Loading...
Agenda 06/22/2021 Item #16E3 (RFP #20-7786 w/Pro Sound, Inc.)06/22/2021 EXECUTIVE SUMMARY Recommendation to award Request for Proposal (“RFP”) No. 20-7786, “Broadcast and Audio/Video Maintenance, Repair Design Services,” to Pro Sound, Inc., dba Pro Sound & Video, and authorize the Chair to execute the attached Agreement. OBJECTIVE: To provide consistent and effective audio/video (AV) and broadcast maintenance and repairs in order to provide confidence and security that all equipment will function properly or be repaired rapidly when needed. CONSIDERATIONS: County staff determined the need to solicit for services that would allow County Divisions to have set prices for a preventative maintenance program for all broadcast and AV equipment, as well as emergency and standard repairs. The solicitation also includes a design component so that when a new system needs to be installed, we will have specific schematics and product lists so that equipment costs can still be competitively bid. On December 7, 2020, the Procurement Services Division released notice of RFP No. 20-7786, Broadcast and Audio/Video Maintenance, Repair and Design Services. The County notified 9,068 firms of the RFP, 84 firms viewed the solicitation information and the County received two (2) proposals by the January 19, 2021 deadline. All proposers were found to be responsive and responsible. A selection committee convened on February 10, 2021. The primary evaluation criteria included the proposer’s approach and understanding, cost of services to the County, experience and capacity of the firm, and specialized expertise of team members. A minimum of three references were requested from clients for projects with a similar size for which the firm provided services similar in scope and complexity within the past five years. On February 25, 2021, the selection committee reconvened for step 2, oral presentations, and ranked the firms as follows: Company Name Final Ranking Pro Sound, Inc. dba Pro Sound & Video 1 AV-Worx, LLC 2 Staff recommends awarding the Agreement to the top-ranked firm, Pro Sound, Inc. dba Pro Sound & Video. Pro Sound & Video was founded in 1975 and has Florida offices in Miami and Orlando. Although new to the County, Pro Sound has for more than four decades designed, developed and installed some of the most advanced audio/video systems in the United States. The top-ranked firm’s proposed hourly rates for the requested services are comparable with those of the other firm. Staff has concluded that the proposed rates are fair and competitive in the current market. The attached Agreement provides for an initial three-year term, with two additional one-year renewal options. FISCAL IMPACT: Annual spending on this contract is not expected to exceed $50,000. Two (2) annual preventative maintenance visits for the Emergency Operations Center an d Boardroom are included at a rate of $1,625 per site visit. Service calls and other training and design rates are defined variably within the contract. Funds are available within Public Information Office Fund (111). GROWTH MANAGEMENT IMPACT: There is no Growth Management impact associated with this Executive Summary. LEGAL CONSIDERATIONS: This item is approved as to form and legality and requires 16.E.3 Packet Pg. 2636 06/22/2021 majority vote for Board approval.-SAA RECOMMENDATION: To award Request for Proposal No. 20-7786, “Broadcast and Audio/Video Maintenance, Repair and Design Services,” to Pro Sound, Inc. dba Pro Sound & Video, and authorize the Chair to sign the attached Agreement. Prepared by: Troy Miller, Manager - Television Operations, Operations Support and Public Information ATTACHMENT(S) 1. 20-7786 Final Ranking (PDF) 2. 20-7786 - NORA (PDF) 3. 20-7786 Pro Sound_Insurance_6-10-21 (PDF) 4. 20-7786 Pro Sound_Proposal (PDF) 5. 20-7786 ProSound&Video_Contract_VendorSigned (PDF) 6. 20-7786 Solicitation (PDF) 16.E.3 Packet Pg. 2637 06/22/2021 COLLIER COUNTY Board of County Commissioners Item Number: 16.E.3 Doc ID: 15975 Item Summary: Recommendation to award Request for Proposal (“RFP”) No. 20-7786, “Broadcast and Audio/Video Maintenance, Repair Design Services,” to Pro Sound, Inc., dba Pro Sound & Video, and authorize the Chair to execute the attached Agreement. Meeting Date: 06/22/2021 Prepared by: Title: Director - Operations Support – Administrative Services Name: Michael Cox 05/28/2021 4:59 PM Submitted by: Title: – Communication and Customer Relations Name: Deborah Curry 05/28/2021 4:59 PM Approved By: Review: Agenda Clerk Preview Michael Cox Agenda Clerk Preview Completed 06/02/2021 1:44 PM County Manager's Office Michael Cox Director Review Skipped 06/02/2021 1:46 PM Communication and Customer Relations Deborah Curry CCR Review Completed 06/09/2021 4:09 PM Communication and Customer Relations Deborah Curry Additional Reviewer Completed 05/28/2021 5:15 PM Administrative Services Michael Cox Additional Reviewer Completed 05/31/2021 8:01 PM Procurement Services Caroline Blevins Level 1 Purchasing Gatekeeper Completed 06/01/2021 9:14 AM Procurement Services Sarah Hamilton Additional Reviewer Completed 06/01/2021 9:26 AM Procurement Services Sandra Herrera Additional Reviewer Completed 06/04/2021 3:26 PM Procurement Services Sue Zimmerman Additional Reviewer Completed 06/04/2021 5:05 PM County Attorney's Office Sally Ashkar Level 2 Attorney Review Completed 06/08/2021 8:31 AM County Manager's Office John Mullins Additional Reviewer Completed 06/09/2021 3:54 PM Communication and Customer Relations Deborah Curry Additional Reviewer Completed 06/09/2021 4:10 PM County Attorney's Office Jeffrey A. Klatzkow Level 3 County Attorney's Office Review Completed 06/09/2021 4:30 PM Office of Management and Budget Debra Windsor Level 3 OMB Gatekeeper Review Completed 06/09/2021 5:08 PM Office of Management and Budget Laura Wells Additional Reviewer Completed 06/10/2021 8:41 AM County Manager's Office Sean Callahan Level 4 County Manager Review Completed 06/16/2021 3:00 PM 16.E.3 Packet Pg. 2638 06/22/2021 Board of County Commissioners Geoffrey Willig Meeting Pending 06/22/2021 9:00 AM 16.E.3 Packet Pg. 2639 Selection CommitteeFinal Ranking SheetRFP #: 20-7786Title: Broadcast and Audio/Video Maintenance, Repair and Design ServicesName of Firm Troy MillerHoward FassoldDallas Bishop Michael ShawDaniel ChristenburyTotalSelection CommitteeFinal Rank Pro Sound, Inc. dba Pro Sound & Video1111 15 1.0000AV-Worx, LLC2222 210 2.0000Procurement Professional Sarah HamiltonStep 1: Upon direction by the Procurement professional, the individual selection committee member should provide their ranking of the proposals (from highest being number one (1) to lowest being number two (2)). Step 2: The procurement professional will review the mathematically calculated final rank and discuss the rank order and determine if consensus is reached.Page 1 of 116.E.3.aPacket Pg. 2640Attachment: 20-7786 Final Ranking (15975 : 20-7786 Broadcast and audio/video mantenance, repair and 16.E.3.b Packet Pg. 2641 Attachment: 20-7786 - NORA (15975 : 20-7786 Broadcast and audio/video mantenance, repair and Design Services) CERTIFICATE OF LIABILITY INSURANCE DATE 6/1/2021 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER: BFL CANADA Risk and Insurance Inc. FINANCIAL SERVICES FIRM 2001 McGill College Avenue, Suite 2200 Montreal, QC H3A 1G1 Canada CONTACT NAME: PHONE (A/C, No, Ext): FAX (A/C, No): E-MAIL ADDRESS: INSURER(S) AFFORDING COVERAGE NAIC# INSURED Pro Sound, Inc. 1375 NE 123rd Street Miami, FL 33161 INSURER A: Zurich Insurance Company 40142 INSURER B: INSURER C: INSURER D: INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: 517 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSUR TYPE OF INSURANCE ADDL INSR SUBR WVD POLICY NUMBER POLICY EFFECTIVE (MM/DD/YYYY) POLICY EXPIRATION (MM/DD/YYYY) LIMITS A COMMERCIAL GENERAL LIABILITY 8618956 06/01/2021 06/01/2022 EACH OCCURRENCE $2,000,000 COMMERCIAL GENERAL LIABILITY DAMAGE TO RENTED PREMISES (Ea occurrence) $2,000,000 CLAIMS MADE OCCUR MED EXP (Any one person) $10,000 GEN’L AGGREGATE LIMIT APPLIES PER: policy Project Loc Other: Event PERSONAL & ADV INJURY $2,000,000 GENERAL AGGREGATE $2,000,000 PRODUCTS - COMP/OP AGG $2,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (Attach ACORD 101, Additional Remarks Schedule, if more space is required) 20-7786- Broadcast and Audio/Vision Maintenance, Repair and Design Services Policies are primary and non-contributory Collier County Board of County Commissioners are included as additional insured but solely with respect to the operations of the Named Insured. CERTIFICATE HOLDER CANCELLATION Collier County Board of County Commissioners 3295 Tamiami Trail E. Naples, FL 34112 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE © 1988-2010 ACORD CORPORATION. All rights reserved. ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD 16.E.3.c Packet Pg. 2642 Attachment: 20-7786 Pro Sound_Insurance_6-10-21 (15975 : 20-7786 Broadcast and audio/video mantenance, repair and Design Services) CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT NAME: PHONE (A/C, No, Ext): FAX (A/C, No): E-MAIL ADDRESS: INSURER(S) AFFORDING COVERAGE NAIC # INSURED INSURER A : INSURER B : INSURER C : INSURER D : INSURER E : INSURER F : COVERAGES CERTIFICATE NUMBER:REVISION NUMBER:XXXXXXX THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE ADDL INSD SUBR WVD POLICY NUMBER POLICY EFF (MM/DD/YYYY) POLICY EXP (MM/DD/YYYY)LIMITS COMMERCIAL GENERAL LIABILITY CLAIMS-MADE OCCUR GEN'L AGGREGATE LIMIT APPLIES PER: POLICY PRO-JECT LOC OTHER: EACH OCCURRENCE DAMAGE TO RENTED PREMISES (Ea occurrence) MED EXP (Any one person) PERSONAL & ADV INJURY GENERAL AGGREGATE PRODUCTS - COMP/OP AGG $ $ $ $ $ $ $ AUTOMOBILE LIABILITY ANY AUTO OWNEDAUTOS ONLY HIREDAUTOS ONLY SCHEDULEDAUTOS NON-OWNEDAUTOS ONLY COMBINED SINGLE LIMIT(Ea accident) BODILY INJURY (Per person) BODILY INJURY (Per accident) PROPERTY DAMAGE(Per accident) $ $ $ $ $ UMBRELLA LIAB OCCUR EXCESS LIAB CLAIMS-MADE DED RETENTION $ EACH OCCURRENCE AGGREGATE $ $ $ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y / N ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below N / A PER STATUTE OTH-ER E.L. EACH ACCIDENT E.L. DISEASE - EA EMPLOYEE E.L. DISEASE - POLICY LIMIT $ $ $ DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE ACORD 25 (2016/03)©1988-2015 ACORD CORPORATION. All rights reserved The ACORD name and logo are registered marks of ACORD Lockton Companies 444 W. 47th Street, Suite 900 Kansas City MO 64112-1906 (816) 960-9000 PRO SOUND, INC. 1375 NE 123 STREET MIAMI FL 33161 6/1/2022 1473403 X 1,000,000 XXXXXXX XXXXXXX XXXXXXX XXXXXXX XXXXXXX XXXXXXX XXXXXXX XXXXXXX XXXXXXX XXXXXXX XXXXXXX XXXXXXX N X 1,000,000 1,000,000 1,000,000 Twin City Fire Insurance Company 29459 Hartford Casualty Insurance Company 29424 B 37UENAA0081 6/1/2021 6/1/2022 A 37WEAE5HC6 6/1/2021 6/1/2022 NOT APPLICABLE NOT APPLICABLE COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS 3295 TAMIAMI TRAIL E. NAPLES FL 34112 17551644 17551644 6/1/2021 COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS IS ADDITIONAL INSURED ON AUTO LIABILITY COVERAGE, ON A PRIMARY, NON-CONTRIBUTORY BASIS, AS REQUIRED BY WRITTEN CONTRACT. COVERAGE IS SUBJECT TO THE TERMS AND CONDITIONS OF THE POLICY. FOR CANCELLATION FOR ANY REASON OTHER THAN NONPAYMENT OF PREMIUM, THE INSURER(S) WILL SEND 30 DAYS NOTICE OF CANCELLATION TO THE CERTIFICATE HOLDER. Y N N 16.E.3.c Packet Pg. 2643 Attachment: 20-7786 Pro Sound_Insurance_6-10-21 (15975 : 20-7786 Broadcast and audio/video mantenance, repair and Design Services) ANY PROPRIETOR/PARTNER/EXECUTIVEOFFICER/MEMBER EXCLUDED? INSR ADDL SUBRLTR INSD WVD PRODUCER CONTACTNAME: FAXPHONE(A/C, No):(A/C, No, Ext): E-MAILADDRESS: INSURER A : INSURED INSURER B : INSURER C : INSURER D : INSURER E : INSURER F : POLICY NUMBER POLICY EFF POLICY EXPTYPE OF INSURANCE LIMITS(MM/DD/YYYY) (MM/DD/YYYY) AUTOMOBILE LIABILITY UMBRELLA LIAB EXCESS LIAB WORKERS COMPENSATIONAND EMPLOYERS' LIABILITY DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) AUTHORIZED REPRESENTATIVE EACH OCCURRENCE $ DAMAGE TO RENTEDCLAIMS-MADE OCCUR $PREMISES (Ea occurrence) MED EXP (Any one person)$ PERSONAL & ADV INJURY $ GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ PRO-POLICY LOC PRODUCTS - COMP/OP AGGJECT OTHER:$ COMBINED SINGLE LIMIT $(Ea accident) ANY AUTO BODILY INJURY (Per person)$ OWNED SCHEDULED BODILY INJURY (Per accident)$AUTOS ONLY AUTOS HIRED NON-OWNED PROPERTY DAMAGE $AUTOS ONLY AUTOS ONLY (Per accident) $ OCCUR EACH OCCURRENCE CLAIMS-MADE AGGREGATE $ DED RETENTION $ PER OTH-STATUTE ER E.L. EACH ACCIDENT E.L. DISEASE - EA EMPLOYEE $ If yes, describe under E.L. DISEASE - POLICY LIMITDESCRIPTION OF OPERATIONS below INSURER(S) AFFORDING COVERAGE NAIC # COMMERCIAL GENERAL LIABILITY Y / N N / A (Mandatory in NH) SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: CERTIFICATE HOLDER CANCELLATION © 1988-2015 ACORD CORPORATION. All rights reserved.ACORD 25 (2016/03) CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) $ $ $ $ $ The ACORD name and logo are registered marks of ACORD 5/6/2021 (561) 776-9001 (561) 427-6730 39462 Pro Sound, Inc. dba Pro Sound & Video 1375 NE 123rd Street Miami, FL 33161 A Professional & PCXB50134690321 3/1/2021 Pollution Liability 3,000,000 RE: Bid No. 20-7786; Broadcast and Audio/Vision Maintenance, Repair and Design Services Collier County Board of County Commissioners 3295 Tamiami Trail E. Naples, FL 34112 PROSOUN-03 LGLEASON CAL Risk Management23 Eganfuskee StreetSuite 102Jupiter, FL 33477 Lori B. Gleason lgleason@calllc.com Berkley Assurance Company 3/1/2022 16.E.3.c Packet Pg. 2644 Attachment: 20-7786 Pro Sound_Insurance_6-10-21 (15975 : 20-7786 Broadcast and audio/video mantenance, repair and Design Services) 16.E.3.d Packet Pg. 2645 Attachment: 20-7786 Pro Sound_Proposal (15975 : 20-7786 Broadcast and audio/video mantenance, repair and Design Services) 16.E.3.d Packet Pg. 2646 Attachment: 20-7786 Pro Sound_Proposal (15975 : 20-7786 Broadcast and audio/video mantenance, repair and Design Services) 16.E.3.d Packet Pg. 2647 Attachment: 20-7786 Pro Sound_Proposal (15975 : 20-7786 Broadcast and audio/video mantenance, repair and Design Services) 16.E.3.d Packet Pg. 2648 Attachment: 20-7786 Pro Sound_Proposal (15975 : 20-7786 Broadcast and audio/video mantenance, repair and Design Services) 16.E.3.d Packet Pg. 2649 Attachment: 20-7786 Pro Sound_Proposal (15975 : 20-7786 Broadcast and audio/video mantenance, repair and Design Services) 16.E.3.d Packet Pg. 2650 Attachment: 20-7786 Pro Sound_Proposal (15975 : 20-7786 Broadcast and audio/video mantenance, repair and Design Services) 16.E.3.d Packet Pg. 2651 Attachment: 20-7786 Pro Sound_Proposal (15975 : 20-7786 Broadcast and audio/video mantenance, repair and Design Services) 16.E.3.d Packet Pg. 2652 Attachment: 20-7786 Pro Sound_Proposal (15975 : 20-7786 Broadcast and audio/video mantenance, repair and Design Services) Miami, Florida • Tel: (305) 891-1000 • Fax: (305) 891-3000 • 1375 NE 123rd Street Miami, FL 33161 January 18, 2021 Ms. Sara Hamilton Collier County Board of Commissioners 3295 Tamiami Trail East Bldg. C-2 Naples, FL 34112 RE: Solicitation 20-7786 Broadcast and Audio/Video Maintenance, Repair and Design Services Dear Ms. Hamilton: Thank you for your consideration of Pro Sound & Video with regards to the Broadcast and Audio/Video Maintenance, Repair and Design Services. Please find our proposal organized into the four additional categories as requested. Pro Sound & Video has for more than four decades designed, developed and installed some of the most advanced audio/video systems in many of the most renowned venues in the United States. Pro Sound started in 1975 as a service first business catering to live events. Live events have to work the first time, every time; no excuses. We learned lessons in our early years and this experience has carried over to the way we design, implement and service our systems to this day. Pro Sound values and prioritizes our customers and responds to their immediate needs similar to the adage: the show must go on”. Service and support always come first. Mark Wilson is the designated individual from Pro Sound concerning this proposal. His contact information is as follows; · mwilson@prosound.net · Work 305-891-1000 Ext 236 · Mobile 786-417-2121 Please contact the undersigned for any questions. Very truly yours, Rod Sintow, CEO Pro Sound, Inc. dba Pro Sound & Video Florida License ES0000149 16.E.3.d Packet Pg. 2653 Attachment: 20-7786 Pro Sound_Proposal (15975 : 20-7786 Broadcast and audio/video mantenance, repair and Design Services) Ms. Sarah Hamilton January 18, 2021 Page 2 2. Certified Woman and/or Minority Business Enterprise Pro Sound Inc is not a certified MBVE or WBE business enterprise. 16.E.3.d Packet Pg. 2654 Attachment: 20-7786 Pro Sound_Proposal (15975 : 20-7786 Broadcast and audio/video mantenance, repair and Design Services) Ms. Sarah Hamilton January 18, 2021 Page 3 3. Approach and Understanding Collier County has multiple location in and around the county that have audio-visual equipment that is installed and working. The county is looking for a single source provider to reliably support the County by providing a streamlined single point of contact to provide uniform and consistency across the County and associated audio-visual needs. There are two key locations that require regular and ongoing maintenance and support. The two key locations to the county are as follows; · Collier County Emergency Operations Center located at 8075 Lely Cultural Parkway Naples FL, 34113; · Collier County Board of County Commissioners Council Chambers located at 3299 Tamiami Trail East Bldg. F Naples FL 34112. The County will require twice annual preventative maintenance visits to these two sites. The visits shall be spaced evenly throughout the year with one visit being in May prior to the start of the Hurricane Season. The maintenance visit shall include software patches and updates to keep the systems running optimally, cleaning equipment, re-termination of damaged connectors. The expected end result is to keep the system up and running reliably. A written report will follow the maintenance visit and will include the following; · Recommendations of replacement equipment and upgrades; · Software updates completed; · Detail of work completed. The County will require Break-Fix support for audio-visual equipment in every location across the County. It is anticipated that the list of locations that need break fix support that will increase over time and will be included in the same break-fix contract. The County will require consultative and design services to be included in the contract. This could be to upgrade existing locations to current standards or new buildouts. The principal maintenance services are enumerated as follows: 1) Every six months Pro Sound will perform an on-site maintenance visit to clean, check, and test all system components. Adjust controls, potentiometers and repair or change as necessary. Repair or replace any broken microphone connectors or AV outlets that are worn during normal usage. Headsets are not included. One of these visits will be schedule in early May in an effort to prepare for the Hurricane Season. 2) Our services include all normal service calls as identified to us by a responsible system operator familiar with the equipment. Normal service calls are answered within 24hours after notice of a service problem; 3) Our services include all emergency calls that are mission critical to allow us to restore the system to a functional status. Emergency calls are to be responded to by phone 16.E.3.d Packet Pg. 2655 Attachment: 20-7786 Pro Sound_Proposal (15975 : 20-7786 Broadcast and audio/video mantenance, repair and Design Services) Ms. Sarah Hamilton January 18, 2021 Page 4 within one hour of receiving them for catastrophic system failure that does not allow audio or video to pass through the system and as further defined herein. Emergency Support Services: We shall furnish trained support personnel to perform emergency service that affects a critical facility operating function where we can effectively perform repair or resolution services. Typically, issues can be resolved quickly by phone or remote connection if provided by owner within one to two hours. Where emergency onsite support is required, our typical response time is three to six hours. A complete listing of service contact numbers including support emails will be furnished. The emergency service shall include whatever means necessary to restore the system to normal functionality as soon as possible upon our arrival or by telephone while we are on alert status. Thereafter the cause and effect of the problem will be diagnosed and repaired. In some cases, the problem shall be temporarily or permanently fixed and or replaced. We will support this contract from our Miami HQ office located at 1375 NE 123rd street, Miami FL 33165. In this location we have over 25 staff that are technicians, programmers, engineers that day to day activities support audio visual needs of clients. Additional accounting and clerical staff are in this location. The biggest concern for this contract is as follows; · Collier County does not have any original existing control code; · Collier County does not have any wire diagrams detailing as to how the systems are connected. These items both poses risk to the County as if specific portions if these systems fail there will be an extended period of time where the systems will be down. The areas where this is a big concern is in the EOC and Council Chambers. It is possible that if parts of these systems fail it may take multiple weeks to repair old equipment, acquire used equipment due to age, and may take multiple weeks to program from scratch to get back up and running. 16.E.3.d Packet Pg. 2656 Attachment: 20-7786 Pro Sound_Proposal (15975 : 20-7786 Broadcast and audio/video mantenance, repair and Design Services) Ms. Sarah Hamilton January 18, 2021 Page 5 4. Cost of Services to the County Annual price for ongoing maintenance for the EOC and Council Chambers is $6,500.00 per year and will be invoiced in advance. We are providing the following rate table that will apply to all work in Collier County outside of the standard maintenance contract; · Break Fix Service calls are $425.00 for the first hour and $85.00 per hour thereafter per incident; · Programming is $125.00 per hour; · Training is $110.00 per hour; · Design Consultant fee is $135.00 per hour; · Technician is $85.00 per hour; · Equipment repair will be marked up 10% over actual cost; · Replacement equipment will be marked up 10% over actual cost; · Freight to and from OEM will be marked up at 10% over actual cost; Response Times and Resolution Low Severity – Two-hour acknowledgment of Issue within normal business hours – Phone support within 24 hours to troubleshoot with County – If item cannot be resolved over phone a technician will be on site within five business days. Medium Severity – Two-hour acknowledgment of Issue within normal business hours – Phone support within 4 hours to troubleshoot with County – If item cannot be resolved over phone a technician will be on site within two business days. High Severity – One hour acknowledgment of Issue – Phone support within 2 hours to troubleshoot with County – If item cannot be resolved over phone a technician will be on site within four business hours. If an on-site technician is required outside of normal business hours for an emergency the rated quoted are doubled. Normal workday is Monday through Friday 8:00AM to 5:00PM. Emergencies are defined as unscheduled service calls that need to be attended to immediately or in less than 24 hours or over weekends 16.E.3.d Packet Pg. 2657 Attachment: 20-7786 Pro Sound_Proposal (15975 : 20-7786 Broadcast and audio/video mantenance, repair and Design Services) Ms. Sarah Hamilton January 18, 2021 Page 6 5. Experience and Capacity of the Firm Pro Sound & Video was founded in 1975. Having achieved major success in the live audio and lighting market, the company gradually unfolded its wings to its primary focus: design, engineering, and integration of audio, video, broadcast, and control systems. In the years since, the company has consistently met its goal of being not necessarily the biggest, but simply the best, as exemplified by our stellar portfolio. Even more impressive, these client’s comeback time and time again, as a testament to the company’s unequalled quality of work. We proudly present our achievements. Highlights include: · Arizona Cardinals Stadium – The only complete Design/Build NFL stadium in the United States. · Miami Beach Soundscape –New York Times described as best outdoor sound system on the planet. · Walt Disney World – We are, by far, the leading audio integrator, having completed in excess of 60 large scale projects, including Illuminations, Fantasmic, Main Street Parade, most of Animal Kingdom, Pandora (aka Avatar), and Galaxy’s Edge (aka Star Wars). · Construction of over 45 large scale sporting facilities (stadiums, arenas, racetracks, etc). Roughly half professional sports franchises and half major universities, including some of the world’s most complex. · New World Symphony, The Hollywood Bowl and Walt Disney Concert Hall – Preeminent concert halls in North America · Supported (7) Super Bowls, (5) NASCAR championships, (1) World Series, (1) BCS championship. · US House of Representatives – Completion of multiple projects for the United States House of Representatives. · Broward County – Emergency Operations Center · Miami-Dade Police Department - Emergency Operations Center. · Miami-Dade Police Department – Real Time Crime Center. Our Staff In keeping with its quality over quantity mindset, the company employs slightly over 100 people. The average employee has over 15 years of experience in audio, video, broadcast, control systems, RF/TV systems and related disciplines, whereas more senior employees have roughly 20 years or greater. This hyper-intense focus on knowledge and experience has allowed the company to expand from its 12,000 sq ft / one-acre base in Miami, FL to substantial offices in Orlando and Pensacola, with a bonding capacity of $40 million. We also have a West Coast affiliate, based in Los Angeles. The company currently services much of the US, Caribbean, and South America, with active licenses in over 20 states. 16.E.3.d Packet Pg. 2658 Attachment: 20-7786 Pro Sound_Proposal (15975 : 20-7786 Broadcast and audio/video mantenance, repair and Design Services) Ms. Sarah Hamilton January 18, 2021 Page 7 Diverse Facility Experience We provide design and installation services to stadiums, arenas, convention centers, hotels, nightclubs, theatres, meeting facilities, houses of worship, courtrooms, universities, medical, corporate boardrooms, government, and military, just to name a few. Our work includes some of the most complex examples of technology in each of these categories, with a remarkable percentage of our work completed as design / build projects. Engineering Driven As an engineering-based company, Pro Sound and Video is unmatched. We are on the cutting edge of technology, with state-of-the-art test equipment and training. We are proficient in 3D visualization, networking, programming, acoustic prediction, and system tuning. As a result, we are often tapped by manufacturers for product development and testing. These strong ties, along with our large purchasing volume, provide unsurpassed manufacturer support and superior purchasing. Additionally, the company has an affiliate with over $1M in rental audio equipment available for support. Communication between all parties is streamlined through custom software and a robust wide-area computer network. Project Management Focused Precision engineering is useless without the leadership and resources required to see a job properly implemented from start to finish. Rather than base our management on paper and bureaucracy, our Project Management model relies first on the knowledge of our enormously experienced PM staff. With decades of industry experience, we are often the most seasoned force on any team. Our staff come predominantly from an event production background. We understand our business from an operational perspective and have endless experience with deadlines. Our motto is “The Show Must Go On”. To deliver on this vision, our shops handle extensive pre-fabrication. We have invested heavily in factory grade machinery to automate engraving, wire stripping, wire cutting, crimping, and cable spooling to complement our skilled technicians and produce technology racks that are a work of art. With dedicated remote access, skilled service technicians, and rock-solid warrantee, your investment is protected for years to come. In-House Machine Shop The company is also in the unique position of owning and operating an extensive metal fabrication facility on premises. The facility includes CNC machines, laser engravers, press brakes, wet brushes, large format shears, two computerized engravers, CNC type punch, drill presses, and pinsetter. In addition to significant cost-savings, this arrangement allows coordination and turnover times that are unmatched in our industry. Our machine shop allows us to create custom solutions for every situation. It is the perfect embodiment of our “Nothing is Impossible” attitude that we bring to every single project. 16.E.3.d Packet Pg. 2659 Attachment: 20-7786 Pro Sound_Proposal (15975 : 20-7786 Broadcast and audio/video mantenance, repair and Design Services) Ms. Sarah Hamilton January 18, 2021 Page 8 Bringing it all Together Audio-visual costs are often the most difficult to capture for a construction project. Lowest bid may well produce the best value for drywall and electrical outlets, or even networks and phones. AV systems are custom by their very nature and there is seldom a true apple to apples scenario. At Pro Sound & Video, we work in technical construction, but it is our engineering mindset that elevates the quality of our work as system integrators above our competition. When you step into your new building, will you have rock solid performance? Pristine work? Useful and accurate documentation? Will the system be intuitive to use? How much thought will be put into the details that will really count over course of your technology investment? Not the Biggest – Just the Best At Pro Sound & Video, our best asset is our experience and attention to detail. We deliver a first-class experience, on time and on budget, for every single project, no matter the size. Our staff collectively hold hundreds of technical certifications and we follow rigorous testing procedures to assure flawless execution, both in our shops and in the field. Many of our competitors are quick to tout their size. While we have a track record of achieving what others said was impossible, our proudest accomplishment is still the quality and diversity of our work, which stands alone in our industry. We are Pro Sound & Video. We are ready. 16.E.3.d Packet Pg. 2660 Attachment: 20-7786 Pro Sound_Proposal (15975 : 20-7786 Broadcast and audio/video mantenance, repair and Design Services) ***UPDATED JANUARY 28, 2020*** Form 5 Reference Questionnaire (USE ONE FORM FOR EACH REQUIRED REFERENCE) Solicitation: Reference Questionnaire for: (Name of Company Requesting Reference Information) (Name of Individuals Requesting Reference Information) Name: (Evaluator completing reference questionnaire) Company: (Evaluator’s Company completing reference) Email: FAX: Telephone: Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdiual again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored “0.” Project Description: ___________________________ Completion Date: _____________________________ Project Budget: _______________________________ Project Number of Days: _______________________ Item Criteria Score (must be completed) 1 Ability to manage the project costs (minimize change orders to scope). 2 Ability to maintain project schedule (complete on -time or early). 3 Quality of work. 4 Quality of consultative advice provided on the project. 5 Professionalism and ability to manage personnel. 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 7 Ability to verbally communicate and document information clearly and succinctly. 8 Abiltity to manage risks and unexpected project circumstances. 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 Overall comfort level with hiring the company in the future (customer satisfaction). TOTAL SCORE OF ALL ITEMS Solicitation 20-7786Collier County 12/31/2020 7:28 AM p. 29 Micahel Jorgensen Broward County - Office of Public Comm. mjorgensen@broward.org 954.357.6992 EOC Modernization January 14, 2019 $750,000 (4-6-2018 letter to proceed - 1-14-2019 sign off) 9 9 9 9 9 9 9 9 10 89 7 283 16.E.3.d Packet Pg. 2661 Attachment: 20-7786 Pro Sound_Proposal (15975 : 20-7786 Broadcast and audio/video mantenance, repair and Design Services) ***UPDATED JANUARY 28, 2020*** Form 5 Reference Questionnaire (USE ONE FORM FOR EACH REQUIRED REFERENCE) Solicitation: Reference Questionnaire for: (Name of Company Requesting Reference Information) (Name of Individuals Requesting Reference Information) Name: (Evaluator completing reference questionnaire) Company: (Evaluator’s Company completing reference) Email: FAX: Telephone: Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdiual again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored “0.” Project Description: ___________________________ Completion Date: _____________________________ Project Budget: _______________________________ Project Number of Days: _______________________ Item Criteria Score (must be completed) 1 Ability to manage the project costs (minimize change orders to scope). 2 Ability to maintain project schedule (complete on -time or early). 3 Quality of work. 4 Quality of consultative advice provided on the project. 5 Professionalism and ability to manage personnel. 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 7 Ability to verbally communicate and document information clearly and succinctly. 8 Abiltity to manage risks and unexpected project circumstances. 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 Overall comfort level with hiring the company in the future (customer satisfaction). TOTAL SCORE OF ALL ITEMS Solicitation 20-7786Collier County 12/31/2020 7:28 AM p. 29 The Administrative Office of The Courts, 11th Judicial Circuit jgonzalez@jud11.flcourts.org Juan Antonio Gonzalez 3053495624 3053495624 Appx. January 2016MDCC 10-1,10-2,10-4 PA system retrofit $45,000 5 9 9 9 10 9 9 9 16.E.3.d Packet Pg. 2662 Attachment: 20-7786 Pro Sound_Proposal (15975 : 20-7786 Broadcast and audio/video mantenance, repair and Design Services) ***UPDATED JANUARY 28, 2020*** Form 5 Reference Questionnaire (USE ONE FORM FOR EACH REQUIRED REFERENCE) Solicitation: Reference Questionnaire for: (Name of Company Requesting Reference Information) (Name of Individuals Requesting Reference Information) Name: (Evaluator completing reference questionnaire) Company: (Evaluator’s Company completing reference) Email: FAX: Telephone: Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdiual again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored “0.” Project Description: ___________________________ Completion Date: _____________________________ Project Budget: _______________________________ Project Number of Days: _______________________ Item Criteria Score (must be completed) 1 Ability to manage the project costs (minimize change orders to scope). 2 Ability to maintain project schedule (complete on -time or early). 3 Quality of work. 4 Quality of consultative advice provided on the project. 5 Professionalism and ability to manage personnel. 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 7 Ability to verbally communicate and document information clearly and succinctly. 8 Abiltity to manage risks and unexpected project circumstances. 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 Overall comfort level with hiring the company in the future (customer satisfaction). TOTAL SCORE OF ALL ITEMS Solicitation 20-7786Collier County 12/31/2020 7:28 AM p. 29 10 10 9 10 9 8 8 9 10 9 92 16.E.3.d Packet Pg. 2663 Attachment: 20-7786 Pro Sound_Proposal (15975 : 20-7786 Broadcast and audio/video mantenance, repair and Design Services) Ms. Sarah Hamilton January 18, 2021 Page 9 6. Specialized Expertise of Team Members Please find resumes and certifications of some of the key team members that will be assigned to the project support Collier County. Below we breakdown responsibilities; · Mark Wilson - Account Executive – Overall responsibility for the account and relationship between Collier County and Pro Sound; · Rick Bacon – Service Manager- Primary point of contact for all service calls, coordination and scheduling. Rick will make sure that the staff at Collier County are talking to the correct people for phone support and sending the correct technicians to the site to undertake the work; · Robert Chirino - Service Technician/Programmer - Primary service technician for ongoing maintenance and support. · Allan Pendleton - Engineer Manager – Responsible for coordination of engineering and documentation efforts including quality control of engineering; · Nicole Mortakis – Director of CAD/BIM – Engineer and draftsperson for creating layouts a floor plans for any engineering work; · Larry Eckels – Head Programmer – Larry will undertake any programming from scratch on as needed basis and work with Robert who will commission in the field. Pro Sound is an engineering first, service first firm. We have built our success over 45 years around this approach. We prioritize quality over quantity, therefore unless required we handle all work in house and do not sub-contract work except where required. Please find a copy of some key certifications and our Electrical Specialty License. 16.E.3.d Packet Pg. 2664 Attachment: 20-7786 Pro Sound_Proposal (15975 : 20-7786 Broadcast and audio/video mantenance, repair and Design Services) Mark Wilson Experience 2018-Present Pro Sound, Inc. Florida Offices Account Executive – Pro Sound, Inc. Pro Sound is an integrated systems company specializing in the design, installation, engineering and service of commercial, professional, industrial and residential systems focused on audio, video, MATV, control & automation, security, and specialty low-voltage systems. Pro Sound has completed numerous audio, video and other low-voltage installations for: Theme Parks and Attractions Arenas and Stadiums Performing Arts, Auditoriums Theaters, Showrooms, Night clubs and Lounges Resort Hotel Projects Broadcast Facilities Convention Centers and Meeting Facilities Corporate Facilities Airports Board Rooms, Meeting Rooms Government and Institutional Facilities Houses of Worship Mark comes from the integration side of the business having worked as an Account Executive and Sales Engineer on hundreds of projects of all shapes and sizes. Business Sampling Background and project Highlights Mark Wilson joined Pro Sound in 2018. He started his career doing Corporate show work in 1993. In 1998 he moved in to the integration side of the business and has held roles of General Manager, Sales Engineer, Operations Manager and Project Management The Plaza - Coral Gables, FL - 2020 The Plaza is the single largest construction project in the history of Coral Gables. This is an ongoing design build construction project. Mark is overseeing the project and managing the relationship with the customer to ensure that the customer’s needs are met. MDC – Wolfson – BIT Project. - 2019 The BIT project is one of the most technologically advanced audio-visual systems installed in college classrooms. Mark was the lead that met with the MDC team to design, develop and build out the classrooms. Mark was involved with every aspect of the project. The project came in below budget and on schedule. Tel: 305.891.1000 Fax: 305.891.3000 1375 NE 123 Street Miami, FL 33161 16.E.3.d Packet Pg. 2665 Attachment: 20-7786 Pro Sound_Proposal (15975 : 20-7786 Broadcast and audio/video mantenance, repair and Design Services) Ringling College - Ringling Studio – Sarasota FL - 2018 Ringling Studio is a full Post Production Studio. The systems are designed for student learning in a real-world environment working next to television and movie producers, directors and teams. Mark worked closely to make sure that the highest level of equipment and needs of the studios are met and that there would be no limitations to the system performance. University of Miami - Student Services Building – Coral Gables FL - 2020 Design build project from the outset. Worked directly with the owner to understand the needs of each group and ensure that the system meet the existing audiovisual standards of the University. Work included all infrastructure and power requirements in detailed drawings for the GC to build. Nielsen Global Media– Chicago offices Consolidation – Chicago Illinois - 2017 The Nielsen company had multiple offices located in and around the greater metropolitan area of Chicago. In this effort Mark lead that team that worked with Nielsen to design build all locations into one building across 13 floors in the Miracle Mile area of downtown Chicago. This is one of multiple projects that Mark worked with Nielsen nationally and globally. 16.E.3.d Packet Pg. 2666 Attachment: 20-7786 Pro Sound_Proposal (15975 : 20-7786 Broadcast and audio/video mantenance, repair and Design Services) Rick Bacon Experience 2016-Present Pro Sound, Inc. Florida Offices Service Coordinator – Pro Sound, Inc. Pro Sound is an integrated systems company specializing in the design, installation, engineering and service of commercial, professional, industrial and residential systems focused on audio, video, MATV, control & automation, security, and specialty low-voltage systems. Pro Sound has completed numerous audio, video and other low-voltage installations for: Theme Parks and attractions Arenas and stadiums Performing Arts, Auditoriums Theaters, showrooms, night clubs and lounges Resort Hotel projects Broadcast facilities Convention centers and meeting facilities Corporate facilities Airports Board Rooms, Meeting Rooms Government and Institutional Facilities Houses of Worship Rick Bacon is currently the Service Coordinator for the Pro Sound Miami office. Duties and History History Rick Bacon has been in the Audio Video industry in various positions for over 30 years including residential and commercial. Hired in at Pro Sound originally in 2016 as a Project Manager to oversee Business and Higher Education projects. Promoted to the Service Coordinator position in 2018 to manage the service department after the installation has been completed to provide the client with an exceptional experience. Duties Included but not limited to: Assist clients with the diagnosis of any service issue they are having with their system. Determine the correct asset to dispatch to promptly resolve the issue, (technician, programmer, engineer, tec.) Schedule the service visit as quicky as possible to meet the clients needs. Follow up with any needed parts or RMA’s to expedite the shipping and return of said product. Follow up after the service call to make sure all is working. Schedule preventative service calls and follow up for clients with service contracts. Coordinate any outside resources if needed (ex. Manufacturers technicians, boom lifts, etc.) Tel: 305.891.1000 Fax: 305.891.3000 1375 NE 123 Street Miami, FL 33161 16.E.3.d Packet Pg. 2667 Attachment: 20-7786 Pro Sound_Proposal (15975 : 20-7786 Broadcast and audio/video mantenance, repair and Design Services) 16.E.3.d Packet Pg. 2668 Attachment: 20-7786 Pro Sound_Proposal (15975 : 20-7786 Broadcast and audio/video mantenance, repair and Design Services) Roberto Chirino Experience 2018-Present Pro Sound, Inc. Florida Offices Engineer/Programmer – Pro Sound, Inc. Pro Sound is an integrated systems company specializing in the design, installation, engineering and service of commercial, professional, industrial and residential systems focused on audio, video, MATV, control & automation, security, and specialty low-voltage systems. Pro Sound has completed numerous audio, video and other low-voltage installations for: Theme Parks and attractions Arenas and stadiums Performing Arts, Auditoriums Theaters, showrooms, night clubs and lounges Resort Hotel projects Broadcast facilities Convention centers and meeting facilities Corporate facilities Airports Board Rooms, Meeting Rooms Government and Institutional Facilities Houses of Worship Roberto comes from the Integration and Programming side of the business having worked as a Senior Systems Engineer/Integrator and Crestron Programmer on hundreds of projects all around the world. Project Sampling Projects Roberto Chirino joined Pro Sound in 2018 as an Engineer/Programmer bringing 13 years of AV and integration experience. Roberto’s first task with Pro Sound in 2018 was the deployment and configuration of over 200 NVX endpoints at Entercom Miami’s new south Florida location. With over 20 radio studio’s, multiple conference rooms and a Live Studio. Roberto was tasked with installation, configuration and also assisted in programming Hard Rock Live 2019-2020. Working closely with Larry Eckels, Director of System Programming for Pro Sound Inc. we completed the installation which consisted of over 400 NVX endpoints. The installation was inspected and certified onsite by Crestron Senior Engineering and passed certification on the first visit from Crestron. Roberto is a member of our engineering department in Miami, a Crestron programmer and AV engineer for integrated systems venues. Tel: 305.891.1000 Fax: 305.891.3000 1375 NE 123 Street Miami, FL 33161 16.E.3.d Packet Pg. 2669 Attachment: 20-7786 Pro Sound_Proposal (15975 : 20-7786 Broadcast and audio/video mantenance, repair and Design Services) Roberto has currently assumed the role of Miami offices onsite Crestron programmer. Specialized Training Avixa CTS Crestron Level 2 Programmer NVX Design Engineer Digital Media Networking Designer DM Certified Designer Network Solutions Designer Kramer Control System Programmer Biamp TesiraFORTE QSC Qsys Level 1 Certification Clear One Media Collaboration Technical Specialist Media Collaboration Spontania Pro Technical Specialist Dante Level 1 Certification Misc training by Cisco, Planar, and Audinate. Education Bachelor of Science Degree, Computer and Electronics Engineering 16.E.3.d Packet Pg. 2670 Attachment: 20-7786 Pro Sound_Proposal (15975 : 20-7786 Broadcast and audio/video mantenance, repair and Design Services) Allan Pendleton Experience 2019-Present Pro Sound, Inc. Florida Offices Engineering Manager – Pro Sound, Inc. Pro Sound is an integrated systems company specializing in the design, installation, engineering and service of commercial, professional, industrial and residential systems focused on audio, video, MATV, control & automation, security, and specialty low-voltage systems. Pro Sound has completed numerous audio, video and other low-voltage installations for: Theme Parks and attractions Arenas and stadiums Performing Arts, Auditoriums Theaters, showrooms, night clubs and lounges Resort Hotel projects Broadcast facilities Convention centers and meeting facilities Corporate facilities Airports Board Rooms, Meeting Rooms Government and Institutional Facilities Houses of Worship Allan comes from the integration side of the business. Allan joined the AV industry in 2008 as an installer. He has experience in every position having worked is way up to lead installer, programmer, and project manager and now manager of engineering. His vast experience keeps in touch with the discipline required to fully understand every phase of the project and maintain in depth knowledge to the detail required to make every system work. Project Sampling Projects Allan joined Pro Sound in February 2019 as a Senior project manager. His success and experience were clearly evident and was promoted to the Engineering Manager. 2017- San Jose Bay, CA. Allan was the project manager as well as all commissioning and programming for the entire project for the build of the new Matrix Casino. A single 128x128 video matrix was the central video controller for routing signals around the facility. 2018 – Project Manager for the Stratosphere in Las Vegas, NV. Complete rebuild of Sportsbook area which included all new displays and video wall. All systems where integrated via a centralized Crestron Digital Media system. 2019- Project Manager for Boston Consulting Group building which consisted of 34 conference rooms and a video wall on one floor. Cisco Video conferencing systems where deployed and commissioned. Tel: 305.891.1000 Fax: 305.891.3000 1375 NE 123 Street Miami, FL 33161 16.E.3.d Packet Pg. 2671 Attachment: 20-7786 Pro Sound_Proposal (15975 : 20-7786 Broadcast and audio/video mantenance, repair and Design Services) 2019- 2020 - Hard Rock Hotel Hollywood – Project Manager for Meeting Room Center. Over 80,000 feet of conference and meeting spaces where integrated. Allan coordinated with other trades and managed each phase of work to deliver on time. 2020 – Project Manager and Engineer for The Plaza Coral Gables coordinated with all trades to deliver on time on this multifaceted project which includes a 26-foot-high by 26-foot-wide video wall. All systems where integrated and controlled so that one redundant control systems operate the entire facility across multiple buildings. The experience for end users is seamless and consistent. Allan delivered ahead of schedule where other trades lagged behind. Specialized Training Crestron - DMC-E, Level 1 Programmer, QSC Q-Sys, Biamp, Soundweb BSS, AMX – ACE, Planar TVF, Lutron, Vantage, Education Cuyahoga Community College, 2002, Bachelors degree in Jazz 16.E.3.d Packet Pg. 2672 Attachment: 20-7786 Pro Sound_Proposal (15975 : 20-7786 Broadcast and audio/video mantenance, repair and Design Services) Nicole Mortakis Experience 2013-Present Pro Sound, Inc. Florida Offices Director of BIM/CAD Engineering & Engineer – Pro Sound, Inc. Pro Sound is an integrated systems company specializing in the design, installation, engineering and service of commercial, professional, industrial and residential systems focused on audio, video, MATV, control & automation, security, and specialty low-voltage systems. Pro Sound has completed numerous audio, video and other low-voltage installations for: · Theme Parks and attractions · Arenas and stadiums · Performing Arts, Auditoriums · Theaters, showrooms, night clubs and lounges · Casino and Resort Hotel projects · Broadcast facilities · Convention centers and meeting facilities · Corporate facilities · Airports · Board Rooms, Meeting Rooms · Government and Institutional Facilities · Higher Education · Houses of Worship CAD/BIM Design & CAD Engineer of PRO SOUND, INC. Miami, FL, USA Job Description: Full time. Managing and coordinating different staff members from different departments to ensure proper qualitative results. As the director of CAD, responsible for creating CAD standards to unifying design across the CAD, Sketchup and Revit platforms and overseeing all CAD personnel. Creating floor plans, reflected ceiling plans, section views, one-line drawings, rack elevation drawings, panel & plate drawings and 3D models of buildings. Creating AV-equipment in 2D and 3D. Providing sightline studies for placement of 2D and 3D AV-equipment. Throw distance calculations for placement of projectors and screens. Data-extraction and creating templates and labels. Managing client requests and working with them to ensure best results. Meeting and communicating with clients, remotely or on job-sites to coordinate drawings with site condition and to accommodate requested adjustments of clients' specific wishes. Visiting job sites to acquire data on the building’s specifications, measurements and condition surveys in order to create floor plans, 3D models and sightline studies. Project Sampling Projects · Joined Pro Sound in 2013 and has contributed on many of the firms projects including: House of Representatives; Natural Resources, Judiciary, Energy & Commerce, Harris CBC, Northrop Grumman, Miami-Dade County Children’s Courthouse, Turner/Guilford/Knight Remote Hearing project, Broward County Courthouse, Orange County Convention Center, Fort Lauderdale Airport, Tel: 305.891.1000 Fax: 305.891.3000 1375 NE 123 Street Miami, FL 33161 16.E.3.d Packet Pg. 2673 Attachment: 20-7786 Pro Sound_Proposal (15975 : 20-7786 Broadcast and audio/video mantenance, repair and Design Services) Nashville Airport, Gateway Church (TX), Christ Fellowship, The Life Church Memphis, Hard Rock Casino Hollywood & Tampa, Ringling College of Art & Design, MDC, UM Indoor Practice facility, Kings Academy, to name a few. Specialized Training InfoComm CTS, Planar Matrix Certified. Bachelor of Architecture, 1999-2003. Hogeschool Zuyd, Heerlen, The Netherlands. Bachelor of Structural Engineering, 1999-2003. Hogeschool Zuyd, Heerlen, The Netherlands. Skills  Managing and coordinating different staff members from different departments  Creating CAD standards to unifying design  Overseeing all CAD personnel  2D and 3D architectural/environmental design and planning, digitally and traditionally  Specialized in restoration and renovation of traditional and historic residential buildings  Assist senior architects with their projects  Presentation drawings  Floor plans  Scale modeling  Acquire data on job sites  Building cost estimator  Design and improvement of architectural 3D rendering toolset and software  Collision modeling  Level design  High and Low Poly Modeling  UVW unwrapping and optimizing UV space  Normal mapping and baking  Texturing  Animation and rigging Strengths  Accurate, detail-oriented and efficient  Good organizational skills  Fast learner  Constantly wanting to expand knowledge  Easily adaptable  Capable of working with time pressure and meet tight deadlines  Open to constructive criticism  Problem solver  Multi-tasker  Team player Software Application Skills  3ds Max  AutoCAD  Revit  Sketchup  Rhino  MAPP Online  SOUNDVISION  Bose Modeler 16.E.3.d Packet Pg. 2674 Attachment: 20-7786 Pro Sound_Proposal (15975 : 20-7786 Broadcast and audio/video mantenance, repair and Design Services)  ARKEY  Ibis Trad  AceDraw  Jasc Paintshop Pro  Adobe Photoshop  Zbrush  MS Project  Word  Outlook  Excel  Powerpoint  Lotus Notes  Wacom Tablet Other  Attended Epic Game’s, Inc. Unreal University Event in November 2003, Raleigh NC.  Attended GDC in San Francisco in 2007.  Attended GDC in San Francisco in 2008.  Successfully completed Eat3D.com's The Fountain tutorial series, among others.  Often reads books and online sources in an effort to further own skill sets and toolset experience. Languages  English  Dutch  German  Conversational Greek  Conversational French 16.E.3.d Packet Pg. 2675 Attachment: 20-7786 Pro Sound_Proposal (15975 : 20-7786 Broadcast and audio/video mantenance, repair and Design Services) 16.E.3.dPacket Pg. 2676Attachment: 20-7786 Pro Sound_Proposal (15975 : 20-7786 Broadcast and audio/video mantenance, repair Authorized SignatureDate This certifies that Crestron’s Continuing Education Series. has successfully completed LARRY ECKELS 04/11/2019 16.E.3.d Packet Pg. 2677 Attachment: 20-7786 Pro Sound_Proposal (15975 : 20-7786 Broadcast and audio/video mantenance, Larry Eckels Experience 2015-Present Pro Sound, Inc. Florida Offices Director of System Programming – Pro Sound, Inc. Pro Sound is an integrated systems company specializing in the design, installation, engineering and service of commercial, professional, industrial and residential systems focused on audio, video, MATV, control & automation, security, and specialty low-voltage systems. Pro Sound has completed numerous audio, video and other low-voltage installations for: Theme Parks and attractions Arenas and stadiums Performing Arts, Auditoriums Theaters, showrooms, night clubs and lounges Resort Hotel projects Broadcast facilities Convention centers and meeting facilities Corporate facilities Airports Board Rooms, Meeting Rooms Government and Institutional Facilities Houses of Worship Larry began his professional career in 1987 in the USMC as an Avionics Technician. He has been a certified specialist Creston Programmer since 2001. Project Sampling Projects Larry Eckels joined Pro Sound in 2015 and has headed our programming team since inception. Larry’s first responsibility is to program Crestron Systems. He has been a Crestron certified programmer since 2001 and achieved the level of Silver Master Programmer in 2011. Larry is currently testing for Crestron’s Gold Master certification and maintains his status by attending Crestron Masters classes annually without exception. Larry programmed the Broward County Emergency Operations center which was all Crestron processing and switching including multiple offices with displays, video walls etc. Larry recently programmed the Broward County Courthouse which included 75 courtrooms. Each room is controlled by and individual Crestron processor and Crestron Touch Panel. In 2020 Larry completed the programming of Hard Rock Live. The system consisted of over 200 NVX endpoints working as one system. The system was certified by Crestron on their first visit. Tel: 305.891.1000 Fax: 305.891.3000 1375 NE 123 Street Miami, FL 33161 16.E.3.d Packet Pg. 2678 Attachment: 20-7786 Pro Sound_Proposal (15975 : 20-7786 Broadcast and audio/video mantenance, repair and Design Services) Several additional significant projects follow- Hard Rock Tampa- Tampa, Florida- Audio and video distribution and control of 30+ combinable spaces and various other spaces including exhibit spaces, conference and meeting rooms as well as common areas.` Kalahari Resort and Convention Center- The Poconos, Pennsylvania- Audio and video distribution and control of 60+ combinable spaces and various other spaces including exhibit spaces, conference and meeting rooms as well as common areas including restaurants, pubs, retail stores and a water park. Kalahari Resort and Convention Center- Sandusky, Ohio- Audio and video distribution and control of 60+ combinable spaces and various other spaces including exhibit spaces, conference and meeting rooms as well as common areas including restaurants, pubs, retail stores and a water park. MARFORRES USMC Reserve Headquarters- New Orleans, Louisiana- Audio and video distribution and control of 65+ meeting spaces including SIPR/NIPR video conferencing rooms, conference rooms, auditorium, network operations center and all common areas. RSAC Resource Situational Awareness Center, The Pentagon- Arlington, Virginia- Multiple four-star Generals’ top secret video conferencing rooms consisting of multiple displays, codecs and audio video control. Mississippi Power “Storm” Operations Center- Gulfport, Mississippi- 15+ spaces of various sizes and configurations including conference rooms, network operations center, Director’s conference room, call center and Executive conference rooms. Full A/V distribution and control. 16.E.3.d Packet Pg. 2679 Attachment: 20-7786 Pro Sound_Proposal (15975 : 20-7786 Broadcast and audio/video mantenance, repair and Design Services) JONATHAN ZACHEM, SECRETARYRICK SCOTT, GOVERNORSTATE OF FLORIDADEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATIONELECTRICAL CONTRACTORS LICENSING BOARDTHE SPECIALTY ELECTRICAL CONTRACTOR HEREIN IS CERTIFIED UNDER THEPROVISIONS OF CHAPTER 489, FLORIDA STATUTESSINTOW, RODERICK JONATHANDo not alter this document in any form.PRO SOUND INCLICENSE NUMBER: ES0000149EXPIRATION DATE: AUGUST 31, 2020This is your license. It is unlawful for anyone other than the licensee to use this document.1375 NE 123 STREETMIAMI FL 33161-6525Always verify licenses online at MyFloridaLicense.com16.E.3.dPacket Pg. 2680Attachment: 20-7786 Pro Sound_Proposal (15975 : 20-7786 Broadcast and audio/video mantenance, repair Ms. Sarah Hamilton January 18, 2021 Page 10 7. Local Vendor Preference Pro Sound, Inc. is not a local vendor in Collier County. 16.E.3.d Packet Pg. 2681 Attachment: 20-7786 Pro Sound_Proposal (15975 : 20-7786 Broadcast and audio/video mantenance, repair and Design Services) 16.E.3.ePacket Pg. 2682Attachment: 20-7786 ProSound&Video_Contract_VendorSigned (15975 : 20-7786 Broadcast and audio/video mantenance, repair and Design 16.E.3.ePacket Pg. 2683Attachment: 20-7786 ProSound&Video_Contract_VendorSigned (15975 : 20-7786 Broadcast and audio/video mantenance, repair and Design 16.E.3.ePacket Pg. 2684Attachment: 20-7786 ProSound&Video_Contract_VendorSigned (15975 : 20-7786 Broadcast and audio/video mantenance, repair and Design 16.E.3.ePacket Pg. 2685Attachment: 20-7786 ProSound&Video_Contract_VendorSigned (15975 : 20-7786 Broadcast and audio/video mantenance, repair and Design 16.E.3.ePacket Pg. 2686Attachment: 20-7786 ProSound&Video_Contract_VendorSigned (15975 : 20-7786 Broadcast and audio/video mantenance, repair and Design 16.E.3.ePacket Pg. 2687Attachment: 20-7786 ProSound&Video_Contract_VendorSigned (15975 : 20-7786 Broadcast and audio/video mantenance, repair and Design 16.E.3.ePacket Pg. 2688Attachment: 20-7786 ProSound&Video_Contract_VendorSigned (15975 : 20-7786 Broadcast and audio/video mantenance, repair and Design 16.E.3.ePacket Pg. 2689Attachment: 20-7786 ProSound&Video_Contract_VendorSigned (15975 : 20-7786 Broadcast and audio/video mantenance, repair and Design 16.E.3.ePacket Pg. 2690Attachment: 20-7786 ProSound&Video_Contract_VendorSigned (15975 : 20-7786 Broadcast and audio/video mantenance, repair and Design 16.E.3.ePacket Pg. 2691Attachment: 20-7786 ProSound&Video_Contract_VendorSigned (15975 : 20-7786 Broadcast and audio/video mantenance, repair and Design 16.E.3.ePacket Pg. 2692Attachment: 20-7786 ProSound&Video_Contract_VendorSigned (15975 : 20-7786 Broadcast and audio/video mantenance, repair and Design 16.E.3.ePacket Pg. 2693Attachment: 20-7786 ProSound&Video_Contract_VendorSigned (15975 : 20-7786 Broadcast and audio/video mantenance, repair and Design 16.E.3.ePacket Pg. 2694Attachment: 20-7786 ProSound&Video_Contract_VendorSigned (15975 : 20-7786 Broadcast and audio/video mantenance, repair and Design 16.E.3.ePacket Pg. 2695Attachment: 20-7786 ProSound&Video_Contract_VendorSigned (15975 : 20-7786 Broadcast and audio/video mantenance, repair and Design 16.E.3.ePacket Pg. 2696Attachment: 20-7786 ProSound&Video_Contract_VendorSigned (15975 : 20-7786 Broadcast and audio/video mantenance, repair and Design 16.E.3.ePacket Pg. 2697Attachment: 20-7786 ProSound&Video_Contract_VendorSigned (15975 : 20-7786 Broadcast and audio/video mantenance, repair and Design 16.E.3.ePacket Pg. 2698Attachment: 20-7786 ProSound&Video_Contract_VendorSigned (15975 : 20-7786 Broadcast and audio/video mantenance, repair and Design 16.E.3.ePacket Pg. 2699Attachment: 20-7786 ProSound&Video_Contract_VendorSigned (15975 : 20-7786 Broadcast and audio/video mantenance, repair and Design 16.E.3.ePacket Pg. 2700Attachment: 20-7786 ProSound&Video_Contract_VendorSigned (15975 : 20-7786 Broadcast and audio/video mantenance, repair and Design 16.E.3.ePacket Pg. 2701Attachment: 20-7786 ProSound&Video_Contract_VendorSigned (15975 : 20-7786 Broadcast and audio/video mantenance, repair and Design 16.E.3.ePacket Pg. 2702Attachment: 20-7786 ProSound&Video_Contract_VendorSigned (15975 : 20-7786 Broadcast and audio/video mantenance, repair and Design COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS REQUEST FOR PROPOSAL (RFP) FOR BROADCAST AND AUDIO/VIDEO MAINTENANCE, REPAIR AND DESIGN SERVICES SOLICITATION NO.: 20-7786 SARAH HAMILTON, PROCUREMENT STRATEGIST PROCUREMENT SERVICES DIVISION 3295 TAMIAMI TRAIL EAST, BLDG C-2 NAPLES, FLORIDA 34112 TELEPHONE: (239) 252-8987 Sarah.Hamilton@colliercountyfl.gov (Email) This solicitation document is prepared in a Microsoft Word format (Rev 8/7/2017). Any alterations to this document made by the Vendor may be grounds for rejection of proposal, cancellation of any subsequent award, or any other legal remedies available to the Collier County Government. 16.E.3.f Packet Pg. 2703 Attachment: 20-7786 Solicitation (15975 : 20-7786 Broadcast and audio/video mantenance, repair and Design Services) 2 SOLICITATION PUBLIC NOTICE REQUEST FOR PROPOSAL (RFP) NUMBER: 20-7786 PROJECT TITLE: BROADCAST AND AUDIO/VIDEO MAINTENANCE, REPAIR AND DESIGN SERVICES PRE-PROPOSAL CONFERENCE: MONDAY, JANUARY 4, 2021 at 10:00 A.M. LOCATION: COLLIER COUNTY EMERGENCY SERVICES CENTER EMERGENCY OPERATIONS CENTER (EOC) 8075 LELY CULTURAL PKWY NAPLES, FL 34113 ADDITIONAL SITE LOCATIONS MAY FOLLOW, INCLUDING: COLLIER COUNTY GOVERNMENT CENTER 3299 TAMIAMI TRAIL EAST, BLDG. F NAPLES, FL 34112 DUE DATE: MONDAY, JANUARY 18, 2021 at 3:00 P.M. PLACE OF RFP OPENING: PROCUREMENT SERVICES DIVISION 3295 TAMIAMI TRAIL EAST, BLDG C-2 NAPLES, FL 34112 All proposals shall be submitted online via the Collier County Procurement Services Division Online Bidding System: https://www.bidsync.com/bidsync-cas/ INTRODUCTION As requested by the Communication & Customer Relations Division (hereinafter, the “Division or Department”), the Collier County Board of County Commissioners Procurement Services Division (hereinafter, “County”) has issued this Request for Proposal (hereinafter, “RFP”) with the intent of obtaining proposals from interested and qualified vendors in accordance with the terms, conditions and specifications stated or attached. The vendor, at a minimum, must achieve the requirements of the Specifications or Scope of Work stated. The results of this solicitation may be used by other County departments once awarded according to the Board of County Commissioners Procurement Ordinance. The purpose of this solicitation is to select a qualified proposer to provide support services for Crestron branded equipment and software, and other Audio/Video (A/V) equipment; along with related installation, training, and ongoing maintenance and repair services. The anticipated annual expenditure for these maintenance, support and repair services Countywide is $50,000. The County may also request design or redesign services for new equipment installations. BACKGROUND Collier County has numerous Crestron and A/V installations throughout its facilities. The Emergency Operations Center (EOC), which is the County command and control center during a declared emergency, has a significant installation of Crestron branded equipment. This equipment is used to support the A/V needs throughout the building. Additional Crestron locations include the Collier County Board Chambers and Collier Television broadcast center, among others. These locations all have a related broadcast television interface and A/V systems. In addition, there are multiple installations throughout the County of non-Crestron A/V equipment. These installations vary in makeup. The details of these installations can be found in Exhibit A. NOTE: Exhibit A is not an exhaustive list of the exact equipment needing support, but rather, illustrates the diversity of equipment and locations throughout the County. There may be other equipment not listed in Exhibit A that the County may ask the Vendor to service. TERM OF CONTRACT The contract term, if an award(s) is/are made is intended to be for three (3) years with two (2) one (1) year renewal options. Prices shall remain firm for the initial term of this contract. Surcharges will not be accepted in conjunction with this contract, and such charges should be incorporated into the pricing structure. 16.E.3.f Packet Pg. 2704 Attachment: 20-7786 Solicitation (15975 : 20-7786 Broadcast and audio/video mantenance, repair and Design Services) 3 The County Manager, or designee, may, at his discretion, extend the Agreement under all of the terms and conditions contained in this Agreement for up to one hundred eighty (180) days. The County Manager, or designee, shall give the Contractor written notice of the County's intention to extend the Agreement term not less than ten (10) days prior to the end of the Agreement term then in effect. All goods are FOB destination and must be suitably packed and prepared to secure the lowest transportation rates and to comply with all carrier regulations. Risk of loss of any goods sold hereunder shall transfer to the COUNTY at the time and place of delivery; provided that risk of loss prior to actual receipt of the goods by the COUNTY nonetheless remain with VENDOR. DETAILED SCOPE OF WORK All locations under the authority of the Collier County Board of County Commissioners are included in this scope. Other Collier County Constitutional Offices may use the resultant agreement if they so choose. Vendor proposals should include a section of 1) Scheduled Maintenance & Support Services for Crestron and related A/V equipment, a section for 2) On Demand Break-Fix Support and Consulting Services for Crestron and A/V equipment, whether related to a Crestron system or not. Support or consultations should be provided either through (depending on the nature of the issue) on-site visits or remotely via web interface or telephone, and a section for 3) Design Services for remodeling of current installations or new systems. Scope of Services is further outlined below: 1. Scheduled Maintenance & Support Services – Crestron and related (A/V) Equipment 1.1 Scheduled Maintenance Services: a. At a minimum of every six months, the Vendor shall perform an on-site review, check-up and system optimization, including installing any relevant software updates and patches, of all Automation (Crestron and AMX automation), A/V and Broadcast systems at the County EOC, Board of County Commissioners Boardroom and Collier Television broadcast center. One of these on-site checkups should be scheduled just prior to the beginning of the Hurricane season which begins on June 1st. During these scheduled check-ups the Vendor shall furnish and install at no additional charge, Automation related software updates and patches. Prior to any changes being made, the Vendor shall provide EOC and/or Communications (Collier Television) staff with a recommendations report and written estimate of work needed, including any parts or equipment required at that time. The County is under no obligation to follow through with Vendor recommended updates or equipment replacements. b. Although not planned at this time, the County may request the Vendor to provide additional scheduled maintenance, consulting and support at other County locations. 2. On Demand Break-Fix Support and Consulting Services – Automation, Broadcast and A/V Equipment 2.1 Troubleshooting and repair/replacement of Automation, Broadcast and A/V equipment as needed: a. The Vendor shall respond to break-fix incidents throughout the County. This includes, but is not limited to, the County EOC, Board of County Commissioners Boardroom and Collier Television broadcast center. The County also has additional A/V systems located in various library and museum locations as well as meeting and conference rooms in many County facilities. 2.2 Consultative Services: a. It is important to note that at the time of this RFP publication, that Automation, Broadcast and A/V support is known at the locations listed in Exhibit A. However, the County may expand the use of Automation and/or related A/V equipment to new or other locations within the County. In this circumstance the County may ask the Vendor to consult with its Architects or Project Designers to ensure future equipment installations can be maintained and supported in the same manner as being proposed by the Vendor. The Vendor may be requested to recommend Automation, A/V or Broadcast infrastructure solutions and installation of equipment; assist with the preparation of bid documents for procurement of new equipment; and respond to Requests for Information (RFIs) during the bidding process. b. The County may request on-site training of County staff in the proper use of any new equipment installations at any County locations, and the preparation of quick-reference operating guides of the County installations and common trouble-shooting steps to take before calling for service. 16.E.3.f Packet Pg. 2705 Attachment: 20-7786 Solicitation (15975 : 20-7786 Broadcast and audio/video mantenance, repair and Design Services) 4 2.3 Price Structure and Service Level Agreement (SLA): a. A vendor provided Help Desk function with corresponding service level agreement (SLA) is highly desirable but not required. A sample SLA is provided in section 2.4 below. If a Help Desk function is not proposed, the Vendor must at a minimum, provide 24/7 monitored phone numbers and e-mail addresses and/or the contact information of assigned on-call support personnel and their supervisor(s). b. The Vendor shall provide replacement parts and/or equipment during break-fix incidents. The following will apply: i. If the need for equipment repair or replacement becomes apparent, the vendor will provide a written estimate for the equipment repair or replacement. No repairs or replacements will be completed unless authorized in writing by Collier County. Whenever possible, repairs will be made during the vendor’s initial site visit. Vendor will be encouraged to carry a rolling stock inventory in their responding truck in as much as practical. ii. The cost of equipment, parts and materials shall be included in the Vendor’s estimate/proposal submitted to the County’s representative and should show cost in addition to any applicable % discount or % mark-up being applied for parts, materials and equipment being proposed. Copies of any referenced price list(s) shall be submitted with the Vendor’s estimate or proposal. Mark-ups shall not exceed 10%. iii. Vendor’s invoices must clearly align with the estimate/proposal approved by the County’s representative. Invoices shall be submitted including supporting documentation for any referenced price lists, and/or when any % discounts or % mark-ups are applicable. iv. Incidental materials/supplies and parts may be invoiced without referencing a price list at the discretion of the County’s representative, not to exceed $500 per incident. v. The Vendor shall provide their own tools, vehicles and consumables. These should be factored into the agreed upon labor rates. Travel expenses outside of Lee and Collier County shall be reimbursed at the rates used by Collier County for its employees as per Section 112.061 Fla. Stats. vi. The County reserves the right to purchase new or replacement equipment along with their corresponding installation services from other vendors. 2.4 SLA – Support and required response timeframes: Severity Definitions a. Low – System operation with minor issues. Suggested enhancements as mutually agreed upon. Typically scheduled and addressed at a future date. b. Medium – Minor system failure but existing workarounds or options available. c. High/Urgent - Complete or partial shutdown of system. Critical functionality unavailable. No known workaround. EXAMPLE SLA TABLE Severity Acknowledge Response Resolution Receipt Low 1 hour (NBH*) Call to ticket submitter 1 - 3 days or schedule Medium 1 hour (NBH*) 4 hours 24 hr. or 1 Business Day High 1 hour Onsite within 1 hour As quickly as possible *Denotes Normal Business Hours, which are Monday – Friday, 7:00 a.m. – 5:00 p.m. 2.5 Spare Parts Inventory: a. In order to achieve the highest levels of self-support during a declared emergency (when roads may be impassable and telecommunications may be down) the Vendor shall work with EOC staff, and CollierTV staff to review their Automation, Broadcast and A/V equipment installations to determine what, if any, spare parts should be kept in inventory at each location. 16.E.3.f Packet Pg. 2706 Attachment: 20-7786 Solicitation (15975 : 20-7786 Broadcast and audio/video mantenance, repair and Design Services) 5 3. Design Services From time to time the County may want to completely redesign current Automation, Broadcast or A/V systems or plan and design brand new installations at County facilities. The Vendor shall supply a proposal to design these systems when requested. Design should include specific items (manufacturer, model, etc.), plus installation and equipment costs. If the County decides to move ahead with the project once the proposal is submitted, the Vendor would work with the County to determine a project schedule and work would commence upon issuance of a Purchase Order for the project. The County does reserve the right to competitively bid any redesign or new design and installation project, if in the best interest of the County. The County also reserves the right to competitively bid individual pieces of equipment required for the job and request the Vendor to provide the design and installation services. The Collier County Information Technology (IT) Division will require a thorough vetting of any software/hardware via a Technical Architectural, Compatibility and Supportability Requirements Document (TACS) form and architectural diagram review for any projects generated for software and/or hardware updates and upgrades by the awarded vendor prior to project implementation. A copy of the current TACS form and IT requirements are attached for reference. 4. Background Checks and Security The Vendor, as well as Vendor’s employees or other representatives, including all sub-contractors at every tier (including vendors, repair persons and/or delivery individuals) who will have physical access to County facilities or locations related to security or public safety, shall be required to comply with the fingerprinting and background checks through a recommended outsourced vendor, at the Contractor’s expense. Once approved, the County will provide a badge with access to the designated areas. Collier County Sheriff’s Office requires separate fingerprinting prior to work being performed in any of their locations. This will be coordinated upon award of the contract. Court Administration may provide additional requirements to work in their area, including but not limited to, taking a computerized questionnaire. The Contractor shall ensure that unauthorized persons cannot gain access to rooms, areas, or buildings under the control of its personnel. At no time shall the Contractor violate building and/or room security by propping doors open and leaving them unattended, unless the County has provided its own security door monitor. All entrance and exit doors shall be secured at all times. REQUEST FOR PROPOSAL (RFP) PROCESS 1.1 The Proposers will submit a qualifications proposal which will be scored based on the criteria in Evaluation Criteria for Development of Shortlist, which will be the basis for short-listing firms. The Proposers will need to meet the minimum requirements outlined herein in order for their proposal to be evaluated and scored by the COUNTY. The COUNTY will then score and rank the firms and enter into negotiations with the top ranked firm to establish cost for the services needed. The COUNTY reserves the right to issue an invitation for oral presentations to obtain additional information after scoring and before the final ranking. With successful negotiations, a contract will be developed with the selected firm, based on the negotiated price and scope of services and submitted for approval by the Board of County Commissioners. 1.2 The COUNTY will use a Selection Committee in the Request for Proposal selection process. 1.3 The intent of the scoring of the proposal is for respondents to indicate their interest, relevant experience, financial capability, staffing and organizational structure. 1.4 The intent of the oral presentations, if deemed necessary, is to provide the vendors with a venue where they can conduct discussions with the Selection Committee to clarify questions and concerns before providing a final rank. 1.5 Based upon a review of these proposals, the COUNTY will rank the Proposers based on the discussion and clarifying questions on their approach and related criteria, and then negotiate in good faith an Agreement with the top ranked Proposer. 1.6 If, in the sole judgment of the COUNTY, a contract cannot be successfully negotiated with the top-ranked firm, negotiations with that firm will be formally terminated and negotiations shall begin with the firm ranked second. If a contract cannot be successfully negotiated with the firm ranked second, negotiations with that firm will be formally terminated and negotiations shall begin with the third ranked firm, and so on. The COUNTY reserves the right to negotiate any element of the proposals in the best interest of the COUNTY. RESPONSE FORMAT AND EVALUATION CRITERIA FOR DEVELOPMENT OF SHORTLIST: 1.7 For the development of a shortlist, this evaluation criterion will be utilized by the COUNTY’S Selection Committee to score each proposal. Proposers are encouraged to keep their submittals concise and to include a minimum of marketing materials. Proposals must address the following criteria: 16.E.3.f Packet Pg. 2707 Attachment: 20-7786 Solicitation (15975 : 20-7786 Broadcast and audio/video mantenance, repair and Design Services) 6 Evaluation Criteria Maximum Points 1. Cover Letter / Management Summary 5 Points 2. Certified Woman and/or Minority Business Enterprise 5 Points 3. Approach and Understanding 20 Points 4. Cost of Services to the County 20 Points 5. Experience and Capacity of the Firm 20 Points 6. Specialized Expertise of Team Members 20 Points 7. Local Vendor Preference 10 Points TOTAL POSSIBLE POINTS 100 Points Tie Breaker: In the event of a tie at final ranking, award shall be made to the proposer with the lower volume of work previously awarded. Volume of work shall be calculated based upon total dollars paid to the proposer in the twenty-four (24) months prior to the RFP submittal deadline. Payment information will be retrieved from the County’s financial system of record. The tie breaking procedure is only applied in the final ranking step of the selection process and is invoked by the Procurement Services Division Director or designee. In the event a tie still exists, selection will be determined based on random selection by the Procurement Services Director before at least three (3) witnesses. ---------------------------------------------------------------------------------------------------------------------------------------------------------- Each criterion and methodology for scoring is further described below. ***Proposals must be assembled, at minimum, in the order of the Evaluation Criteria listed or your proposal may be deemed non-responsive*** EVALUATION CRITERIA NO. 1: COVER LETTER/MANAGEMENT SUMMARY (5 Total Points Available) Provide a cover letter, signed by an authorized officer of the firm, indicating the underlying philosophy of the firm in providing the services stated herein. Include the name(s), telephone number(s) and email(s) of the authorized contact person(s) concerning proposal. Submission of a signed Proposal is Vendor's certification that the Vendor will accept any awards as a result of this RFP. EVALUATION CRITERIA NO. 2: CERTIFIED WOMAN AND/OR MINORITY BUSINESS ENTERPRISE (5 Total Points Available) Submit certification with the Florida Department of Management Service, Office of Supplier Diversity as a Certified Woman and/or Minority Business Enterprise. EVALUATION CRITERIA NO. 3: APPROACH AND UNDERSTANDING (20 Total Points Available) Scoring will be based on an assessment of the proposer's knowledge and understanding of the nature of the work as necessary to achieve successful outcomes. Provide a narrative of the proposer's understanding of the overall intent of this RFP as well as a detailed project approach, including the proposed strategy for providing the services requested. Anticipated resources, including staffing levels, technology and equipment should be provided. Identify any issues or concerns of significance that may be appropriate. Identify the location of the firm’s staff and indicate how they will ensure responsiveness to the County for upcoming projects. Additional points will be given up to the maximum allotted for this item for a superior understanding of the overall purpose of, and the County’s need for, this type of services. EVALUATION CRITERIA NO. 4: COST OF SERVICES TO THE COUNTY (20 Total Points Available) In this criterion, include but not limited to: • Provide the total costs associated with this scope of work. Compensation methods shall include hourly rates and detail all direct expense costs for all anticipated services. Compensation methods shall also include rates for replacement parts and/or equipment, including detail on any price lists or State Contract utilized. • Provide proposed Service Level Agreement (SLA) and associated costs in accordance with the scope of services stated in this RFP. Initial pricing is for evaluation purposes and are subject to change during negotiations with the selected vendor. 16.E.3.f Packet Pg. 2708 Attachment: 20-7786 Solicitation (15975 : 20-7786 Broadcast and audio/video mantenance, repair and Design Services) 7 EVALUATION CRITERIA NO. 5: EXPERIENCE AND CAPACITY OF THE FIRM (20 Total Points Available) In this criterion, include but not limited to: • Provide information that documents your firm’s and subcontractors’ qualifications to produce the required deliverables, including abilities, capacity, skill, and financial strength, and number of years of experience in providing the required services. • Provide details on experience with Crestron equipment. • Describe the various team members’ successful experience in working with one another on previous projects. • Identify any other government agencies that your firm has successfully worked with within the State of Florida in the last 2 years. The County requests that the vendor submits no fewer than three (3) and no more than ten (10) completed reference forms from clients (during the last 5 years) whose projects are of a similar nature to this solicitation as a part of their proposal. Provide information on the projects completed by the vendor that best represent projects of similar size, scope and complexity of the requested services in this RFP using form provided in Form 5. Vendors may include two (2) additional pages for each project to illustrate aspects of the completed project that provides the information to assess the experience of the Proposer on relevant project work. EVALUATION CRITERIA NO. 6: SPECIALIZED EXPERTISE OF TEAM MEMBERS (20 Total Points Available) In this tab, include but not limited to: • Description of the proposed contract team and the role to be played by each member of the team. • The engineers on staff should have a minimum of five (5) years relevant experience and the system design engineers should have a minimum of seven (7) years relevant experience. • Attach brief resumes of all proposed project team members who will be involved in the management of the total package of services, as well as the delivery of specific services. • Attach resumes of any sub-vendors and attach letters of intent from stated sub-vendors must be included with proposal submission. • Attach copies of licenses and certifications that may be required to perform these services, including but not limited to: ES License (Limited Energy Specialty Contractor), Mac OSX certification, Media Matrix Certification, Crestron Certification, Extron Certification, AMX Certification, Wire CAD Certification, Aurora MultiMedia Certification, and Broadcast Pix Certification. EVALUATION CRITERIA NO. 7: LOCAL VENDOR PREFERENCE (10 Total Points Available) Local business is defined as the vendor having a current Business Tax Receipt issued by the Collier or Lee County Tax Collector prior to proposal submission to do business within Collier County, and that identifies the business with a permanent physical business address located within the limits of Collier or Lee County from which the vendor’s staff operates and performs business in an area zoned for the conduct of such business. VENDOR CHECKLIST ***Vendor should check off each of the following items as the necessary action is completed (please see, Vendor Check List)**** 16.E.3.f Packet Pg. 2709 Attachment: 20-7786 Solicitation (15975 : 20-7786 Broadcast and audio/video mantenance, repair and Design Services) 8 Exhibit A – Locations and Equipment Admin Building F (3299 Tamiami Trail East) Television Control Room and Broadcast Center Boardroom Portable PA system and Production switching equipment is stored at this facility Collier Museum (3331 Tamiami Trail East) PA system in the lecture hall South County Regional Library (8065 Lely Cultural Parkway) PA System and computer projector in the main meeting room Headquarters Library (2385 Orange Blossom Dr.) PA system in the Theater Emergency Services Center (8075 Lely Cultural Parkway) Emergency Operations Center Media Room (there is new A/V equipment being installed in the EMS training rooms, which is under a separate support/service agreement) 16.E.3.f Packet Pg. 2710 Attachment: 20-7786 Solicitation (15975 : 20-7786 Broadcast and audio/video mantenance, repair and Design Services)