Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Sharp Business Systems Group I Copiers
,z MIAMI-BEACH , e Cz� ,J CITY OF MIAMI BEACH CERTIFICATION OF CONTRACT TITLE: Leasing of Copiers and Production Printing Systems , CONTRACT NO.: 1 -11/12 EFFECTIVE DATE(S): This Contract shall remain in effect for five (5) years from date of Contract execution by the Mayor and City Clerk, and may be renewed, at the sole discretion of the City, through its City Manager, ,for additional one (1) year terms. SUPERSEDES: 46 -06/07 CONTRACTOR(S): Sharp Business Systems (Group I — Copiers) ESTIMATED ANNUAL CONTRACT AMOUNT: $125,150 A. AUTHORITY - Upon affirmative action taken by the Mayor and City Commission of the City of Miami Beach, Florida, on April 11, 2012, for approval to award a contract, upon execution between the City of Miami Beach, Florida, and Contractor. B. EFFECT - This Contract is entered into to provide leasing of production printing systems for the Central Services Department, pursuant to City Invitation to Bid No. 1- 11/12 and any addenda thereto (the ITB), and Contractor's bid in response thereto (this Contract, the ITB, and Contractor's bid in response thereto may hereinafter collectively be referred to as the "Contract Documents "). C. ORDERING 'INSTRUCTIONS - All blanket purchase orders shall be' issued - in accordance withithe City of Miami Beach Procurement Division policies and procedures, at the prices indicated, exclusive of all Federal, State and local taxes. All blanket purchase orders shall show the City of Miami Beach Contract Number 1- 11/12. D.. CONTRACTOR PERFORMANCE - City of Miami Beach departments shall report any failure of Contractor's performance (or failure to perform) according to the requirements of the Contract Documents to Maria Estevez, City of Miami Beach Assistant Procurement Division, 305- 673 -7490. E. INSURANCE CERTIFICATE(S) - The Contractor shall file Insurance Certificates, as required, which must be signed by a Registered Insurance Agent licensed in the State of Florida, and approved by the City of Miami Beach Risk Manager, prior to delivery of supplies and /or commencement of any services /work by Contractor. F. ASSIGNMENT AND PERFORMANCE - Neither this Contract nor any interest herein shall be assigned, transferred, or encumbered by Contractor without the prior written consent of the City. In addition, Contractor shall not subcontract delivery of supplies, or any portion of work and /or services required by the Contract Documents without the prior written consent of the City. C'N "K 'Y C-� ", -1 1 Certification of Contract Contractor warrants and represents that all persons providing /performing any 'supplies, work, and /or.,services required by the Contract Documents have the knowledge and skills, either by training, experience, education, or a combination thereof, to adequately and competently provide /perform same, or services to City's satisfaction, for the agreed compensation. Contractor shall provide /perform the supplies, work, and /or services required under the Contract Documents in' a skillful and respectable manner. The quality of the'Contractor's performance and all interim and final product(s) and /or work, provided to or on behalf of City shall be comparable to the best local and national standards. G. SERVICE EXCELLENCE STANDARDS — .Excellent. Customer Service is the standard of the City of Miami Beach. As a Contractor of the City, Contractor will be required to conduct itself in a professional, courteous and ethical manner, and at all times adhere to the City's Service Excellence standards. Training will -be provided by the City's Organizational Development and Training Specialist, H -. PUBLIC ENTITY CRIMES In accordance with the Public Crimes Act, Section 287.133, Florida Statutes, a person or affiliate who is a contractor, consultant or other provider, who has been placed on the convicted vendor list following a conviction for, a public . entity crime may not submit a bid on a contract to provide any goods or services 10 the City, may not submit a bid on a contract with the City for the construction or repair of a public building'or public work, may not submit bids on leases of real property to the City., may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with the City, and may not transact any business with the City in excess of the threshold amount - provided in Section 287.017, Florida Statutes, for category two purchases fora period of 36 months from the date of being .placed on the convicted vendor list. 'Violation of this section by Contractor shall result'in cancellation of the Contract and may result in Contractor debarment. - I. INDEPENDENT CONTRACTOR Contractor is an independent contractor under this Contract. . Supplies, . work, and /or ser provided by Contractor pursuant to the Contract Documents shall be subject to the supervision of Contractor. In providing such :supplies, work, and/or services, neither Contractor nor its agents shall act as officers, I employees, or agents .of the City. This Contract shall not constitute or make the parties 1 a partnership or-joint venture. J. THIRD PARTY BENEFICIARIES - Neither Contractor nor City intends to directly or substantially benefit a third party by this Contract and /or the Contract Documents. Therefore, the parties agree that there are no third party beneficiaries to this Contract and that no third party shall be entitled to assert .a claim against either of them based upon this Contract and /or the Contract.Documepts. The parties expressly acknowledge that it is not .their intent to create any rights -or obligations in any third person or entity under this . Contract and /or the .Contract Documents. 2 Certification of Contract K. NOTICES - Whenever either party desires to give notice to the other, such notice must, be in writing, sent by certified United States Mail, postage prepaid, return receipt requested, or by hand - delivery with a request for a written receipt of acknowledgment of delivery, addressed to the party for whom it is intended at the place last specified. The place for giving notice shall remain the same as set forth herein until changed in writing in the manner provided in this section. For the present, the parties designate the following: For City Raul J. Aquila, Chief Deputy City Attorney City of Miami Beach For Procurement Division 1700 Convention Center Drive Miami Beach, Florida 33139 With copies to: Maria Estevez, Assistant Procurement Director City of Miami Beach Procurement Division 1700 Convention Center Drive Miami Beach, Florida 33139 For. Contractor Sharp Business Systems 14791 Oak Lane Miami Lakes, FL 33016 Attn: Debi Perez, Senior Account Manager Phone: 305 - 779 -6355 Fax: 305 - 779 -1298 E -mail: perezde(aD_sharpusa.com L. MATERIALITY AND WAIVER OF BREACH - City and Contractor agree that each requirement, duty, and obligation set forth in the Contract Documents is substantial and important to the formation of this Contract and, therefore, is a material term hereof. City's failure to enforce any provision of the Contract Documents shall not be deemed a waiver of such provision or modification of - this Contract. A waiver of any breach of a provision of this Contract shall not be deemed a waiver of any subsequent breach and shall not be construed to be a modification of the terms of this Contract. M. SEVERANCE - In the event a portion of this Contract and /or the Contract Documents is found by ,a court of competent jurisdiction to be invalid, the remaining provisions shall continue to be effective unless City or, Contractor elects to terminate this Contract. An election to terminate this Contract based upon this provision shall be made within seven (7) days after the finding by the court becomes final. i I 3 Certification of Contract N. APPLICABLE LAW AND VENUE - This Contract and /or the Contract Documents shall be enforceable in Miami -Dade County, Florida, and if legal action is necessary by either party with respect to the enforcement of any or all of the terms or conditions herein exclusive venue for the enforcement of same shall lie in Miami -Dade County, Florida. By entering into this Contract, Contractor and City hereby expressly waive any rights either party may have to a trial by jury of any civil litigation related to, or arising out of the Contract and /or the Contract Documents. Contractor, shall specifically bind all subcontractors to the provisions of this Contract and the Contract Documents. O. AMENDMENTS - No modification, amendment, or alteration in the terms or conditions contained herein, or in the Contract Documents, shall be effective unless contained in a written document prepared with the same or similar formality as this Contract and executed by the City and Contractor. P. This Contract shall not be effective until all bonds and insurance(s) required under the Contract Documents have been submitted to, and approved by, the City's Risk Manager. Q. The ITB and Contractor's bid in response thereto, are attached to this Contract and are hereby adopted by reference and incorporated herein as if fully set forth in this Contract. Accordingly, Contractor agrees to abide by and be bound by any and all of the documents incorporated by the Contract Documents. Where there is a conflict between any .provision set forth within (i) this Contract; (ii) the ITB; and /or (iii) Contractor's bid in response thereto, the more stringent provision (as enforced by the City) shall prevail. 4 Certification of Contract IN WITNESS WHEREOF the City�nd Contractor h ve caused this Certification of Contract to be signed and attested on this day of h'7 2012, by their respective duly authorized representatives. CONTRACTOR CITY OF MIAMI BEACH By � B President/ Signature Mayor Print Name Date • I �� • rp l ;a— .Date ATTEST: ATTEST: Secretary/ Si nature City Clerk It k ondez s/3 /Zaiti Print Name Date 4- -18- Qaw ISA,NDRA HERNANDEZ Notary Public - State of Florida My Comm. Expires Feb 24, 2014 Commission # DD 965308 FAPURC\$ALL\MARTA\Bids\1 1-1 2\Copiers\Contracts\Certification of Contract Sharp:doc APPROVED AS TO FORM & LANGUAGE & FOR EXECUTION 5 j� /Z me ate a I _ 5 I Aco ,0121/ 2011 ® CERTIFICATE OF LIABILITY INSURANCE DATE /YYYY) THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS I'�ERTIFICATE 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 CONTACT Marsh USA Inc. NAME: PHONE FAX Japan Client Services N AIC No): 1166 Avenue of the Americas, 36th Floor E-MAIL New York, NY 10036 ADDRESS: Attn: Charles Wong 212 345 - 7058 INSURERS AFFORDING COVERAGE NAIC # 104641 -- gauwx -11 -12 INSURER A: Sompo Japan Insurance Co. Of America 11126 INSURED INSURER B : Mitsui Sumitomo Insurance USA Inc 22551 Sharp Electronics Corporation Sharp Plaza - INSURER C : - Mahwah, NJ 07430 -2135 INSURER D INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: NYC - 006289360 -01 REVISION NUMBER:2 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 - TYPE OF INSURANCE - ADDL SUBR - POLICY NUMBER MM /DDM(YY MM DDYIYYYY LIMITS LTR A GENERAL LIABILITY GDL40002CO 10/01/2011 10/01/2012 EACH OCCURRENCE $ 1,000,000 X DAMAGE TO RENTED - 50,000 COMMERCIAL GENERAL LIABILITY PREMISES Ea occurrence $ CLAIMS -MADE M OCCUR MED EXP (Any one person) $ 5,000 PERSONAL &ADV INJURY $ 1,000,000 GENERAL AGGREGATE $ 1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: /f `� PRODUCTS - COMP /OP AGG $ 3,000,000 JECT POLICY PRO LOC $ l AUTOMOBILE LIABILITY ASN1004200 10/01/2011 10/0112012 COMBINED SINGLE LIMIT 1,000,000 _ Ea accident X ANY AUTO BODILY INJURY (Per person) $ ' ALL OWNED SCHEDULED BODILY INJURY (Per accident) $ AUTOS AUTOS NON -OWNED ROPERTYt D AMAGE $ HIRED AUTOS AUTOS _ Comp /Coll Deductible $ 500 UMBRELLA LIAB OCCUR - EACH OCCURRENCE $ EXCESS LIAB H CLAIMS-MADE AGGREGATE $ DED I I RETENTION $ - $ B WORKERS COMPENSATION _ WCP8530020 (AOS) 06/01/2011 06/01/2012 X 1 WC STATU -- 0TH- _ CRY L" T B AND EMPLOYERS' LIABILITY WCP 9110029 (CT) 06/01/2011 06/01/2012 1,000,000 ANY PROPRIETOR/PARTNER /EXECUTIVE E.L. EACH ACCIDENT $ D? N OFFICER/MEMBER EXCLUDE NIA ' (Mandatory in NH) _ E.L. DISEASE -EA EMPLOYEE $ 1,000,000 If yes, describe under 1,000,000 DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT $ DESCRIPTION OF OPERATIONS I LOCATIONS /.VEHICLES (Attach ACORD 101, Additional Remarks Schedule, If more space is required) Bid No. 1- 11/12. Leasing of copiers and production printing systems. City of Miami Beach is included as additional insured (except workers compensation) where required by written contract. CERTIFICATE HOLDER CANCELLATION I City of Miami Beach SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE ' 1700 Convention Center Drive THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Miami Beach, FL 33139 ACCORDANCE WITH THE POLICY PROVISIONS. t AUTHORIZED REPRESENTATIVE of Marsh USA Inc. i I Charles Wong ©1988- 2010 ACORD CORPORATION. All rights reserved. ACORD .25 (2010105) The ACORD name and logo are registered marks of ACORD I I I Bid No. 1 -11/12 LEASING OF COPIERS AND PRODUCTION PRINTING SYSTEMS BID # 1- 11/12 Bid Proposal Page 1 of 8 COMPANY NAME: Sharp Business Systems GROUP 1. MFP COPIERS (CITYWIDE) A. (20 ppm)/ 1,000 -5,000 MONTHLY VOLUME YEAR: 2009 MAKE: Sharp MODEL: MX -M260 FEATURES: SPECIFY COPY SPEED: 26ppm .PRINT FROM NETWORK: Standard SCAN TO EMAIL (state formats): TIFF, PDF NUMBER OF DRAWERS AND PAPER CAPACITY: 3 / 1,600 FINISHER CAPACITY & NUMBER OF TRAYS: 500 / 1 (Job Separator Tray) DOCUMENT FEEDER CAPACITY: 100 RAM /HARD DRIVE: 32MB up to 1,056 / NA ENGINE RESOLUTION DPI: 600 dpi, 1200 x 600 dpi (enhanced) PRINT DRIVER LANGUAGES: PCL6 /PCL5e ECO FRIENDLY: EnergyStar Compliant PORTAL TO ACCESS USAGE REPORTS: RemoteFleet FEATURES AS A SEPARATE LINE ITEM: STAPLER: $ 7.43 per Month COST: 5 YEAR LEASE COST PER MONTH: $ 57.52 Page 51 Bid No. 1 -11/12 LEASING OF COPIERS AND PRODUCTION PRINTING SYSTEMS BID # 1 -11/12 Bid Proposal Page 2 of 8 COMPANY NAME: Sharp Business Systems GROUP I. MFP COPIERS (CITYWIDE) B. (30 ppm)l 5,000 - 10,000 MONTHLY VOLUME YEAR: 2009 MAKE: Sharp MODEL: MX -M310 FEATURES: SPECIFY COPY SPEED: 31 ppm PRINT FROM NETWORK: Standard SCAN TO EMAIL (state formats): TIFF, PDF NUMBER OF DRAWERS AND PAPER CAPACITY: 3 / 1,600 FINISHER CAPACITY & NUMBER OF TRAYS: 500 /1 (Job Separator Tray) DOCUMENT FEEDER CAPACITY: 100 RAM /HARD DRIVE: 32MB up to 1,056 / NA ENGINE RESOLUTION DPI: 600 dpi, 1200 600 dpi (enhanced) PRINT DRIVER LANGUAGES: PCL6 /PCL5e ECO FRIENDLY: EnergyStar Compliant PORTAL TO ACCESS USAGE REPORTS: Remote FEATURES AS A SEPARATE LINE ITEM: FAX: $ 7.18 per Month COST: 5 YEAR LEASE COST PER MONTH: $ 67.59 Page 52 Bid No. 1 -11/12 LEASING OF COPIERS AND PRODUCTION PRINTING SYSTEMS BID # 1 -11/12 Bid Proposal'Page 3 of 8 COMPANY NAME: Sharp Business Systems GROUP I. MFP COPIERS. (CITYWIDE) C (45 ppm)/ 10,000-15,000 MONTHLY VOLUME YEAR: 2009 MAKE: Sharp MODEL: MX -M453 FEATURES: SPECIFY COPY SPEED: 45ppm PRINT FROM NETWORK: Standard SCAN TO EMAIL (state formats): TIFF, PDF, Encrypted PDF, XPS. Color: Grayscale, Color TIFF, JPG, PDF, Encrypted PDF, High Compression PDF, XPS NUMBER'OF DRAWERS AND PAPER CAPACITY: 3 / 1,600 FINISHER CAPACITY & NUMBER OF TRAYS: 500 (Inner Finisher) DOCUMENT FEEDER CAPACITY: 100 RAM /HARD DRIVE: 640MB / 80 GB ENGINE RESOLUTION DPI: 1200 X 1200 dpi PRINT DRIVER LANGUAGES: PCL6 /PCL5e ECO FRIENDLY: EnergyStar Compliant PORTAL TO ACCESS USAGE REPORTS: RemoteFleet FEATURES.AS A SEPARATE LINE ITEM: FAX: $ 6.02 per Month COST: 5 YEAR LEASE COST PER MONTH: $ 141.30 Page 53 Bid No. 1 -11/12 LEASING OF COPIERS AND PRODUCTION PRINTING SYSTEMS BID # 1 -11/12 Bid Proposal Page 4 of 8 COMPANY NAME: Sharp Business Systems GROUP I. MFP COPIERS (CITYWIDE) D (55 ppm)/ 20,000-30,000 MONTHLY VOLUME — .YEAR: 2009 MAKE: Sharp MODEL: MX -M503 FEATURES: SPECIFY COPY SPEED: 50ppm PRINT FROM NETWORK: Standard SCAN TO EMAIL (state formats): TIFF, PDF, Encrypted PDF, XPS. Color: Grayscale, Color TIFF, JPG, PDF, Encrypted PDF, High Compression PDF, XPS NUMBER OF DRAWERS AND PAPER CAPACITY: 3 /1,600 FINISHER CAPACITY & NUMBER OF TRAYS: 500 (Inner Finisher) DOCUMENT FEEDER CAPACITY: 100 RAM /HARD DRIVE: 640MB 180 GB ENGINE RESOLUTION DPI: 1200 X 1200 dpi PRINT DRIVER LANGUAGES: PCL6 /PCL5e ECO FRIENDLY: EnergyStar Compliant PORTAL TO ACCESS USAGE REPORTS: RemoteFleet FEATURES AS A SEPARATE LINE ITEM: FAX: $ 6.02 per Month COST: 5 YEAR LEASE COST PER MONTH: $ 153.52 Page 54 Bid No. 1 -11/12 LEASING OF COPIERS AND PRODUCTION PRINTING SYSTEMS BID # 1 -11/12 Bid Proposal Page 5 of 8 COMPANY NAME: Sharp Business Systems GROUP I. MFP COPIERS (CITYWIDE) E (30 ppm)I 10,000 MONTHLY VOLUME (3,000 -5,000 B&W/ 5,000 -7,000 Color YEAR: 2011 MAKE: Sharp MODEL: MX -311ON FEATURES: SPECIFY COPY SPEED: 31 ppm PRINT FROM NETWORK: Standard SCAN RESOLUTION: 600 dpi WARM UP TIME: 20 seconds or less CPU: Up to 1250 MHz Multi Processor Design DOCUMENT FEEDER CAPACITY: 100 Sheets RAM /HARD DRIVE: 2G copy /scan 1G printer/ 160GB HD ENGINE RESOLUTION DPI: 1200 X 1200 dpi SUPPORTED PRINT DRIVER LANGUAGES: PCL6 /PCL5c FINISHER: Saddle- Stitch capacity = 500 STAPLING CAPACITY: 50 sheets (letter /statement) 25 sheets (legal, ledger) DUPLEXING: Standard automatic duplex copying and printing. ECO FRIENDLY: EnergyStar Compliant PORTAL TO ACCESS USAGE REPORTS RemoteFleet FEATURES AS A SEPARATE LINE ITEM: FAX: $ 6.02 per Month ' COST: 5 YEAR LEASE COST PER MONTH: $ 464.94 Page 55 Bid No. 1- 11/12 LEASING OF COPIERS AND PRODUCTION PRINTING SYSTEMS BID # 1- 11/12 ALTERNATE BID PROPOSAL . Page 3 COMPANY NAME: Sharp Business Systems GROUP I. MFP COPIERS (CITYWIDE)(Contd.) C. (45 ppm)110,000- 15,000 MONTHLY VOLUME: YEAR: 2009 MAKE: Sharp MODEL: MX -6401 FEATURES: SPECIFY COPY SPEED: 40ppm PRINT FROM NETWORK: Standard SCAN TO EMAIL (state formats): TIFF, PDF, Encrypted PDF, XPS. Color: Grayscale, Color TIFF, JPEG, PDF, Encrypted PDF, XPS NUMBER OF DRAWERS AND PAPER CAPACITY: 4/ 2,100 FINISHER CAPACITY & NUMBER OF TRAYS: 280 (Inner Finisher) DOCUMENT FEEDER CAPACITY: 50 RAM /HARD DRIVE: 512 MB 180 GB ENGINE RESOLUTION DPI: 1200, 600 dpi PRINT DRIVER LANGUAGES: PCL6 /PCL5e ECO FRIENDLY: EnergyStar Compliant PORTAL TO ACCESS USAGE REPORTS: RemoteFleet FEATURES AS A SEPARATE LINE ITEM: - FAX - $ 3.44 per Month COST: 5 YEAR LEASE COST PER MONTH: $ 126.90 Page 56 LEASING OF COPIERS AND PRODUCTION PRINTING SYSTEMS aid No. 1 -11/12 BID # 1 -11/12 ALTERNATE BID PROPOSAL Page 4 COMPANY NAME: Sharp Business Systems GROUP I. MFP COPIERS (CITYWIDE)(Contd.) C. (55 ppm)/ 20,000- 30,000 MONTHLY VOLUME: YEAR: 2010 MAKE: Sharp MODEL: MX -M623 FEATURES: SPECIFY COPY SPEED: 62ppm PRINT FROM NETWORK: Standard SCAN TO EMAIL (state formats): TIFF, PDF, Encrypted PDF, XPS. Color: Grayscale, Color TIFF, JPG, PDF, Encrypted PDF,Compact PDF, XPS NUMBER OF DRAWERS AND PAPER CAPACITY: 3 / 2,100 FINISHER CAPACITY & NUMBER OF TRAYS: 280 (Inner Finisher) DOCUMENT FEEDER CAPACITY: 150 RAM /HARD DRIVE: 512 MB / 80 GB ENGINE RESOLUTION DPI: 600 dpi x 600 dpi , PRINT DRIVER LANGUAGES: PCL6 /PCL5e ECO FRIENDLY: EnergyStar Compliant PORTAL TO ACCESS USAGE R RemoteFleet FEATURES AS A SEPARATE LINE ITEM: FAX: $ 6.02 per Month COST: 5 YEAR LEASE COST PER MONTH: $ 207:09 Page 57 LEASING OF COPIERS AND PRODUCTION PRINTING SYSTEMS Bid No. -11/12 BID # 1- 11/12 Bid Proposal Page 8 of 8 COMPANY NAME: Sharp Business Systems PAYMENT TERMS: NET 30. If other, specify here ANY LETTERS, ATTACHMENTS, OR ADDITIONAL INFORMATION TO BE CONSIDERED PART OF THE BID MUST BE SUBMITTED IN DUPLICATE. SUBMITTED BY: Debi Perez COMPANY NAME: Sharp Business System SIGNED:. . (I certify that I am authorized to execute this proposal and commit the bidding firm) Bidders must acknowledge receipt of addendum (if applicable). Addendum No. 1: 11 -1 -2011 Addendum No. 2: Addendum No. 3: Addendum No. 4: 11-23-2011 NAME/TITLE(Print): Debi Perez 1 Senior Account Manager ADDRESS: 14791 Oak Lane CITY /STATE: Miami Lakes, Fl. ZIP: 33016 TELEPHONE NO: 305- 779 -6355 FACSIMILE NO: 305 - 779 -1298 E -MAIL: perezde @sharpusa.com Page 58