIRED TO INFORM THE PUBLIC ENTITY PRIOR TO ENTERING INTO A CONTRACT
IN EXCESS OF THE THRESHOLD AMOUNT PROVIDED IN SECTION 287.017, FLORIDA
STATUTES FOR CATEGORY TWO OF ANY NGE IN THE INFORMATION CONTAINED
IN THIS FORM.
Date: �' L 3 ✓ ��Z► (Signature)
37
ACKNOWLEDGMENT
State of Florida
County of IWdl4AI �t) ✓E,<)
On this the e3 day of _J UN C , 20 00 before me, the undersigned Notary Public of
the St to of Florida, perso ally appeared
E S�l�c`Z 1 and
(Name(s) of individual(s) who appeared before notary)
whose name(s) is/are Subscribed to the within instrument, and he/she/they acknowledge that
he/she/they executed it. _
WITNESS my hand
and official seal.
NOTARY PUBLIC
SEAL OF OFFICE:
%%
.
?o•�!:� -Yti��� OFFICIAL SEAL
•;' s * = Linda L. Parr
'``z CC# 748478
Y •moo
C.OfliTl. EVkm Am 4,
OPTIONAL INFORMATION
Type of Document: Number of Pages
NOTARY PUBLIC, STATE OF FLORIDA EO
(Name of Notary Public: Print, Stamp,
Or Type as Commissioned.)
9 Personally known to me, or
Produced identification:
(Type of Identification Produced
❑ DID take an oath, or ❑ DID NOT
take an oath.
W
Number of Signatures Notarized:
06/21/00 WED 14:23 FAX 561 562 3466 SID BANACK INS. 2002
DATE (MM/DD/YY)
CERTIFICATE OF LIABILITY INSURANCE JUN 21 00
THIS CER-REATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND
SID 13ANACK INSURANCE AGENCY CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE
2045 14TH AVE. DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE
P O BOX 130 POLICIES BELOW.
VERO BEACH FL 32961
PHONE: 561.562.3369 COMPANIES AFFORDING COVERAGE
FAX: 561.5 -W6
INSURED COMPA�ALLEY� INSU�Oa.
COMMUNICATIONS INTERNATIONAL, INC. COMPANY B: SCONTIAENTAL IRARCE CO. ^-_ —
4450 U S #1 COMPANY�RMSPO�0N INSUR�i NWCQ.
VERO BEACH FL 32967
COMPANY D: P6RTAT�MLIRAN E
COMPANY E:
IS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LlSft;W dtLUYV rtAVr Daary ,o-acu BE ISSUED
NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY
OR
MAY PERTAIN. THE INSURANCE SHOWN MAY HAVE BEEN REDUCED PAID Ld
EDBY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES
L
TYPE OF INSURANCE —POLICY
NUMBER
IaouE �d�E
DATE (YIMIODM')
PouC e>WIATY)
DATE MMIPDmI I
LIMITS
�
GENERAL LUIBIUTY
C 1073UST39
OCT 14 99
OCT 14 00
EACH OCCuRRENCE
s 500,y QU
FIRE DAMAGE (Any One Fire)
$50,000
X COMMERCIAL GENERAL LIABILITY
S 5,000
CLAIMS MADE OCCUR
MED. EXP (Any One Pawn)
PERSONAL& ADVINJuRY
s 500,000
A
GENERAL AGGREGATE
$1,000,000
GEN'L AGGREGATE LIMIT APPLIES PEft
PRODUCTS COMP/gp AGG.
$_-_ 50O.Oa0
POLICY ,,,ET LOC
AUTOMOBILE LIABILITY
C 1073678791
OCT 14 99
OCT 14 00
COMBINED SINGLE LIMIT
S 500,000
Me accident)
)( ANY AUTO
INJURY
ALL OWNED AUTOS
(PK person)
S
SCHEDULED AUTOS
- —
X H,RGD pUTpg
BODILY INJURY
(Per accident)
S
X NON -OWNED AUTOS
PROPERTY DAMAGE
S
AUTO ONLY • EA ACCIDENT
$
GARAGE LIABILITY
ANY AUTO
OTHER THAN EA ACC
S
1
AUTO ONLY: AGG
S
FxCsss LLABIU Y
CUP 1073696156
OCT 14 99
OCT 14 00
H OCCURRENCE
_Is
s
5,000,000
X OCCUR 7 CLAIMS MADE
GREGATE
7A6
DEDUCTIBLE
s
X RETENTION s 10,000
WORKERS CDMPENSATION AND
WC 1073696742
OCT 14 99
OCT 14 00
WOMA
ToRY H?AITTV I I OTHER
1,00D�, TO
EMPLOYERS' LIABILITY
E.L. EACH ACCIDENT
S
D
L. DISEASE -EA EMPLOYEE
S 1,000,000
E.L. DIS -ASi�OUCY LIMIT
a 1,000,000
DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/SPECIAL ITEMS
CERTIFICATE HOLDER X ADDITIONAL IN;UUD;, INSURER LETTER CANCELLATION
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES EE CANCELLED BEFORE
10 DAYSIWWRIITTEDATE N NOTICE TIE CERTIFICATE MOLDER AIMED TOE THE VOR Ep MAIL
BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY
COMMUNICATIONS INTERNATIONAL OF ANY KIND UPON THE COMPANY, ITS AGENTS OR REPRESENTATIVES.
Attention:
ACORD 25-S
err
Cerdflcate # 27312
1
VENDOR DRUG -FREE WORKPLACE
Preference may be given to vendors submitting a certification with their bid/proposal
certifying they have a drug -free workplace in accordance with Section 287.087, Florida
Statutes. This requirement effects all public entities of the State and becomes effective
January 1, 1991. The special condition is as follows:
IDENTICAL TIE BIDS - Preference may be given to businesses with drug -free
workplace programs. Whenever two or more bids which are equal with respect to price,
quality, and service are received by the State or by any political subdivision for the
procurement of commodities or contractual services, a bid received from a business that
certifies that it has implemented a drug -free workplace program shall be given
preference in the award process. Established procedures for processing tie bids will be
followed if non of the tied vendors have a drug -free workplace program. In order to have
a drug -free workplace program, a business shall:
Publish a statement notifying employees that the unlawful manufacture,
distribution, dispensing, possession, or use of a controlled substance is
prohibited in the workplace and specifying the actions that will be taken against
employees for violations of such prohibition.
2. Inform employees about the dangers of drug abuse in the workplace, the
businesses policy of maintaining a drug -free workplace, any available drug
counseling, rehabilitation, and employee assistance programs, and the penalties
that may be imposed upon employees for drug abuse violations.
3. Give each employee engaged in providing the commodities or contractual
services that are under bid a copy of the statement specified in subsection (1).
4. In the statement specified in subsection (1), notify the employees that, as a
condition of working on the commodities or contractual services that are under
bid, the employee will abide by the terms of the statement and will notify the
employer of any conviction of, or plea of guilty or nolo contendere to, any
violation of chapter 893 or of any controlled substance law of the United States or
any state, for a violation occurring in the workplace no later that five (5) days
after each conviction.
5. Impose a section on, or require the satisfactory participation in a drug abuse
assistance or rehabilitation program if such is available in the employee's
community, by any employee who is so convicted.
6. Make a good faith effort to continue to maintain a drug -free workplace through
implementation of this section. As the person authorized to sign the statement, I
certify that this form complies fully with the above requirements.
Communications Int' L Inc.
uthorized Signature Company Name
Herschel T. Dean
40
COMMUNICATIONS IN i'L
INC.
Indian River County, FL - Coruorate [vocation
4450 US Highway 1, Vero Beach, FL 32967
Toll Free: 1-888-275-4244
Brevard County, Fl, Volusia County, FL
Tampa,
407-636-9885 904-761-9999
813-887-1888
Collier County FL Hollywood, FL
Dyn-chburg, VA
941430-3892 954-9674349
804-845-3170
Name: TARMAC FIRE DEPT Attention:
Address: Rescue/Single Radio Phone:
City, State: Fax:
Zip: Date:
Item Qty I Model Description
Unit Price Total
The following will equip a 4-person(Driver,Officer,
Airway seat,and CPR seat) rescue with (1) motorola
Spectra or MSC2000 mobile radio. All positions will
have voice activated intercom and push to talk radio
transmit abilities.
1 1 US-12S Sigtronics " Ultrasound' Emergency Vehicle Intercom
System ( bracket Mounted) Including;Voice activated
intercom and Single Radio Interface (4) push to talk
buttons. Interior headset hooks- Interior headset jacks
110 feet of wiring.
2 1 Adapter for Motorola Spectra or MCS2000
3 3 SE-8S Headsets, Dual ear- with one earcup slotted,Behind-the-
head style to use with helmet,noise canceling electret
mic,coiled cord, with flex boom
4 1 1 SE-8 I Headset, Dual Ear, Behind -the- head Style to use with
helmet, noise canceling electret mic,coil cord, with
flex boom
Note
(Purchase Order To: Communications International
A minimum $5.00 shipping and handling charge applies to orders totaling less than
$500. Manufacturers prices are subject to change without notice.
Presented by Dick Blair
Title Mgr. Customer Svc.
Prices in effect for 60 Days
Source
Sub Total
Sales Tax
TOTAL
Deposit
Balance Due
Proposal #
COMM UI4ICATIONS IN 1'L INC
Indian River County, FL -Corporate Location
4450 US Highway 1, Vero Beach, FL 32967
Toll Free: 1-888-275-4244
Brevard County, FL Volusia County, FL
407-636-9885 904-761-9999
C21lier County, FL
941-430-3892
Name: Tarmac Fire Dept.
Address: RESCUE/DUAL RADIO
City, State:
Zip:
Hollywood, FL
954-967-4349
Attention:
Phone:
Fax:
Date:
Tampa, FL
813-887-1888
Lynchburg, VA
804-845-3170
Item
Qty
Model
Description
Unit Price
Total
The following will equip a 4-person (Driver, officer,
airway seat and CPR seat)rescue with (2) Motorola
mobile radios (Spectra or MCS2000). All positions will
have voice activated intercom and push -to -talk radio
transmit abilities.This system will allow you to install the
radio 1 & radio2 toggle switch where it can be reached by th
rear Airway seat and CPR seat.
1
1
EAI-D4-4PTT- Sigtronics- Special modification with
4 radio transmit ability -Emergency Vehicle Intercom
system (dash mounted) Including Intercom and Dual
Radio Interface,(4) Headset jacks,(4) push -to Talk
buttons, (4) Headset hooks, 110 feet of wire
2
1
Adapter for Motorola Spectra or MCS2000 Mobile
3
3
SE-8S
Headsets, Dual Ear- with one earcup slotted, Behind -the -
head Style to use with helmet, noise canceling electret
mic,coiled cord, with custom flex boom.
4
1
SE-8
Headset, Dual Ear, Behind -the -head to use with helmet,
noise canceling electret mic, coiled cord,with custom flex
boom
Note
Sub Total
Sales Tax
Purchase Order To: Communications international
TOTAL.
Deposit
A minimum $5.00 shipping and handling charge applies to orders totaling less than
Balance Due
$500. Manufacturers prices are subject to change without notice.
Proposal #1
Presented by
Dick Blair
Title
Mgr. Customer Svc.
Prices in effect for
60 Days
Source
Acce ted B
COMM UNICATIONS IN 1'L INC.
Indian River County, FL --Corporate Location
4450 US Highway 1, Vero Beach, FL 32967
Toll Free: 1-888-2754244
Breyard_County, FL Volusia County, FL
407-636-9885 904-761-9999
Collier County, FL
941-430-3892
Name: TARMAC FIRE DEPT.
Address:
City, State: Intercom for Engine Application
Zip:
Hollvwood, FL
954-967-4349
Attention:
Phone:
Fax:
Date:
Tampa, FL
813-887-1888
Purchasing
June 21, 2000
Lynchburr, VA
804-845-3170
Item
Qty
I Model
Description
Unit Price
Total
The following equipment will equip a 4-person, 5-station
(Driver,Officer,two jumpseats, and pump panel) with (1)
Motorola Spectra or MCS2000 mobile radio.All positions
will have voice activated intercom. Driver, Officer and
Pump panel will have push -to -talk radio transmit abilities
1
l
US-45S
Sigtronics " Ultrasound" Emergency Vehicle Intercom
System including: Intercom and Single radio Interface
(bracket mounted), (5) Headset Jacks -one with splash
cover-(3) push -to -talk buttons, (4) headset hooks, 110
feet of wire
2
1
Adapter for Motorola Spectra or MCS2000 Mobile
3
1
SE-8S
Headset, Dual Ear -with one earcup Slotted, Behind -the -
head Style to use with helmet, noise canceling electret
mic, coiled cord, with custom flex boom.
4
3
SE-8
Headset, Dual -Ear, Behind -the-head style to use with
helmet, noise canceling electret mic, coiled cord,
with custom flex boom
Note
Sub Total
Sales Tax
Purchase Order To: Communications International
TOTAL
Deposit
A minimum $5.00 shipping and handling charge applies to orders totaling less than
Balance Due
$500. Manufacturers prices are subject to change without notice.
Proposal#
Presented by
Dick Blair
Title
Mgr. Customer Svc.
Prices in effect for
60 Days
Source
[Accepted B
C v
OMMUMCAnONS hNNTERNATIONAL, INC.
Scope of Services
Communications International (C.I.I.) proposes to the City of Tarmac Fire Department a
complete turn key solution for Emergency Response Vehicle Radio Intercom System.
C.I.I. is a reseller of Voice activated Intercom Systems and Headsets for Sigtronics,
Quala-Tel. C.I.I. is a full service company handling sales, installation and service
allowing the City of Tarmac Fire Department to have one point of contact.C.I.I. has
installed many Sigtronics Intercom Systems, (See References) for Fire and Rescue
Departments in Florida.The Sigtronics Systems have proved to be very reliable with no
intercom failures to date. This is a strong selling point for both Fire Services and C.I.I. as
a maintenance provider. The wiring used to install the system is the size of common
telephone cable, this means no large holes to drill for large plugs to go thru, making the
install much neater. This also saves the customer time and money on a reinstall, by not
having to order special pre -made cables.
FIRM QUALIFICATIONS
Communications International has been in business for 25 years serving primarily public
safety,C.LI. has (6) service locations in Florida and (1) in Lynchburg Virginia.
Communications International currently employs 120 personnel, 42 of which are FCC
Licensed Technicians. Communications International is the largest Com-Net-Ericsson
Dealer inthe southeast United States.We do complete turn key radio system installation
Which includes mobile radio installs in Fire apparatus, ambulances, police and general
Service vehicles.
Our southeast supervisor Britt Parker will handle the Tarmac Fire project.
Britt is located in our Miami -Dade office -telephone- 305-885-1585.
REFERENCES
Chief Tom Long- Brevard Co. Fire-Rescue-321-633-2056
Installed approximately 40 Sigtronics systems in various apparatus, including
ambulances,brush trucks, dual control engines.
Battalion Chief Mark Green -Cocoa Fire Dept-321-639-7605
Installed Sigtronics Intercom Systems in Engines -dual control -Brush trucks and
Various work vehicles.
Captain Mark Barwick- Palm Bay Fire-321-952-3448
Installed Sigtronics Intercom Systems in Engines -dual control- Brush trucks and various
work vehicles.
4450 US Highway 1 , Vero Beach, Florida 32967 . Telephone: (561) 569-5355 . Fax: (561) 567-2292
Locations
INDIAN RIVER — CORPORATE OFFICE
4450 US Highway 1
Vero Beach, FL 32967
Toll Free Number: 1-888-ASK-4CII
Phone Number: 561-569-5355
Fax Number: 561-567-2292
World Wide Web: «w«v.ask4cii.coin
BREVARD COUNTY OFFICE
571 Haverty Court, Suites J & K
Rockledge, FL 32955
Phone Number: 407-636-9885
Fax Number: 407-636-7720
NAPLES OFFICE
1100 Commercial Blvd, Suite 110
Naples, FL 34104
Phone Number: 941-430-3892
Fax Number: 941-430-3904
HOLLYWOOD OFFICE
3250 Hollywood Blvd.
Hollywood, FL 33021
Phone Number: 954-967-4349
Fax Number: 954-967-4349
VOLUSIA COUNTY OFFICE
400 Venture Drive, Suite F
South Daytona, FL 32119
Phone Number: 904-761-9999
Fax Number: 904-761-4922
TAMPA OFFICE
4801 George Road, Suite 150
Tampa, FL 33634
Phone Number: 813-887-1888
Fax Number: 813-887-3884
LYNCHBURG OFFICE
3764 Candlers Mountain Road
Lynchburg, VA 24502
Phone Number: 804-845-3170
Fax Number: 804-845-3202
MIAMI — DADE OFFICE
5375 NW 74` Avenue
Miami, FL 33166
Phone Number: 305-885-1585
Fax Number: 305-885-7170
10111"
�kh Wm
Q,OMMUNICATIONS 11\M-ERNATIONA.L. INC.
Providing a full range of Communications Technology and
Management Services
Background:
Communications International, Inc. (CII) was founded in 1975. During the past 25
Years the Company has steadily grown to meet the demands of the ever -changing
telecommunications industry. CII has grown into a multifaceted communications
company that is on the cutting edge of today's technology. Today CII offers a concept
to completion approach, in the field of wireless communications and is recognized as
one of the top companies in this business today. For twenty-five years CII has
maintained a constant effort to be efficient and reliable in servicing the critical
communications needs of our Public Service and Private Business customers. CII's
longevity in the business along with a growing list of satisfied customers is a
measurement of that successful effort.
Market Area — The United States:
Being mobile has become an integral part of our daily lives at CII. Personnel are
constantly traveling to jobs across the country to meet the rigorous demands of our
customers. To survive in today's high tech and complex wireless industry, it is
imperative to have a team of professionals to do the job right and do it efficiently.
Task -Oriented:
CII understands that jobs need to be done on time and done right the first time. CII
knows governmental procedures along with the paperwork that is required on their
projects. Over the years CII has enhanced its ability as a company to keep abreast of
these requirements by employing key personnel to keep up with the rapidly changing
technology in the communications industry. We have and will continue to grow our
company with the best personnel possible, to meet each and every challenge. Our
professional management team is poised to create and maintain the most efficient and
effective solution possible for each and every one of our customer's communication
needs.
Customer Care:
At CII, we have always been able to adjust and concentrate our efforts to meet the ever -
changing needs of our customers. CII listens to our customers' and strives to become
more skillful at identifying their requirements, meeting their desired objectives, and
being accountable. Our team of employees brings together various backgrounds in
electronic engineering and technical knowledge along with experience in government,
public safety and the private sector.
AT CII SATISFACTION IS OUR DAILY BUSINESS!
UUM"
C MMUNtCAMNS
I-ERNAnONAL, INC.
ROBERT WM. STORK
CHIEF ENGINEER
Professional Qualifications,
More than 25 years of management and technical engineering experience in R.F. Electronics, Systems
Design and RF Propagation
Degree of Engineering Science, 1972
FCC COMMERCIAL RADIO TELEPHONE LICENSE WITH RADAR ENDORSEMENT (#PG-22-
1477)
Member: PCIA, APCO, NABER
System Experience:
1) System design, set-up and maintenance of 800/UBF Repeater and Satellite Receiver Voter
Systems used by Indian River County, Brevard County and St. Lucie County agencies (including
portable operations.)
2) System integration and set-up of mobile and undercover command posts utilizing use for digital
encrypted speech techniques by various public safety agencies.
3) System design, installation and technical maintenance of 800/UHF/VHF High band Mobile Systems and
Low Band Point to Point Systems used by various public safety agencies.
4) System installation and technical maintenance of 800/900 Mh7/2 Ghz/6 Ghz112 Ghz and 23 Ghz
Microwave Point to Point Multiplexed Links used for Video and Audio transmissions.
5) System design and maintenance of telephone communications systems used in numerous private and
commercial ventures involving:
*Phone system to radio Links *Complete Cellular and phone system layouts
*RFi design and elimination *Design & Implementation of Ringdown Circuits & Equip
*Circuits & Equipment *Rural Telephone Design & Operations
*Key System programming & maintenance
*Engineering Sales support
Related Experience (Proiect detail follows)
25 years continuing experience providing project engineering for major contracts supplying several
different types of integrated RF Communications Systems. These systems have become an intricate
part of Indian River County, Brevard County and St. Lucie County in all phases of the local government
and private industry.
Has successfully provided designs and engineering for many local and state government agencies
throughout the United States.
Has been involved in the training of Field Support Teams providing ongoing technical assistance and
training at the customer's facility.
Proiect Duties
Responsibilities include key engineering work and oversight that is essential to the success of projects.
Primary activities revolve around the installation of and engineering of the 800 Mhz Radio Project
Personally integrating and testing each system to provide the utmost care in quality control on
projects.
Robert Wm. Stork
Resume, Page 2
Ocean City, Maryland - 1993
Assisted in repair of system manager/switch problems.
Illinois State Police—1992-1993
Database services and trained on system manager
Redesign of satellite receiving system
Programmed radios on site
Corrected and assisted in repair of system manager/switch problems
User training of MPA, MID and C3 Maestro Consoles
Brevard County Public Safety Trunking System, Brevard County, Florida-1989
Team effort with EGE for sale of system
Entire system installation
Complete on site database, user and dispatch training
Currently maintain backbone and equipment for Brevard County
Assist customer with Beta site testing and evaluation of EDACS
New Orleans, Louisiana Public Safety—1993-1994
Re-established customer confidence with defined goals
Implemented first Zetron Fire Alerting System that works on EDACS System
Complete software update on all user equipment
Complete user and dispatch equipment on site training for EMS, Police and Fire
Volusia County, Florida —1993
Assisted in design and sale of six site, 27 channel simulcast/multisite system
Installation of sites within 2'/2 week schedule
System/Equipment maintenance
City of Jackson, Jackson, Mississippi —1995
Entire System Install
Database Services
User training
Install Zetron Fire Alerting System
Indian River County, Florida —1996
Sold and designed total turnkey, 3 site Simulcast Multisite System
Entire system install
Implemented Zetron Fire Alerting System utilizing an EDACS system
Complete software update on all user equipment
Complete on site database, user and dispatch training
Currently maintain backbone and equipment
Additional Projects
Dade County — Miami, Florida
City of Hollywood — Hollywood. Florida
Hardee County — Hardee County. Florida
City of Clearwater — Clearwater. Florida
Manatee County -- Manatee County, Florida
Hampton PST — Hampton, Virginia
Collier County -- Collier County, Florida
City of Memphis — Memphis, Tennessee
CATIONS Il1TT9L. INC
Herschel T. Dean (Sonny)
President/General Manager
Education:
Gulf Coast Junior College
Florida A&M University
University of Virginia
Professional:
FBI National Academy
Experience:
1999- Communications International
President/General Manager
1984-1998 Indian River County Florida
Director, Department of General Services
1977-1984 City of Marianna Florida
City Manager
Assistant City Manager
Director, Public Safety
1973-1976 Jackson County Sheriff's Department
Chief Investigator
Y_Floridaf's Department
1965-1972 Gulf Count Flori Sheriffs
Chief Deputy
1960-1967 Glidden Company
Office and Personnel Manager
1954-1958 United States Navy Submarine Service
6, MUNICATIONS
INTERNATIONAL, INC.
JAMES STEVEN HEWETT
EDUCATION
Tampa College, Pinellas County Campus
■ Associate of Science Degree in Electronics
Harris Farinon Factory Training
■ Courses in Operation and Maintenance of Urbanet 2 and 10 Microwave Systems
GE Ericsson Mobile Communications Training Center
■ Certificates of Completion for:
16 Plus C3 Console
16 Plus Voice Guard Systems
16 Plus, s-550, Rangr, & M-PD
PST Systems & Site Equipment
RAPTR v5.0 for Ericsson Engineers
US Air Force Technical Training
■ Basic Electronics
■ Digital Electronics
■ Microprocessors
■ Electronic Armament Systems
■ Supervisory Skills
EXPERIENCE
Director Of Software Services
■ Field System Engineer on major projects
■ Manager, Brevard County Facility
■ EDACS Technician, Brevard County
Chief Communications Technician for City of Clearwater
■ Responsible for supervising communications technicians, coordination of all maintenance
activities on the 16 Plus 800 MHz Radio Systems to include initial installation and set up,
maintain system effectively with no downtime and a minimum of problems. Also designed
and programmed radio personalities. Handled preparation of reports and maintaining
appropriate records.
Radio Communications Technician
■ Duties included troubleshooting and repairing the 10 Plus Radio System and previous radio
systems, maintaining Code 3 requirements on Police vehicles and automated fuel sites.
Mechanic I
■ Performed scheduled and non-scheduled maintenance on city vehicles
Home Shopping Network
• Operated audio control panel and data entry
US Air Force
■ Maintained electronic armament systems on various aircraft
PROJECT EXPERIENCE
Ocean City, Maryland —1993
• Assisted in repair of system manager/switch problems
Illinois State Police -- 1992-1993
■ Database services and trained on system manager
• Redesigned of satellite receiving system
• Programmed radios on site
■ Corrected and assisted in repair of system manager/switch problems
• User training of MPA, MPD and C3 Maestro Consoles
Brevard County Public Safety Trunking System, Brevard County, Florida — 1989
■ Team Effort with EGE for sale of system
■ Entire System Install
• Complete on site database, user and dispatch training
• Currently maintain backbone and equipment
■ Assist customer with Beta site testing and evaluation of EDACS
New Orleans Public Safety, New Orleans, Louisiana—1993-1994
• Re-established customer confidence with defined goals
■ Implemented first Zetron Fire Alerting System that works with EDACS System
Complete software update on all user equipment
Complete user and dispatch equipment on site training for EMS, Police and Fire
Volusia County, Florida —1993
Assisted in design and sale of 6 site, 27 channel simul cast/multi site system
Installation of sites within 2 '/z week schedule
■ System/Equipment maintenance
City of Jackson, Jackson, Mississippi —1995
• Entire system install
Database services
User training
Install Zetron Fire Alerting System
Central Virginia Regional Communications System — 1997/1998
■ Debug system in preparation for customer acceptance
■ Complete software upgrade on infrastructure
ADDITIONAL PROJECTS
Dade County — Miami, Florida Manatee County — Manatee County, Florida
City of Hollywood -- Hollywood, Florida Hampton PST — Hampton, Virginia
Hardee County — Hardee County, Florida Collier County — Collier County, Florida
City of Clearwater — Clearwater, Florida City of Memphis — Memphis, Tennessee
OCMMUNICAMNS
WMRNAnONAL, INC.
STEVEN W. FISHER
EDUCATION
City of Philadelphia - 1975
■ Advanced Technologies Program Electronics
■ Graduated I" in Class City Wide
Institute of Technology, Drexel University —1977
■ Associate of Science Degree in Electronics Engineering
Certificates of Proficiency
■ Fiber Optics Technologies and Engineering
■ CATV Design and System Management
■ RCA Broadcast Transmitter School Camden
■ Hewlett Packard RF Test Equipment School
■ C-Cor Broad Band Transmitter School
■ Scientific Atlanta Feed Forward Amplifier Technologies School
■ Tx Rx Systems Bi-directional Amplifier Systems Engineering and Design
■ FCC Compliance Testing For Broadcast and CATV Systems
■ Huges AML Analog Block Microwave Systems
• General Instruments Status Monitoring
Indian River Community College — 1996 to 1998
■ Windows NT / Windows 95
■ PC Maintenance and Repair 1
■ PC Maintenance and Repair 2
■ Windows NT Networking 1
Ericsson — GE
■ EDACS Mastr Technician
■ Mastr III and IIe
■ GE Marc V Systems
Miscellaneous
■ 21 years of technical applications and engineering experience in RF Electronics and System
Design.
■ FCC License
■ Member Society of Cable TV Engineers
■ Indian River Community College Electronics Engineering Technology Advisory Committee
PROJECT EXPERIENCE
■ Ericsson GPS Simulcast System in Indian River County.
■ Central Virginia Regional Communications System Lynchburg 3 GPS Simulcast Systems.
■ City Of Jackson Mississippi Airport Police.
• County of Noxubee Mississippi Edacs System.
■ City of Coral Gables Fl GPS Simulcast System.
■ Florida Power and Light Phase 1 South District 900 Mhz Edacs.
■ System design, set up and maintenance of UHF Repeater and Satellite Receiver Voter
Systems, digital voice encryption system (EDACS and Conventional), 800 MHz systems used
by various public safety agencies.
■ Ericsson RS 232 Simulcast System in Volusia County — 1995.
• City Of New Orleans RS 232 Simulcast System.
■ System installation, technical maintenance and troubleshooting of General Electric EDACS
System.
■ System installation and maintenance of microwave systems
■ Systems set up and installation of coaxial and fiber optic data systems for General Motors
EDS.
■ Extensive experience in repair and trouble shooting of EDACS terminal equipment and triage
of Catastrophic system failures.
■ Maintenance and troubleshooting of various commercial and public safety systems involving
Duplex RF systems, Phone system to radio links, cellular, video microwave, vehicle
electronics interfacing, specialized mobile radio, analog and digital voter systems and EDACS
trunking (simulcast and multisite).
ENGINEERING AND TECHNICAL EXPERIENCE (Others Available Upon Request)
Indian River County Fire Department/Communications Center Fort Pierce Utilities Authority
City of Vero Beach Police Department/Public Works Brevard County Sheriff's Office
LA
14
OMMUNICATIONS
INTERNATIONAL, INC.
ANDREW L. BLANKENSHIP
EDUCATION
UALIFICATIONS
ITT Technical Institute Tampa, FL
• Bachelor of Applied Science Degree in Electronic Engineering
• GPA 3.9 (highest honors)
• FCC Licensed
• Extensive knowledge of all common electronic test equipment
• Extensive knowledge of PC's, BASIC, Visual BASIC, and C++
■ High mechanical and logical aptiude
EXPERIENCE
1997-PRESENT Communications International Inc. Tampa, FL
Branch Manager - Engineer
• Provide leadership and technical expertise in the day to day operation of
a radio communications repair facility.
• This multitasking position requires the development of operational
procedures to maintain a performance driven environment while
coordinating and overseeing efforts needed in the implementation of
projects.
1995-1997 Ericsson, Incorporated Tampa, FL
Technical Supervisor
• Responsible for providing management and technical support to a staff
of 15 employees in an electronic communications repair facility.
• Provided feedback through tecluucal expertise to design engineers about
product improvements and design flaws, budgeting expense accounts,
troubleshooting terminal and system level components when needed,
and maintaining all the computers on our local area network.
1989-1995 Electronic Systems Corp. Tampa, FL
Lead Technician
• Responsible for troubleshooting analog and digital transcievers.