Loading...
HomeMy WebLinkAboutItem 08 Approval to Award Bid #B05-14 Sign Printer/Cutting Plotter. AGENDA ITEM COVER SHEET Meeting Date: 9/6/05 Item # ~ Contact Name: Contact Number: Joyce Tolbert 1516 Reviewed By: Department Director: ~ City Manager: , Subject: Award of Bid#B05-14 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 7.5N3. The budget includes $16,000 for this item. This item was continued from the July 19, 2005 City Commission agenda. Issue: Award the bid for a Sign Printer/Cutting Plotter to Advanced Digital Cutting Systems, Inc. This printer is for 'he 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 Advanced Digital Cutting Systems, Inc, in the amount of$9,100.00, and approve the purchase of additional options in the amount of$3,550.00 per staff recommendation; and authorize Staff to issue purchase orders for the total procurement not to exceed $12,650.00. Attachments: 1. Advanced Digital Bid 2. Sign Supply Bid 3. Specifications 4. Bid Tabulation 5. Recommendation Memo Financial Impact: Sign Printer/Cutter total cost $12,650.00, budgeted $16,000.00 Type of Item: o Public Hearing o Ordinance First Reading o Ordinance First Reading o Resolution [8J Commission Approval o Discussion & Direction For Clerk's DeDf Use: o Consent Agenda o Public Hearing o Regular Agenda o Original Document/Contract Attached for Execution by City Clerk o Original Document/Contract Held by Department for Execution Reviewed by City Attorney Reviewed by Finance Dept. Reviewed by ( ) ~, '\U.,.~u. ~;e;tL~ 6 ~'-<'-f C8J N/A o N/A o N/A City Manager Robert Frank Commissioners Danny Howell. District 1 Scott Anderson. District 2 Rusty Johnson. District 3 Nancy J. Parker. District 4 Mayor S. Scott Vandergrift STAFF REPORT TO: The Honorable Mayor and City Commissioners FROM: Joyce Tolbert, Purchasing Agent DATE: August 29,2005 RE: Award of Bid #B05-14 Sign Printer/Cutting Plotter ISSUE A ward the bid for a Sign Printer/Cutting Plotter to Advanced Digital Cutting Systems, Inc. This printer is for the Public Works Department to be used for the printing and cutting of signage. BACKGROUNDIDISCUSSION 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 7.5N3. The budget includes $16,000 for this item. This item was continued from the July 19,2005 City Commission agenda. "T'he bid was publicly advertised on June 5, 2005 and opened on June 29, 2005. There were two (2) responses to .ais bid: 1. 2. Advanced Dhdtal Cutting Systems. Inc. Sign Supply USA $ 9,100.00 $15,600.00 Staff is also recommending the purchase of the following accessories: 1. HP 8250 or better scanner compatible with the Sign Printer/Cutting Plotter - $1,000.00. A separate purchase using the City's vendor for HP scanners and is approved by the Information Systems Department. 2. Tubing chain to switch between UV (pigment ink) and dye ink - $700.00, ordered from Advanced Digital Cutting Systems. 3. Additional supply ofUV & dye inks- $1,850.00, ordered from Advanced Digital Cutting Systems. Total Purchase Order to Advanced Digital Cutting Systems, Inc. is $11,650.00, and the total cost for the complete system is $12,650.00. 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 Advanced Digital Cutting Systems, Inc. as the most responsive and responsible bidder, and approve the purchase of the additional options per the attached recommendation memorandum from Bob Zaitooni, Public Works Director. City Manag-er Robert Frank Commissioners Danny Howell, District 1 Scott Anderson, District 2 Rusty Johnson, District 3 Nancy J. Parker, District 4 Mavor S. Scott Vandergrift MEMORANDUM TO: Joyce Tolbert, Finance Department FROM: Bob Zaitooni, Public Works Department DATE: August 26, 2005 RE: Recommendation for Award - Bid #B05-14, Sign Printer/Cutting Plotter Public Works has reviewed bids from the following bidders: Company Advanced Digital Cutting Systems, Inc. Sign Supply USA . Bid Amount $ 9,100.00 $15,600.00 Delivery Time 7 days 14 days We recommend award of the bid to Advanced Digital Cutting Systems. Inc. for $9.100.00. We also recommend purchase of the following accessories: (1) HP 8250 or better scanner compatible with the Sign Printer/Cutting Plotter- $1,000.00 (2) Tubing chain to switch between UV (pigment ink) and dye ink - $700.00. (3) Additional supply ofUV & dye inks- $1,850.00. IS has approved item (1) HP 8250 scanner, and items (2) & (3) will be provided by Advanced Digital Cutting Systems, Inc. Total Purchase Order to Advanced Digital Cutting System, Inc. shall be $11,650.00. Total system cost is $12,650.00, which is below the budgeted $16,000.00. If you have any questions or require additional information, please contact me at extension 6002. Cc: Mike Keller, Streets/Traffic Supervisor The City ofOcoee Public Works. 301 Maguire Road. Ocoee, Florida 34761 phone: (407) 905-3170. fax: (407) 905-3176. www.ci.ocoee.tl.us BID TABULATION FOR: BID #B05-14 SIGN PRINTER/CUTTING PLOTTER 6/29/05 2:00 p.m. BIDDER TOTAL BID Delivery Time 7 14 Calendar Days Encad Nova Jet 10001 Make/Model JX2100A and Graphtec FC7000-100 BID SIGNED/NOTARIZED yes yes (1) Original (2) Copies List of Subcontractors yes yes Summary of Litigation yes yes References yes yes No Addenda nfa nfa Bid Security Not Required nfa nfa CITY OF OCOEE INVITATION TO BID #B05-14 SIGN PRINTER/CUTTING PLOTTER BID FORM Specify Make and Model to be supplied: .T X ~ 100 A Specify Support Center Contact ('0 ( () \ 'I n Hille ( Phone ~ 0 0 - 7) 7 \..{. ri' (f) 7 \.f Delivery Time: P.r~)f(~''J.. 7 calendar days after receipt of City Purchase Order. . ~"iliE~m'UiNG1IfLQmTER7&T:A<ccE'ssoRiEs ?:f{~r(.\efr'm~~Rd.~~~'\3\~~~ilDMiirid~~~rR~D~f;~~t0~~li'"',:"'~""~""":'~?,',\t',:~r'Cert"ij , -1. 4< ~\::, P\lce. l~ ~( u\l \~'l\ (P'5mfl'\t') '0,0'\ 0'h\v'\C\or-d c''-Ie (1')1<.,. A.ckJo.\("\('erl ~\t::','1-C\..\ rl\ I-\-\y)() ~'i~~m.') J l()c. ~ ..) Co~ Name ('~ ~;~ Authorized ffieer Signature (ClrDh,ln Il'\\\\e( - ~\I?S ~o.('I(J.j0( Namerrltle (please print) B05-14 16 Iii:: 'I'l" I ,J f~' ! 1,,11',;1'11 'I, I' ,I '1',1' I i . :'j ., ;\ i i j :11"j,: ,! ,\ It : 'II "J r 1 ,rj., Il . :,:[",,1,,1,:'11 ::\ ; LII' . '1,lii! i 1'1' jJ:11 Ii. ; i ~ : f: ,I . , \liiJ '1;,1 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 IISPEClFICATIONS/BID FORM" ARE ACCURATE AND WITHOUT COLLUSION. Ad\Jo"(]Q.e.d D;~, \-t:t\ c.L\ \-tIn') ~QkO,51f\C' COMPANY NAME ~,cg1~1- 'fu1'-l qaq. d1tt>/- 558'f) TELEPHONE (INCLUDE AREA CODE) L)o~I' dltJJ' 7S ,q FAX (INCLUDE AREA CODE) o.dr. o..de..c::, @ flpt--t"rYlQ'(,' nei E-MAIL ADDRESS :;l? ;::~ A~GNATURE (manual) ('(\fi)\'-11l 1'11\ \\e( - )Cl\f'.\ ~r. NAME/TITLE (PLEASE PRINT) dlloO- A .5C1cller P.c:n Ii STREET ADDRESS An'lP \ In, r;<,ln...d F L 3;103'1 CITY ST ATE ZIP FEDERAL ID # Sq- .3;']';)Tl.3lD _Individual ---X-Corporation _Partnership _Other (Specify) IF REMITTANCE ADDRESS IS DIFFERENT FROM PURCHASE ORDER ADDRESS. PLEASE INDICATE BELOW: Sworn to and subscribed b~fore me this J'd... day of ~lNL , 200t;. . Personally Known Produced Identification V or Q{\yQfS \l(~ (Type of Identification) Notary Public. State of ~ County of u. ,'~'~~~'tUf'.., ANDREA M. OONVEAU f."f'ib ~;... MY COMMISSION' DO 321794 ~.~.~j EXPIRES: May 19, 2008 "'1.'l..p.r:~"(,l Bondod Thru NoIBry f'Ii>Ik; UndtlWllt... Printed, typed or stamped Commissioned name of Notary Public B05-14 17 f>. :. ' " ~ \: _ ,....-...... "~.,,..,. ..."'.-' -------------,.--- \":', ~lt4 \ ,,".' \ \ - Print, cut, or print & cut. The SignJet Pro JX2000A series inkjet printers/cutting plotters! combine two technologies to produce outstanding signage. Print & Cut S/gnJIII '''11 JX2000A Series ClTY OF OCOEE INVITATION TQltD~I:O!~14 SIrON P1U:NI'EWCUTTING PLOTTER lIiDJ:l10RM S,pecify Ma.ke and Mii)del tb be su.ppHed: ......~ (.~() ...... . ,N.~\li!i. rat . t~t . ... .~f:) " ..~ f4it~ltrc(. ..~. ^ rC 7~ ''-IU''oJ S "'f' CI...d" 'C'. .......... , c..... ....... .D,,~ "'Ll>. !". 'f"tt.. ...... ~ '"'iJ."""'" "'7 pecIY C!lupporte11:ter' on,factf,.~, d~"1._d FUone '. .."~ Y-'-'1fl.,l ... DeHve11' Time: ~calend:at dllYS aft~t rectljpt of City P-uitchaseOrtler. @.;tl ){~ 1 ~~ ~.sl ';;"'7\ 01 ,~. l(/! c ~~~; ~ :~c\~.:r r ~- ~ Jt~J~~d:'l~'~'~ ~l' \ ~ T 1 t > ~> I'i~: -.'/'1 ~ii~ .I~ "f;]H?I~& '~:{{:./i! ~'f/"~ ,;~ f. :;N .l"~~~ ~I ,~~: ,: :~,': ::r~';., '';;~~'' ,.~!, ~;"~ \ \- ,.;.,' ~ ~e T' ~~ .:'''' t~, t;.:0'!&1 <l.1),.~jt, ~~;....~,~.Nrr:.~~-,-"Ai:..~..L"'''';!V'~..w.iJL, tJ. ,\ " _,'~ r.1:\;;,~ a,~~B <:Jl" '~J.J ~ Ij ~)1:rl f~lj)d,,>;....'~~'il.,....!~t;:.~n"iJ.;~:it.,,~ rt't;rCd't~nE:~ ~'j..fffJ-~,,{:;l uLJi:~'Jl ~t rt~ 1l'^-M."i C..D. \) . 5:J(s,~ ..$4P;fty utA- Com:p,dy Name A.lf!r~~b1'" ~m~$, f~i'~c:?6~Q1.ItI.l'!~f;;' N'1imilltitle (,lease print) B05-14 16 n'l!D..#BO:S~i4..,mM~AN:r,lN1t01tMAtJ;dN/st(;}:NA.m~:E.,SiHEET FAlliUi$$110 CPM<1~t.J W1~ TI1t'ltStt fnD'~~TiktJCTlg:NS Wl!LL"t INI>lStiiJA:t.tJl'lCA'I11QN ~ELV:Iitt, . . '.. .... .... . .' -flss~~~~1;::T~::~:=~6~j1b0~:;~I~fpt~r}itejf FO:aM"ARE ACCURATE AND WITHtJtfT COtLtJSION. A~:iiA~(""nu'l) -,~~...~.:C~r+~~ ~A.. NAMErTITLE (PLEASEPRtNT) 2~~? .......:~.~;ttwt.l Dill ilf ST~l!J:~SSft-,.~W.5' CITY STAtE ZIP FED:E!RAL ID #. ~~'J~)>~{" _Iitdivi'C:h:iM '" .Col'poration _____Partnership _____bthet (Specify) :5U~~.s<#ikl v~A- COMPANY NAME IF R:E'tvttTI ANtE AEi[)RESS IS DlF.F'.ERBN'r PRbMPOOCH:AS'E.: ORnEtt ADDRESS, pLEASE INDICATE 1'3ELoW: SWt!lfh to artd'si:lbscfi'bed oefbre me this 'J1-. . ).1.dayof '.' TC;l,ilfL , 20.a:C Personally KI10Wri or Proclucedtdehtification lo./ F:1.,~L(!;.f~~'::-;6t1"'"' ~f\.,.t/t2 ~ .() (Type of Ideiitifjcllti-et1) Notl11)i Public - State of .. t.~ Courtty 01 .. Ottl/il~ Igtiatute of Notary pUblic .... ..' ......d .' . t::":::~OO'5H55 Prirtted.typedol'stamped ..' \...lJ.j Ii: .' ,'. ~iier02 200e CotJ'itri.issio'tted t'iarne of Notary pt:ibli~~' , :El05~ 14 17 'iN't~LL'IGENTSPFTWAFfE'SQLU'TIONS ...... . ..' .' < .... '. '.. ...."" , CMtJnlq~e Nevllda! 100D1SiilflWareSUltepuls you In ehlirgeOfy6ut W0.rl<floWWith autdrna!ed;ne,tWoPklngS'!iiuP~nq,r$~~~~ ' printer abcess. MaI'iaQ't! your business lor bptlmUm proTIUiliSlil!y Wilh l";legY~led Job !retiklhg;:ltitfllbceuti'ting"~na '~'lllpplieSi' , ' """ management. Wetllke your fSlroductllllty seriouslY, the ENtAD NovaJā‚¬!, 1 aMI's ur,ill:lue cqmi;)iM\loil of sPtl~,ih1lig~i'qualitY "and reli~bilj\y is unmatched by any Wide-format pril1ler 11'1 its class, Let the NdvaJet tObGi'se! a new stahdarcff6f yourbtislh~~. , ' !,' For i'ndte h'lformatlOii call 800..45..ENbAb or vISit'hftp:/1h6Vi!ljettobotl!i"icad.eGm to reqliMt a printer demorHs'tratl6fl. EJ"1fA' 'rJ:""~" Q' /:"" , ,:.:;.; i;","" i',~ ' 'rJ:C~ ',"""... ", ." ,....' ..'; j,l~_ A Kodak Gotri'pai'1y ~.........~.i&... ,;Ii..'...A......'.~..'..... ';,ft. '." 1iZ.'~r.;..,ili,*.'(~......iiiIitI!!!!iIii."'..1..0...0. "0 ...... "!_;.;__:i",~>.'" ::"..,1, ,.': P:r.i~~_ ~e,c,~no.l~~~_, !h,&_r".:l,al ~n~j&~~lt~I~I.~pl~C~,~~lo.~y _.....''''u Prln,~ R.ll,~O'....\I.t.~~..,"u, 30,Ox30g~p!, 50o..x ~OO d~I,.!.200 x~f)() dpl Standard Pl'lnt Speeds At 60'0 d~i' Mode 60" wldempdlfl 42" wide model High Speed 220 sfph (2004 smph) 195 sfph (18.1 smph) Productivity 150 sfph (14 smph) 140 sfph (13;0 smph) Fine 115 sfph (10.7 smph) 10'1 sfph (9.S smph) Enhanced 75 sfph (7.0 sl't'lph) 70 sfph (S.5 smph) Ultrallne , ,,3.0 sf~,~ .(2,~~mph) , ".27 sfph .(2,5 smph) , Ink cO,mpaU,b.ility, E~c;A.D,(.)uantum Ink ((;ll) Oy,e and PI~l11ent Inkseta Mad,hl ,C?~"I'J'...t_~bility KOo.!"KuV>.'I~&-!.ormat InkJ&1 t\oledla Media Handling Standard automated media take.up and feed&r system wllh media cutter ' "-."-." . .~.- .--.....- ,.. ,". Media Drying Rapid Evaporation Drying System, Dual component system preheats media via Internal conductive healed nose Iind air pl&nUm carrles,molsture away for lake. up el full speed. Interlaces .100bas&.T Et~ernel (TCP/IP) Emulation EN-RTL Drivers Windows 98JMEYNT/2000IXP Encad tile p,r1~t~11IUy ( W.ln,dows 981N.YM E/20oo/XP) Software NovaJet 100dl SoftWare Sulle tor Windows 2000 Pi'll J XP Pro, Server and Client Systems conlrol prlnler remotely, plug and plliy Etheril'et set-up. automatlo updlltll of 'H ,...,.,.. ",.,."..". . ...,~~~~!,~,~~~_ofl~,~,r~!~ndj~b accou,nll~~.~~t.~bas&, Power Consumption 25 walts Jdle, 1120 wlllts Iyplcal, .. HFlatlld,1 ?:5. A! 100 - 120/ 200 . 24~ V, 50,~.60 Hz Environment Operefing 590 F to 850 F (150 C to 30' C) 20 to 70% RH non-condensing 5' F to 140' F (-15' C to SOo C) 5 to 80% RH non-condensing Ma~lmult\ 24 hours et temp&ratures belOW 320 F (0' 0) and abovIl1040 F (400 C) 40' F to 95' F (5' C to 35' C) 5 10 80% RH non-condensing Maximum 24 hours at temperatures below 320 F (00 C) an~,~bove 1~04' F (400 C) Shipping Storage Dimensions Pecked Height Width Depth Unpacked Heighl Width Depth, 60" wide model 30' (76 em) 114' (290 ern) 29' (74 em) 60" wlda model 48" (122 em) 112' (284 em) 2S" (72 em) 42" wide model 30" (76 em) 98' (244 em) 29" (74 em) 42" WIde model 48" (122 cm) 94" (239 em) 28' ,{?2 em) Speclfioatlons are subjeot to change without not/oe. P/esSe contact your /ocs/ suthor/zed Encad reseller. or Encad. Inc. Encad~ Inc. USA Encild, hIC.Eu'o~e Eneild, Inc; AiliI 6059 Comerstone Ct., West A13P Kodak House No, 1 HerbourFronlAl/llnUlo Sen Diego. CA 92121-3734 Stillion Roed fI03'{)1110, Keppel llayTOWar Tel: 1.800-45.ENCAD Hem91 HelTlp$tead Singapore 09S8S2 Tal: '-858-452.0882 Hertfoidshlre HP1 1JU Tel: +85.6371-3388 Fax: 1.858-452.0891 Till: +44'0-1442-8440483 Fex: +65.6371.3348 Fax: +44-0'1442-844-818 PN 221876-01 Weight 60" wikle modiil Pliek~d 389 I~s (i1$k~) ~~?~,c~&,d,. . ...,~,!~_,~~jl~2~~) Ml!ilit'i Specilicati'ons eoH wid. mOdi!! Roll Size Width ~4' 10 ell" (51 om 10 152 em) 5" (15 cm) 2' (5 cm) 3' (7.6 em) with edaj:itar , SO IbS(27 ,~g) 411" Wide model 334lbS (1S1 kg) . 2~~Hlb~.0.11.k,g) 4l;!" wId. model 24' to 42' (61 em 10 106 em) 6' (15cm) 2" (5 em) 3" (7.6 ern) with adapter 60 .lbSJ27 k~) Ma~ EX1ernal Diameter Oore Diameter M~xl~.W.ti1, Wei~~t , P;inteble Area 60" I'Mdel 42" mildel 58,8" (149.4 em) Nlilrmal, 59;S' (151.4 em) Expanded ~0,~"(103,5 em) ~b,fitla~,~LS" (105.7 cm) Expanded, .59 In (1S 111m) !in ail sides w~h Nl:lImal Margin :1,97 I~, (5 mtn) on all s1dlls WllhElCpand~d ~argin English, Fr&neh, German, Spanish, IIallan, Ponuguese, ~hir\ese.,..Kore~n.' Japanes.e . Slllety: oompilant with therequlremanls lOr the ITE products Eleetrbrnagn'iitle CdmplitlbiillY: 1lCil't'lpllant with the requlr!!rnen'ls fOr GlaSs A IrE products: FCC rules, DOC eN.EA~Y STA_~~ corn~i1Ein.I, . , .,'H' One year on-site.' E~tended pllln available tor second and ihltdjears,. Car~;!dg':V/~,r~anly ca~rltl1~~.~te ,\>,Iarra.nt~e~,!or 700.':11 ?f,ln.k,!~rou~~.eUI'._ Standal'd Aeoe1l$orles Six Ink cal'tndges: IIl:lht cyan. cyan, light magenta. magetila; yellOW, black; Six 700 ml bOttles: one each l!gllt cyan, cyan; IISHt magenta, magenta, yeilow, black; Sample roll ot mediaj Quiok Stan Guide (hardcopy). . ...___"_Rlit~r~nee.~~I,~.e, (CIJ)!,S~~ware ~CD). Prh1ter Ordllrinlj InIQi'l,\Iltion 4~" NovaJIlt10tjill wlih stahditlike.~p and 01 Pigment setup kit 42" NovaJet i OOSI with slend/*lle-up and QI Dye siltup kit SO" Ni3vllJet 10bbl With stantlltake-up and 91 Pigment setup kit ~O"NoVaJet.!~~~~It~s!~~~~k~:u~ and,Oi Py~ salupk},t_ ".. Ink Ordering h"fbt,l'i'I~tion dlllik 8. Ciil'tHilg& I(lt (one pr~"flililtl clirtrldlle & Ol1e 700 tnllnk bottle) Fililm,rit D.ye Oyan 2:20gg0.00 22088S-00 Magenta 220ilel-oo 22011ai.oo YellOW 220s112-o0 22SS88.oll0 Slack 2208e~'jjO 220889.00 Light Cyan 220884'00 220890000 Light Magenta 22Mas.oo 2~0891-00 GlI Aeflll Kit (One 700 mllnk bottle) Pigment Dye Oyan 220035-00 220041-00 Magenta 22bP36'OO 220042-00 Yellow 221il0S;Y'OO 220043-00 Slaek 220MB-GO 2200ll4-oo Light Cyen 220039-0'0 220045-00 Light Magenta 22i:>'S4b.6b 220046-00 ;OiJl~iJisPileifS may va.;'iiiiift1i;YE~sei:iiJppn [ms'iiiilliii.8iiii: 'Warranty policy vartes by rtit/lon Forlnt~friBllonel warranty, please confact your lacel dlstrlbutbtlE:n~ad business partner for details, P,lnt Margin Language Options Certification Printer Warranty Part Number 221593-00 221594-00 2208S3-00 220867-G0 Authorized I:ncad Partner www.encad.com I!llEMllTlon Koaak company, 200. KODAK. eNCAO, NovoJol, Cluontum Ink, QI. Intolllgent Mesk Tochnology and IMT are tradamorl<s of Eastman Kddok Company, All atnor tradomarks are Ihs property of /hair respaoilvs ownors, 07/04 EAfCAD, Inc. .~ A KMl:Ik Cbfrlpany FC70Q!Q S~ries $p~(;tfl~~,;tiops '~""'. e', o C ' I IFC7000-75 Configur'ation Maximum cutting area Compatible media width Maximum auto cross cutting width Automatic: sheet cutter max.imuh1 th ickness Maximum media cutting thickness Maximum cutting speed Programmable axial cutting spellds Maximum axial acceleration Programmable cutting force Mechanical resolution Programmable resolution Repeatability"' Tools Blade types Pen types Media types Pouncing function Per10rated line cutting Interfaces Data buffer Command set Control panel display Language Registration and axis align menl Media supply mechanism Media pre.feed Tange'ntlal einulation Power f'equirement Operating envirt>nn1ent Guaranteed accuracy environment Certifications Floor stand Standard software Options Factory installed options "; if; ;' ;1' Digital Sel"lo Friction feed with MiCI'dGritrOIl'" drive 30,0 in x 164 ft 42.0 in x 16'1 ft (76'2mmx50m) (1067mmx50111) 2,9 in to 36.2 in 2.9 in to 48.2 in (74 mm to 920 mn,) (71 mm to 1224 mm) 35 in 47in I I mil includ ing release liner S4.0 In x 161ft (1372r1'1r1'1x50m) 2,9 in to 60.2 in (74 mm to 1529 mn,) 59 in 64.0 in x 161 ft (1626 mm x SO m) 2.9 in to n,2 in (74 mm to 1834 mm) 69 in 59.1 mil sa,s irV's (14BS mm/s) (45. directJon) 0.'1 to 41.3 irVs in 105 steps (10 to 1050 mm/s) (from PC operation) 1.0G(39,2 m!sl) 20 g to 600 g (0.2 N to 5,88 N) in'1O steps 0.0002 in (0,005 mm) GP.GL"': 0.0004 in (0.0 I mm); HP-GL l!l emulation: 0.00 I ih (0.025 mm) 0.0039 in/ BO in (0.1 mm/2 m) travel or better Accepts (I) cutting blade; (I) plotting pen, and (I) pouncing tobl: SecOhd penholder (optional) Supel"St.eel (0.9 mm 01' 1.5 mm), ceramic (1.5 mm), sapphire (i ,5 mh1) Water/oil.based fiber' tip, water'! oil.based ballpoint, and ceramic tip Self.adhesive vinyllilm, diamond gl'iide, flourescent film, rtiflectlvefilm, Amberlith 1f', Rlibylith'., sandblast resist rubber, high-intensity reI1ettive film, WindoW f1lhi, palrit protection film, etc. ReqUires 0ptional pOUhcihgtool (tool diameter is 1.2 mm) The perforated line is selectable tl1l'bHgh the standard function menu RS.232Cserial, USB2.0 (coli1patiblewith USB 1,1) 2 MB GP.GL ,. I HP.GL" (contl'ot panlll selectable) 20 digits by 4 lines LCD with comprehensive icon.con-esponding soft keys Japanese, English, Gelman, French, Spanish, Italian, Por'tuguese Standard ReglStrlltion Mark Sensor for automated alignnient of primed digital images for cont.our/die cutt.ing Standal-d LEb beam ptl!;itiohing system Brake system and rever"Se tenSion mechanism 10 r tightening the media upon loading; Guide line Standard built.in Smaf1.Feed'" funttionautomatically unwinds alid pr"ll.feeds niedla for an operator. specified distance upon sell-recognition of plot file length Standard i 00.240 VAC, 50/60 H:z:; aut.o switching, 120 VA max. 50.1.095. F (IO.to 3S.q, 35% to 75% RH (non-condensing) 60. to 90~ F (16~ to 3 2~ q, 3S% to 70% RH (non.condensirig) CE nlark, FCC, VCCI, cUL. UL Opt.ional I Standard Cutting Mastei,m plug-in softWlire, QulckCutT" plug. in softwal"ll, GIltting Plotter Controllej' software ~WindowsllllMac0 compatible) Additi'onal Media Rack. PbUhcing Tool, Media Catch Basket, RegiStr'atiot\l AXis Aligl1hlerit Loupe Second Penholde,' "'I When operall!d w~h Graphtec,sped~ed lredia and COI1dniOIlS. B1'and nar:l'1l!'S and pmuct nai'l'l<lSIil:teti here are tf", trademarits or registered tr'lldemarl", or their rllispatti~ owner'S. Specilic:atiot'ls are iliubjl!lct to charlge without noticl'!, ,Ii' ""'\," l:'i 1 " FC7000 Dat.Sh..tv.OS.OS.4000 ," "T""'"'''''''''',',C''''''''' 'N' 'IE" \' - ., ,., , , ",,' , , ',''',:\- ';co", ,""-" -,."., I . ; ...~., ,,;) ~"; .,."" ;"""",'; . .~ :;-"-'"! ':' ";'ii::'::,::~',; """'" '. i Western Graphttlc, be.. II Va"dll,'bilt,ll"Iine. CA ~26111-'2<l67 B()().854.B)S5 (foil free) _ 949,710,6010 (Ph) . 94M55.0895 (Fx) cp,sales@graphtecusa.COI'\1 . \1\iW\...,grapl1tecusa.com Printed In the U.s.A. City Manager Robert Frank Commissioners Danny Howell, District 1 Scott Anderson, District 2 Rusty Johnson, District 3 Nancy J. Parker, District 4 Mavor S. Scott Vandergrift CITY OF OCOEE INVITATION TO BID #B05-14 FOR SIGN PRINTER/CUTTING PLOTTER City ofOcoee. 150 N Lakeshore Drive. Ocoee, Florida 34761 phone: (407) 905-3100. fax: (407) 656-8504 . www.ci.ocoee.fl.us BID DOCUMENTS 3 4 thru 6 7 thru 12 13 14 Legal Advertisement Invitation to Bid #B05-14 General Terms & Conditions Subcontractors/Summary of Litigation References/Addenda Acknowledgement SPECIFICA TIONS/BID SHEET 15 16 17 Specifications Bid Form 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 7.5N3. 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 ofOcoee, 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.f1.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 7.5N3. 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 ofthis 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. 1. 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 openin2. 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 literaturelbrochures 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 FinanceIPurchasing 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: I. 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 oflabor, 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 ofOcoee. 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 serv,ices 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/LICENSESIFEES: 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 W RKER AGENCY NAME/ADDRESS/FEDERAL J.D. NO.lCON ACT 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. No. No. No. No. Dated Dated Dated Dated Dated B05-14 14 CITY OF OCOEE INVITATION TO BID #B05-14 SIGN PRINTERlCUTTING 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 7.5N3. 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. "~",'.F"0f'~~'~~<"T~~KIt.leQj[itNGlir;~f~R=~~~cQE1SQ)i'ij{s ;.....it~~;?~;;~;~:~:~:~,;~;~~~~i~~~~;~)~~~~~i;J,:~~~yil~~iJ3:WI~1"~~:,~r~~;':~;~,~f~'i:r~~;:';';,';.~JjP!;7;~!~:\~:',;:~f~'~~;:~;;;j~F~';~~~ts 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 "SPECIFICA TIONS/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 FROM PURCHASE ORDER ADDRESS, PLEASE INDICATE BELOW: AUTHORIZED SIGNATURE (manual) 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 County of (Type of Identification) Signature of Notary Public Printed, typed or stamped Commissioned name of Notary Public B05-14 17