Loading...
04/19/2006 Agreement Clift 0I11Ie Circll cOIn Danny L. Kolhage Office (305) 295-3130 Fax (305) 295-3663 Memorandum To: David S. Koppel, County Engineer Facilities Development Date: Ann Riger . Q) Isabel C. DeSantis, Deputy Clerk ~ Friday, Apri128, 2006 Attn: From: At the BOCC meeting on April 19, 2006, the Board granted approval of the following item: Agreement between Monroe County and Audio Visual Innovations, a General Services Administration (GSA) vendor, for the purchase of Audio Video equipment for the Murray E. Nelson Government and Cultural Center in Key Largo., Enclosed please find a fully executed duplicate original for your handling. Should you have any questions concerning this matter, please do not hesitate to contact this office. Copies: Finance County Attorney File v AGREEMENT This AGREEMENT ("Agreement") dated the 19th day of April, 2006, is entered into by and between the BOARD OF COUNTY COMMISSIONERS FOR MONROE COUNTY, hereinafter "County" whose address is 1100 Simonton Street, Key West, Florida and AUDIO VISUAL INNOVATIONS, a Florida Corporation, hereinafter "Contractor" whose address is 6555 North Powerline Road, Suite 413, Fort Lauderdale, Florida. WITNESSETH: WHEREAS, Momoe County purchasing policies and procedures allow for the county to procure goods and services through other Florida governmental contracts or from an approved GSA vendor/contractor, without going out for bid; and WHEREAS, County has ascertained that Contractor can provide goods or services through the above mentioned process as an approved' General Services Administration contractor approved by the Federal Supply Service Contract No. GS 03F- 0037M, FSC Group 581: Professional AudioNideo, Telecommunications and Security Solutions; NOW, THEREFORE, in consideration of the mutual covenants contained herein, the County and the Contractor have entered into this Agreement on the terms and conditions as set forth below. 1. PURPOSE. This Agreement is for the installation of audio and visual equipment for the purpose of providing live audio and video coverage of government meetings and television broadcast coverage on channel 76 at the Murray Nelson Building located at 102050 Overseas Highway, Key Largo, Florida. It is contemplated that the construction of this facility will take place over the next 13 months. Contractor shall coordinate the installation of the materials with the Architect and the General Contractor for the facility. Prices shall remain valid for the duration of the construction. 2. SCOPE OF AGREEMENT. The Contractor shall provide the goods or services set forth in Attachment A. 3. AMOUNT OF AGREEMENT AND PAYMENT. The County shall provide an amount not to exceed Two Hundred Twelve Thousand Two Hundred Eighty and 011100 Dollars ($212,280.01) for the goods or services to be provided according to Attachment A. Momoe County's obligation to pay under this Agreement is contingent upon an annual appropriation by the Board of County Commissioners. 4. RECORDS. The Contractor shall keep such records as are necessary to document the performance of the Agreement and expenses as incurred, and give access to these records at the request of the County, the State of Florida, or authorized agents and representatives of said government bodies. It is the responsibility of the Contractor to maintain appropriate records to insure a proper accounting of all funds and expenditures. The Contractor understands that it shall be responsible for repayment of any and all audit exceptions which are identified by the Auditor General for the State of Florida, the Clerk of Court for Monroe County, the Board of County Commissioners for Monroe County, for their agents and representatives. In the event of an audit exception, the current fiscal year contract payments will be offset by the amount of the audit exception. In the event the agreement is not renewed or supplemented in future years and' an audit exception occurs after the final payment under this agreement, the Contractor will be billed by the County for the amount of the audit exception and shall promptly repay any audit exception. 5. MODIFICATIONS AND AMENDMENTS. Any and all modification of the terms of this agreement shall be only in writing and approved by the Board of County Commissioners for Monroe County. 6. INDEPENDENT CONTRACTOR. At all times and for all purposes hereunder, the Contractor is an independent contractor and not an employee of the Board of County Commissioners of Monroe County. No statement contained in this Agreement shall be construed as to find the Contractor or any of its employees, contractors, servants, or agents to the employees of the Board of County Commissioners of Monroe County, and they shall be entitled to none of the rights, privileges or benefits of employees of Monroe County. 7. COMPLIANCE WITH LAW. In carrying out its obligations under this Agreement, the Contractor shall abide by all statutes, ordinances, rules and regulations pertaining to or regulating the provisions of this agreement, including those now in effect and hereafter adopted. Any violation of said statutes, ordinances, rules or regulations shall constitute a material breach of this agreement and shall entitle the County to terminate this agreement immediately upon delivery of written notice of termination to the Contractor. 8. HOLD HARMLESS/INDEMNIFICATION. The Contractor hereby agrees to indemnify and hold harmless the BOCC and any of its officers and employees from and against any and all claims, liabilities, litigation, causes of action, damages, costs, expenses (including but not limited to fees and expenses arising from any factual investigation, discovery or preparation for litigation), and the payment of any and all of the foregoing or any demands, settlements or judgments arising directly or indirectly under this Agreement caused by Contractor or sub-contractor in any tier. The Contractor shall immediately give notice to the County of any suit, claim or action made against the County that is related to the activity under this Agreement, and will cooperate with the County in the investigation arising as a result of any suit, action or claim related to this agreement. 9. ANTI-DISCRIMINATION. The Contractor agrees that it will not discriminate against any of its employees or applicants for employment or against persons for any benefit or service because of their race, color, religion, sex, national origin, sexual orientation or gender preference, or physical or mental handicap where the handicap does not affect the ability of an individual to perform in a position of employment, and to abide by all federal and state laws regarding non-discrimination. 10. ANTI-KICKBACK. The Contractor warrants that no person has been employed or retained to solicit or secure this agreement upon an agreement or understanding for a commission, percentage, brokerage or contingent fee, and that no employee or officer of the County has any interest, financially or otherwise, in the aid funded project, except for general membership. For breach or violation of this warranty the county shall have the right to annul this agreement without liability or, in its discretion, to deduct from the agreement prices or consideration, the full amount of such commission, percentage, brokerage or contingent fee. 11. TERMINATION FOR BREACH. The County may immediately terminate this agreement for any breach of the terms contained herein, including Attachment A. Such termination shall take place immediately upon receipt of written notice of said termination. Any waiver of any breach of covenants herein contained to be kept and performed by Contractor shall not be deemed or considered as a continuing waiver and shall not operate to bar or prevent the County from declaring a forfeiture for any succeeding breach either of the same conditions or of any other conditions. 12. ENTIRE AGREEMENT. This agreement constitutes the entire agreement of the parties hereto with respect to the subject matter hereof and supersedes any and all prior agreements with respect to such subject matter between the Contractor and the County. 13. CONSENT TO JURISDICTION. This Agreement, its performance, and all disputes arising hereunder, shall be governed by the laws of the State of Florida, and both parties agree that the proper venue for any actions shall be in Monroe County. Mediation shall be held pursuant to the rules of the Sixteenth Judicial District of the State of Florida. This Agreement is not subject to arbitration. 14. ETHICS CLAUSE: Contractor warrants that he has not employed, retained or otherwise had act on his behalf any former County officer or employee in violation of Section 2 of Ordinance No. 10-1990 or any County officer or employee in violation of Section 3 of Ordinance No. 10-1990. for breach or violation of the provision the County may, at its discretion terminate this agreement without liability and may also, at its discretion, deduct from the agreement or purchase price, or otherwise recover, the full amount of any fee, commission, percentage, gift, or consideration paid to the former or present County officer or employee. 15. PUBLIC ENTITY CRIME STATEMENT: A person or affiliate who has been placed on the convicted vendor list following a conviction for public entity crime may not submit a bid on an agreement to provide any goods or services to a public entity, may not submit a bid on an agreement with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to public entity, may not be awarded or perform work as a contractor, supplier, sub-contractor, or consultant under an agreement with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017, for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list. 16. AUTHORITY: Contractor warrants that it is authorized by law to engage in the performance of the activities encompassed by the project herein described. Each of the signatories for the Contractor below certifies and warrants that the Contractor's name in this Agreement is the full name as designated in its corporate charter (if a corporation); they are empowered to act and contract for the Contractor, and this agreement has been approved by the Board of Directors of Contractor or other appropriate authority. 17. LICENSING AND PERMITS: Contractor warrants that it shall have, prior to commencement of work under this agreement and at all times during said work, all required licenses and permits whether Federal, State, County or City. 18. INSURANCE: Contractor agrees that it maintains in force at its own expense a liability insurance policy which will insure and indemnify the Contractor and the County from any suits, claims or actions brought by any person or persons and from all costs and expenses of litigation brought against the Contractor for such injuries to persons or damage to property occurring during the agreement or thereafter that results from performance by Contractor of the obligations set forth in this agreement. Contractor shall carry the following insurance and shall name Monroe County as an additional insured on the vehicle and general liability policies. All policies must be written by companies having an AM Best rating of A-VI or better, licensed in the state of Florida. A. Commercial General Liability in the amount of $1,000,000.00 each occurrence and $2,000,000.00 in the aggregate. B. Vehicle Liability for owned, non-owned and hired vehicles in the amount of $1,000,000.00 per occurrence or combined single limit. C. Workers' Compensation in Statutory Amounts and Employers' Liability of $100,000.00 for accident, $100,000.00 for injury or illness and $500,000 Aggregate. 19. NOTICE. Any written notice to be given to either party under this agreement or related hereto shall be addressed and delivered as follows: For Contractor: For County: Martin Lois Audio Visual Innovations 6555 North Powerline Road, Suite 413 Fort Lauderdale, FL 33309 Jerry Barnett, Dir. Facilities Develop Monroe County Engineering 1100 Simonton Street Key West, FL 33040 Copy to : County Administrator 1100 Simonton Street Key West, F133040 20. The Contractor shall not assign or subcontract its obligations under this Agreement, except in writing and with the prior written approval of the Board of County Commissioners for Monroe County which approval shall be subject to such conditions and provisions as the Board may deem necessary. This paragraph shall be incorporated by reference into any assignment or subcontract and any assignee or subcontractor shall comply with all of the provisions of this agreement. Unless expressly provided for therein, such approval shall in no manner or event be deemed to impose any obligation upon the Board in addition to the total agreed-upon price of the services/goods of the Contractor and compensation to County. IN WITNESS WHEREOF, the parties hereto have caused this agreement to be executed ~y and year first above written. -..II-' - \ r:,;~~:/ __'.,\~ \~~.> ;7" ~:& I ~';"'\' I~ ~ t\ ~ r ~ .t ".J) : 'E?~ L. KOLHAGE, CLERK }j t ? '\1..0(; ,1 - ,~ \\ . ~;:~(}. ~)t~ . ~~./r Deputy Clerk BOARD OF COUNTY COMMISSIONERS OF MONROE C TY, FLORIDA By: aIrman />.. . "',","~:,':'..... .-,.- (SEAL) ~~~'\:/l -~'''I" (/~ PrintNa e LJ/J3/0t.. C\ 0.:: C) u L,\ c:: tr. o lJ- D LLI _! LI- (1\ Ln ~ :.E: cc , >- or:C x: ..0 c:;:;:. c:;:;:. c--l <i l:.J -1 (.~ v_ :..': r-= ..,.: ~~:<..:,;..- ~:~ c:: S --: t..) C) _1,<..) >- x: \.J-1 .-lo Xu.....- ~ u- ..:( :z: o ~ MONROE COUNTY ATTORNEY APPROVED AS TO FORM: ATTACHMENT "A" PROPOSAL SUMMARY Ayi Audio a Innovations l Prepared for: Prepared By: Martin A. Lois Monroe County Date Prepared: March 6,2006 Key West, FL 33040 Proposal#: MLAVIMCMENAV1rev1 Project Name: Murray E. Nelson Commission Chambers TOTAL EQUIPMENT COST $146,759.34 Includes cable,connectors,hardware,switches,relays,terminal blocks,panels,etc.,to insure a complete and operational system. LABOR $62,080.00 Including all on-site installation and wiring,coordination and supervision,testing,checkout,Owner training,etc.performed on the Owner's premises. Also includes all fabrication.modification, assembly,rack wiring,programming,etc.,some performed at AV contractor's premises. May include design drawings, run sheets,instruction manuals,programming,etc.if required. TRAVEL $0.00 Includes per diem.hotels,air fare.and other travel related expenses. GENERAL AND ADMINISTRATIVE $3,368.67 Including all G&A expenses:Clerical.bonds,shipping,insurance and warranties. SUBTOTAL $212,208.01 1st YEAR WARRANTY&PREVENTATIVE MAINTENANCE Included Full system warranty coverage with preventative maintenance as outlined on the following page. TAXES $0.00 GRAND TOTAL $212,208.01 TERMS PO Required SCOPE OF WORK Please reference Bid #'s (1) Panasonic GSA CONTRACT(2) BCSB 24-025N Middle Atlantic, BMS, Dalite, Sony, Chief, Marshall, Bretford and Sabine 21% Discount- (3) BCSB 25-105R Extron (4) Samsung GSA GS-03F-0018N $1925 (5) BCSB 26-069N Clearone 24% Discount (6) BCSB 25-034N Shure 25% Discount and Biamp 32% Discount(7) NEC GSA CONTRACT GS-35F-4696H (9)AVI GSA CONTRACT GS- 03F-0037M (11) HCSB 01-480-09 Labor, Programming and Engineering Not included: Structural,ceiling, millwork,or AC/heat modifications, HV electrical or conduit. Proposal valid for 60 days. This Entire Document and all information enclosed including drawings,specifications and designs is the property of Audio Visual Innovations(AVI).Proprietary information provided to our client or his agents is for the sole purpose of demonstrating AVI's capabilities and shall be held in confidence.These Materials may not be copied,distributed or disclosed in any way without the sole written permission of an authorized representative of AVI. Martin A. Lois Sales Engineer Customer Signature Print Date PHONE:954.938.9382 FAX:954.776.4772 EQUIPMENT LIST �Y = Audio Visual .- Innovations lour. ucet3rLk:i➢gSoli.\iia!i:arc, Prepared for: Prepared By: Martin A. Lois Monroe County Date Prepared: March 6, 2006 Key West, FL 33040 Proposal#: MLAVIMCMENAV1rev1 Project Name: Murray E. Nelson �_ Commission Chimhnrs INO T M QTY MPG MODEL DESCRIPTION i UNIT PRICE � EXTENDED PRICE 2 1 NEC MT1075 4200 ANSI Lumen Projector(7) $3,864.00 $3,864.00 3 1 BMS LCDLOCII Security Mount(2) $173.80 $173.80 4 1 Chief CMA100 Pipe for Mount(2) $124.00 $124.00 5 5 NEC PX42MX4A 42" Plasma Display(7) $2,433.00 $12,165.00 6 5 Chief PCM2042 Mount for Plasma(2) $315.21 $1,576.05 7 1 Dalite 89726 6'x 8' Electric Screen(2) $576.70 $576.70 8 1 Dalite 40973 Low Volta a Controller 2 $191.18 $191.18 9 10 2 Extron 6030002 Blank Wallplate(3) $55.30 $110.60 11 2 Extron 7010173 VGA and Audio Module for Plate(3) $35.55 $71.10 12 2 Extron 7015001 Power and Network Module for Plate(3) $126.40 $252.80 13 2 Extron 7009011 Blank Moudule for Plate(3) $11.06 $22.12 14 2 Extron 2656602 VGA and Audio Cable(3) $39.50 $79.00 15 0 Samsung SDP950ST Digital Document Camera(4) $0.00 $0.00 16 2 Sony SLVD360P DVD i VCR Combo(2) $126.40 $252.80 17 0 Clearone 91017106 Ceiling Mounted Document Camera(5) $0.00 $0.00 18 1 Crestron C2NTTVFM TV Tuner(9) $736.00 $736.00 20 21 1 Extron 6024206 Matrix System Switcher(3) $12,952.00 $12,952.00 22 6 Extron 6028909 PC Interface(3) $568.00 $3,408.00 23 1 Extron 6072901 Video Scaler(3) $865.05 $865.05 24 1 Extron 6047701 PC Scan Converter(3) $1,497.05 $1,497.05 25 4 Extron 6019001 Rack Mount Kits(3) $98.75 $395.00 26 2 Extron 6024503 VGA DA(3) $367.35 $734.70 27 2 Extron 6068101 RGBHV DA(3) $450.00 $900.00 28 2 Extron 6069221 AV DA 3 $410.80 $821.60 32 33 11 Shure MX418S/S 18"Gooseneck Microphones(6) $268.80 $2,956.80 34 0 Shure ULXS14/84 Wireless Lavalier Microphone(6) $0.00 $0.00 35 2 Shure ULXS24/58 Wireless Handheld Microphone(6) $787.00 $1,574.00 36 2 Shure UA506 Rack Mount Kits(6) $24.00 $48.00 37 2 Clearone 910155001 Audio Digital Signal Processor(5) $1,633.24 $3,266.48 38 2 Sabine FBX2400U Feedback Eliminator(2) $394.96 $789.92 39 1 Shure FP16A Audio DA(6) $520.00 $520.00 40 22 JBL CONTROL26 Ceiling Mounted Speaker(4) $103.68 $2,280.96 CT 41 4 Biamp MXA35 Power Amplifier(2) $425.00 $1,700.00 42 1 Biamp MXA150 Power Amplifier(2) $572.00 $572.00 43 1 Extron 6030103 Blank Wallplate(3) $79.00 $79.00 44 4 Extron 7010324 XLR Modules for Wallplate(3) $35.55 $142.20 45 1 Clearone 930-DIG-TEN Assisted Listening System(2) $1,599.75 $1,599.75 46 0 Marantz PDM671 Digital Recorder(2) $0.00 $0.00 .- EXTENDED WARRANTY SCHEDULE OE Audio Visual �Innovations For new equipment only h,�' mUce For Ltiink aeon And heard. Prepared for: Prepared By: Martin A. Lois Monroe County Date Prepared: March 6,2006 Key West, FL 33040 Proposal#: SC MLAVIMCMENAV1rev1 Project Name: Murray E. Nelson Commission Chambers 2nd YEAR PREVENTATIVE MAINTENANCE $11,050.00 Does not include warranty for malfunctioning equipment By signing the appropriate space above,customer agrees to purchase the applicable extended warranty. Tax not included. PREVENTATIVE MAINTENANCE PLAN Clean and inspect all surfaces,electrical and Yes signal connections,etc. Clean,inspect and lubricate(as required)all VCRs,audio cassette player/recorders,dubbing Yes machines, DVD players.CD players, DAT players and cameras. Clean,inspect, lubricate,and perform any optical, mechanical and electrical alignments/adjustments Yes required to optimize image quality from projection system. Complete a Projector Status Card for each projector. Perform complete system checkout. Test every user function available to customer under remote or direct control. Select and re-select projector Yes sources testing multiple resolutions with each source(as applicable). Perform a system walk-thru with client representative. Demonstrate system cleanliness Yes and performance. Additional training session for the year 1 NO Loaner table top LCD projector(if applicable) Emergency visit at no charge 4 Telephone support Unlimited Preventative Maintenance Inspections(PMI)per 2 year Consumables such as lamps&filter replacement not included Additional SERVICE PLANS available upon request PHONE:954.938.9382 FAX:954.776.4772 This Entire Document and all information enclosed including drawings,specifications and designs is the property of Audio Visual Innovations (AVI).Proprietary information provided to our client or his agents is for the sole purpose of demonstrating AVI's capabilities and shall be held in confidence.These Materials may not be copied,distributed or disclosed in any way without the sole written permission of an authorized representative of AVI. Monroe County Date Prepared: March 6,2006 __ Key West, FL 33040 Proposal#: MLAVIMCMENAV1rev1 Project Name: Murray E. Nelson Commission Chambers ITEM QTY MEG MODEL DESCRIPTION UNIT PRICE EXTENDED PRICE NO. 49 50 1 Crestron STX-AV2PAK- Remote Control System with Wireless $4,500.00 $4,500.00 C17 Touchpanel (9) 51 5 Crestron ST-COM RS22 Controllers(9) $420.00 $2,100.00 52 5 Crestron ST-EMK Rack Mount Kits(9) $90.00 $450.00 53 1 Crestron TPS4500LB Wired Touchpanel (9) $4,080.00 $4,080.00 54 1 Crestron RMK-5000 Rack Mount Kit(9) $234.00 $234.00 55 1 Crestron PW2420RU Power Supply(9) $150.00 $150.00 56 1 Crestron CNT-Block Control Distribution 9 $170.00 $170.00 59 60 4 Panasonic AW-E650 1/2"CCD Camera(1) $3,881.11 $15,524.44 61 4 Panasonic AW-PH300A Pan-Tilt Head (1) $3,375.31 $13,501.24 62 4 Panasonic AW-PS300 Power Supply for Pan-Tilt Head (1) $576.32 $2,305.28 63 4 Panasonic AW- 16X Fujinon Lens(1) $2,327.46 $9,309.84 LZ16MD73 64 4 Panasonic AW-CA50T15 Lens Control Cable(1) $110.83 $443.32 65 1 Panasonic AW-RP505 Multi Hybrid Remote Control Panel(1) $1,983.88 $1,983.88 66 1 Panasonic AW-PS301 Power Supply for Controller(1) $99.75 $99.75 67 1 Panasonic AW-HB505 Multi Port Hub(1) $2,300.00 $2,300.00 68 1 Panasonic AW-PS505 Power Supply for Multi Port Hub(1) $260.96 $260.96 69 4 Bretford TVWY27-BK Mount for Camera(2) $133.50 $534.00 70 4 Bretford TVCM-BK Ceiling Flange(2) $35.00 $140.00 71 1 Panasonic AG3200 Professional VHS Recorder(2) $344.40 $344.40 72 1 Panasonic DMRT6070 DVD Recorder(1) $704.28 $704.28 73 1 Panasonic AG-MX70 8 Input Production Switcher(1) $5,578.84 $5,578.84 75 4 Marshall VR-682P 3 x 1 Rack Mount LCD Monitors(2) $1,181.00 $4,724.00 76 1 Sony KV13FS100 13"TV 2 $180.91 $180.91 80 81 1 Middle Atlantic VEC Video Equipment Console(2) $4,017.39 $4,017.39 82 1 Middle Atlantic ERS Equipment Rack System with $3,225.15 $3,225.15 Accessories(2) LOT AVI Custom Miscellaneous Materials $12,600.00 $12,600.00 TOTAL EQUIPMENT&MATERIALS $146,759.34 This Entire Document and all information enclosed including drawings,specifications and designs is the property of Audio Visual Innovations (AVI).Proprietary information provided to our client or his agents is for the sole purpose of demonstrating AVI's capabilities and shall be held in confidence.These Materials may not be copied,distributed or disclosed in any way without the sole written permission of an authorized representative of AVI. ~ - - .. DRUG-FREE WORKPLACE FORM The undersigned vendor in accordance with Florida Statute 287.087 hereby certifies that: J\U~~D \1 ~ ~\)O\ ~ f\X-Y::}I\~\OY\~ (Name of Business) 1. Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. 2. Inform employees about the dangers of drug abuse in the workplace, the business's policy of maintaining a drug-free workplace, any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. 3. Give each employee engaged in providing the commodities or contractual services that are under bid a copy of the statement specified in subsection (1). 4. In the statement specified in subsection (1), notify the employees that, as a condition of working on the commodities or contractual services that are under bid, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contendere to, any violation of Chapter 893 (Florida Statutes) or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later than five (5) days after such conviction. 5. Impose a sanction on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee's community, or 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 firm complies fully with the above requirements. AOf'l\ \~', ,~_cb'r cr. - '6-0~ Date OMB - MCP#5 -. . NON-COLLUSION AFFIDAVIT I, J1l11tflN Lal S of the city of t.!JkE u.>>(2771 law on my oath, and under penalty of perjury, depose and say that: according to 1. lam MA~T'N LO(S of the firm of Audio Visual Innovations, Inc. the bidder making the Proposal for the project described in the Notice for Calling for bids for: t\\Uf(U-C.l [3. Nf1..SblJ. 'e>c...l:)q and that I executed the said proposal with full authority t do so: 2. the prices in this bid have been arrived at independently without collusion, consultation, communication or agreement for the purpose of restricting competition, as to any matter relating to such prices with any other bidder or with any competitor; 3. unless otherwise required by law, the prices which have been quoted in this bid have not been knowingly disclosed by the bidder and will not knowingly be disclosed by the bidder prior to bid opening, directly or indirectly, to any other bidder or to any competitor; and 4. no attempt has been made or will be made b the bidder to induce any other person, partnership or corporation to submit, or not to submit, a bid for the purpose of restricting competition; 5. nts contained in this affidavit are true and correct, and made with full knowledge that Monroe ies u n the truth of the statements contained in this affidavit in awarding contracts for said project. l//yjQ6 (Date) STATE OF: \ LA..- , O\c,--"),-~ Cr- r~ COUNTY OF: PERSONALLY APPEARED BEFORE ME, the undersigned authority, "Yo\u ('\ t' r"'\ h a \S who, after first being sworn by me, (na~e of individ,!lal signing) affixed his/her signature in the space provided above on this \.\ -0- day of ~ LJ...... ~ ~f0- \ 20 0 \0 . , <r~ ,f\, ,}~, 1'1 , I '1i8B''''I, ", ,.i.... "~~. """. . ~-"~1I" ~ !\t: .;;.:) oj i'r~~n'~"'l'.lI.m.'':''".t '- 'JE8 ~. Ll,: of Florida JUiy 13, 2007 Lit I 1{~[:;i'_:jj .-:,':jO<-'-'~"lh ~~~ NOTA!\Y PUBLIC My Commission Expires:!./ l~- 0 I 4 ---+ TV Ill Press panel-wall - monitor AC TV Room layout � podiurioor Press table monitor ' llox ' 'Document! camera AC Floor, TV box : camera monitor ;Floor AC ilibox pro dOis Floor, i AC Control room box :; camera 2nd floor AC AC Floor i c mera box : / TV Floor camera monitor box AC Audio--line level -- microphone ____floor 1 video--comp/S ' box ' VGA TV podiumi AC--110V Floor Floor Flourl- Floor control monitor __, box ; box : box ; box AC Document Cat 5 camera CABLE--RF Yaklevich 12/18[05 I Clerk panel--wall floor - TV 4 Press panelh . monitor 1 TV Audio&mics monitor Press table 2 podium TV • monitor 4 4 camera •• pj6±— "" i' "......._ ..... rojector --"'••• • dads '. '' : Control room_ camera -•• 3'3'44'" • 2nd floor ■ ' camera ,/:...... camera TV 4_ ''" • monitor 5 ,.®■ TV Audio--line level ;podium; eta monitor floor 3 ' Yaklevich 12/18/05 ;Clerk AIIII LCD TV Press panel - monitor --Viideo/VGA/RF LCD TV 1 4 VGA_ : ; Press table monitor : 1 • r_pvalu n !Document! '•••. I camera r''•••.. t elD.Tv mohiti N•., ••. camera projector 1 4 , camera1-... ..1/4... ..... -♦ dis "" , - • - - - III -- II . . . . ■ I 1,/_i camera • •,.••...••'' ••• ••* •,.• camera LCD TV �,.•• r • V .• .• VGA video--comp/S LCD TV ,.••''� VGA monitor podium Staff table coax--RF pocumerti.••'•• ; floor camera; ; ♦ Yaklevich 12/18/05 Clerk panel (I) TERMS AND CONDITIONS OF GSA CONTRACT GS-03F-4082B CONTRACT PERIOD EXTENDED THROUGH MARCH 31, 2008 ORDERING ADDRESS: PAYMENT ADDRESS: WEB ADDRESS: FOB POINT: TIME OF DELIVERY: PAYMENT TERMS: W ARRALWY: STANDARD FORM 279: Panasonic Btuadcast & T elevisioll Systems Company Government Systems Group One Panasonic Way, 4B-7 Secaucus, NJ 07094-2917 For Government Credit Card Orders please call: (301) 738-3840 Panasonic Broadcast & Television Systems Company Government Systems Group One Panasonic Way, 4B-7 Secaucus, NJ 07094-2917 http://wvvw.panasonic.com Destination Continental U.S., Alaska and Hawaii. Foreign shipments to US. port of embarkation only- APO and FPO addresses cannot be accepted. Note: Export packing not available. Within 90 days ARO (after receipt of order) Net 30 Days 1 Year Parts and Labor or Commercial Warranty, whichever is longer. Block 16: Contractor Establislunent Code (CEC): l4-901-881E Data Universal Numbering System (DUNS): 153853010 Block 30, Type of Contractor: Large Block 31, Woman-Owned Small Business: No Block 34, Walsh-Healey Act: Manufacturer Block 36, Contractor's Tax Identification No: 36-278-6846 LOCATION CAGE CODE: 34DBl On-line access to contract ordering information, terms and conditions, up-to-date pricing, and the option to create an electronic delivery order are available through GSA Advantage!TM, a menu-driven database system. The INTER.t~ET address for GSA AdvantagelTM is: ht{p:/I~~!liVTvJE:q!,!ja,gov. PROFESSIONAL/INDUSTRIAL GSA CONTRACT GS-03F-4082B REVISED 07-27-2005 VIDEO MODELS MODEL NUMBER SIN DESCRIPTION RETAIL QTY GOV'T COVE PRICE PRICE AWE650 58-3 Multi-purpose convertible camera. 3 1/2" IT CCD. 4,600.00 1-2 3,967.76 V Uses 1/2" bayonet mount lenses. 850 line 3+ 3,881.11 resolution,2000 Lux,f1.4. Min. illumination 0.005 Lux. Self contained sens-up for min. illumination 0.00005 Lux. Use with selected AWBP-Series option cards. 2 PROFESSIONAL/INDUSTRIAL GSA CONTRACT GS-03F-4082B REVISED 07-27-2005 VIDEO MODELS MODEL NUMBER SIN DESCRIPTION RETAIL QTY GOV'T COVE PRICE PRICE AWPS300 58-3 Power supply for AWPH300. 730.00 ANY 576.32 V 3 PROFESSIONAL/INDUSTRIAL GSA CONTRACT GS-03F-4082B REVISED 07-27-2005 VIDEO MODELS MODEL NUMBER SIN DESCRIPTION RETAIL QTY GOV'T COVE PRICE PRICE AWPH300A 58-3 ,Pan/tilt head for hybrid remote control system. 4,200.00 1-2 3,491.18 V 3+ 3,375.31 4 PROFESSIONAL/INDUSTRIAL GSA CONTRACT GS-03F-4082B REVISED 07-27-2005 VIDEO MODELS MODEL NUMBER SIN DESCRIPTION RETAIL QTY GOV'T COVE PRICE PRICE AWLZ16MD73 58-3 jZoom lens, 16:1, Fujinon, 1/2" motor drive. 2,815.00 ANY 2,327.46 V 5 PROFESSIONAL/INDUSTRIAL GSA CONTRACT GS-03F-4082B REVISED 07-27-2005 VIDEO MODELS MODEL NUMBER SIN DESCRIPTION RETAIL QTY GOV'T COVE PRICE PRICE AWCA50T15 58-3 Cable, 50-pin to 15-pin, for use with AWE300, 135.00 ANY 110.83', V AWE600 and AWPH300. 6 PROFESSIONAL/INDUSTRIAL GSA CONTRACT GS-03F-4082B REVISED 07-27-2005 _ VIDEO MODELS MODEL NUMBER SIN DESCRIPTION RETAIL QTY GOV'T COVE PRICE PRICE AWPS301 58-3 Power supply for AWRP301, AWRP305, 125 00 ANY 99.751 V AWRP501, AWRP505. 7 PROFESSIONAL/INDUSTRIAL GSA CONTRACT GS-03F-4082B REVISED 07-27-2005 _ VIDEO MODELS MODEL NUMBER SIN DESCRIPTION RETAIL QTY GOV'T COVE PRICE PRICE AWRP505 58-3 Multi hybrid control panel for AWPH300. Controls 2,320.00 ANY 1,983.88 V up to five camera locations for pan/tilt, lens, CCU. Must use with AWHB505. 8 PROFESSIONAL/INDUSTRIAL GSA CONTRACT GS-03F-4082B REVISED 07-27-2005 VIDEO MODELS MODEL NUMBER SIN DESCRIPTION RETAIL QTY GOV'T COVE PRICE PRICE AWHB505 58-3 Multi port hub multiplexer for AWPH300 system. i 2,820.00 ANY 2,300.25 V Use with AWRP505. 9 PROFESSIONAL/INDUSTRIAL GSA CONTRACT GS-03F-4082B REVISED 07-27-2005 VIDEO MODELS MODEL NUMBER SIN DESCRIPTION RETAIL QTY GOV'T COVE PRICE PRICE DMRT6070 58-1 DVD-R/DVD-RAM recorder/player with 160 GB 850.00 1-4 704.28 V HDD. High speed recording from HDD. 1394 DV 5-24 687.15 input with DV auto recording. SD Memory/PC 25+ 671.03 card slot for viewing photos from digital camera. CD-R/RW and MP3 playback. 10 PROFESSIONAL/INDUSTRIAL GSA CONTRACT GS-03F-4082B REVISED 07-27-2005 VIDEO MODELS MODEL NUMBER SIN DESCRIPTION RETAIL QTY GOV'T COVE PRICE PRICE AGMX70 ' 58-1 Digital A/V mixer. 8-inputs, 16:9/4:3 switchable 6.925.00 ANY 5,578.84 V aspect ratio,600 built-in effects, color correction, PAUNTSC compatible Chroma-Key and Luminace Key, dynamic rounding, Frame Buffer and Logo Animation, tally output for live production, built-in GPI/RS-232/422 remote interfaces, 3-band audio EQ and pitch change control. 12 PROFESSIONAL/INDUSTRIAL GSA CONTRACT GS-03F-4082B REVISED 07-27-2005 VIDEO MODELS MODEL NUMBER SIN DESCRIPTION RETAIL QTY GOV'T COVE PRICE PRICE AWPS505 58-3 Power supply for AWHB505. 310.00 ANY 260.96 V 1 P.01/01 t'iAR...,lE.-208S 15: 34 PURCHASING .~_ THE SCHOOL BOARD OF BROW ARD COUNTY, FLORI.DA !I" l :;..-~:" -:;:. mn WF'.b, OAKLAND "ARK IlOUtEVAfU), :WIT&J23 . SUNRISE, nOrUDA 33351-6104. Tel. 7~.321.n5OS -:0."'."" _,__ __'-"" 0,....1_, ,-."'"",,~,,,',__'.l_ '",'" ,',," ',", "'_'~"''''''''''_'''_ ~" ,. ~_~...(~ .......' '~ ""W!'fl':'~ .." StiPP!;' MQ/lI.;gcmt'trl & l.oJ:;../ic, 2) SCHOOL 80ARD (fiMi' t"lrt'-(~Jf.fItr' .....RM.\ K1l;A,tT. f'SQ ), Wlf.t.lAM:> N<lPllllWS . c;i>,ll;J\Qlif.R M"'tIRIl!:N " OIN~SN ""\ltrY IttlrllNSTglN XOBEkT I), l'AAK!>. &i,P. OARLI> I. ("'!TEA Rc)1$lN tl^ItTU,~HN March 1. 2005 =~,~~ 6555 N. PowertineRd. #413 I Ft. Lauderdale, Florida 33309 VIA FACSIMII.E 954.~ 77 (,- 1./ 71 ~ ~~3-~~ ~5"tJ<t OR. ~'RANX TI1 L .~ufiJ!rlr.;,~~ntlJJ'jft'ltil(jft SUBJECT: DlOVlSUAI., TELEVISION, (1 . ate), 7(1Ilattemate), 8 ~9 (1-' aftemate), 11; and 31 AL ViDeo EQUIPJ.f~NT AND PERIPHERALS, rTElIlS 10; (1<<1 Alternate) 12, 28; (21lll Alternate) 3. RENEWAL The above referenced contract expIres on June 3C}, 2005. In accordance with S~cial Condition 5 this contract may, byement and School Board approval. reo your acceptance of conditions of the. bid fl. . retuming it to my attention by fa~lmlle ~ (7 referenced bid, Please tonfrrm t to all terms and space provided below and To help determine if It is costs offered in this contract costs, terest of SBaC to renew this oontm:c~ plea$e intrICate in the space provided below if unit Mease or decrease if SBBC would releaSl:j a new bid. aM tbereason for tI'Ie change in unil Vendors who do not resppnd by the date anl;l time stated above may not be co attention to this matter. If you have any questions, I can be reached at (754)32 ad for renewal. Thank you lor your prompt Sincerely, t.t~',t\~ ~~ Signature of. rized RepresentatIVe ffio..V',M e r ~ Please state yes, no l)f' (~ain the same. ::;) o-'V)!,.t. Ressorrtot unit cost change: TI'(l~f(.ml1ilJ$!tdlu:afkm:Oil<' ~/1/4r!'(lf ar.4 Tilll~ 8!'oll't1rrICMml)' f>ttll/lt; SclltJQis Is AtIE/lltu! OPjWt1tmit,v!ffqllallk'cess EtJl/)/~I'<!'r TOTAL P. @1 Q3/09/2005 21:48 8138829508 i~ AVI PAGE 02/15 ~ THE SCHOOL BOARD OF BROW ARD COUNTY, FLORIDA ~ ~ 7120 WE!i'rOAKLAND r^~K 1l0t/LEvARI), surn: 313 . SUNK'S..:. ...LORIDA 3335'-67114' TEL 7~4-J:zI-O~05 __ __ ...... I U.l -- ~ ....- ., ,.", DONNIE CARTl!R ". ..",. Dir(!cIQ/' of PI/rena,virzg SCHOOl. ROARD Clmi,. ),ia CIInio' LOI~ WEX1.ER ('A]~()U: L, ANDllllws JUCJlb~. t1UUNll'K OAR(A L. CARTER DllVIlRI.Y A.. C)ALLACJHBJ\ STePHANIE ARMA KJl.A1-"T,liSQ. OR. I~ODI!I1.T I), rAl\X..$ MIIR.TY RUBINHI'.IN El!;NJAMIN J. WILI.IAMS August 28, 2003 l'l1.. FR.A~IV. TH.l" SlIp"III/t1",I."t ~(S"h(l~I. Audio Visual Innovations, Inc. Attn: Michael S. Lever 6313 Benjamin Road, Suite # Il 0 Tampa, FT. 11~14 SUBJECT: Letter of Agreement Per Bid NO.lTil1e; 24-Q25N Audiovisual, Tele~sj<in. Di~rital VideQ Equipmcllt and PeIi1Jhl;:li:d~ .. Tenn Contract-Item 31 Primary: Items 6 (1"1 Alt), 7 (1 sC Alt). 8 (1 Sl AU). 10 1~1 Altemate: Items 12,28 2nd Alternate: Items 3, 7 (2nd AI::), 9 (PI Alt), 11 Tlus is to advi!;e ynll that The School Hoard of Broward County, Florida hos a.ccepted your bid to furnish service, equipm.ent and/or supplies on above items specified, This accep(ancc is subject to compliance with bid specifications, ten11S and conditions, all pertinent laws of the Suile of Florida, and instructions as determined by the Attorney fOf the School Board. . The School Board of Droward County, Florida resel Vl;:~ lilt:: righl lu It::nll:l1att:: Lhi:) contract at any time and for any renson upon giving thirty (30) dnys prior written notice. Purchase order(s) will be issued lO cover service(s)lequipment/supplies :for the period of AU2ust 19. 2003 through June 30. 2005. (;)~. JL"./i~ Phyllis Ben-Asher, Purchasing Agem Purchasing Department PBAJdw Attaclunenl cc: Bid j-<lle . TI"C/fJ.~f<:mlliIlX educatiQn; OIlL' Student tll A Time Brol':aI~{ 0'/(11/.1' Puhlic Schools Is An Equal Opporl<llli/l'IEqutil Ac,' pss Emp/a.pc?!' ~3/09/2005 21:48 8138829508 AVI PAGE 03/15 The School Board of Broward County, Florida Purchasing Department Bid No.: 24-o25N Board Meeting At-GUST 5. 2003 Description: AUDIOVISUAL, TELEVISION, DIGITAL VIDEO EQUIPMENT AND PERIPHERALS TERM CONTRACT Bid3 Sent: I 12 Bids Ra:'d: 28 No Bids: ~ Bid Opening: ~~y 21,2003 For: V ARIOUS LOCATIONS (School! Department) V ARlOUS FUNDS Adv't:rti~ed Date; AP. RlL 8, 2003 fund: Award Amount ..!!!l,OOO,OOO (PER CONTRACT PERIOD) mSTING OF BID RECOMMENDATIONrT ABULA nON: Bid Recommendations ond ri :bullltiomr will be posted ill the Purchasing Department on JUNE 23, 2003 ~ 3:00 P.M. ,and will fetnttin posted for 72 boUl"!l. My penon desiring to protest the Bid RecommendauonfTabulatioo shall file, in writing, II notice of protest within n hours after the time posted as stated herelll. and shall file a formal written protest within ten days after filing the notlce or protest. Saturdays, Sund~ys, Iega.l holidays and days during which the 3chool district administration is closed shall be exclud~ in Ihe computatioJl ofthe ?2-hour time period. Filings shall be at the officr; of the DirectQr of Purchasing, 7720 West Oakland Park Boulcvard, Suite 32], Sunrise, Florida 33351. Section 120.57(3:{b}, Florida Statutes, states that "The formal written protest shall state with particularity the facts llJ'l(llaw upon which the protest is oo3ed." RECOMMENDA TIONIT ABULA nON ,- ITEMlS) AWARDED hUUIU V I::iUA.L INJ'IIU V A J IVN:S, INC. ITEM 31 PRIMAR.Y: ITEM ti (J~T Alt), 8'~IET Alt), IV 1"1 ALTER.NA TE: ITEMS 12,28 204 ALTERNATE: rTEM 3, 7 (2'd All), I) By: {/JiIc''i9flw A,..... _cbih.P.-<-__ Oak: 6i1Yi(J3 (Buyer/Purchasing Agel'll) Broward County Public Schools is An Equal Opporrunity Employer 9f8l00 03/09/2005 21:48 8138829508 AVI PAGE 04/15 RECOMMENDA TIONIrABULA nON BID 24-02SN AUDIOVISUAL TE.LEVrSKlN. DIGITAL VIDEO EQUIPMENT AND PERIPHERALS PAGE 2 . . , ~CERTIFlEO MIWBE VENDOR ,:.. ITEM 17: NO ACCEPTABLE BIDS WERE RECEIVED, WILL NOT BE REBID. WILT.. f'V){UiASh ACCORDING TO STANDARD PURCHASING POLICIES AND PROCEDURES. ITEM Jl: RECOMMEND A MULTIPLE AWARD DC MADe TO THE ABOVE BIDDERS WHO OlloERED A SINGLE FIXED 1't:l(J..:t::NTAGE DISCOUNT. AND OTHERWISE COMPLlBD WITH THE SPECIFICATIONS, TERMS AND CONDITiONS OF THIS BID. IT IS RECOMMENOED THAT FOR mE REASONS STATED ON THE AITACHED SUMMARY 0.. OIO REJECTIONS SHBBT, THE aIDS RECEIVED, EITHER IN THEIR ENTIRETY OR FOR THE PARTICULAR ITEMS LISTED, BE REJE:TEO fOR NOT COMPL YlNG WITH 11fE 810 REQUIREMENTS. . CONTRACT PERIOD: AUGUST 1,2003 TI-IROUGH JUNE 3D, 2005. •03/09/2005 21:48 8138829508 AVI PAGE 09/15 Bid 24-025N AudioVlsual,Television,Digital Video Equipment and Peripherals Vendor Percent Discount Off Catalog lnform;Won Percent Dlsc xin! SBBC stem Vendor Name ..._�Manutadurer/Cataloq Name Equipment_Sown is Number Audio VI5tie1 hin Watson" IEpawl Powerllte projectors 40___.... ; asv1i0301 a re$6 uCre , 20 20 Sharp Professional LCD Prosts 35 21 Veramoios Creative Learning Tools 12 12 AVi Presentation Products 21 _ 21 —.""Sorry Broadcast 200E 15 15 . Infocus!Proodma 33 21. vC Prpfessranal Products 12 12i rPanasonic Systems Praline 16 16' _" anaeon�c s 16 16! Comprehensive Video Group 22 22 ante teaming P tiEtg 21 21 ..••' Yollec 22 - 22; smarrreci,ndogioe o o -ie,mit n Eledronica 22 22 3R,{7NP,Elm Acoassones 25 _ 25 __ ?anaemic Presentation Systems 27 20 C}sef cunle - _ 15 15, "6Zon Gontrof 15 15 Elks LCD&Audio Visual Products 25 20 ~ THE SCHOOL BOARD OF BROWARD COUNTY, FLORIDA 3) ~ -=--=- 7120 WEST OAKLAND PARK BOULEVARD, SUITE.123 . SUNRISE, FLORIOA 33.151-6704' TEL 754-321-0505 .-- V" Supp/.l' MOlwgllmcri!' & Logistics SCHOOL BOARD February 15, 2005 Chnir STEPHANIE ARMA KRAFT. ESQ I.'ce Omlr I3ENJAMIN J. WILLIAMS CAROLl' L ANDREWS ROBIN RARTl.EMAN OARLA L. CARTER MAUREEN S. DINNEN BEVERLY A GALLAGHER ROBERT D. PARKS. Ed.!). MARTY RUBINSTEIN Audio Visual Innovations, Ine. 6555 N. Powerline Road, Suite 413 Ft Lauderdale FL 33309 DR. FRANK Till Superintendent of Schools Subject: Bid Number: Descri ption: Term Contract: LETTER OF AWARD/CERTIFICATE OF INSURANCE 25-105R Electrical Supplies (CO-Or) April 1, 2005 through March 31,2008 The School Board of Broward County, Florida has accepted your bid for Item(s) 82, 90 subject to compliance with subject bid specifications, terms and conditions, all pertinent laws of the State of Florida, and instructions as determined by the Attorney for the School Board. The School Board of Broward County, Florida reserves the right to terminate this contract at any time and for any reason upon giving thirty (30) days prior written notice. ...-.. Your Certificate of Insurance form and Indemnification Clause where applicable must be on file in the office of Risk Management and Safety Department within fifteen (15) days of this notification. It is important that you notify your insurance agent for general liability insurance that the insurance requirements attached to the above bid require that The School Board of Broward County, Florida, be included as an additionally named insured under the General Liability Policy. This information must be specifically stated on the Certificate of Insurance submitted by your insurance agent in order for the Certificate to be acceptable. The above bid number must appear on the certificate submitted. No work can commence on the item(s) accepted on this bid until this Certificate of Insurance form is received and approved, and a written purchase order is released. The completed Certificate of Insurance must be mailed to: RISK MANACEMENT AND SAFETY DEPARTMENT. The School Board of Broward County. Florida. 7770 West Oakland I'ark Blvd. Sunrise, FL. 33351 Attached to thiS representative(s). application form. letter of agreement IS the request for SBBC Phuto ldentific,ltlon Hadge(s) for vour Please refer to Special Condition 34 of the subject bid. the attached information and Sincerely. /j/ // //;{'-...f. {?Ir~>.____ .I Mark Alan Purchasing Agent [II, Purchasing Department cc: Aston A Henry JR.. Manager. Risk Management und Safety Department Bid File Enclosu res ~.______~_,_.~,_.__,.", Trlllls/or/lllllg, Edllcalloll. 0111' Studellt (I1..J lillle Rml\C(/I'(1 CoulIl,. Puhlle Schools Is All Fql/lIl OPPOrtlllllll./E!/IIIII..JeC('s\ Emplul'cT I ~ The School Board of, Broward County, Florida INVITATION TO BID ~ SUPPLY MANAGEMENT AND LOGISTICS DEPARTMENT =- "IJJI 7720 West Oakland Park Boulevard, Suite 323 Sunrise, F~rida33351~704 (ITB) , 754-321-0505 , RELEASE DATE: PURCHASING AGENT DUE DATE (Bids due at 200 p.m.): ITB NO: OCTOBER 5, 2004 25-105R SEPTEMBER 1, 2004 Mark Alan 754-321-0507 Bids must be submitted to the Supply Management BID TITLE and Logistics Department and received on or before ELECTRICAL SUPPLIES (CO-OP) 2:00 p.m. on the date due. Bids may not be withdrawn for 60 days after due date. SECTION 1, Bidder Acknowledgement IN ACCORDANCE WITH GENERAL CONDITION 1, THIS SECTION MUST BE COMPLETED IN ITS ENTIRETY INCLUDING THE SIGNATURE OF AN AUTHORIZED REPRESENTATIVE WHERE INDICATED BELOW. i Bidder Name: Addres Purchase Order Address: If Purchase Orders are to be mailed to address other than as stated on left, olease comolete section below. PO. Address: State: AUDIO VISUAL INNOVATIONS, INC. Corporate LOCAL & Bid Dep!. 6313 Benjamin Rd. 6555 N. Powerline Rd Suite 110 Suite 413 Tampa, FL 33634 Ft. Lauderdale FL 33309 (813) 884-7168 (954) 938-9382 (800) 282-6733 (888) 284-8913 1--44-,. (813) 882-9508 ~~~ (954) 776-4772 City City T elephc State: Zip Code: ,;"i;" Toll Fre. Contact: "'ax Number: Telephone Number: - 'nternet Web Site Toll Free Number: \\W\.....a\ lInC.com Contact Internet E-Mail Address: AP @' . orter_avllnc.com ~ederal Tax Identification Number 59-1958935 I certify that this bid is made without prior understanding, agreement or connection with any corporation, firm or person submitting a bid for the same materials, supplies, or equipment and is in all respects fair and without collusion or fraud I certify acceptance of this bid's terms, conditions, specifications, attachments and addendum I certify that I am authon'zed to sign this bid for the bidder Fax Number: Internet E-Mail Address: (JR! ,~cr-- Signature of Authorized Repre~ entMive (Manual) Alex Porter Name of Authorized Representative (Typed or Printed) I agree that this bid cannot be withdrawn within 60 days from date due. Title Director Project Contracting SECTION 2, Submittal Requirements SUBMITTAL REQUIREMENTS: In order to assure that your bid is in compliance with bid requirements, please verify that the submittals Indicated t;yT the ~ below have been submitted -, I o Bid Bond D Descriptive Literature D Licenses D Material Safety Data Sheets I Special Condition _ Special Condition _ Special Condition _ Special Condition _ D Manufacturer's Authorization D References D Bidder Questionnaire C8J Catalog(s)/Price List(s) Special Condition _ Special Condition _ Special Condition _ Special Condition 8 I I J Note: If your firm wishes to not submit a bid in response to the ITS, please complete and return, via mail or fax, the Statement of No Bid attached as the last page of this ITB. 'un 32700 Vised 7/14/2004 Broward County Public Schools Is An Equal Opportunity/Equal Access Employer Page 1 Bid No. 25-105R Page 21 of 28 Pages -'The School Board of Broward County, Florida ELECTRICAL SUPPLIES (CO-OP) SECTION 5, BID SUMMARY SHEET (Continued) SINGLE FIXED PERCENTAGE DISCOUNT ITEM 90: OTHER MANUFACTURERS/DISTRIBUTORS Please indicate any additional electrical supply manufacturers' or distributors'catalog(s)/price list(s) from which items can be purchased throughout the term of this contract. Mosit Current Manufacturer's List Price, Catalog and Date: FSR 2004 Price List/Catalog 3/1/04 12 % Most Current Manufacturer's List Price, Catalog and Date: EXTRON Product Catalog 2003-2004& 15 2004 New Product Supplement Current Date 9/2004 Most Current Manufacturer's List Price, Catalog and Date: Most Current Manufacturer's List Price, Catalog and Date: Most Current Manufacturer's List Price, Catalog and Date: Most Current Manufacturer's List Price, Catalog and Date: Most Current Manufacturer's List Price, Catalog and Date: Most Current Manufacturer's List Price, Catalog and Date: NOTE TO BIDDER: Review General Condition 48 prior to completing and mailing this bid. Bidder's M/WBE Certification Number: Agency Issuing This Number: NO X YES Bidder is not a certified M/WBE, but has included a plan to show how it will incorporate at least five percent M/WBE participation in any award received as a result of this bid. VENDOR NAME: Audio Visual Innovations, Inc. MA/Ic (.) c:: (/) c:: o +:i. ns > o c:: c:: ns :J (/) :> .2 "0 :J ~ .C) . 'Jl~.~.1 ~ ,.:],t<'! ._....,~,~J ::'Wj;:;U,1 ._LJ .. ....: 6' 0 0 0 0 0 0 0 0 .c .n .n .n .n .. to co co ,... GI Q. GI 10 V) II) V) In 0:: C 0: ";:' a. &: (,) IfI II> o .. N Q) .... ~ 0'0, 00 c: ~~ o .. ~ E .- E CD tII ... "E ~ g tIIO,c: OQ:Q) CD_c: '0 ; 0 o 'ij E ,c:.- ::l ~,gE ~ g :~ c:1-:i: ::l ... o Q) U a. o~ "C tII cO::: ~.2' ... ... Q) ::l ::r: 0 ::r: Q) ~ g Q,1 f1) .c ~ ~ ~ .! :i :5 ~ ~ ~ 0 tQ:; .L:- .u ~ ~ :v ~:Udi~ ~ c.. ~ ~ ~ ~ '~'6. .2 E W ~ ~ - m ~ ~ 0 en e'[~ ca.a.(.) '"& "c. o :E 0000 0000 - O' (; 0 CDrrz<( :5a.W() :> :> :> ~ <(0:(0:(.... oggg O~~~ -O~O CDrrz<c ~q.~,? ...... -...... ~ ~~~'<T The School Board of Broward County, Florida Supply Management and Logistics Department (15) Bid No.: 26-069N Board Meeting: SEPTEMBER 6,2005 Description: VIDEO CONFERENCrNG AND VIDEO CONFERENCE Notified: 232 BRlDGlNG SYSTEMS. EQUIPMENT AND PERJPHERALS TERM CONTRACT Bids Rcx:'d: 12 Downloaded: 42 No Bids: V ARJOUS LOCATIONS (School!Department) VARlOUS FUNDS Bid Opening: JULY 25, 2005 For. Fund: Advertised Dale: JULY 12, 2005 $3,500,000 (pER CON"rnACT PERIOD) Award Amount: POSTING OF BID RECOMMENDATlONfTABULATION: Bid Recommendations and Tabulations will be posted in the Supply Management and Logistics Department and www.Dcmandstllrcom on AUGUST 4, 2005 @ 3:00 P.M. , and will rcmaln posted for 72 hours. Any person desiring to protcst the Bid RecommcndationlTabulation shall file, in writing, a notice of protest within 72 hours after the time poSled as stated herein, and shall file a formal written protest within ten days after filing the notice of protest. Saturdays, Sundays, legal holidays and days during which the school district adminiSlTlllion is closed shall be exclud~ in the computation of the 72-hour time period. Filings shall be at the office of the Director of Supply Management and Logistics Dcparlment, 1720 West Oakland Park Boulevard, Suite 323, Sunrise, Florida 33351. Section 120.57(3){b), Florida Statutes, stales that '''The formal wrillen protest shall state with particularity the facts and law upon which the protest is based." Any person who files an action protesting and intended decision shall post with the School Board, at the time of filing the formal written protest. a bond, payable to The School Board of Broward County, Florida, in an amount equal to one percent (I %) of the Board's estimate of the total volume of the contract. RECOMMENDA TIONrr ABULA TION VENDOR NAil-IE AUDIO VISUAL lNNOV A TIONS, lNC. AUDIO VISUAL SOLUTIONS CORPORATION IVCi MDM COMMERCIAL ENTERPRISES rNC. QUA TRO, fNC. (HISPANIC AMERICAN M\VBE: (DAVIE, FL) SIGNAL HOUSE COMMUNICATIONS SOUTHERN BUSfNESS COMMUNICATIONS, INC. TROXELL COMMUNICATIONS WIRE ONE COMMUNICA llONS. INC. lTEM(S) AWARDED ~ERTIFIED MIWBE VENDOR RECOMMEND A MULTIPLE AWARD BE MADE TO THE ABOVE BIDDERS WHO OFFERED A SrNGLE FIXED PERCENTAGE DISCOUNT, AND OTHERW1SE COMPLIED WITH THE SPECIFICATIONS, TERMS AND CONDlTlONS OF THIS BID. IT IS RECOMMENDED THAT FOR THE REASONS STATI:.D ON THE ATTACHED BID REJECTION SHEET, THE BIDS RECEIVED EITHER TN THEIR ENTIRETY OR f'OR THE PARTICULAR ITEMS LISTED, OE REJECTED FOR NOT COMPLYrNG WITH BID REQUIREMENTS. CONTRACT PERJOD: NOVEMBER 1,2005 THROUGH OCTOBER 31,2008. By: ~~B"'cr~~~ Da,e: 8/4105 3f30/04 Equal Opporruniry Employer, using Affinmatlve Action Guidelines • • I r)C .7t.rl lJ N.J.L. L.,V r,rly v. u.".....r,.... ........• .l . ............. BID TABULATION SHEET BJD NUMBER 26-069N OPEN DATE 7/25/05 BUYER Phyllis Ben-Asher BID TITLE Video Conferencing&Video Conference Bridging Systems, Equipment&Peripherals(Catalog) ITEM 1 ITEM 1 BIDDER'S NAME $iy flnF Egtdpnorn Audio Visual Innovations Dinar Ono 6.00% 24.00%k _ _ 03/09/2005 23:21 8138829508 AVI PAGE 02/20 THE SCHOOL BOARD OF BROWART COUNTY, FLORIDA (ci). "•"' 7720 WEST OAKLAND PARK BOULEVARD,SUITE 323 •SUNRISE,FLORIDA 33351-6704-TEL 754-421-0505 BONNIE CARTER SCHOOL BOARD Director of Purchasing C-irir CAROLE L.ANDREWS ra Cralr STEPHANIE ARMA KRAFT,ESQ IUL1K J.BUDNICK DARLA L.CARTER BEVERLYA GALLAGHER CERTIEIED MATT. DR.ROBERT D.PARKS MA,TY RUBIN5TbIN • LOIS WEXLER May Z]„2004 BENIAMIN J.WILLIAMS AR FRANK TILL • Audio Visual Innovations,Inc. SuperinrerdmuofScboors Attn:Alex Porter 6555 N.Powerline Road,Suite 413 Fort Lauderdale,FL 33309 • Subject: LETTER OF AWAKD/LhRTIFICATE OF INSURANCE Bid Number: 25-034N Description: Public Address and Stereo Sound System-.Equipment(Catalog)) • Term Contract July 1,2004 through June 30,2007 • Dear Mr.Porter: • The School Board of Broward County, Florida has accepted your bid for Item(s) • 2,4,6,7,9,10,11,13,14,15,17,18,20,21,23,24,28.29,30,3L32,33,3a,35c47,a2,41,44,d5,a6,48,s4,ss: which is subject to - compliance with subject bid specifications, terms and conditions, all pertinent laws of the State of Florida, and instructions as determined by the Attorney for the School Board. The School Board of Broward County, Florida reserves the right to terminate this rnntrart at any time and for any reason upon giving thirty(30)daya prior written notice. Your Certificate of Insurance form and Indemnification Clause where applicable must be on file in the office of Risk Management Department within fifteen(15)days of this notification, It is important that you notify your insurance agent for general liability insurance tha:the insurance requirements attached to the above bid require that The School Board of Broward County, Florida, be included as an additionally named insured under the General Liability Policy. This information r..tust be specifically state4 on the Certificate of Insurance submitted by your insurance agent in order for the Certi icate to be acceptable. The above bid number must appear on the cecti6cate submitted. No work can commence on the item(s) accepted on this bid until this Certificate of lnurance form is received and approved,and a written purchase order is released. The completed Certificate of Insurance must be mailed to:RISK MANAGEMENT DEPARTMENT,The School Board of Broward County,Florida,7770 W.Oakland Park Blvd.,Sunrise,FL 33351. Attached to this letter of agreement is the request for SBBC Photo Identification Badges)for your representative(s). Please refer to Special Condition 5.3 of the subject bid,the attached information and app ication form. Sincerely, Phyllis Ben-Asher Purchasing Agent III • cc: Aston A.Henry,Jr.,Supervisor,Risk Management Department Transforming Education:One Student at A Tone Broward County Public Schools Is An Equal Opportunity/Equal Access.E•nplover 03/09/2005 23:21 8138829508 AVI PAGE 03/20 The School Buttrd of Broward County, Florida Purchasing Department Hid No.: 25-034N Board Meeting: Iv AY 18,2004 Description: PUBLIC ADDRESS AND STEREO SOUND SYSTEM Notified: 45 - Downloaded: EQUIPMENT(CATALOG) Bids Rec'd: 15 No Bids: 1 For. VARIOUS LOCATIONS _ Bid Opening: APRIL I,2004 (School/Department) Fund: VARIOUS FUNDS Adverriwrl nare.• MARCH 9,2004 Award Amount: $'100,000 (PER CONTRACT PERIOD) POSTING OF BID RECOMMENDATION/PABVLATIOIY: Bid Recommendations and Tabulations will be posted in the Purchasing Department on APRIL 14,2004 @ 3:00 P.M. ,and w;ll remain posted for 72 hours. Any person desiring to protest the Bid Recommendation/Tabulation shall file,in writing,a notice of protest within 72 hours after the time posted as stated herein, and shall file a formal written protest within ten days after filing the notice of protest Saturdays, Sundays,legal holidays and days during which the school district administration is closed shall be excluded in the computation of the 72-hour time period. Filings shall be at the office of the Director of Purchasing, 7720 West Oakland Park Boulevard, Suite 323,Sunrise, Florida 33351. Section I20.57(3)0),Florida Statutes,states that"The formal written protest shall state with particularity the facts and law upon which the protest is based." Any persor.:who files an action protesting and intended decision shall post with the School Board,at the time of filing the formal written protest, a bond,payabl;to The School Board of Broward County, Florida,in an amount equal to one percent(l%)of the Board's estimate of the total volume of the contract RECOMMENDATION/TABULATION VENDOR NAME ITEMS)AWARDED AUDIO VISUAL INNOVATIONS,TN . '! 2,4,6,7,9,10,11,13,14,15,17,13,20,21,23,24,28,29,30,31,32,33,34,35, 41,42,43,44,45,46,48,54,55 -CERTIFIED M/WBE VENDOR ITEM 31:REJECT ALL BIDS RECEIVED. ITEM WILL BE PURCHASED ACCORDING TO STANDARD PURCI.ASING PRACTICES. ITEM 47:NO BIDS RECEIVED. ITEM WILL BE PURCHASED ACCORDING TO STANDARD PURCHASING PI:ACTICES. RECOMMEND A MULTIPLE AWARD BE MADE TO THE ABOVE BIDDERS WHO OFFERED A SING:.E FIXED PERCENTAGE DISCOUNT, AND OI HER WISE COMrU t)WITH THE SPECIFIC:AlIONS,TERMS AND CONDITIONS OFTHIS BID. IT IS RECOMMENDED THAT FOR THE REASONS STATED ON THE ATTACHED SUMMARY OF DID REJEC-IONS SHEET,THE BIDS RECEIVED,EITHER IN THEIR FNT►RETV OR FOP.THE PARTICULAR ITEMS LISTED.BE REJECTED FOR NOT COMPLYING Wr-li THE BID REQUIREMENTS CONTRACT. ° JUL 2004 TH UGH fly: alto:Dsto: 4/13/04 (Buyer/Purchasing Agent) 3/30/04 Equal Opportunity Employer,using Affirmative Action Guidelines 03/09/2005 23:21 8138829508 AVI PAGE 04/20 Bid 25-034N Public Address and Stereo Sound System Equipment Contract Information Contract Term 7/1/2004 thna 6/30/2007 [Vendor's Name [Manufacturer Offered [Percent Discount: 'vendor'phone I 1 vND€Q 0 95-ao co,Oa 'Audio Visual Innovations Anchor 36% 419, 888-2R4,Ag13 �._. Apollo 20% 28% Atlas 40% 449 Audi Technics 40% 44°.+� j( Bianip 32% Bose 36% 19% ClearCom 19% 137, Crown 44% 40°%._ DBX 27% 30% —� Oeiwn .- 2f% 29% ETA 24% 28% EV/Electro Voice 36% 39% Fender ,_ 379% 39% Furman 20% 23% JBL 30% 33°, JVC 9% 20% Lectronics 22% 28%, Liston Technologies 7% 21% Lowell 20% 25%. Mackie 25% 25°d Mai dott 28% 24%• Middle Atlantic 29.5% 25°4 QSC 31% 339% Peavy 35% 37% SennHeiser Electronics 15% 13%. Shure 25% 42% Sony(Consumer) 15% 12% Sony(Professional) 21% 23% .niinrl Craft 17% 219E Tascam 30.5% 30.5% Ultimate Support 21% 29% Whirlwind +12% +14%4 Vendor Catalog 20% 21% *Contact vendor for manufacturers discounts for manufacturers other than listed ~ ~ t -~ Is " l~ ~ I~ ~ i i In ! III i:w '" > ~ ~ ~. 8 "~ ~ ~ Ih I~i" IU ~.... i~1 U i l!i ~ ~ :. 15 ;: w ~ . <I I "& I i~i ill I" i I i I '5 II "" ~i 01 ~_.: ;; "' !; ~.M ~ -g .~^E~ d 5.;jj~"Z . ~~u~:e~~t p..<~_3N~U I i .q ~~ ~~ o .g ~~ "(ft.";/!. NM H j.~ Ii Ii ~!!: ~ '!! z z z z III lit III III :J:J:;J::l ~ ~ I ~ i "I " ! i. ~ ~!,I . .' i i. i:i J~ ~"I Ll AI~il c. 1" g'~~ ~ f-j .," ~ Ii ".. ~j~-;l~ · ~.l~lt; 1 ~i;~~:j ~ j ~Piii 1 ~iZL! ~ ~ ~H ~i 1 ~ aaaEEaaSaSaaaaaSEaa ~~~~I~I~I~~~~~~I~~~ ~ ~ ~~~~~~~~~~~~~~~~~~~ t! e I! eel! I! e I! e e e f e l! Ii eel! iiiiiiiiiiiiiiiiiii iii~i~iiiiiiiii~iii !!!!!!!!!!!!!!!!!!! NO~__G~~~..OO~..___ _~G__~"'~~~~~~N.."''''''' N _ ~~~~~~NNNNNM"...MMM 3~ 9-~9 ~~ ~~~ ~;!~~~~~~~~;!~~~:~~ ~ Ii . ~ ~ E : ~ A i j 5 ~ e ~ S ~~i ~!;' ~i~ ~ ~ ~g~gi~ of A~lAA!n '" 1 ~~~~j~~~ l IIHt-nH ! i a: a:j-J<<ll'a: ~ ~ . ~ i ~~g~~~~ S ssss~!;~ ~ ~ o of ! ~ ! ] in ~I~ ~~l i=~ 0"" 00 ~~,Q As I ~~ r' =~ J d H ~ ~~ la:~ ~~ • • • Wi60CM WT600M'1910 Ceiling Mount Wilt Avis Adjustment 260 $ WA US V Il2-0 S WTOOATA WT600MT610 ATA Shipping CasaS 595 $ 413 N/A US 1324 RTSOLP Replacement Lamp For 91500 f J. f 391 •cons se1000 his JP N/A 1334 Portabl.Projector Caau LEATHERCASE Padded leather I.euaa«project.and laptop.Decpned eel VT end LT Prq..Jwa $ 199 $ 147 N/A US N/A 132-4 Protective eMhr rolling use I.projector end laptop(fat in er.e aysMed b.). LEATHERROLL ER Deem.to MVT end lT prow.« f 229 $ 168 N/A 132-6 LTBPK Compact Backpack For Projector and Notebook-for LT10,1T20 and LT170 S 30 f 62 N/A US N/A 1324 Pr.a.ive molded pl9etic shippnp use Au LT30 and LT35 projector..WMspr./ LT3OATA design plole6l5 proleclu Iron the elements.Includescombinetnn kick. f 199 S 164 N/A US N/A 1324 ATAPRO200 Rugged ATA Shipping Cane Fos LT240,LT245.LT2505.LT265.HT1000.HT1100 f 350 S 291 WA US N/A 1324 Pelnum Serve Rollin Cue 1.Prgw«r,Man mold airline werlreed bne.Designed LTROLLER200 Ior1T240K,ST245.LT260K.ST1fi5.HT1000,HT1100 S 225 $ 165 N/A US 1324 P0lnum Series Roller Case 1.projclw,Mid in moat airline overhead bee-LT33,1T35, VT65ROLLER LT180,LT245,LT255,VT37,VT47,VT410,VT570,VT51S,VT370,VT676 S 240 $ 190 N/A US N/A 132-8 Rugged ATA Cedlrwd Case F.Shipping Projects'VT37,VT47,VT474,VT570. VT65ATAPRO VTSTS,VT670.VT616 and V1110 f 395 3 312 N/A US N/A 132-6 Pmlaopve Mold.Shipping Cw For 1.1260,LT380,VT43,VT480,VT300 end VT10 Series projectors.Waterproof Deagn Prot.Projectors From The ENmene.Includes VTIOATA Combination Lack. 199 154 WA US WA 13241 Leal Tr9nspodal/W5lwage Caws With Wheal- MT60TC MTIO15,MT1065,MT1060.MT1060R,MTB60 245 169 N/A US WA 1324 MT6OATA ATA Shipping Cw-MT1015.MT1085,MT1060,MTI060R,MT860 495 301 N/A US N/A 1324 GTBOATA ATA Shipping Case For 0T3000E000/6000R 105 582 N/A US N/A 1324 Portable Projector Remotes LTREMOTE81 Replacement Remote for 13'61 119 136 N/A JP N/A 132.E LTREMOTE100 Replacement Remote For LT100 1 136 N/A JP N/A 132-8 LT40CPRD Replacement Remote lor LT64I140 ]9 21 NIA JP NIA 132-0 OTSORMT Replacement Remote ForGTSG Shies 170 13> N/A 132-6 - RMT-0J01 Replacement remise Mr GT5000,GT6000.GT6000R,01TI130,0T2150 145 92 N/A JP N/A 132-8 RMT-0J02 Repl0cemenlrerrMe«MT1015.MT1065.MT1050,14T1060R.MTSO0.WT300 95 60 WA JP WA 132-8 RMT-0J03 ReplcerunlrenroM lor VT110 95 80 N/A JP 1324 RMT-0J08 Replaeemenl..P..6a la LT152 95 60 N/A JP N/A 132-8 RMT-0J11 Replacement remote for LT1502 95 60 WA JP N/A 1324 RMT-0J17 Replacement remote for WT61(3 95 61 N/A JP N/A 1324 Pertabl Protector Mounts LT30CM Ceiling Mount and Adapter PI1N I.LT30.d LT35 Projectors 179 132 N/A US 132.8 LT65CO3 Ceiling Mount For HT1100.LT245,LT265,LT240K and LT260K 225 148 N/A US N/A 132.8 VLBOCM Ceiling Mount For ST280,LT380,VT48,VT480,VT580 and VT Series projectors 199 127 N/A US N/A 132-6 VT10CM COO.Mount tor VT110 gee.« 225 143 N/A US WA 132-8 MT60CM Ceiling Mount For MT1013,MT1065,MT1060,.T1060R,144860 193 153 N/A US N/A 132-8 GT60CM Ceding Mount for GT5000.GT/6000,GT6000R,GT1150,GT2150 295 105 N/A US N/A 132-8 Lightweight«Oust..suspended ceiling plate tor use enh NEC ceiling mounts-Works SCF100 mitt ST65CM.LT30.VT10CM,MT60CM.GTSOCM,and HT40CM. 170 105 N/A US N/A 112.E n 10 9-adjustable uMnsion column I.use vM plugger u/1Vr0 mounts. ADJ008009 1-112 sgnwer pipe extension.2j344 one nc8 Increments 60 48 N/A US N/A 132-8 12-to I6-edgig.ellanstoe column w use welt projecor calling mounts. ADJ012016 1-102 diwnlder pipe...ion adjust*in one into ncrnwnls 10 59 N/A US N/A 132-0 2'l03'ad/ulda0le valension column lor we M.proj.ir ceiling mounts. ADJ0203 1.10dramewr pipe extension adjusts in one inch increments 65 81 N/A US N/A 132.8 3.to 5'adts...e0enagn column lw use wee mote/Arousing 7/412 ..: • ADJ0305 1-10.16...nel4r pope evlhnsron adjusts one inch increment. 100 f es NM US N/A 133-0 Portable Project.Lenses MT60.10R1. 1 1 Short Throw Lens.50--100-dra5natly,MT1015 and MT60 Series Only 3,195 3 2,644 1 JP N/A 132-9 MT60-26Z1 2.7.42:I Zoom Len..MT1015.MT1065,A.1060.MT660 2.695 f 2.321 1 JP N/A 1324 GT06RLB 0.6:1 Feed owl throw ion.br GT3000/6000 4495 S 3,051 _ 1 JP N/A 1324 OT10RL6 For GT5000/6000,work mg GT1150O it 150 w km..a 3.995 S 2,744 1 JP N/A - 1324 I.2 to t l:1 power goods/locos ens is GT5000/8000.works with GT1150 wlth throw GTI27.1.B va1nus 3895 f 2838 1 JP WA 1324 zccbcw.e M win ns s GT5000/3000.woes GT11300130 mg t s GT1921.31 Throw variances 1,995 f 1052 1 JP WA 1324 20-2.6:1 power zoom/locus ens Is GT5000r6000,wor.with GT1130/2150 wile throw GT2021. a ncu 1,995 3 1,052 1 JP N/A 132.8 • 22-3:1 power zo4Mloors Wu b GT50005000,wwksw9h GT1160F2150w/N.1hr.w GT242121 2,995 9:. 2,004 1 JP N/A - 132-8 over zowrvlpus ens for GT5000/6000,woks win 0.13.150 with OT3421.6 v r 2995 S 2,110 1 JP N/A 1324 �]-7.12:1 paver zos4Ocua ens ler GT5000.S000,works with OT1150/2150 wit GT462L8 throw variances 2.995 f 2,115 1 JP WA 132-8 Portable Protect.Miscellaneous Acces.oree BNCACABLE BNC Adapter Cabe 10 $ N/A US N/A 132-8 SC200 Heavy Duly S.urey Cale Fs Cune.ionTo Any NEC Propel. 55 f N/A US N/A 1324 LTSCREEN Cesnpec150'Tabletop Scree 299 S 263 N/A US N/A 1324 MTMULTICABLE MMace Cabe for LCD Protectors MT600,800,310,1000,820 0 1020 65 f 52 N/A JP N/A 132-8 462 RUB Optional S BNC with LM RCA Audio Input Card For GT5000/6000 350 S 233 A 132.8 MMSOI Optinel HD/SD Iolerlw Omni Pot GT5000/6000 4,995 $ 3,516 N/A JP N/A 132-3 Wif.d LAN card for LT220,240,240K,260,280K,WT600,WT800-0S84,MT1065 AN0 - PCM100CARD MT1015 30 S 62 N/A US N/A 132-8 PlumsSync Monitors PX-42V05HA Plasm.5ync 42VM W 5VGP Plasm.Display WShAR(Mli-I.7.61ve)Front Filler 2.495 $ 1,529 $ 1891 1 JP N 1324 PS-62VPSHA PlavnaDync 12VP5 WVOA Plasma Deploy Wih AO(Mh-0lere)Front Filter 2,495 f 10129 $ 1,591 1 JP N _ 1324 PX-42XM4A PMMsA9ync423f.4A Pismo Molitor Sr ST W.XGA Resolusn 4,995 S 2.433 1 JP N 1323 PX-50XRaganM5A Plasma5y1050045 Plume Mono-SG-wide XGA Rgan 6.995$ 3,236 1 JP N 1324 PX-OIXM4A PlasmeSync 61%114 Plume Monitor-61-Wide%GA Resolution(Ljm2ed Availability) 5 12,995 $ 6759 1 JP N 1324 ~~ ~ ~ ~E "ope'!'.,'!'''!'''!' a a 6 a E ~ ~ E :1 - - - ~NNN - :1 0 I- ~ >> z z ~~ ~~~~~~~ ~ ~ ~ H ~ ~ z I- - "" ~ ~ ~~ UJ"',""''''l'JIIl ~ ~ !'! ~ ~ ~ w ~ :J::J::J:l::J::J:) " - - H . ';;"g g g g g; ~~ - - ~ ~ ~ g~ googgg~ ~ g g Ii ~ - - - ~. UJ' -. ",' fS,)' I-- ~~ " ~ = ~ ~ ~ z ,,; ~N~~ ~ ~~p~~ ~ ~ . ~ ,...:: 1 ~ l " i i ~ i ~ ! ~ ~ ()!? J ~:2 H ~ ~ ~ & 1 i i ~~ ~ ~ ~s ~ ~ II ~ ~ ~ ~ J J ~i Jf .0 b . ~ ~ i I ~~~:;; 'i! ~ l 1: I.) U c ::i ~ I ~ ~ !:l.r~~ ~~i~jj IinH . . . ~ ~ ~ ~~~~n ~ ~ l5 i ! Lf i~" ~ ~ ~ ~ -...:; l! ~ ~ ~~ ~ " ~~~~,~; ---=- i ~ " i ; i ~ ! ~ J ! ~ i ~ i ~ i ~ I pol : t t ~r I~ ~ ~ n !pn~i~ . i;lU!l! ~Ni ~,~,~, ":& P ppp ;,5i ;i~~fi~~ ~ .0 ~!~_~J ~: ~~~~i.~".~ ~~ q!,,!!! il ~!i3iii5 1; ~-lkHH j.', h~l~s~1 !!:. :'j; III: ~:.::i D;o II i ~ ~ ~ ~ ~ ~.' ,,; . . ~ ~ i E i ! .. ~~~ !.ti . j U ~ u ~ " Uu I s " ~ " ~~~ lI::.C ~ ~ ~ HUN~~ ~ ~ n 5 ,sue*. • tt x§` e Audio Visuar GENERAL SERVICES ADMINISTRATION 4 Y innovations FEDERAL SUPPLY SERVICE Your Source For Being Seen And Heard. AUTHORIZED FEDERAL SUPPLY SCHEDULE PRICE LIST FSC GROUP 58I: PROFESSIONAL AUDIO/VIDEO, TELECOMMUNICATIONS AND SECURITY SOLUTIONS SPECIAL ITEM NO. 58-1 VIDEO & AUDIO EQUIPMENT—PURCHASE SPECIAL ITEM NO. 58-2 MONITORS &RECEIVERS - PURCHASE SPECIAL ITEM NO. 58-4 AUDIO EQUIPMENT - PURCHASE SPECIAL ITEM NO. 58-7 DESIGN AND INSTALLATION SERVICES SPECIAL ITEM NO. 58-8 TECHNICIAN SPECIALISTS • AUDIO VISUAL INNOVATIONS, INC. 6313 BENJAMIN ROAD, SUITE 110 TAMPA, FL 33634 800-282-6733 / 813-884-7168 / 800-244-8630 FAX www.aviinc.corn CONTRACT N-UMBER GS=03F-0037M PERIOD COVERED BY CONTRACT: AUGUST 5, 2002—AUGUST 4, 2007 Includes Amendment/Modification 14, effective October 19, 2005 Business Size: Small Online access to contract ordering information, terms and conditions, up-to-date pricing, and the option to create an electronic delivery order are available through GSA Advantage!, a menu-driven database system. The interne address for GSA Advantage! is GSAAdvantage.gov. For more information on ordering from Federal Supply Schedules click on the FSS Schedules button at fss.gsa.gov. • INFORMATION FOR ORDERING OFFICES APPLICABLE TO ALL SPECIAL ITEM NUMBERS 1. SPECIAL ITEM NUMBERS: Equipment listed in the tables above are awarded under the following SINs: 58-1: Projectors & Cases, Displays, Presenters & Controllers 58-2: Screens &Mounts 58-4: Audio Equipment, Racks & Lecterns Lowest Priced Equipment Model: Anchor CC-20 Storage Case for Little Big Horn $10.00 All engineering labor is awarded under SIN 58-7: Ancillary Services. Lowest Priced labor hour: Technician $50 2. MAXIMUM ORDER (All dollar amounts are exclusive of any discount for prompt payment.) 1. The Maximum Order value for the following Special Item Numbers (SINs): Special Item Number 58-1 $50,000 Special Item Number 58-2 $50,000 Special Item Number 58-4 $50,000 2. The Maximum Order value for the following Special Item Numbers (SINs): Special Item Number 58-7 $1,000 3. MINIMUM ORDER The Minimum Order value for this contract is $ 100. 4. GEOGRAPHIC SCOPE OF CONTRACT Forty-eight contiguous states and District of Columbia 5. PERFORMANCE LOCATIONS 6313 Benjamin Road, Suite 110 6555 Powerline Road, Suite 413 Tampa Florida 33634 Ft Lauderdale, FL 33309 995 W. Kennedy Blvd, Suite B-35 6753 Thomasville Rd, PMB #235 Orlando, FL 32810 Tallahassee, FL 32312 9701 Philapdelphia Court, Suite J 13988 Diplomat Drive, Suite 180 Lanham, MD 20706 Dallas, TX 75234 3824 Ridgelake Drive 11235 Knott Avenue, Suite C Metairie, LA 70002 Cypress, CA 90630 2105 Donley Drive, Suite 200 2605 Oakley Park Road, Suite D Austin, TX 78758 Walled Lake, MI 48390 112 Celtic Drive, Building A 335 Ken-Mar Parkway Madison, AL 35758 Broadview Heights, OH 44147 1950 Evergreen Blvd, Suite 400 114 Inverness Circle East Duluth, GA 30096 Englewood, CO 80112 3683 W. 2270 South, Suite C 1303 Central Court West Valley City, UT 84120 Hermitage, TN 37076 4604 Roseville Road, Suite 105 Sacramento, CA 95660 6. DISCOUNT Prices shown are NET Prices; Basic Discounts have been deducted. a. Dollar Volume: None 7. QUANTITY DISCOUNT: Not Applicable 8. PROMPT PAYMENT: Net 30 9. GOVERNMENT PURCHASE CARD a. Government purchase card will be acceptable for payments equal to or less than the micro purchase threshold for oral or written delivery orders. b. Government purchase cards will be acceptable for payment above the micro-purchase threshold. 10. TRADE AGREEMENTS ACT OF 1979, AS AMENDED: All items are U.S. made end products, designated country end products, Caribbean Basin country end products, Canadian end products, or Mexican end products as defined in the Trade Agreements Act of 1979, as amended. 11. DELIVERY SCHEDULE a. TIME OF DELIVERY: The Contractor shall deliver to destination within the number of calendar days after receipt of order (ARO), as set forth below: SPECIAL ITEM NUMBER DELIVERY TIME (Days ARO) Self Installed/AVI Installed 58-1 30Days / 90Days 58-2 30 Days/ 90 Days 58-4 30 Days / 90 Days 58-7 30 Days / 90 Days 58-8 30 Days / 90 Days b. EXPEDITED DELIVERY: SPECIAL ITEM NUMBER DELIVERY TIME (Days ARO) 58-7 5 Days c. URGENT REQUIREMENTS: When the Federal Supply Schedule contract delivery period does not meet the bona fide urgent delivery requirements of an ordering agency, agencies are encouraged, if time permits, to contact the Contractor for the purpose of obtaining accelerated delivery. The Contractor shall reply to the inquiry within 3 workdays after receipt. (Telephonic replies shall be confirmed by the Contractor in writing.) If the Contractor offers an accelerated delivery time acceptable to the ordering agency, any order(s) placed pursuant • to the agreed upon accelerated delivery time frame shall be delivered within this shorter delivery time and in accordance with all other terms and conditions of the contract. 12. FOB DESTINATION 13. CONTRACTORS ORDERING ADDRESS AND PAYMENT INFORMATION a. Address for Ordering: By Mail: Audio Visual innovations, Inc. 6313 Benjamin Road, Suite 110 Tampa, FL 33634 By Fax: 800-244-8630 b. Ordering Procedures: For supplies and Services, the ordering procedures, information on Blanket Purchase Agreements (BPA's) and a sample BPA can be found at the GSA/FSS Schedule homepage (fss.gsa.gov/schedules). 14. PAYMENT ADDRESS: Audio Visual Innovations, Inc PO Box 409523 Atlanta, GA 30384-9523 In addition, bank account information for wire transfer payments will be shown on the invoice. The following telephone number(s) can be used by ordering agencies to obtain technical and/or ordering assistance: 800-282-6733 / 813-884-7168. 15. CONTRACTOR COMMITMENTS, WARRANTIES AND REPRESENTATIONS a. For the purpose of this contract, commitments, warranties and representations include, in addition to those agreed to for the entire schedule contract: (1) Time of delivery/installation quotations for individual orders; (2) Technical representations and/or warranties of products concerning performance, total system performance and/or configuration, physical, design and/or functional characteristics and capabilities of a product/equipment/ service/software package submitted in response to requirements which result in orders under this schedule contract. (3) Any representations and/or warranties concerning the products made in any literature, description, drawings and/or specifications furnished by the Contractor. b. The above is not intended to encompass items not currently covered by the GSA Schedule contract. 16. STATEMENT CONCERNING AVAILABILITY OF EXPORT PACKING: Not applicable to this Federal Schedule. 17. TERMS AND CONDITIONS OF GOVERNMENT PURCHASE CARD Government purchase card will be acceptable for payments equal to or less than the micro purchase threshold for oral or written delivery orders. Government purchase cards will be acceptable for payment above the micro-purchase threshold. 18. TERMS AND CONDITIONS OF RENTAL, MAINTENANCE, AND REPAIR: Not applicable to this Federal Schedule 19. TERMS AND CONDITIONS OF INSTALLATION: Contact vendor 20. TERMS AND CONDITIONS OF REPAIR PARTS INDICATING DATE OF PARTS PRICE LISTS AND ANY DISCOUNTS FROM LIST PRICES: Not applicable to this Federal Schedule. a. Terms and conditions for any other services: Not applicable to this Federal Schedule. 21. LIST OF SERVICE AND DISTRIBUTION POINTS: Not applicable to this Federal Schedule. 22. LIST OF PARTICIPATING DEALERS: Not applicable to this Federal Schedule. 23. PREVENTIVE MAINTENANCE: Not applicable to this Federal Schedule. 24. a. Special attributes such as environmental attributes: Not applicable to this Federal Schedule. b. GSA Advantage! GSA Advantage! is an on-line, interactive electronic information and ordering system that provides on-line access to vendors' schedule prices with ordering information. GSA Advantage! will allow the user to perform various searches across all contracts including, but not limited to: (1) Manufacturer; -. (2) Manufacturer's Part Number; and (3) Product categories. Agencies can browse GSA Advantage! by accessing the Internet World Wide Web utilizing a browser(ex.: NetScape). The Internet address is http://www.fss.gsa.gov/. 25. DUNS NUMBER: 03 729 3974 26. CCR Registration is current. Crestron CRECNPCI-8 Cresnet Power Control Interface,8-channel,20A/channel, 120 or $ 1,340.00 $ 857.60 277VAC with 8 digital inputs,NEMA enclosure Crestron CRECNPI-16B 16 Button Custom Panel Interface,Black $ 500.00 $ 320.00 Crestron CRECNPI-48I 48 Button Custom Panel Interface-incandescent indicators,Black $ 1,170.00 $ 748.80 Crestron CRECNPI-48L 48 Button Custom Panel Interface-LED Indicators,Black $ 1,170.00 $ 748.80 Crestron CRECNPWS-75 External Power Supply. $ 450.00 $ 270.00 Crestron CRECNRFGWA 1-Way Remote RF Receiver $ 375.00 $ 280.31 Crestron CRECNRFGWA-418 1-Way(418 MHz)Receiver for use with MT-500C MiniTouch. $ 500.00 $ 300.00 Crestron CRECNRFHT-15A 15 Button RF Wireless Transmitter,Black $ 350.00 $ 224.00 Crestron CRECNRFHT-30A 30 Button RF Wireless Transmitter,Black $ 600.00 $ 384.00 Crestron CRECNRFT-32A 32 Button Consolette RF Panel,Black $ 800.00 $ 512.00 Crestron CRECNRFT-48A 48 Button Consolette RF Panel,Black $ 1,000.00 $ 640.00 Crestron CRECNRJ11 4 Wire to RJ11 "One to One"Converter. $ 150.00 $ 90.00 Crestron CRECNSC-1A Cresnet Slide Projector Control Interface $ 500.00 $ 320.00 Crestron CRECNSP-110 Sony Serial U-matic Cable. $ 150.00 $ 90.00 Crestron CRECNSP-112 Sony Control-S Cable. $ 100.00 $ 60.00 Crestron CRECNSP-XX Custom Serial Interface. $ 150.00 $ 90.00 Crestron CRECNTBLOCK Network Terminal Block. $ 170.00 $ 102.00,_- Crestron CRECN-TVAV Cresnet TV/AV Controller Module. Includes one(1) STIRP IR Probe $ 900.00 $ 576.00 Crestron CRECNWM RF Wireless Mouse $ 500.00 $ 320.00 Crestron CRECNWM-29A 29 Button 2-Gang Panel-Wall Mount,White $ 900.00 $ 576.00 Crestron CRECNWMBG-10A 10 Button 1-Gang Panel with Bargraph-Wall Mount,White $ 500.00 $ 320.00 Crestron CRECNWMBG2-34A 34 Button 4-Gang Panel with Bargraph-Wall Mount,White $ 1,000.00 $ 640.00 Crestron CRECNWML RF Wireless Mouse with Laser Pointer $ 700.00 $ 448.00 Crestron CRECNWP-32 32 Button Panel-Lectern Mount,Black $ 650.00 $ 416.00 Crestron CRECNWP-32B 32 Button Panel-Consolette,Black $ 650.00 $ 416.00 Crestron CRECNWP-64 64 Button Panel-Lectern Mount,Black $ 1,300.00 $ 832.00 • Crestron CREMT-500C MiniTouch,Compact 3"Screen Color Touchpanel. RF Wireless, 8 $ 1,990.00 $ 1,194.00 Programmable Pushbuttons. Use with CNRFGWA-418 Gateway. Crestron CREMT-MC2W-PAK MiniTouch Control Package-Includes MT-500C,MC2W,(2)IRP2, $ 3,200.00 $ 2,048.00 and PW-2410RU Crestron CREPAC2 Professional Automation Control System. $ 3,600.00 $ 2,160.00 Crestron CREPMK-1000L Pre-Construction Mount Kit for Wall-Mounted CT/LC-1000 $ 50.00 $ 30.00 Crestron CREPMK-2000L Pre-Construction Mount Kit for IsysTM TPS-2000L. $ 50.00 $ 30.00 Crestron CREPMK-3000L Pre-Construction Mount Kit for IsysTM TPS-3000L. $ 70.00 $ 42.00 Crestron CREPRO2 Professional Dual Bus Control System.l Z-Bus slot and 3 Y-Bus slots. $ 2,700.00 $ 2,018.25 Shipping December 2001. Crestron CREPW-1205 Power Pack,Wall, 12VDC,0.5A, 120VAC. $ 20.00 $ 12.00 Crestron CREPW-1205R Power Pack,Wall, 12VDC,0.5A, 120VAC,Regulated. $ 50.00 $ 30.00 Crestron CREPW-1210 Power Pack,Wall, 12VDC, 1A, 120VAC. $ 30.00 $ 18.00 Crestron CREPW-1215 Power Pack,Wall, 12VDC, 1.5A, 120VAC. $ 50.00 $ 30.00 Crestron CREPW-2410RU Power Pack,24VDC,24 Watts,Regulated,US/International. $ 150.00 $ 90.00 Crestron CREPW-2420RU External Power Pack to power Docking Station and charge TPS- $ 250.00 $ 150.00 XBTP. L. '" Crestron CREPWI-1205R Power Pack,Desktop, 12VDC,0.5A,230VAC,Regulated $ 100.00 $ 64.00 Crestron CREPWI-1210 Power Pack,Desktop, 12VDC, 1A,230VAC $ 50.00 $ 32.00 Crestron CREPWI-1215 Power Pack,Desktop, 12VDC, 1.5A,230VAC $ 80.00 $ 51.20 Crestron CREQM- Cresnet 3-Channel Power Amplifier,2 x 80W @ 8 ohm plus 1 x 80W $ 750.00 $ 560.63 AMP3X80MM @ 70V[Available Q3 2004] Crestron CREQM-WMIC Dual Mic Input for QM-WMC Wall Plate Media Center $ 263.00 $ 196.59 Crestron CRERACK2 Dual Bus Control System with Solutions Card Frame for custom $ 3,750.00 $ 2,803.13 configuration.4 Z-Bus slots and 12 Y-Bus slots. [Available: 7/02] Crestron CRERMK-5000 Rack Mount Kit for IsysTM TPS-5000L and TPS-4500L. $ 390.00 $ 234.00 Crestron CRERMK-6000 Rack Mount Kit for IsysTM TPS-6000L. $ 390.00 $ 234.00 Crestron CRERMK-TPS3000L Rack Mount Kit for IsysTM TPS-3000L. $ 300.00 $ 180.00 Crestron CRESMK-3000 Rotating Base,TPS-3000. $ 300.00 $ 180.00 Crestron CRESMK-6000 Rotating Base,TPS-6000,TPS-5000 and TPS-4500. $ 400.00 $ 240.00 Crestron CREST-112 Sony Control-S Cable. $ 100.00 $ 60.00 Crestron CREST-1550C 1-Way RF,Compact 5.7" Screen Color Touchpanel,Black Case. $ 1,800.00 $ 1,080.00 Includes ST-DS and ST-BTP.Rrequires CNRFGWA or ST-CP. Crestron CREST-1700C 1-Way RF,Compact 5.7"Screen Color Touchpanel Active Matrix $ 2,600.00 $ 1,560.00 Display,Black Case.Iincludes(10)Engraveable Pushbuttons,(10) Blank Pushbuttons,ST-DS and ST-BTP.Requires CNRFGWA or ST- CP. Crestron CREST-AV2PAKC17 The Ultimate Control Package, 1-way Wireless-Includes ST-1700C, $ 5,500.00 $ 3,520.00 AV2,CNRFGWA,and(4)IRP2.Ethernet may be added with optional C2ENET card. Crestron CREST-BTPN Battery Pack for ST-1700C and STX-1700C. $ 150.00 $ 90.00 Crestron CREST-CNB SmarlouchTM/Cresnet Terminal Expander $ 170.00 $ 102.00 Crestron CREST-COM Cresnet Dual RS-232/422/485 Corn Module $ 700.00 $ 420.00 Crestron CRESTICP2PAKC 17 The Ultimate Control Package-Color Version,Black Case.Includes $ 4,500.00 $ 2,700.00 STI-1700C,2-Series CP2 Control System,CNRFGWA,STI-DSN, ST-BTPN,(4)IRP2 and PW-2420RU,International Version,220- Volt. Crestron CRESTI-CS Cresnet Dual Current Sensor Module-International Version, $ 500.00 $ 320.00 230VAC.Includes PWI-1210 Power Supply Crestron CREST-IO Cresnet Module with 8 Relays and 4 Analog Input/Digital I/O. $ 600.00 $ 384.00 Includes PW-1205 Power Supply Crestron CRESTI-PC Cresnet Dual Power Control Module-International Version;220-volt $ 300.00 $ 180.00 Crestron CRESTIRP Infrared(IR)Probe $ 50.00 $ 30.00 Crestron CRESTI-VS Cresnet 4-channel Video Sync Sensor Module-International Version, $ 700.00 $ 448.00 230VAC.Includes PWI-1210 Power Supply Crestron CREST-LT Cresnet Luton®GRAFIK Eye®Interface Module $ 700.00 $ 420.00 Crestron CREST-MB Master BlasterTM Infrared(IR)Sprayer $ 300.00 $ 180.00 Crestron CREST-PC Cresnet Dual Power Control Module $ 300.00 $ 180.00 Crestron CREST-PK Programming Kit. $ 100.00 $ 60.00 Crestron CRESTRFGWX 2-Way RF Gateway for STX-1550C $ 750.00 $ 560.63 Crestron CREST-RMK Rack Mount Kit. $ 150.00 $ 90.00 ✓ Crestron CREST-SPL Infrared(IR) Splitter $ 100.00 $.. }Ck60.00N' Crestron CREST-VS Cresnet Video Sync Sensor Module(4 sensors) $ 700.00 $ 420.00 Crestron CRESTX-1700C 2-Way RF,Compact 5.7" Screen Color Touchpanel Active Matrix $ 4,000.00 $ 2,400.00 Display,Black Case.Iincludes(10)Engraveable Pushbuttons,(10) Blank Pushbuttons, ST-DS and ST-BTP.Requires STRFGWX RF Gateway. Crestron CRESTX-1700CW 2-Way RF,Compact 5.7"Screen Color Touchpanel Active Matrix $ 5,400.00 $ 3,240.00 Display,Black Case with Wall Mount and Back Box. Includes ST- BTPN.Requires STRFGWX RF Gateway. Crestron CRESTX-1700CXP SmarTouchTM 2-Way 2.4 GHz Spread Spectrum RF,Compact 5.7" $ 4,400.00 $ 2,816.00 Screen Color Touchpanel,Active Matrix Display,Black Case. Includes ST-DSN and ST-BTPN.Requires TPS-RFGWX. Crestron CRESTX-1700CXPW SmarTouchTM 2-Way 2.4 GHz Spread Spectrum RF,Compact 5.7" $ 5,800.00 $ 3,712.00 Screen Color Touchpanel,Active Matrix Display,Black Case with Wall Mount Docking Station.Includes DA-1700CW,BB-1700CW and ST-BTPN.Requires TPS-RFGWX. Crestron CRESTX-AV2PAK-C The Ultimate 2-Way Control Package-Color Version,Black Case. $ 7,500.00 $ 4,500.00 Includes STX-1700C,2-Series AV2 Control System, STRFGWX, ST- DSN,ST-BTPN and(4)IRP2. Crestron CRESTXI-1700C SmarTouchTM 2-Way RF,Compact 5.7"Screen Color Touchpanel, $ 4,000.00 $ 2,560.00 Active Matrix Display,Black Case-International Version,230VAC. Includes STI-DSN and ST-BTPN.Requires STRFGWXI. Crestron CRESTXIAV2PAKC The Ultimate 2-Way Control Package-Color Version,Black Case. $ 7,500.00 $ 4,500.00 1 Includes STXI-1700C,2-Series AV2 Control System,STRFGWX, STI-DSN,ST-BTPN and(4)IRP2,International Version,220-Volt. Crestron CREST-XX Custom Serial Interface. $ 150.00 $ 90.00 Crestron CRETPS-4500LB Isys®Advanced Touchpanel Control System, 12" Screen $ 6,400.00 $ 4,096.00 Lectern/Wall Model,Black Faceplate Crestron CRETPS-4500LVB IsysTM Advanced Touchpanel Control System, 12" Screen $ 6,800.00 $ 4,080.00 Multimedia Lectern/Wall Model with Video Card,Black Faceplate, includes TPS-45001MC. Crestron CRETPS-4500LVW IsysTM Advanced Touchpanel Control System, 12" Screen $ 6,800.00 $ 4,080.00 Multimedia Lectern/Wall Model with Video Card,White Faceplate, includes TPS-45001MC. Crestron CRETPS-4500LW IsysTM Advanced Touchpanel Control System, 12" Screen $ 6,400.00 $ 3,840.00 Multimedia Lectern/Wall Model,White Faceplate,includes TPS- 4500IMC. Crestron CRETPS-4500V IsysTM Advanced Touchpanel Control System, 12"Screen $ 6,800.00 $ 4,080.00 Multimedia Tilt Model with Video Card,Black Case,includes TPS- 45001MC. Crestron CRETPS-5000 IsysTM Advanced Touchpanel Control System, 12" Screen Tilt Model, $ 6,000.00 $ 4,485.00 Black Case,includes TPS-IMC Crestron CRETPS-5000LB IsysTM Advanced Touchpanel Control System, 12" Screen $ 6,000.00 $ 4,485.00 Lectern/Wall Model,Black Faceplate Crestron CRETPS-5000LW IsysTM Advanced Touchpanel Control System, 12" Screen $ 8,000.00 $ 4,800.00 Lectern/Wall Model,White Faceplate. Crestron CRETPS-6000 IsysTM Advanced Touchpanel Control System, 15" Screen Tilt Model, $ 8,250.00 $ 6,166.88 Black Case,includes TPS-IMC Crestron CRETPS-6000LB IsysTM Advanced Touchpanel Control System, 15" Screen $ 8,250.00 $ 6,166.88 Lectern/Wall Model,Black Faceplate r 7 ' 41 `T�te Jcj%cx�(7x�a_rc of 7lerlutndo Courmf,Tfln-ida otiT Y Sc Suyerint ent- �a _ y¢ Wendy L.'re(Cone,Ed. D. School Distribution Center Purchasing• Warehousing•Property•Printing = o r =A 8050 Mobley Road t, +e$ " Chairperson • Brooksville,Florida 34601 � Sandra -i'Icfnison Phone(352)797-7060•Fax(352)797-7160 Suncom 630-5011 Vice Chan:person Audio Visual inovations, Inc. Jim NaCcoGii 63 16 Benjamin Rd.,Ste 110 Pampa, FL 33634 `Members gni(David March 9, 2004 Hof n DI"1IZhiclt Ro6err Wi&gins REF: Renewal of Bid 1r 01-480-09 RN Classroom instructional. Equipment & Supplies On June 30, 2004 the above referenced bid will expire. The School Board of Hernando County, Florida. wishes to exercise its option to renew this bid for one additional year with your mutual consent,with all applicable pricing, bid terms and conditions to remain the same. Please respond by no later than May 31,2004 indicating whether or not you wish to renew this contract under these conditions by: Indicate by checking the applicable box below; Sign and'date in the spaces provided; • To expedite the process you may fax your response to my attention at(352)797-71 82, followed by mailing the originals. It would also be helpful if you would provide a short list of the products you offer. We will include the list when we prepare the catalog of laid Vendors to our cost centers. This helps in identifying the vendor who can supply the product they need. Your prompt attention to this matter is greatly appreciated. Renew the cuiTent contract under the same terms,conditions and pricing. ❑ DO NOT renew the current contract. In addition, we will require a new, completed Certification Regarding Debarment Form AD-I048 which is enclosed for your convenience. • ,® Completed Certification Regarding Debarment Form AD-I048 is enclosed. (g-ct" r j Authorizing Company Signature &Title Date Sincerely, Linda S. McCosh, Director of Purchasing Attachments "R fully,r,n-.•.lirc,l-srliodf syst.m" •:;nr ,r'a,s,•.irrriun r j Co1(j.s an.!jrhnrls Education: the vd iiclt J,r rx;'k' :r,l the pact'ana.ou.lu.rirut vur fiuur. An Equal Opportunity Employer INSTRUCTIONS FOR CERTIFICATION I. By signing and submitting this form, the prospective lower tier participant is providing the certification set out on the reverse side in accordance with these instructions. 2. The certification in this clause is a material representation of fact upon which reliance was placed when this transaction was entered into. If it is later determined that the prospective lower tier participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government. the department or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment. 3. The prospective lower tier participant shall provide immediate written notice to the person to which this proposal is submitted if at any time the prospective lower tier participant learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. 4. The terms"covered transaction," "debarred," "suspended," "ineligible," "lower tier covered transaction," "participant," "person," "primary covered transaction," "principal," "proposal," "voluntarily excluded," as used in this clause, have the meanings set out in the Definitions and Coverage sections of rules implementing Executive Order 12549. You may contact the person to which this proposal is submitted for assistance in obtaining a copy of those regulations. 5. The prospective lower tier participant agrees by submitting this form that, should the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction,unless authorized by the department or agency with which this transaction originated. 6. The prospective lower tier participant further agrees by submitting this form that it will include this clause titled "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion - Lower Tier Covered Transactions," without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions. 7. A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that it is not debarred, suspended, ineligible, or voluntarily excluded from the covered transaction, unless it knows that the certification is erroneous. A participant may decided the method and frequency by which it determines the eligibility of its principals. Each participant may,but is not required to, check the Nonprocurement List. 8. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render in good faith the certification required by this clause. The knowledge and information of a participant is not required to exceed that which is normally possessed by a pnidcnt person in the ordinary course of business dealings. 9. Except for transactions authorized under paragraph 5 of these instructions, if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is suspended,debarred, ineligible,or voluntarily excluded from participation in this transaction, in addition to other remedies available to the Federal .Government, the department or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment. Form AD-10 t8 (1'92) •' f r' • CERTIFICATION REGARDING DEBARMENT, SUSPENSION INELIGIBILITY AND VOLUNTARY EXCLUSION - LOWER TIER COVERED TRANSACTIONS This certification is required by the regulations implementing Executive Order 12549, Debarment and Suspension, 7 CPR Part 3017, Section 3017.510, Participants responsibilities. The regulations were published as Par!IV of the January 30, 1989, Federal Register(pages 4722-4733). ***** BEFORE COMPLETING CERTIFICATION, READ INSTRUCTIONS ON REVERSE SIDE ***** (1) The prospective lower tier participant certifies,by submission of this proposal, that neither it nor its principals is presently debarred,suspended,proposed for debarment,declared ineligible, or voluntarily excluded from participation in this transaction by any Federal department or agency. (2) Where the prospective lower tier participant is unable to certify to any of the statements in this certification, such prospective participant-shall attached an explanation to this proposal. Audio Visual Innovntlan*, a 0/-48 0 _O5 A[ Organization Name PR/Award Number or Project Name Alex Vice President of National Educational Sales • Name(s)and Title(s)of Authorized Representative(s) a(21, 3 /B/Qy Signature(s) Date Form AD-1048 (1/92) a.G; .. • • • AVI Catalog pricer-supplement Hernando 5 2004.xls • • ._t:- .,.. - ;.7 �:�L�± •� q•`.. , _ Y�7•• •.i_ ~S; 't:;7wr�f:>`J�.°•"'•`rs"`zTit ,:•e� f_ C'• '7. .1, '{.,lpp •'S t�>� ;tl_"Sy'. 1 S• tl{�.•.•t�:'��C�c�I �'."' •l:a•t�::!-'.J.i f'r��j Y_e\:1 ,., !'' T ' t7--• , : School Price ;r '. '�; r•::_ with discount :. •'•,• 4 ��: .+�•i7-fdtr�C]�RY��lI��'� . ..:r :sue•�.��; •�•:: :: ��;,t:-.::,��.a� �n... Individual Products have been replaced by the pages in the front of the new Catalog AVI-9010 AVI IPS-100 IPS Installed System(Proj,Man Screen,Wall Con,Install) $ 9.999.00 $ 7,899.21 AVI-9011 AVI IPS-110 IPS Installed System(Proj,77'Smart Board,Wall Con,Install) $ 10,999.00 $ 8.689.21 AVI.9012 AVI IPS-200 IPS Installed System(Proj.Man Screen,2-Wall Con.VCR,Audio,IR rem) $ 11,999 00 s 9.479.21 AV1-9013 AVI IPS-210 IPS Installed System(Proj.727 Smart Board.2-Wall Con,VCR,Audio,IR rem) $ 13.999.00 $ 11.059.21 AVI-9014 AVI IPS-300 IPS Installed System(Proj.Ele Screen.2-Wall Con,DVD.Audio.RF Rem) $ 18.999.00 S 15.009.21 AVI-9015 AVI IPS-310 IPS Installed System(Pro].72`Smart Board,2-Wall Con.DVD,Audio.RF Rem) $ 18,999.00 $ 15,009 21 AVI-9016 AV1 DLS-400 Distance Learning System(IP Codec,proj,scm,cam.audio,ctrl,vcr.install) $ 47.999 00 $ 37.919 21 AVI-9017 AVI DLS-410 Distance Learning System(IP Codec,proj,scm,cam,audio,ctrl,doccam,dvd,vcr,install) $ 51,895.00 S 40.997 05 Catalog Discount does not apply to Installation Rates 41-LAB100 AVI tAB100 Installation Technician per tour rate $ 65.00 NA 41-PRO100 AVI PRO100 Programmer per hour rate $ 85.00 NA 41-ENG100 AV1 ENG100 Project Engineer per hour rate $ 85.00 NA 41-CAD100 AVI CAD100 CADD Engineer per tour rate $ 75.00 NA • • • • • • Page 1 of 1 4/25/2003 ACORDTM CERTIFICATE OF LIABILITY INSURANCE DATE4fis/os PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Acordia Southeast, Inc. ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE P.O. Box 31666 HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Tampa, FL 33631-3666 . -727-796-6666 INSURERS AFFORDING COVERAGE INSURED INSURER A: St. Paul Mercury Ins Co. Audio Visual Innovations, Inc. 6313 Benjamin Rd. INSURER a: The Pheonix Ins Co. Suite 110 INSURER C: • The Travelers Indemnity Co./CT Tampa FL 33634 )"SURER D: 1 _ INSURER E: COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED.NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN.THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS.EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION LIMITS LTADATEIMMIDDNY) DATE IMM!DOIYY1 A GENERAL LIABILITY TE05800630 2/25/06 2/25/07 EACH OCCURRENCE I$ 1000000 X COMMERCIAL GENERAL UABIUTY FIRE DAMAGE(Any one fire) S 250000 CLAIMS MADE X OCCUR MED EXP(Any one person) $ 10000 PERSONAL&ADV INJURY (S 1000000 GENERAL AGGREGATE $ 2000000 GEN'L AGGREGATE LIMIT APPLIES PER: • PRODUCTS-COMP/OP AGG $ 2000000 POLICY I 1 3n. _ LOC _ A AUTOMOBILE LIABILITY TE05800630 2/25/06 2/25/07 COMBINED SINGLE LIMIT $ X ANY AUTO ( (Ea accident) 1000000 ALL OWNED AUTOS BODILY INJURY = SCHEDULED AUTOS y,l _6 (Per person) . X HIRED AUTOS n BODILY INJURY ;�, ��-�' �=(r" IPer accident) $ NO"•OWNED AUTOS I.-hl- , PROPERTY DAMAGE 9 I • ` •' IPer accident) GARAGE LIABILITY `.';r''s. µ' '.Ill,.._,,.( ...-..1 5::_1_.._.,.�_..._.•., AUTO ONLY-EA ACCIDENT $ ANY AUTO OTHER THAN EA ACC $ AUTO ONLY: AGG $ A EXCESS LIABILITY TE05800630 2/25/06 2/25/07 EACH OCCURRENCE $ 10000000 X OCCUR n CLAIMS MADE AGGREGATE $ 10000000 • $ DEDUCTIBLE S X RETENTION $ 10000 s B WORKERS COMPENSATION AND HVYCNUB3397C10706 4/15/06 2/25/07 X TOav Ir,In�Ifs l [DER EMPLOYERS'LIABILITY E.L.EACH ACCIDENT $ 500000 E.L.DISEASE-EA EMPLOYEE.$ 500000 E.L.DISEASE-POLICY LIMIT 5 500000 c OTHER HEU63483C48806 4/15/06 2/25/07 WORKERS . CA ONLY 500000/500000/500000 , COMPENSATION ,EACH ACCIDENT/EMPLOYEE/POL LMT DESCRIPTION OF OPERATIONS/LOCATIONSNEHICLES/EXCURSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS BOARD OF COUNTY COMMISSIONERS FOR MONROE COUNTY IS NAMED ADDITIONAL INSURED RE GENERAL AND AUTOMOBILE LIABILITY ONLY. • EM:AKYES@AVIINC.COM BC 4-18-06 10 DAY NOTICE'OF CANCELLATION FOR NONPAYMENT OF PREMIUM CERTIFICATE HOLDER I ADDITIONAL INSURED;INSURER LETTER: CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION BOARD OF COUNTY COMMISSIONERS DATE THEREOF.THE'ISSUING INSURER WILL ENDEAVOR TO MAIL 30 DAYS WRITTEN FOR MONROE COUNTY NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT.BUT FAILURE TO DO SO SHALL 1100 SIMONTON ST IMPOSE NO OBLIGATION OR UABIUTY OF ANY KIND UPON THE INSURER,ITS AGENTS OR KEY WEST FL 33040 REPRESENTATIVES, AUTtyIt'Z AEPRESEIAATIVE ,A 1 rrllFrrrr �� ACORD 25-5(7/97) 46-66 0 ACORD CORPORATION 1988