Loading...
HomeMy WebLinkAboutItem 10 Consideration for Award of Bid #B05-14, Sign Printer/Cutting Plotter • e Center of Good Lip AGENDA ITEM COVER SHEET Meeting Date: 7/19/05 Item # I Reviewed By: Contact Name: Joyce Tolbert Department Director: Contact Number: 1516 City Manager: Subject: Award of Bid #805-14 Sign Printer/Cutting Plotter Background Summary: The specifications are for the purchase of a high-speed inkjet printing/cutting plotter to be completely compatible with the existing sign fabrication software using FLEXIEXPERT 7.5/V3. The budget includes $16,000 for this item. Issue: Award the bid for a Sign Printer/Cutting Plotter to Sign Supply USA. This printer is for the Public Works Department to be used for the printing and cutting of signage. Recommendations Staff recommends that the City Commission award Bid#B05-14 to Sign Supply USA in the amount of $15,600.00; and authorize Staff to issue a purchase order for this procurement. Attachments: 1. Advanced Digital Bid 2. Sign Supply Bid 3. Specifications 4. Bid Tabulation 5. Recommendation Memo Financial Impact: Sign Printer/Cutter cost $15,600, budgeted $16,000 Type of Item: ❑ Public Hearing For Clerk's Dept Use: ❑ Ordinance First Reading 0 Consent Agenda ❑ Ordinance First Reading ❑ Public Hearing ❑ Resolution 0 Regular Agenda Z Commission Approval O Discussion& Direction ❑ Original Document/Contract Attached for Execution by City Clerk O Original Document/Contract Held by Department for Execution Reviewed by City Attorney ® N/A Reviewed by Finance Dept. Fes, R ❑ N/A Reviewed by ( ) ❑ N/A Mayorthe center of Good Lipp Commissioners S. Scott Vandergrift i °. Danny Howell, District 1 ,, Scott Anderson, District 2 City Manager P Rusty Johnson, District 3 Robert Frank � Nancy J. Parker, District 4 STAFF REPORT TO: The Honorable Mayor and City Commissioners FROM: Joyce Tolbert, Purchasing Agen DATE: July 11, 2005 RE: Award of Bid#B05-14 Sign Printer/Cutting Plotter ISSUE Award the bid for a Sign Printer/Cutting Plotter to Sign Supply USA. This printer is for the Public Works Department to be used for the printing and cutting of signage. BACKGROUND/DISCUSSION The specifications are for the purchase of a high-speed inkjet printing/cutting plotter to be completely compatible with the existing sign fabrication software using FLEXIEXPERT 7.5/V3. The budget includes $16,000 for this item. The bid was publicly advertised on June 5, 2005 and opened on June 29, 2005. There were two (2) responses to this bid: 1. Advanced Digital Cutting Systems, Inc. $ 9,100.00 2. Sign Supply USA $15,600.00 Attached is a copy of the specifications for this project, and the bids from each bidder, along with the bid tabulation. All bids are available in the Finance Department for review. The Public Works Department and Finance Department have reviewed all bids. Staff recommends awarding the bid to Sign Supply USA. as the most responsive and responsible bidder, per the attached recommendation memorandum from Bob Zaitooni, Public Works Director. Center of Good L• Mayor �� Commissioners S. Scott Vandergrift Danny Howell, District 1 Scott Anderson, District 2 City Manager Rusty Johnson, District 3 Robert Frank Nancy J. Parker, District 4 MEMORANDUM TO: Joyce Tolbert, Finance Department FROM: Bob Zaitooni, Public Works Department DATE: July 7,2005 RE: Recommendation for Award—Bid #B05-14, Sign Printer/Cutting Plotter Public Works reviewed bids from the following bidders: Company Bid Amount Delivery Time Advanced Digital Cutting Systems, Inc. $ 9,100.00 7 days Sign Supply USA $15,600.00 14 days The system offered by Advance Digital Cutting Systems, Inc. does not meet the specifications required by the City as described in our Bid. Therefore, based on our evaluation, we recommend award of the bid to the following most responsive bidder: Sign Supply USA If you have any questions or require additional information, please contact me at extension 6002. Cc: Mike Keller, Streets/Traffic Supervisor RZ The City of Ocoee Public Works•301 Maguire Road•Ocoee,Florida 34761 phone:(407)905-3170•fax:(407)905-3176•www.ci.ocoee.fl.us IX W I— I— „, N O a LL 0 E 0 . Z I- o H c Q m M N o 0 0 0 m COCl) 0 o u o Q 61 D �, W H N T .�- N L O 0 Z (0 O cz 0 o cn cn N N ca ca M LCL Q > 0 00 T T > T C C W az -7 U Z a, CZ m W 0 Cl) U V C CW O Ts co O EO a) , O Q E N — O -p T o co N u) Cl) w ca ca • (n I- a) a) a) a) C C m T T T T CIS > .i 17 7 Q U U3 0 d W N c — • N `O Ocr QO� R O 0 o a) >, z v 00 J z O 0 E 0 W a . O y as �' Fa ~ 73 O Z C �' V d 7 Ce J -O 2 (D & L N c -O U w m 0 E E -a N o H > m Y p E w Q E8 O� 0 0 2 m J Cl) as Z m e Center of Good j Mayor �b — �" 111, Commissioners S. Scott Vandergrift E-' Danny Howell, District 1 __ Scott Anderson, District 2 City Manager x , 9sr Rusty Johnson, District 3 Robert Frank " ' 4", Nancy J. Parker, District 4 i CITY OF OCOEE INVITATION TO BID #B05-14 FOR SIGN PRINTER/CUTTING PLOTTER City of Ocoee • 150 N Lakeshore Drive • Ocoee, Florida 34761 phone: (407)905-3100 • fax: (407)656-8504 •www.ci.ocoee.fl.us TABLE OF CONTENTS FOR BID #B05-14 11141P1 SIGN PRINTER/CUTTING PLOTTER BID DOCUMENTS 3 Legal Advertisement 4 thru 6 Invitation to Bid#B05-14 7 thru 12 General Terms & Conditions 13 Subcontractors/Summary of Litigation 14 References/Addenda Acknowledgement SPECIFICATIONSBID SHEET 15 Specifications 16 Bid Form 17 Company Information/Signature Sheet END OF TABLE OF CONTENTS B05-14 2 LEGAL ADVERTISEMENT CITY OF OCOEE Bid #B05-14 SIGN PRINTER/CUTTING PLOTTER Ocoee City Commission Sealed bids will be accepted for Bid #B05-14, SIGN PRINTER/CUTTING PLOTTER, no later than 2:00 PM, local time, on June 29, 2005. Bids received after that time will not be accepted or considered. No exceptions will be made. The City reserves the right to reject any and all bids and waive informalities. The City of Ocoee, Florida, in conformance with the policies and procedures of the City of Ocoee (City) is soliciting bids for the purchase of a high-speed inkjet printing/cutting plotter to be completely compatible with the existing sign fabrication software using FLEXIEXPERT 7.5/V3. The unit must be complete with adjustable stand, all hardware & cables, full documentation, minimum one (1) day training, shipping, and one (1) year full warranty and support. There will not be Pre-Bid Conference for this bid. Any questions or concerns regarding this bid must be received no later than June 22, 2005. A Bid Security is not required for this bid. All bids shall be submitted as one (1) original and two (2) copies of the required submittals, in a sealed envelope plainly marked on the outside with the appropriate bid number and opening date and time. Bids will be received in the City of Ocoee, Attn: Purchasing Agent, 150 N. Lakeshore Drive, Ocoee, Florida 34761-2258. Bids will be publicly opened and read aloud in the City Hall Conference Room on the above-appointed date at 2:01 PM, local time, or as soon thereafter as possible. Interested firms may secure a copy of the bid documents through Demandstar by accessing the City's website at www.ci.ocoee.fl.us under Finance/Purchasing, or copies are available from the Purchasing Agent for a non-refundable reproduction and/or administrative fee of $20.00. Checks should be made payable to the City of Ocoee. Copies via e-mail are not available and partial sets of bid documents will not be issued. No fax or electronic submissions will be accepted. City Clerk June 5, 2005 B05-14 3 CITY OF OCOEE INVITATION TO BID #B05-14 SIGN PRINTER/CUTTING PLOTTER INTENT: Sealed bids for Bid #B05-14 will be received by the City of Ocoee, hereinafter called "The City", by any person, firm, corporation or agency submitting a bid for the work proposed, hereinafter called "Respondent". The proposed purchase will be for one (1) new high-speed inkjet printing/cutting plotter to be completely compatible with the existing sign fabrication software using FLEXIEXPERT 7.5/V3. The unit must be complete with adjustable stand, all hardware & cables, full documentation, minimum one (1) day training, shipping, and one (1) year full warranty and support, in conformance to the "Specifications" section of this Invitation to Bid. BIDDING INSTRUCTIONS: A. Each respondent shall furnish the information required on the bid form supplied and each accompanying sheet thereof on which an entry is made. Bids submitted on any other format shall be disqualified. Please check your prices before submission of bid as no changes will be allowed after bid opening. Bids must be typewritten or handwritten using ink. Do not use pencil. No erasures permitted. Mistakes may be crossed out and the correction typed adjacent and must be initialed and dated by person signing the bid. Bid documents must be signed by a legally responsible representative, officer, or employee and should be properly witnessed and attested. All bids should also include the name and business address of any person, firm or corporation interested in the bid either as a principal, member of a firm or general partner. If the respondent is a corporation, the bid should include the name and business address of each officer, director, and holder of 10% or more of the stock of such corporation. B. Any questions or concerns regarding this bid should be addressed in writing to the Finance Department, City of Ocoee, FL, Attention: Joyce Tolbert, Purchasing Agent (407)905-3100, extension 1516 and fax (407)656-3501, not later than June 22, 2005. Any clarifications/changes will be through written addenda only, issued by the Finance Department, see paragraph H. Respondents should not contact City staff, with the exception of Joyce Tolbert, Purchasing Agent, or other City consultants for information before the bid award date. Any contact with any other member of the City Staff, City Commission, or its Agents during this time period may be grounds for disqualification. C. This bid must be received as one (1) original and two (2) copies of the required submittals only, by the Finance Department not later than 2:00 P.M., local time, on June 29, 2005. Bids received by the Finance Department after the time and date specified will not be considered, but will be returned unopened. "Postage Due" items will not be accepted. Bids transmitted by fax or e-mail will not be accepted. Bids shall be delivered in a sealed envelope, clearly marked with the bid number,title, and opening date and time to: City of Ocoee Finance Department Attention: Purchasing Agent 150 N Lakeshore Drive Ocoee, FL 34761-2258 B05-14 4 D. Bids will be publicly opened and read at Ocoee City Hall Conference Room, 150 N. Lakeshore Drive, Ocoee, Florida 34761-2258 at 2:01 P.M., or as soon thereafter as possible on the above-appointed date. Respondents or their authorized agents are invited to be present. Please be aware that all City Commission meetings are duly noticed public meetings and all documents submitted to the City as a part of a bid constitute public records under Florida law. E. All respondents shall thoroughly examine and become familiar with the bid package and carefully note the items which must be submitted with the bid, such as: a) List of References/Experience; b) List of Subcontractors/Temporary Worker Agencies; c) Summary of Litigation; d) Addenda Acknowledgement; e) Bid Form f) Any other information specifically called for in these Bid Documents. F. Submission of a bid shall constitute an acknowledgment that the respondent has complied with Paragraph E. The failure or neglect of a respondent to receive or examine a bid document shall in no way relieve it from any obligations under its bid or the contract. If "NO BID", so state on face of envelope or your company may be removed from the City's vendor list. No claim for additional compensation will be allowed which is based upon a lack of knowledge or understanding of any of the Contract Documents or the scope of work. All items quoted shall be in compliance with the bid documents/scope of work. G. There will not be a pre-bid conference for this bid. H. Any response by the City to a request by a respondent for clarification or correction will be made in the form of a written addendum communicated to all parties to whom the bid packages have been issued. Responses may be issued through Addenda issued not later than twenty-four (24) hours before bid opening. The City shall provide all Addenda to each prospective bidder by regular mail or telefacsimile at the address or fax number that each prospective bidder has provided to the City when it receives the Bidding Documents. Addenda may also be posted on Demandstar or faxed by Demandstar. It shall be the responsibility of each prospective bidder to obtain a copy of all issued Addenda. The City reserves the right to issue Addenda, concerning date and time of bid opening, at any time up to the date and time set for bid opening. In this case, bids that have been received by the City prior to such an addendum being issued, will be returned to the respondent, if requested, unopened. In case any respondent fails to acknowledge receipt of any such Addendum in the space provided in the bid documents, its' bid will nevertheless be construed as though the Addendum had been received and acknowledged. Submission of a bid will constitute acknowledgment of the receipt of the Bid Documents and all Addenda. Only interpretations or corrections provided by written Addenda shall be binding on the City. Respondents are cautioned that any other source by which a respondent receives information concerning, explaining, or interpreting the Bid Documents shall not bind the City. I. Any of the following causes may be considered as sufficient for the disqualification of a respondent and the rejection of its bid: B05-14 5 a) Submission of more than one (1) bid for the same work by an individual, firm, partnership or corporation under the same or different name. For purposes of this subparagraph, firms, partnerships or corporations under common control may be considered to be the same entity; b) Evidence of collusion between or among respondents; c) Being in arrears on any of its existing contracts with the City or in litigation with the City or having defaulted on a previous contract with the City; d) Poor, defective or otherwise unsatisfactory performance of work for the City or any other party on prior projects which, in the City's judgement and sole discretion, raises doubts as to Respondent's ability to properly perform the work; or e) Any other cause which, in the City's judgement and sole discretion, is sufficient to justify disqualification of Respondent or the rejection of its bid. No bid may be withdrawn for a period of ninety (90) days after the time and date scheduled for the bid opening. The City reserves the right to accept or reject any or all bids, to waive informalities or irregularities, to request clarification of information submitted in any bid, or to readvertise for new bids. The City may accept any item or group of items of any bid, unless the respondent qualifies his/her bid by specific limitations. Award, if made, will be to the most responsible and responsive respondent whose bid, in the City's opinion, will be most advantageous to the City, price and other factors considered. The City reserves the right, to aid it in determining which bid is responsible, to require a respondent to submit such evidence of respondent's qualifications as the City may deem necessary, and may consider any evidence available to the City of the financial, technical, and other qualifications and abilities of a respondent, including past performance (experience) with the City and others. The City Commission shall be the final authority in the award of any and all bids. B05-14 6 GENERAL TERMS & CONDITIONS: 1. DEFAULT: As a result of bids received under this Invitation, the award of the contract may be based, in whole or in part, on delivery and specification factors. Accordingly, should the Contractor not meet the delivery deadline(s) set forth in the specifications or should the Contractor fail to perform any of the other provisions of the specifications and/or other contract documents, the City may declare the Contractor in default and terminate the whole or any part of the contract. Upon declaring the Contractor in default and the contract in whole or in part, the City may procure and/or cause to be delivered the equipment, supplies, or materials specified, or any substitutions therefor and the Contractor shall be liable to the City for any excess costs resulting therefrom. In the event the Contractor has been declared in default of a portion of the contract, the Contractor shall continue the performance of the contract to the extent not terminated under the provisions of this paragraph. Where the Contractor fails to comply with any of the specifications, except for delivery deadline(s), the City may, in its discretion, provide the Contractor with written notification of its intention to terminate for default unless prescribed deficiencies are corrected within a specified period of time. Such notification shall not constitute a waiver of any of the City's rights and remedies hereunder. 2 PATENT INDEMNITY: Except as otherwise provided, the successful respondent agrees to indemnify the City and its officers, agents, and employees against liability, including costs and expenses for infringement upon any letters patent of the United States arising out of the performance of this Contract or out of the use or disposal by or for the account of the City or supplies furnished or construction work performed hereunder. 3. PRICING: Pricing should be provided as indicated on the Specifications/Bid Sheet attached, to include any alternate bids. Please note that alternate bids will not be accepted unless specifically called for on the Specifications/Bid Sheet. A total shall be entered for each item bid. In case of a discrepancy between the unit price and extended price, the unit price will be presumed to be correct. By submission of this bid, the Respondent certifies, and in the case of a joint bid, each party thereto certifies as to its own organization, that in connection with this procurement: a) The Respondent represents that the article(s) to be furnished under this Invitation to Bid is (are) new and unused (unless specifically so stated) and that the quality has not deteriorated so as to impair its usefulness. B05-14 7 b) The prices in this bid have been arrived at independently, without consultation, communication, or agreement for the purpose of restriction competition, as to any matter relating to such prices with any other respondent or with any competitor; c) Unless otherwise required by law, the prices which have been quoted in this bid have not been knowingly disclosed by the Respondent and will not knowingly be disclosed by the Respondent prior to opening, directly or indirectly to any other respondent or to any competitor; d) No attempt has been made or will be made by the Respondent to induce any other person or firm to submit or not to submit a bid for the purpose of restricting competition. Every contract, combination or conspiracy in restraint of trade or commerce in this State is unlawful (Florida SS 542.18 and all applicable federal regulations); e) Respondent warrants the prices set forth herein do not exceed the prices charged by the respondent under a contract with the State of Florida Purchasing Division; and f) Respondent agrees that supplies/services furnished under this quotation, if awarded, shall be covered by the most favorable commercial warranties the Respondent gives to any customer for such supplies/services and that rights and remedies provided herein are in addition to and do not limit any rights offered to the City by any other provision of the bid award. 4. DISCOUNTS: a) Trade and time payment discounts will be considered in arriving at new prices and in making awards, except that discounts for payments within less than 30 days will not be considered in evaluation of bids. However, offered discounts will be taken for less than 30 days if payment is made within discount period. b) In connections with any discount offered, time will be computed from date of delivery and acceptance at destination, or from the date correct invoice is received in the office of Finance, whichever is later. Payment is deemed to be made, for the purpose of earning the discount, on the date of City Check. 5. SAMPLES: Samples of items, when required, must be furnished free of expense to the City and if not called for within fifteen days from date of bid opening, same will be disposed of in the best interest of the City. 6. AWARD CRITERIA: The contract will be recommended to be awarded to the overall lowest most responsive and responsible bidder according to the following criteria: • Compliance with specifications, terms, and conditions • Bid Price • Warranty Offered • Delivery Time B05-14 8 • Experience with Similar Equipment • Features of System • Successful Reference Check 7. LITERATURE: If required by the Bid Schedule, or the specifications, descriptive literature/brochures shall be included with this bid in order to properly evaluate make/model offered. Bids submitted without same may be considered non-responsive and disqualified. 8. BID PROTESTS: The City's Finance/Purchasing Department will consider Bid Protests seeking contract award, damages, and/or any other relief. Any Bidder seeking to file Bid Protest SHALL use the following procedures: 1. A bidder SHALL file a written Bid Protest under this Article, or be barred any relief. 2. A Bid Protest: (a) must be in writing (oral protests will NOT be acknowledged); (b) the content of the Bid Protest shall fully state the factual and legal grounds for the protest and the legal basis for the relief requested; and (c) The Bid Protest shall be filed with the Purchasing Agent not later than three (3) calendar days after the posting of the notice of intent to award or recommendation of award by staff. 3. After a Bid Protest has been properly filed with the City, the City, by and through its Procurement Department shall make a determination on the merits of the protest not later than five (5) business days after receipt of the protest. If the City denies the protest, the City may proceed with award of the Contract unless enjoined by order of a Court of competent jurisdiction. 4. A Bid Protest SHALL be limited to the following grounds: (a) issues arising from the procurement provisions of the Project Manual and/or the Bid Package or Contract Documents; and/or (b) applicable federal, state or local law. No Bid Protest may be based upon questions concerning the design documents. The Bidder shall clarify all such questions concerning the design of the project prior to submitting its bid. 9. PAYMENT TERMS: Payment for work completed will be made within (30) days of approved invoice. B05-14 9 No payment will be made for materials ordered without proper purchase order authori- zation. Payment cannot be made until materials, goods or services, have been re- ceived and accepted by the City in the quality and quantity ordered. Any contract resulting from this solicitation is deemed effective only to the extent of appropriations available. "Contract" shall mean a City of Ocoee Purchase Order, and the terms and conditions of the purchase order shall apply. The City of Ocoee, Florida has the following tax exemption certificates assigned: • Florida Sales & Use Tax Exemption Certificate No. 58-00-094593-54C; and • The City is exempt from federal excise, state, and local sales taxes. 10. DRUG-FREE WORKPLACE: If applicable, provide a statement concerning the Respondent's status as a Drug-Free Work Place or evidence of an implemented drug-free workplace program. 11. CERTIFICATION OF NON-SEGREGATED FACILITIES The Respondent certifies that the respondent does not and will not maintain or provide for the respondent's employees any segregated facilities at any of the respondent's establishments and that the respondent does not permit the respondent's employees to perform their services at any location, under the respondent's control, where segregated facilities are maintained. The Respondent agrees that a breach of this certification will be a violation of the Equal Opportunity clause in any contract resulting from acceptance of this Bid. As used in this certification, the term "segregated facilities" means any waiting room, work areas, time clocks, locker rooms and other storage and dressing areas, parking lots, drinking facilities provided for employees which are segregated on the basis of race, color, religion, national origin, habit, local custom, or otherwise. The Respondent agrees that (except where the respondent has obtained identical certification from proposed contractors for specific time periods) the respondent will obtain identical certifications from proposed subcontractors prior to the award of such contracts exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity clause, and that the respondent will retain such certifications in the respondent's files. The non-discriminatory guidelines as promulgated in Section 202, Executive Order 11246, and as amended by Executive Order 11375 and as amended, relative to Equal Opportunity for all persons and implementations of rules and regulations prescribed by the U.S. Secretary of labor, are incorporated herein. B05-14 10 12. STATEMENT OF AFFIRMATION AND INTENT: The respondent declares that the only persons, or parties interested in their bid are those named herein, that this bid is, in all respects, fair and without fraud and that it is made without collusion with any other vendor or official of the City of Ocoee. Neither the Affiant nor the above named entity has directly or indirectly entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive pricing in connection with the entity's submittal for the above project. This statement restricts the discussion of pricing data until the completion of negotiations and execution of the Agreement for this project. The respondent certifies that no City Commissioner, other City Official or City employee directly or indirectly owns assets or capital stock of the bidding entity, nor will directly or indirectly benefit by the profits or emoluments of this proposal. (For purposes of this paragraph, indirect ownership or benefit does not include ownership or benefit by a spouse or minor child.) The respondent certifies that no member of the entity's ownership or management is presently applying for an employee position or actively seeking an elected position with the City. In the event that a conflict of interest is identified in the provision of services, the respondent agrees to immediately notify the City in writing. The respondent further declares that a careful examination of the scope of services, instructions, and terms and conditions of this bid has occurred, and that the bid is made according to the provisions of the bid documents, and will meet or exceed the scope of services, requirements, and standards contained in the Bid documents. Respondent agrees to abide by all conditions of the negotiation process. In conducting negotiations with the City, respondent offers and agrees that if this negotiation is accepted, the respondent will convey, sell, assign, or transfer to the City all rights, title, and interest in and to all causes of action it may now or hereafter acquire under the Anti- trust laws of the United States and the State of Florida for price fixing relating to the particular commodities or services purchased or acquired by the City. At the City's discretion, such assignment shall be made and become effective at the time the City tenders final payment to the respondent. The bid constitutes a firm and binding offer by the respondent to perform the services as stated. 13. PUBLIC ENTITY CRIME STATEMENT: All invitations to bid as defined by Section 287.012(11), Florida Statutes, requests for proposals as defined by Section 287.012(16), Florida Statutes, and any contract document described by Section 287.058, Florida Statutes, shall contain a statement informing persons of the provisions of paragraph (2)(a) of Section 287.133, Florida Statutes, which reads as follows: B05-14 11 "A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of public building or public work, may not submit bids on leases of real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017, for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list." All respondents who submit a Bid or Request for Proposal to the City of Ocoee are guaranteeing that they have read the previous statement and by signing the bid documents are qualified to submit a bid under Section 287.133, (2)(a), Florida Statutes. 14. PERMITS/LICENSES/FEES: a) Any permits, licenses or fees required will be the responsibility of the contractor; no separate payments will be made. b) The City requires a City of Ocoee registration if permitting is required. Please contact the City's Protective Inspections Department at (407)905-3100, ext. 1000, directly for information concerning this requirement. c) Adherence to all applicable code regulations (Federal, State, County, and City) are the responsibility of the contractor. B05-14 12 15. LIST OF SUBCONTRACTORS: SUBCONTRACTOR and/or TEMPORARY WORKER AGENCY NAME/ADDRESS/FEDERAL I.D. NO./CONTACT PERSON/PHONE #: (Attach additional sheets if necessary) The respondent certifies that the respondent has investigated each subcontractor/temporary worker agency listed and has received and has in the respondent's files evidence that each subcontractor/temporary worker agency maintains a fully-equipped organization capable, technically and financially, of performing the pertinent work and that the subcontractor/temporary agency has done similar work in a satisfactory manner. It is further acknowledged by the contractor that any CHANGE or OMISSIONS in the subcontractors listed above shall require the City of Ocoee's approval before any work shall commence by the additional subcontractor on this project. 16. SUMMARY OF LITIGATION: Provide a summary of any litigation, claim(s), bid or contract dispute(s) filed by or against the respondent in the past five (5) years which is related to the services that the respondent provides in the regular course of business. The summary shall state the nature of the litigation, claim, or contact dispute, a brief description of the case, the outcome or projected outcome, and the monetary amounts involved. If none, please so state. B05-14 13 17. REFERENCES/EXPERIENCE OF RESPONDENT WITH SIMILAR WORK The Respondent shall complete the following blanks regarding experience with similar type of work. Respondent must demonstrate ability to perform services of similar complexity, nature, and size of this project within past three years. DATE OF CONTRACT/AMOUNT OF PROJECT/CLIENT'S NAME AND ADDRESS (INCLUDE CONTACT): Have you any similar work in progress at this time? Yes_ No _. Length of time in business Bank or other financial references: (Attach additional sheets if necessary) 18. ACKNOWLEDGEMENT OF ADDENDA: Bidder acknowledges receipt of the following addenda: No. Dated No. Dated No. Dated No. Dated No. Dated B05-14 14 CITY OF OCOEE INVITATION TO BID#B05-14 SIGN PRINTER/CUTTING PLOTTER Minimum Product Specifications City of Ocoee is soliciting bids for a high-speed inkjet printing/cutting plotter to be completely compatible with the existing sign fabrication software using FLEXIEXPERT 7.5/V3. The unit must be complete with adjustable stand, all hardware & cables, full documentation, minimum one (1) day training, shipping and handling, and one (1) year full warranty and support. Minimum specifications shall include the following: • 42"minimum printing/cutting width • Accurate color reproduction, 600 dpi resolution • High-speed output (204 square feet/hour in 300 dpi draft mode) • Dual-head configuration for UV (Pigment) inks and Dye-based Inks • Automated supply roll loading • Interactive control panel with function buttons and LCD display • Capable of printing on various media including self-adhesive vinyl film, high-reflective film and laminated images • Capable of cutting up to 0.25 mm thick (vinyl, fluorescent, reflective), and high-density reflective sheets • High-speed network connectivity with Ethernet card and interface with multiple stations • Adjustable Stand. • All hardware and cables. • Full documentation. • Training must be included in total price. • One (1) year full warranty and support must be included in total price. • Shipping and handling must be included in total price. Delivery shall be F.O.B.: City of Ocoee, Public Works Facility, 301 Maguire Road, Ocoee, FL 34761. Please note that the above specifications are intended as minimum and preferred guidelines; and equipment meeting equivalent specifications will be accepted,provided it meets budgetary constraints. Please submit a bid on only one (1) type of portable SIGN PRINTER/CUTTING PLOTTER that best meets the specifications. B05-14 15 CITY OF OCOEE INVITATION TO BID #B05-14 SIGN PRINTER/CUTTING PLOTTER BID FORM Specify Make and Model to be supplied: Specify Support Center Contact Phone Delivery Time: calendar days after receipt of City Purchase Order. TOTAL BID FOR ONE (1) SIGN PRINTER/CUTTING PLOTTER& ACCESSORIES S dollars and cents Company Name Authorized Officer Signature Name/Title (please print) B05-14 16 BID#B05-14 COMPANY INFORMATION/SIGNATURE SHEET FAILURE TO COMPLY WITH THESE BID INSTRUCTIONS WILL RESULT IN DISQUALIFICATION OF YOUR BID. PLEASE SIGN BELOW ATTESTING THAT YOU HAVE READ AND UNDERSTAND ALL BID INSTRUCTIONS AND THAT THE PRICES REFLECTED ON THE "SPECIFICATIONS/BID FORM"ARE ACCURATE AND WITHOUT COLLUSION. COMPANY NAME TELEPHONE(INCLUDE AREA CODE) FAX (INCLUDE AREA CODE) E-MAIL ADDRESS IF REMITTANCE ADDRESS IS DIFFERENT AUTHORIZED SIGNATURE(manual) FROM PURCHASE ORDER ADDRESS, PLEASE INDICATE BELOW: NAME/TITLE(PLEASE PRINT) STREET ADDRESS CITY STATE ZIP FEDERAL ID# Individual Corporation Partnership Other(Specify) Sworn to and subscribed before me this day of ,20 . Personally Known or Produced Identification Notary Public-State of (Type of Identification) County of Signature of Notary Public Printed,typed or stamped Commissioned name of Notary Public B05-14 17 I ,fl; 1111 , 1 hl , 11t i Iii Iii i, , 1! CITY OF OCOEE ii I INVITATION TO BID#B05-14 ! ii' SIGN PRINTER/CUTTING PLOTTER ( 1 Ili II'. BID FORM ' ` y, 1 S 1 � ��I' 1I I, �1. Specify Make and Model to be supplied: T X d 1 00 i j! I'1i i !�; Ill i l Specify Support Center Contact ro c D 1y n Miller Phone ( 00- 8-7y- (9 7 kl , I I 1 i Delivery Time: Apperck. 7 calendar days after receipt of City Purchase Order. i1°I 1 •• I i .111 1 II ils i ' i ; I I 1,1 TOTAL BID, O' ONE(1)f5 GN:PRINTER/ TTING PLOTTER&ACCESSORIES 'i, i' I 11 y. ':. �, f . ..vas.,-r.. .., :.�. _..r.-. '.q r,.. _ _ -..._.. n..-..ee.es ��1, [ 1 n�re 'hot& r>d c ..1�u rK{.dollars and n o cents 1 i, ; ;i 4' '-‘h\ poe e_ Is c (-)\/ !ns( Cp,SME rNI) rNoA 3-*ccsi1c\o rck Ne 'h Is. i, R iI , AcA�c.nred 11—\5! -aA Cu N-r,� 5y.SAe S Inc . . !,'' IIF �,. , iit Compan Name � ,1� 1 ,`` ! I1 Authorized fficer Signature 'i I Carpi\ Y, rn I e,- - Sales Maraca c c ;;;!' Name/Title(please print) j 1 i , 1 � `,i 'p' , 1 'V'ii0 '' 1 6..' I !PI It I j. B05-14 16 '' 1 ! 1 I . II ,I ' ' I. BID#B05-14 COMPANY INFORMATION/SIGNATURE SHEET 1 FAILURE TO COMPLY WITH THESE BID INSTRUCTIONS WILL RESULT IN DISQUALIFICATION OF YOUR BID. PLEASE SIGN BELOW ATTESTING THAT YOU HAVE READ AND UNDERSTAND 4, ' ALL BID INSTRUCTIONS AND THAT THE PRICES REFLECTED ON THE "SPECIFICATIONS/BID M iy FORM"ARE ACCURATE AND WITHOUT COLLUSION. _ ,'' , A Advanc.8c1 t�►cjiTal Lu,ii Tt,. g S,I •len,S)nc. Suy cm- $ln7y goy_ acrI- 5588 COMPANY NAME TELEPHONE(INCLUDE AREA CODE) I i ! 11 Q09- do,- 75i9 I FAX (INCLUDE AREA CODE) , ,i Gide ad Pfrr C..S. n - rto r- nei 1 ' / ; E-MAIL ADDRESS `� a II; IF REMITTANCE ADDRESS IS DIFFERENT I l . AUTI4O D SIGNATURE(manual) FROM PURCHASE ORDER ADDRESS, I ' PLEASE INDICATE BELOW: �" I 'f • ela iii• 1 ' - ". - i r• I, Iq ,� NAME/TITLE(PLEASE PRINT) 1 f I , al Ioo-b Sadler Rm rl STREET ADDRESS 'n {i An,P I in, ISln nrl F i 3a 0 CITY STATE ZIP M ' , FEDERAL ID# sq-3,a-113(0 3'� ` 1' Individual X Corporation Partnership Other(Specify) ',It Sworn to and subscribed before me this (7,a day of ca\IP4L ,20Q . vi' Personally Known or j; 1 ' la, ; ' Produced Identification ✓ 4 ' (1 S 'I aII ;, rir i VQ2C � i C•2t' I'� tr . R Notary Public-State of ,i If (Type of Identification) County of 4811. U _ _i if 1 it.141M111 1 Ali ;! ssa. &'r•.,,, ANDREA M.GONYEAU Signa e of Notal-Pub c g /; ,,t''', MY COMMISSION t DD 321794 V.„• '` EXPIRES:May 19,2008 ��gyp 11 '0 V :' _":".'`,7. Banded Thu Notary Pubic UndwwrMrs - stews Printed,typed or stamped , Commissioned name of Notary Public i ' • "" K 11, rl t :, H . 1 B05-14 17 J 1r ' i Id :.:'•' ''.- .. , .„...3,,,,,,_ • .. . GRRPHTEC ...:.- nJeI Pro .., .y,..-.. . ,‘.k. . ... 0 aopoA series .... .„.. .. ,.... , ....., . .... . ..: „.„„ . . .. ,• . . . . ,,, . ... .. .,.;:‘,..„.,.........,.... ... ..„.,: ,.... .„... ,..... ,,,,,,,,„„...,,.::•.. .... ...,,..„ .4.. .,.. . 60" and 42" models _,.. •,...,-.....-..• '. 744.44r: ,:•„.., • illr .. . . :.“, . . . , . . ---.,..,V ,.'•••',."ntk., '•. - _ - , , e. ,.....„ .... . ' q• . . .. . . ,. ,. ... .. ,... ..... . -4,411111k .. ..‘ . .. , .,- .• . . ..s. .. , ..., '• •.••,.,..,,.• •lotto ..:,:...... -,i ' ' •-- '' - '117.°.'''''-';,' • ,.... .. .. ..;, _.. , . ... • • . . . ,........... • ' 0111104,6 , . . . ,. . . ..,.. . . 8.11.116 ',.. ." . :•.•.',' ...,_. ., .. . ':',,..:',,'::'•-:,-, ''..,;.•'..,-:.:':::',-_,. , , — - ,.. ,- - . •'• '.',. -:,`••:;,....:;-, ' • ;r;,,-,....-.,,::--,F..-„... -''."'w. _.. I , . '..4-.4. I. .. . .., ,ss , 1,....!? . . '4.,-.':' ',• .--:::',1;11.;,-7..,O,',i;''44.:4,P.:;-Z::::,.,,,;,',4ki, , . re,ob,-- , - '''',14',i-''''.'r'':'05'.:,,:-..,',..;',/,,,,,,:,,.•, • %-.0 ' ...., ._'.:.-4,44,ii3: -.c;.:',:.:, , -,;:,...- . •. ::.,.:e. C. -l'''.-'.,.'-,''''''.,:•::-.:J.''', ,--- ,'•:.;.'.'...:."c: '. ' L. ,..;;.:i.''::•7..--...'-'''.::7 ,4;147:'-i*..'4':1'.'::;•:''7..•.'. ' ' -- ',.;.,','.,•_:.,;']:''',A5:*.:4.4..-15'k.A:?:-'''-'..:.'''''''--- t.. i ..,. ... ., . . 4 7: 4 Atilt t1 Print, cut, or print & cut. The SignJet Pro JX2000A series inkjet printers/cutting plotters combine two technologies to produce outstanding signage. _ . Print & Cut ....„._.....„,0 - ...00a . t ,, ..._ _....., - %. IF 1111 :-8,,‘ /,',/ Ili tl t. / / Y '' ;�,� He^lysiY r Signiel Pro JX2000A Series , - 4 .., _ 4 _ , - .. ,„. ,.„ , www w,..u�w. • fir ` ,a ` '. ', _.. �rr ^ (; y^.eA• 1 1.. ammHrEc y,w.,.,,x:ma wrier NT ow,11111111111KERT.f.n MIL% i`.. CITY OF OCOEE INVITATION TO BID#B05-14 SIGN PRINTER/CUTTING PLOTTER BID FORM Specify Make and Model to be supplied: L7" cer0 YLT !—' Y :mf) 6 itrtit fl"tz itc7 Specify Support Center Contact S ITh^- CAP$,w1''s Phone (Lt<>"?) `135(- -c?07 Delivery Time: 1 il calendar days after receipt of City Purchase Order. .oT AL BID FOICONF(1)SSI ` rGA) S PPty S. - Company Name Authorized Offic r Signature `i fTzi.. S C,VtPS t S G[ ertirt ,41,47'& Name/Title (please print) B05-14 16 BID#B05-14 COMPANY INFORMATION/SIGNATURE SHEET FAILURE TO COMPLY WITH THESE BID INSTRUCTIONS WILL RESULT IN DISQUALIFICATION OF YOUR BID. PLEASE SIGN BELOW ATTESTING THAT YOU HAVE READ AND UNDERSTAND ALL BID INSTRUCTIONS AND THAT THE PRICES REFLECTED ON THE "SPECIFICATIONSBID FORM"ARE ACCURATE AND WITHOUT COLLUSION. 6 ev S:),0 tali OSA— '467 yr- o`?0-7 • COMPANY NAME ELENE(INCLUDE AREA CODE) _ Y 7 2ya-?c- AX ( NCLUDE AREA CODE) {)(ft ti Cc osir,c' E-MAIL ADDRESS IF REMITTANCE ADDRESS IS DIFFERENT AUTHORIZED IG.NATURE(manual) FROM PURCHASE ORDER ADDRESS, 1)iizrt. PLEASE INDICATE BELOW: 5 .C rrQS? t 1 M 2. NAME/TITLE(PLEASE PRINT) Mt le STREET s sf 3 2-Vc 7 CITY STATE ZIP FEDERALID# S% 3. 53)" Individual ✓Corporation Partnership Other(Specify) q Sworn to and subscribed before me this ) day of )U.N ,20 Personally Known or Produced Identification FL-i6it Ci;- --6 )-‘,0-`-i2 a-0 Notary Public-State of 7`� (Type of Identification) County of Ota Ny ignature of Notary Public j.,_0\ Erick Gracie My Commission 1)0352655 Printed,typed or stamped � Expires September 02.2006 Commissioned name of Notary Pub it? B05-14 17 y"v 1 { yyron p ,.r A NEW DENNITIOT I r - OF „P.R.: U©D C, � ail nrl .F. i, 1` Take your business to the next level with the revolutionary ENCAD NovaJet 1000i:"This high-speed printer uses advanced print head desig and Intelligent Mask Technology'"for maximum productivity,reliability and image quality.Encad's new Quantum Ink' and guaranteed KODAK ' Wide Format Inkjet Media allow you to say yes to more customers more often.Accelerate productivity. Exceed expectations: "' ' THE SPEED YOU NEED The NovaJet 1000i sets a new standard with print speeds of 150 square feet per hour(14.0 sq,meters/hr)in Productivity triode and 220-square- feet 20 squarefeet per hour(20.4 sq. meters/hr)in High Speed mode. A new print head with 640 nozzles provides high-speed printing on a wide variety of media.The Rapid Evaporation Drying System ensures that your prints are instantly ready for take-up,even at full machine speed. EXCEPTIONAL IMAGE QUALITY Encad's patented Intelligent Mask Technology(IMT)optimizes color gamut,density and vibrancy without compromising the blazing output speed of the NovaJet 1000i. IMT applies a unique screen to image files for each color and print mode. Quality is further enhanced with new ENCAD Quantum Ink developed with Kodak's unparalleled Color Science.Quantum Dye Ink boasts industry-leading color gamut and guaranteed lightfastness for the ultimate in indoor photographic quality.The broad color gamut of our Quantum Pigment Ink gives you the flexibility to print photographic quality images for long lasting indoor applications, as well 't as UV-and water-resistant prints for durable outdoor displays. THE BENCHMARK OF RELIABILITY AND EASE OF USE Breakthrough ink system technology and advanced print head design ensure the NovaJet 1000i leads the way in reliability and ease of use.The effective life of our new thermal print head delivers an average of 2.1 liters of ink throughput.To offer you true unattended printing, an Intermediate Ink Reservoir maintains a constant supply of ink to the print head, and awarning system indicates when ink is getting low.The staggered Carriage Assembly provides better image quality and easy cartridge replacement, while an Active Service Station automatically fills, primes and cleans your ink cartridges. The total result is optimal performance, less maintenance and greater printer uptime. ail INTELLIGENT SOFTWARE SOLUTIONS Our unique NovaJet 1000i Software Suite puts you in charge of your workflow with automated networking setup and remote . printer access. Manage your business for optimum profitability with integrated job tracking,job accounting and supplies management. We take your productivity seriously.The ENCAD NovaJet 1000i's unique combination of speed,image quality and reliability is unmatched by any wide-format printer in its class. Let the NovaJet 1000i set a new standard for your business. For more information call 800-45-ENCAD or visit http://novajet1000i.encad.com to request a ■ :° printer demonstration. Patented Intelligent Mask Technology- (IMT) Inc. (IMI)ensures superior image quality during high-speed printing. A Kodak Company ENCAD NovaJt-1000i Print Technology Thermal inkjet with IMT'"technology Weight 60"wide model 42"wide model Packed 389 lbs(176 kg) 334 lbs(151 kg) Print Resolution 300 x 300 dpi,600 x 600 dpi,1200 x 600 dpi Unpacked 270 lbs(122 kg) 245 lbs(111 kg) Standard Print SpeedsAt 600 dpi' Media Specifications 60"wide model 42"wide model Mode 60"wide model 42"wide model Rall Size Width 24"to 60" 24"to 42" High Speed 220 sfph(20.4 smph) 195 sfph(18.1 smph) (61 cm to 152 cm) (61 cm to 106 cm) Productivity 150 sfph(14 smph) 140 sfph(13:0 smph) Max External Diameter 6"(15 cm) 6`(15 cm) Fine 115 sfph(10.7 smph) 104 sfph(9.6 smph) Core Diameter 2"(5 cm) 2`(5 cm) Enhanced 75 sfph(7.0 smph) 70 sfph(6.5 smph) Ultrafine 30 sfph(2.8 smph) 27 sfph(2.5 smph) 3"(7.6 cm)with adapter 3"(7.6 cm)with adapter Ink Compatibility ENCAD Quantum Ink(Qi)Dye and Pigment ink sets Maximum Weight 60 lbs(27 kg) 60 lbs(27 kg) Printable Area Media Compatibility KODAK Wide-Format Inkjet Media 60"model 58.8"(149.4 cm)Normal,59.6"(151.4 cm)Expanded Media Handling Standard automated media take-up and feeder system 42"model 40.8"(103.6 cm)Normal,41.6"(105.7 cm)Expanded with media cutter Print Margin .59 in(15 mm)on all sides with Normal Margin Media Drying Rapid Evaporation Drying System.Dual component system .197 in(5 mm)on all sides with Expanded Margin preheats media via internal conductive heated nose and air Language Options English,French,German,Spanish,Italian,Portuguese, plenum carries moisture away for take-up at full speed. Chinese,Korean,Japanese Interfaces 100base-T Ethernet(TCP/IP) Certification Safety:compliant with the requirements for the ITE products Emulation EN RTL Electromagnetic Compatibility:compliant with the requirements for Class A ITE products:FCC rules,DOC Drivers Windows 98/ME/NT/2000/XP ENERGY STARa compliant Encad file print utility(Windows 98/NT/ME/2000/XP) Printer Warranty One year on-site?Extended plan available for second Software NovaJet 1000i Software Suite for Windows 2000 Pro/XP Pro. and third years. Server and Client Systems control printer remotely, plug and play Ethernet set-up,automatic update of Cartridge Warranty Cartridges are warranteed for 700 ml of ink throughput' firmware and software,and job accounting database. Standard Accessories Six ink cartridges:light cyan,cyan,light magenta, Power Consumption 25 watts idle,1120 watts typical, magenta,yellow,black;Six 700 ml bottles:one each Rated 10.5 A,100-120/200-240 V,50-60 Hz light cyan,cyan,light magenta,magenta,yellow,black; Sample roll of media;Quick Start Guide(hardcopy), Environment Reference Guide(CD),Software(CD) Operating 59°F to 85°F(15°C to 30°C) — 20 to 70%RH non-condensing Printer Ordering Information Part Number 42"NovaJet 1000i with stand/take-up and Qi Pigment setup kit 221593-00 Shipping 5°F to 140°F(-15°C to 60°C) 42"NovaJet 1000i with stand/take-up and Qi Dye setup kit 221594-00 5 to 80%RH non-condensing 60"NovaJet 10001 with stand/take-up and Qi Pigment setup kit 220863-00 Maximum 24 hours at temperatures below 32°F(0°C) 60"NovaJet 1000i with stand/take-up and Qi Dye setup kit 220867-00 and above 104°F(40°C) Ink Ordering Information Storage 40°F to 95"F(5°C to 35°C) Qi Ink&Cartridge Kit(One pre-filled cartridge&one 700 ml ink bottle) 5 to 80%RH non-condensing Pigment Dye Maximum 24 hours at temperatures below 32°F(0°C) Cyan 220880-00 220886-00 and above 104°F(40°C) Magenta 220881-00 220887-00 Yellow 220882-00 220888-00 Dimensions Black 220883-00 220889-00 Packed 60"wide model 42"wide model Light Cyan 220884-00 220890-00 Height 30"(76 cm) 30"(76 cm) Light Magenta 220885-00 220891-00 Width 114"(290 cm) 96"(244 cm) Qi Refill Kit(One 700 ml ink bottle) Depth 29"(74 cm) 29"(74 cm) Pigment Dye Unpacked 60"wide model 42"wide model Cyan 220035-00 220041-00 Height 48"(122 cm) 48"(122 cm) Magenta 220036-00 220042-00 Yellow 220037-00 220043-00 Width 112"(284 cm) 94"(239 cm) Black 220038-00 220044.00 Depth 28"(72 cm) 28"(72 cm) Light Cyan 220039-00 220045-00 Light Magenta 220040-00 220046-00 'Output speeds may vary slightly based upon image/file size. 'Warranty policy varies by region.For international warranty, please contact your local distributor/Encad business partner for details. Specifications are subject to change without notice. Please contact your local authorized Encad reseller, or Encad, Inc. I Authorized Encad Partner Encad, Inc.USA Encad,Inc.Europe Encad,Inc.Asia 6059 Cornerstone Ct.,West A13P Kodak House No.1 HarbourFront Avenue San Diego,CA 92121-3734 Station Road #03.01/10,Keppel Bay Tower Tel:1-800.45-ENCAD Hemel Hempstead Singapore 098632 Tel:1-858-452-0882 Hertfordshire HP1 1JU Tel:+65-6371-3388 Fax:1-858-452-0891 Tel:+44-0-1442-844463 Fax:+65-6371-3348 Fax:+44-0 1442-844-818 PN 221876-01 ©EastmanCompany,2004 ENCAD,KODAK, maENCADCAD,,NovaJet,Quantum Ink,Qi,Intelligent Mask Technology and IMT are trademarks of Eastman Kodak Company. All other trademarks are the property of their respective owners. 07/04 www.encad.com ;,,, A Kodak Company : ... . GRAPHTEC FC7000 SEriES Advanced Multi-functional Cutting Plotter Technology for Plotting, Cutting and Pouncing Applications rm Irl ,,,,"1::;•:::-.,! 4 pW AA.• i Store Banners Screen Photo Masks , 7. IR AL',' ` CIZEIM . ''',-,r71- ,,,.th,.,Vinyl Graphics ':".1„T::-,-,...;,...,s ''i'i Yg-i , .�, !1At Window Signs Sandblast Signstit ARM ; The advanced 4-point Automatic Registration Mark Sensor allows users to easily align a printed image for contour cutting «��" • r I' z Industry-leading cutting speed - W �. Up to a maximum of 58.5 ips with no sacrifice to cutting quality :- Process thicker materials & reduce,. cost Superior blade design and cutting force provide the ability to cut .--- through thicker,harder materials while maintaining longer blade life User-friendly 0. r 0rFc7 �Of Packaged plug-in software allows you to design in Adobe Illustrator" " ++ or Corel Drawl'and output your design directly to the cutter i , s X42",c Built wider A larger design lets users cut wider than ever before, up to a maxi- .. mum of 30",42", 54",or 64" Smooth ,& accurate Tangential Emulation out-performs more expensive tangential" FC�'OOC 7►3' ` cutters, ensuring smooth curves and unmatched accuracy down to �' t I/16"on vinyl r q r"Re `.� Built-in crosscut feature Quickly cuts straight across the entire width of your material I FC7000 Series Specifications FC7000-75 FC7000-100 FC7000-130 FC7000-160 Configuration Digital Servo Friction feed with MicroGritroll"drive Maximum cutting area 30.0 in x 164 ft 42.0 in x 164 ft 54.0 in x 164 ft 64.0 in x 164 ft (762 mm x 5 0 m) (1 067 mm x 50 m) (1372 mm x 50 m) (1 626 mm x 50 m) Compatible media width 2.9 in to 36.2 in 2.9 in to 48.2 in 2.9 in to 60.2 in 2.9 in to 72.2 in (74 mm to 920 mm) (74 mm to 1224 mm) (74 mm to 1529 mm) (74 mm to 1834 mm) Maximum auto cross cutting width 35 in 47 in 59 in 69 in Automatic sheet cutter maximum I I mil including release liner thickness Maximum media cutting thickness 59.1 mil Maximum cutting speed 58.5 irtls(1485 mm/s)(45'direction) Programmable axial cutting speeds 0.4 to 4 I.3 inls in 105 steps(I 0 to 1050 mm/s)(from PC operation) Maximum axial acceleration 4.0 G(39.2 m/s2) Programmable cutting force 20 g to 600 g(0.2 N to 5.88 N)in 40 steps Mechanical resolution 0.0002 in(0.005 mm) Programmable resolution GP-GL":0.0004 in(0.0 1 mm);HP-GLS'emulation:0.001 in(0.025 mm) Repeatability"'' 0.0039 in/80 in(0.1 mm/2 m)travel or better Tools Accepts(I)cutting blade,(I)plotting pen,and(I)pouncing tool;Second penholder(optional) Blade types Supersteel(0.9 mm or I.5 mm),ceramic(1.5 mm),sapphire(1.5 mm) Pen types Water/oil-based fiber tip,water/oil-based ballpoint,and ceramic tip Media types Self-adhesive vinyl film,diamond grade,flourescent film,reflective film,Amberlith',Rubylith",sandblast resist rubber,high-intensity reflective film,window film,paint protection film,etc. Pouncing function Requires optional pouncing tool(tool diameter is 1.2 mm) Perforated line cutting The perforated line is selectable through the standard function menu Interfaces RS-232 C serial,U SB2.0(compatible with USB I.I) Data buffer 2 MB Command set GP-GL" /HP-GL's(control panel selectable) Control panel display 20 digits by 4 lines LCD with comprehensive icon-corresponding soft keys Language Japanese,English,German,F rench,Spanish,Italian,Portuguese Registration and axis alignment Standard Registration Mark Sensor for automated alignment of printed digital images for contour/die cutting Standard LED beam positioning system Media supply mechanism Brake system and reverse tension mechanism for tightening the media upon loading;Guide line Media pre-feed Standard built-in SmartFeed"'function automatically unwinds and pre-feeds media for an operator- specified distance upon self-recognition of plot file length Tangential emulation Standard Power requirement 1 00.240 VAC,50/60 Hz;auto switching, 120 VA max. Operating environment 50°to 95'F(I 0°to 3 5'C),35%to 75%RH(non-condensing) Guaranteed accuracy environment 60°to 90'F(I 6'to 32°C),35%to 70%RH(non-condensing) Certifications CE mark,FCC,VCCI,cUL,UL Floor stand Optional I Standard Standard software Cutting MasterTD1 plug-in software,Quic kCutT"plug-in software,Cutting Plotter Controller software (WindowsefMacs compatible) Options Additional Media Rack,Pouncing Tool, Media Catch Basket,Registration/Axis Alignment Loupe Factory installed options Second Penh older *I When operated with Graphtec-spedied media and conditions. Brand names and product names listed here are the trademarlcs or registered trademarks of their respective owners. Specifications are subject to change without notice. G IIIIIhIhIuIuEC Western Graphtec,Inc. I I Vanderbilt,Irvine,CA 92618-2067 800.8;4.8385(Toll free) • 949.770.6010(Ph) • 949.855.0895(Fx) cp.sales@graphtecusa.com •www.graphtecusa.com FC7000 LtistaSheetv.05-05.4000 Printed in the LISA. Copy of Public Hearing Advertisement Date Published -7 Orlando Sentinel w THURSDAY, JULY 7, 2005 H17 Advertisement 11 NOBICES RING CITY OF OCOEE NOTICE OF PUBLIC HEARINGS Amendment to the Wal-Mart Preliminary/Final Subdivision Plan NOTICE IS HEREBY GIVEN,pursuant to Section 4-4 G(1) (c)2,Ocoee Land Development Code, that the OCOEE CITY COMMISSION will hold a PUBLIC HEARING on Tues- day,July 19,2005 at their regular session, at 7:15 p.m. The public hearing will be held at its specified time,or as soon thereafter as possi- ble,in the Commission Chambers, Ocoee City Hall, 150 North Lake- shore Drive,Ocoee,Florida to con- sider approval of the amendment to the Preliminary/Final Subdivision Plan for Wal-Mart with respect to the Master Sig- nage Plan for Lot 5.The site is located west of Blackwood Avenue,south of SR 50(Colonial Drive)and north of Old Winter Garden Road. The complete project file,Including a legal description of the subject I Property,may be inspected at the Ocoee Planning Department, 150 North Lakeshore Drive, between the hours of 8:00 a.m. and 5:00 ex- :eat,hah Monday onegal through Friday,ex- days. The Ocoee City Commission may continue the public hearings to oth- er dates and times,as they deem necessary. Any interested party shall be advised that the dates, times,and places of any continua- tion of these or continued public hearings shall be announced during the hearing and that no further no- tices regarding these matters will be published. Interested parties may appear at the public hearings and be heard with respect to the application.Any , person who desires to appeal any decision made-during the public hearing will need a record of the proceeding and far this purpose may need to ensure that a verbatim record of the proceedings is made which includes the testimony and evidence upon which the appeal is based. Persons with disabilities needing assistance to participate in any of the proceedings should con- tact the City Clerk's office 48 hours in advance,Of the meeting at(407) ' 905-3105. Beth Eikenberry, City Clerk, City of Ocoee Tuesday,July 7,2005 0LS6254850 - JUL7,2005