Loading...
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.