03.11.2014 Views

008-HH11 - Dadeschools.net - Miami-Dade County Public Schools

008-HH11 - Dadeschools.net - Miami-Dade County Public Schools

008-HH11 - Dadeschools.net - Miami-Dade County Public Schools

SHOW MORE
SHOW LESS

You also want an ePaper? Increase the reach of your titles

YUMPU automatically turns print PDFs into web optimized ePapers that Google loves.

THE SCHOOL BOARD OF MIAMI-DADE COUNTY, FLORIDA<br />

SCHOOL BOARD ADMINISTRATION BUILDING<br />

1450 Northeast Second Avenue<br />

<strong>Miami</strong>, FL 33132<br />

BIDDER QUALIFICATION FORM<br />

BID NO.<br />

BID TITLE<br />

Direct all inquiries to Procurement Management<br />

Services.<br />

BUYER NAME:<br />

E-MAIL ADDRESS:<br />

PHONE: (305)<br />

FAX NUMBER:<br />

TDD PHONE: (305) 995-2400<br />

Bids will be accepted until 2:00 PM on _________________________ in room 351, School Board Administration Building, 1450 NE 2nd<br />

Avenue, <strong>Miami</strong>, FL 33132, at which time they will be publicly opened. Bids may not be withdrawn for ________ days after opening.<br />

(Refer to Instructions to Bidders, para. IV.B.)<br />

The submission of the bid by the vendor, acceptance and award of the bid by The School Board of <strong>Miami</strong>-<strong>Dade</strong> <strong>County</strong>, Florida, and<br />

subsequent purchase orders issued against said award shall constitute a binding, enforceable contract. Unless otherwise stipulated in the<br />

bid documents, no other contract documents shall be issued.<br />

I.<br />

II.<br />

BIDDER CERTIFICATION AND IDENTIFICATION<br />

A. I certify that this bid is made without prior understanding, agreement, or connection with any corporation, firm, or person<br />

submitting a bid for the same materials, supplies, or equipment, and is in all respects fair and without collusion or fraud. I<br />

agree to abide by all conditions of this bid; and I certify that I am authorized to sign this bid for the bidder.<br />

B. Vendor certifies that it satisfies all necessary legal requirements as an entity to do business with The School Board of<br />

<strong>Miami</strong>-<strong>Dade</strong> <strong>County</strong>, Florida.<br />

C. I certify agreement with the School Board of <strong>Miami</strong>-<strong>Dade</strong> <strong>County</strong> Business Code of Ethics, and agree to comply with this<br />

Code and all applicable School Board contracting and procurement policies and procedures. (School Board Rule 6Gx13-<br />

3F-1.025)<br />

INDEMNIFICATION<br />

The Bidder shall hold harmless, indemnify and defend the indemnities (as hereinafter defined) against any claim, action, loss,<br />

damage, injury, liability, cost or expense of whatsoever kind or nature including, but not by way of limitation, attorney's fees and<br />

court costs arising out of bodily injury to persons, including death, or damage to tangible property arising out of or incidental to<br />

the performance of this contract (including goods and services provided thereto) by or on behalf of the Bidder, whether or not<br />

due to or caused in part by the negligence or other culpability of the indemnity, excluding only the sole negligence or culpability<br />

of the indemnity. The following shall be deemed to be indemnities: The School Board of <strong>Miami</strong>-<strong>Dade</strong> <strong>County</strong>, Florida, its<br />

members, officers and employees.<br />

III. PERFORMANCE SECURITY, is required on this bid. YES NO<br />

Refer to INSTRUCTIONS TO BIDDERS, para. VII./IF PERFORMANCE SECURITY IS REQUIRED, PLEASE INDICATE THE<br />

TYPE TO BE FURNISHED:<br />

Performance Bond<br />

Check (Cashier's, Certified, or equal)<br />

An original, manual signature is required on the Bidder Qualification Form.<br />

(Bidder is requested to use blue ink, do not use pencil)<br />

Legal Name of Vendor<br />

Mailing Address<br />

City<br />

Telephone No.<br />

E-mail Address<br />

By: Signature (Original)<br />

Of Authorized Representative<br />

Name (Typed or Printed)<br />

Of Authorized Representative<br />

State<br />

Fax No.<br />

Zip Code<br />

Date<br />

Date<br />

FM-3191 Rev. (08-07)


DISCLOSURE OF EMPLOYMENT OF FORMER SCHOOL BOARD EMPLOYEES<br />

Pursuant to School Board Rule 6Gx13- 3F-1.025, which may be accessed at<br />

http://www2.dadeschools.<strong>net</strong>/schoolboard/rules all bidders, proposers, consultants, and contractors are required<br />

to disclose the names of any of their employees who serve as agents or principals for the bidder, proposer or<br />

contractor, and who within the last two years, have been or are employees of the School Board. Such<br />

disclosures will be in accordance with current School Board rules, but will include, at a minimum, the name of<br />

the former School Board employee, a list of the positions the employee held in the last two years of his or her<br />

employment with the School Board, and the dates the employee held those positions.<br />

NAME LIST OF POSITIONS DATES EMPLOYEE HELD POSITION<br />

FM-3191 Rev. (08-07)


FROM:<br />

AFFIX<br />

POSTAGE<br />

HERE<br />

THE SCHOOL BOARD OF MIAMI-DADE COUNTY, FLORIDA<br />

PROCUREMENT MANAGEMENT SERVICES<br />

ROOM NO. 352 BID BOX<br />

1450 N.E. 2 ND AVENUE<br />

MIAMI, FLORIDA 33132<br />

BID NO.:<br />

BID TITLE:<br />

BID OPENING DATE:


THE SCHOOL BOARD OF MIAMI-DADE COUNTY, FLORIDA<br />

Procurement Management Services<br />

NOTICE OF PROSPECTIVE BIDDERS<br />

NO BID<br />

If not submitting a bid at this time, for informational purpose only, detach this sheet from the<br />

bid documents, complete the information requested, fold as indicated, staple, affix postage<br />

and return address, and mail. NO ENVELOPE IS NECESSARY.<br />

NO BID SUBMITTED FOR REASON(S) CHECKED AND/OR INDICATED:<br />

Our company does not handle this type of product/service.<br />

We cannot meet the specifications nor provide an alternate equal product.<br />

Our company is simply not interested in bidding at this time.<br />

OTHER, (Please specify)<br />

We do not want to be retained on your mailing list for future bids for this type<br />

or product and/or service.<br />

Signature<br />

Title<br />

Company<br />

NOTE:<br />

Failure to respond, either by submitting a bid or this completed form, may result in<br />

your company being removed from the School Board’s bid list. To qualify as a<br />

respondent to the bid, vendor must submit a NO BID.


Vendor Information Sheet<br />

1A.<br />

Or<br />

1B.<br />

Federal Employer Identification Number<br />

Owner's Social Security Number<br />

Name of Firm, Individual(s), Partners or Corporation<br />

Street Address<br />

2. Telephone/Fax/Contact Person<br />

Telephone number<br />

Fax number<br />

__________________________________________<br />

Contact Person<br />

City State Zip Code<br />

E-mail address<br />

3. Ownership Disclosure<br />

If the contract or business transaction is with a corporation, partnership, sole proprietorship,or joint venture, the full legal name<br />

and business address shall be provided for the chief officer, director, or owner who holds, directly or indirectly the majority of the<br />

stock or ownership. If the contract or business transaction is with a trust, the full legal name and address shall be provided for<br />

each trustee and each beneficiary. Post Office addresses are not acceptable.<br />

Name<br />

Title<br />

Address<br />

Gender<br />

Raceethnicity<br />

Stock Ownership<br />

NOTE: The information provided by the vendor on this form should be consistent with that provided on the "Vendor's<br />

Application". All vendors must have a current vendor's application on file with M-DCPS, and have provided information and/or be<br />

familiar with M-DCPS' policy regarding the following: (a) Employment Disclosure, (b) Drug Free Workplace, (c) Family Leave<br />

Policy, (d) Code of Business Ethics, (e) Conflict of Interest, (f) Perception, (g) Gratuities, and (h) Business Meals. Failure to<br />

provide M-DCPS a current vendor application may cause the vendor not to be awarded any new business with M-DCPS.<br />

Vendor applications can be downloaded at: http://procurement.dadeschools.<strong>net</strong>


BID PROPOSAL FORM (FORMAT A)<br />

BID<br />

<strong>008</strong>-<strong>HH11</strong><br />

MIAMI-DADE COUNTY PUBLIC SCHOOLS<br />

TO: THE SCHOOL BOARD OF MIAMI-DADE COUNTY FLORIDA<br />

BUYER<br />

PAGE<br />

Vanessa Y. Gomez<br />

FIRE ALARM SERVICES CONTRACT<br />

SPECIAL CONDITIONS<br />

SC 1<br />

1. PURPOSE: The purpose of this bid is to establish a contract to furnish all necessary labor, transportation,<br />

material and equipment to test, service, inspect, repair and maintain fire alarm systems at the listed locations, in<br />

accordance with the attached specifications. The term of the bid shall be for two (2) years from date of award, and<br />

may, by mutual agreement between <strong>Miami</strong>-<strong>Dade</strong> <strong>County</strong> <strong>Public</strong> <strong>Schools</strong> (M-DCPS) and the awardee(s), be<br />

extended for three (3) additional one year periods, and if needed, 90 days beyond the expiration date of the<br />

current contract period. Procurement Management Services, may if considering to extend, request a letter of<br />

intent to extend from the awardee, prior to the end of the current contract period. The awardee(s) will be notified<br />

when the Board has acted upon the recommendation. All prices shall be firm for the term of the contract. The<br />

successful vendor(s) agrees to this condition by signing this bid.<br />

2. AWARD: The School Board of <strong>Miami</strong>-<strong>Dade</strong> <strong>County</strong> may award this service contract, on a total low per group<br />

basis, to qualified companies meeting the specifications contained herein, capable of furnishing all necessary<br />

labor, transportation, material and equipment to test, service, inspect, repair and maintain fire alarm systems at<br />

the listed locations. The bid will be awarded to two (2) responsive and responsible vendors, for each group<br />

(Primary and Alternate), offering the lowest total discounted price per Group. A maximum of two (2) vendors per<br />

Group, meeting all requirements, will be awarded. The bidders are required to respond to all items in a Group to<br />

be considered for award in that Group. If the primary awardee fails to perform under the terms and conditions of<br />

the contract, the Alternate awardee will be contacted.<br />

The awarded vendor’s employees shall provide, install, program and test a Silent Knight 5104(DACT) at those<br />

facilities that do not have fire alarm "UL" listed DACT's installed. The cost of installation shall be included in the<br />

annual maintenance and inspection bid price under the terms and conditions of this contract. Phone lines within<br />

6 ft. of the Fire Alarm Control Panel will be provided by the M-DCPS.<br />

3. PRE-QUALIFICATION: Awarded vendors are not automatically pre-qualified with M-DCPS. Vendors shall, within<br />

six (6) months of award of this bid, be pre-qualified by the School Board of <strong>Miami</strong>-<strong>Dade</strong> <strong>County</strong>, Florida, at a<br />

minimum as Low Voltage Contractor or Alarm Contractor I, in accordance with School Board Rule 6Gx-13-7D-<br />

1.05 and Florida statutes. Failure to obtain pre-qualification status shall preclude the vendor from receiving any<br />

further work under this contract until such status is obtained. Vendors shall maintain pre-qualified status<br />

throughout the remaining term of this contract, and any extensions thereof. Applications and instructions are<br />

available at the following address: http://prequalification.dadeschools.<strong>net</strong>/<br />

4. INSURANCE REQUIREMENTS: Successful vendor(s) are required to have insurance coverage, as specified in<br />

the indemnity and insurance form(s), attached hereto and made a part of this bid. The successful vendor(s) must<br />

submit completed certificate of insurance form(s), before being recommended for award. Failure to submit this<br />

form(s), as noted, will result in the vendor(s) not being recommended for the bid award<br />

5. UL/CSA/ETL APPROVAL: All electrical equipment shall bear the approval symbol or name of Underwriters’<br />

Laboratories, Inc., The Canadian Standards Association or ETL Testing Laboratories.


BID PROPOSAL FORM (FORMAT A)<br />

BID<br />

<strong>008</strong>-<strong>HH11</strong><br />

MIAMI-DADE COUNTY PUBLIC SCHOOLS<br />

TO: THE SCHOOL BOARD OF MIAMI-DADE COUNTY FLORIDA<br />

BUYER<br />

PAGE<br />

Vanessa Y. Gomez<br />

FIRE ALARM SERVICES CONTRACT<br />

SPECIAL CONDITIONS CONTINUED<br />

SC 2<br />

6. CONTRACT COMMENCEMENT: Successful vendor(s) shall be responsible for the first required (quarterly or<br />

annual) inspection and any initial repairs needed to bring the fire alarm systems up to OEM (Original Equipment<br />

Manufacturer) standards based upon the last annual inspection as noted in the documentation attached and no<br />

later than one hundred (100) days after date of award. Vendor shall, within sixty (60) days after issuance of<br />

purchase order by M-DCPS Procurement Management Services, complete all fire alarm services as applicable to<br />

all facilities.<br />

7. PRE-BID CONFERENCE: A pre-bid conference will be held Thursday, January 10, 2<strong>008</strong> at 10:00 a.m. in the<br />

Maintenance Operations Training Room, 12525 NW 28 Avenue, <strong>Miami</strong>, Florida. Pre-Bid Conference attendance<br />

by the bidder or its qualified representative is HIGHLY ENCOURAGED to ensure bid compliance.<br />

8. DELIVERY: Delivery and installation shall be completed within 30 days after receipt of purchase order, or as<br />

otherwise indicated. All deliveries and installation will be made to schools and departments as indicated on each<br />

purchase order.<br />

9. UNAUTHORIZED SHIPMENT/SUBSTITUTION: Unauthorized substitutions and shipments shall be grounds for<br />

termination. Vendors shall be considered in default of the contract and shall lose eligibility to transact new<br />

business with the Board for a period of fourteen (14) months from the date of termination by the Board.<br />

10. WARRANTY: The warranty of equipment, after delivery and acceptance by the school or department, shall be for<br />

one year or manufacturer’s warranty, whichever is greater. The successful vendor will be responsible for repairing<br />

each unit during the warranty period, at no cost to the Board. Vendor agrees to repair and return equipment within<br />

five (5) days from receipt of request or provide a temporary replacement.<br />

11. DEFAULT: In the event of default, which may include, but is not limited to non-performance, poor performance,<br />

and/or non-compliance with warranty repairs the awardee(s) shall lose eligibility to transact new business with<br />

The Board for a period of fourteen (14) months from date of termination by The Board.<br />

12. VENDOR INFORMATION SHEET: All bidders are requested to complete the attached Vendor Information Sheet.<br />

In order to conduct new business under the bid, M-DCPS requires that the vendor(s) have a current vendor<br />

application on file. The information on both documents must be consistent. Failure to comply with this condition<br />

may cause the Bidder(s) not be awarded any new business. Vendor applications can be downloaded at<br />

http://procurement.dadeschools.<strong>net</strong>.


BID PROPOSAL FORM (FORMAT A)<br />

BID<br />

<strong>008</strong>-<strong>HH11</strong><br />

MIAMI-DADE COUNTY PUBLIC SCHOOLS<br />

TO: THE SCHOOL BOARD OF MIAMI-DADE COUNTY FLORIDA<br />

BUYER<br />

PAGE<br />

Vanessa Y. Gomez<br />

FIRE ALARM SERVICES CONTRACT<br />

SPECIAL CONDITIONS CONTINUED<br />

SC 3<br />

13. OCCUPATIONAL LICENSE: Any person, firm, corporation or joint venture, with a business location in <strong>Miami</strong>-<br />

<strong>Dade</strong> <strong>County</strong>, Florida, which is submitting a bid, shall meet the <strong>County</strong>’s Occupational License Tax requirements<br />

in accordance with Chapter 8A, Article IX of the Code of <strong>Miami</strong>-<strong>Dade</strong> <strong>County</strong>, Florida. Bidders with a location<br />

outside <strong>Miami</strong>-<strong>Dade</strong> <strong>County</strong> shall meet their local Occupational Tax requirements. A copy of the license is<br />

requested to be submitted with the Bid Proposal. If the Bidder has already complied with this requirement, a new<br />

copy is not required while the license is valid and in effect. It is the Bidder’s responsibility to resubmit a copy of a<br />

new license after expiration or termination of the current license. Non-compliance with this condition may cause<br />

the bid not to be considered for award.<br />

14. BID SUBMITTALS: Bidders are requested to submit one original and one (1) copy of their bid. Bidders are<br />

required to submit, with their bid package, or within five (5) days of request, all information requested in the<br />

attached specifications. Failure to submit the following documentation may result in the bid not to be considered<br />

for award.<br />

Requested information includes, but is not limited to:<br />

• Signed Bidders Qualification Form<br />

• Bid Proposal Form Price Sheets<br />

• Vendor Information Sheet<br />

• Occupational License<br />

• A list of technicians that will be servicing MDCPS fire alarm systems and a copy of each technician’s<br />

qualifications and training certificates as defined in Specification 1.4A3<br />

• Insurance Documentation<br />

• Two (2) letters of reference as defined in 1.4 A4, of the attached Specifications<br />

• List of emergency telephone numbers and twenty-four (24) hour contact number as per Specification 1.4A5<br />

• Fire Protection System Contractor I or II Certificate as defined in Specification 1.3A<br />

15. BIDDERS RESPONSIBILITY: Each bidder(s) shall carefully examine the Instructions To Bidders, Specifications,<br />

Special Conditions as listed, and the list of schools to be served. It shall be the responsibility of the bidder to be<br />

fully informed as to the bid details and the number and wide spread locations of schools.<br />

16. NEW EQUIPMENT: This bid shall be for new equipment only. Newly manufactured containing used or rebuilt<br />

parts, remanufactured, rebuilt, reconditioned, newly re-manufactured, used; shopworn, demonstrator or prototype<br />

equipment is not acceptable and will be rejected.<br />

17. NON-EXCLUSIVITY: M-DCPS reserves the right to procure items herein described through the use of contracts<br />

awarded by the State of Florida, any county or municipality, or other authorized contract, whichever is considered<br />

in the best interest of M-DCPS.


BID PROPOSAL FORM (FORMAT A)<br />

BID<br />

<strong>008</strong>-<strong>HH11</strong><br />

MIAMI-DADE COUNTY PUBLIC SCHOOLS<br />

TO: THE SCHOOL BOARD OF MIAMI-DADE COUNTY FLORIDA<br />

BUYER<br />

PAGE<br />

Vanessa Y. Gomez<br />

FIRE ALARM SERVICES CONTRACT<br />

SPECIAL CONDITIONS CONTINUED<br />

SC 4<br />

18. ESTIMATED QUANTITIES: No guarantee is expressed or implied, as to the amount of projects that will be<br />

awarded during the contract period. The School Board of <strong>Miami</strong>-<strong>Dade</strong> <strong>County</strong>, Florida is not obligated to utilize<br />

these services, subsequent to the award of this bid.<br />

19. CODES AND PERMITS: All work performed and materials used shall comply with all applicable federal, state and<br />

local codes, laws, ordinances and regulations. The successful vendor(s) shall be responsible for all necessary<br />

licenses and permits, as may be required.<br />

20. INVOICING: Invoices are requested to contain the purchase order number, contract number, quantity, unit<br />

description, quote number (if applicable) and price. Any deviation from this requirement may be grounds for<br />

termination of the contract. Vendor may be requested to provide electronic submission of invoices in a format to<br />

be determined by the District.<br />

21. BID ADDENDUMS OR QUESTIONS AND ANSWERS: All bidders should monitor continuously, the M-DCPS<br />

Procurement website, for any addendums or questions and answers that may be posted, prior to the opening of<br />

this solicitation. The procurement website, which lists all bids, addendums, questions and answers and award<br />

information, is as follows: http://procurement.dadeschools.<strong>net</strong> (then click on) Current Bids/RFP's Under the<br />

Cone of Silence.<br />

22. CONE OF SILENCE: A Cone of Silence is applicable to this competitive solicitation. Any inquiry, clarification, or<br />

information regarding this bid must be requested, in writing, by FAX or E-mail to:<br />

A COPY OF THIS WRITTEN REQUEST MUST BE SENT SIMULTANEOUSLY TO:<br />

Vanessa Y. Gomez, Buyer<br />

Ileana Martinez, School Board Clerk<br />

Procurement Management Services<br />

<strong>Miami</strong>-<strong>Dade</strong> <strong>County</strong> <strong>Public</strong> <strong>Schools</strong><br />

<strong>Miami</strong>-<strong>Dade</strong> <strong>County</strong> <strong>Public</strong> <strong>Schools</strong><br />

1450 N.E. 2 ND Avenue, Room 268B<br />

1450 N.E. 2 ND Avenue, Room 352 <strong>Miami</strong>, Florida 33132<br />

<strong>Miami</strong>, Florida 33132 Fax #305-995-1448<br />

Fax #305-523-2331<br />

E-Mail: martinez@dadeschools.<strong>net</strong><br />

E-Mail: vygomez@dadeschools.<strong>net</strong><br />

DEADLINE FOR ANY INQUIRY, CLARIFICATION, OR INFORMATION REGARDING THIS BID IS ONE<br />

WEEK PRIOR TO DUE DATE TO ALLOW MDCPS SUFFICIENT TIME TO ADDRESS ALL INQUIRIES.


BID PROPOSAL FORM (FORMAT A)<br />

BID<br />

<strong>008</strong>-<strong>HH11</strong><br />

MIAMI-DADE COUNTY PUBLIC SCHOOLS<br />

TO: THE SCHOOL BOARD OF MIAMI-DADE COUNTY FLORIDA<br />

BUYER<br />

PAGE<br />

Vanessa Y. Gomez<br />

FIRE ALARM SERVICES CONTRACT<br />

SPECIAL CONDITIONS CONTINUED<br />

SC 5<br />

23. ERASURES OR CORRECTIONS: When filling out the Bid Proposal Form, bidders are required to complete bid<br />

proposal in ink.<br />

1. Use of pencil is prohibited.<br />

2. Do not erase or use correction fluid to correct an error.<br />

3. All changes must be crossed out and initialed in ink.<br />

Those bids for individual items that do not comply with items 1, 2 and 3 above will be considered non-responsive<br />

for that item(s).


<strong>Miami</strong> <strong>Dade</strong> <strong>County</strong> <strong>Public</strong> <strong>Schools</strong><br />

Bid #<strong>008</strong>-<strong>HH11</strong> – Fire Alarm Services Contract<br />

Specifications<br />

PART 1 - GENERAL<br />

1.0 PURPOSE:<br />

A. It is the intent of this contract to maintain fully operational and trouble free fire alarm<br />

systems at all times in compliance with the Florida Building Code, NFPA 72 and State<br />

Fire Marshal (SFM) 4A-48. This contract shall secure firm prices for the term of the<br />

contract for preventive maintenance, emergency on-site service response, required<br />

inspections, repairs, materials, labor, training, and written reports of fire alarm systems<br />

and associated accessories as specified hereunder. All services performed by the vendor<br />

shall comply with the requirements of the references listed under Paragraph 1.2, unless<br />

otherwise specifically addressed by this contract.<br />

1.1 DEFINITIONS:<br />

A. Fire Alarm Service Contract: This service contract is an agreement between the fire<br />

alarm service vendor and <strong>Miami</strong>-<strong>Dade</strong> <strong>County</strong> <strong>Public</strong> <strong>Schools</strong> (MDCPS) for the vendor<br />

to provide required inspections and maintenance. The service contract shall state the<br />

facilities covered and the main fire alarm system manufacturer name and model number.<br />

This is a full service contract, inclusive of required inspections, preventive maintenance,<br />

on site service response, software upgrades, repairs, emergency services, materials, parts,<br />

labor, training and written documentation for each system's main panel and any and all<br />

sub-panels and connected fire alarm devices, regardless of manufacturer.<br />

B. MDCPS/OWNER: <strong>Miami</strong>-<strong>Dade</strong> <strong>County</strong> <strong>Public</strong> <strong>Schools</strong>.<br />

C. Facility: All building structures at a single location which are designated as a school, an<br />

administrative or ancillary site.<br />

D. MDCPS Authorized Representative: The MDCPS authorized representative shall be<br />

the District Alarm Coordinator III, or designee.<br />

E. Vendor: Vendor shall be the contractor or service company awarded this contract.<br />

F. OEM: Original Equipment Manufacturer<br />

G. Qualified Personnel: Shall be fire alarm technicians possessing a current <strong>Miami</strong>-<strong>Dade</strong><br />

or Broward <strong>County</strong> Certificate of Competency as an Electrical Master/Journeyperson or<br />

an Electrical Specialty Master/Journeyperson in the Fire Alarm Category, or meeting one<br />

of the following criteria:<br />

1. Factory trained and certified by the factory, the local OEM or the factory<br />

authorized distributor;<br />

2. National Institute for Certification in Engineering Technologies Fire Alarm<br />

Certified Level II, or higher;<br />

3. Certified by the Office of the State Fire Marshal or the local authority having<br />

jurisdiction;<br />

4. Trained and qualified personnel employed by an organization listed by a national<br />

testing laboratory for the servicing of fire alarm systems.<br />

1 of 21


<strong>Miami</strong> <strong>Dade</strong> <strong>County</strong> <strong>Public</strong> <strong>Schools</strong><br />

Bid #<strong>008</strong>-<strong>HH11</strong> – Fire Alarm Services Contract<br />

Specifications<br />

5. Certified by the Florida State Department of Professional Regulation in the Fire<br />

Alarm trade.<br />

H. Full-time Employees: Qualified personnel employed by the vendor and working for said<br />

vendor a minimum of thirty-five (35) hours per week.<br />

I. Required Inspection: Any and all inspections performed by qualified personnel that<br />

fulfill the requirements of SFM 4A-48 and NFPA 72 (or latest Edition).<br />

J. School Board: The Board of elected officials that is directly responsible to the public for<br />

the enforcement of all policies and procedures for <strong>Miami</strong>-<strong>Dade</strong> <strong>County</strong> <strong>Public</strong> <strong>Schools</strong>.<br />

K. Contract Effective Date: As determined by the Board Award.<br />

L. Final Acceptance : Shall mean Additional Services work that has been fully<br />

commissioned, inspected and approved by Maintenance Operations and as having been<br />

completed in accordance with the defined scope of work, design drawings and punch list,<br />

and shall include receipt of all required training, manuals, drawings, warranties, and, if<br />

required, releases of lien and claim.<br />

M. Sub-contractor: A Subcontractor is a person or entity other than a material man or<br />

laborer who enters into a subcontract with the vendor for the performance of any part of<br />

the vendor's work.<br />

N. Additional Services: Services not specifically stated in Sections 3.0 and 3.1 of these<br />

specifications.<br />

O. Qualifier: The person who possesses a license as a State Certified Electrical Contractor<br />

(EC license), or State Certified Alarm Contractor, EF or EY license, per FS 489, Part II.<br />

P. Site Administrator: The senior administrator, or designee, at the facility where services<br />

are being provided.<br />

Q. Troubleshoot & Diagnostics: As stated in this contract, is the act of servicing any<br />

contracted or non-contracted fire alarm components during a service call to facilitate a<br />

repair.<br />

R. Written Notice: The delivery of a certified or registered letter, facsimile or E-Mail<br />

transmission (with confirmation notice). The delivery of the certified or registered letter<br />

to the last known business address shall constitute proper notice to the vendor. Unless<br />

otherwise specified, all communications, including but not limited to instructions,<br />

permissions, proposals, quotes, and any clarifications thereof, between MDCPS and the<br />

vendor shall be in writing.<br />

S. Sub-panel: A fire alarm control panel which is subordinate to the main panel, which<br />

may or may not be interfaced with the main panel, and may or may not be located in the<br />

immediate vicinity of the main panel. Sub-panels are not necessarily of the same<br />

manufacture as the main panel and protect only a portion of the facility.<br />

2 of 21


<strong>Miami</strong> <strong>Dade</strong> <strong>County</strong> <strong>Public</strong> <strong>Schools</strong><br />

Bid #<strong>008</strong>-<strong>HH11</strong> – Fire Alarm Services Contract<br />

Specifications<br />

T. Functional System: A status or condition of the fire alarm system that assures that the<br />

facility is protected for early warning fire alert. The fire alarm system must be operational<br />

and be capable of activating audible and visual notification for evacuation. Trouble<br />

conditions may not render the system non-functional as long as activation of any fire<br />

alarm device assures that all personnel within the facility are notified to evacuate.<br />

U. Emergency Service: Immediate response by the vendor to a situation or occurrence of a<br />

serious nature that develops due to system failure, power loss, acts of nature or any life<br />

threatening situation for building occupancy, or as declared by the MDCPS authorized<br />

representative.<br />

V. Urgent Service: Response by the vendor to a situation or occurrence of a less serious<br />

nature, which does not result in a substantially impaired system or in any life threatening<br />

situation but does require maintenance and/or repair.<br />

1.2 REFERENCES:<br />

A. Florida Building Code (FBC) and associated codes and standards referenced therein.<br />

Latest Edition<br />

B. Chapter 489, Part II, Florida Statutes<br />

C. State Fire Marshal Rule (SFM) 4A-48; Fire Safety Standards<br />

D. MDCPS Master Specification Guidelines Section 16721 - Fire Alarm Detection Systems<br />

E. Occupational Safety and Health Act (OSHA)<br />

F. National Fire Protection Association 72 (NFPA); National Fire Alarm Code<br />

G. National Fire Protection Association 70 (NFPA); National Electrical Code (NEC)<br />

H. American Society for Testing and Material (ASTM)<br />

I. Americans with Disabilities Act <strong>Public</strong> Law 101-336 (ADA)<br />

J. Florida Accessibility Code for Building Construction - Latest Edition<br />

K. Underwriters Laboratories (UL)<br />

NOTE: Where conflicting specifications exist between reference documents or any specifications<br />

contained herein, the more restrictive specification will prevail.<br />

1.3 VENDOR QUALIFICATIONS AND REQUIREMENTS:<br />

A. The vendor shall be licensed as a State Certified Electrical Contractor, EC or State<br />

Certified Alarm Contractor, EF or State Registered Alarm Contractor I, EY, per FS 489<br />

Part II. Any change in the vendor’s license, qualifier or qualified personnel status shall be<br />

reported in writing to the MDCPS authorized representative within five (5) working days<br />

of its occurrence.<br />

3 of 21


<strong>Miami</strong> <strong>Dade</strong> <strong>County</strong> <strong>Public</strong> <strong>Schools</strong><br />

Bid #<strong>008</strong>-<strong>HH11</strong> – Fire Alarm Services Contract<br />

Specifications<br />

B. Throughout the term of this contract the vendor shall maintain a licensed qualifier who<br />

shall be a full time employee.<br />

C. Fire alarm technicians provided by the vendor shall be qualified personnel as defined in<br />

Paragraph 1.1, G, Definitions. Technicians' certification, qualifications and training shall<br />

be for the type of systems being serviced. The vendor’s alarm technicians shall be fulltime<br />

employees, unless the technicians are employees of a MDCPS approved<br />

subcontractor.<br />

D. Vendor shall maintain offices, facilities, and personnel within the State of Florida.<br />

Vendor shall be accessible by a local (toll free in <strong>Miami</strong>-<strong>Dade</strong> <strong>County</strong>) telephone call<br />

during regular business hours. Local answering service for emergencies shall be available<br />

twenty-four (24) hours a day, seven (7) days per week.<br />

E. Vendor shall possess, or have immediate access to, all necessary tools, repair parts,<br />

materials, ladders/scaffolding and test equipment needed to meet the service requirements<br />

for the awarded fire alarm systems.<br />

F. Throughout the duration of this contract, the vendor shall possess, or have immediate<br />

access to all OEM registered software and additional programming services for<br />

addressable systems. NOTE: MDCPS does not have access to OEM software and<br />

programming pass codes.<br />

G. Subcontracting for Base and Additional Services is allowed, only with prior written<br />

approval from the MDCPS authorized representative. The vendor shall be held fully<br />

responsible and liable for the supervision and performance of all work performed by<br />

subcontractors. MDCPS shall not be responsible for resolution of disputes between the<br />

vendor and any subcontractor. MDCPS reserves the right to reject any subcontractor.<br />

Rejection of any subcontractor shall not entitle the vendor to adjustment of bid prices.<br />

H. All vendor's personnel, including any subcontractor and subcontractor’s employees<br />

engaged in installing, repairing and testing fire alarm components within MDCPS<br />

facilities shall meet the requirements of Paragraph 1.1, G, of this document.<br />

I. The vendor is required, and shall have the capability, to simultaneously perform all work<br />

described herein at multiple locations throughout <strong>Miami</strong>-<strong>Dade</strong> <strong>County</strong> on a timely basis.<br />

J. All personnel employed by the vendor, including any subcontractor and subcontractor’s<br />

employees when applicable, shall display at all times an identification badge which shall<br />

include the employee’s name, the employer’s name and either a physical description or a<br />

photograph of the employee. Employees without proper identification shall not be<br />

permitted to work on MDCPS property.<br />

K. The vendor’s employees, subcontractors and its employees, and any other personnel,<br />

including material suppliers- engaged in any activities encompassed by this term bid are<br />

strictly forbidden from participating in any manner and form of interaction with students<br />

of <strong>Miami</strong>-<strong>Dade</strong> <strong>County</strong> <strong>Public</strong> <strong>Schools</strong>. Violation of this provision may result in removal<br />

of the individual(s) involved from the school site, the project, and further, the vendor may<br />

be prohibited from employing the individual in any future work with MDCPS performed<br />

under this term bid.<br />

4 of 21


1.4 REQUIRED BID DOCUMENTATION:<br />

<strong>Miami</strong> <strong>Dade</strong> <strong>County</strong> <strong>Public</strong> <strong>Schools</strong><br />

Bid #<strong>008</strong>-<strong>HH11</strong> – Fire Alarm Services Contract<br />

Specifications<br />

A. At time of bidding, vendors shall submit copies of the following Licenses. Failure to<br />

provide the required documentation may result in the bid not being considered for award.<br />

1. Vendor’s Occupational License.<br />

2. Vendor’s Qualifier (Vendor’s or Contractor's) License.<br />

3. A list of the technicians that will be servicing MDCPS fire alarm systems and a<br />

copy of each technician's qualifications and training certificates.<br />

4. Two (2) letters of reference from service contract customers where work similar<br />

in scope has been performed for a period not less than two (2) years. These<br />

references shall be from customers with multiple facilities, similar to those of<br />

MDCPS, where the vendor has provided services defined in this solicitation.<br />

MDCPS shall not be used as a reference.<br />

5. List of emergency telephone numbers and twenty-four (24) hour answering<br />

service.<br />

C. All documents supplied must meet with the approval of the MDCPS’ Procurement<br />

Management Services and the MDCPS authorized representative before the vendor is<br />

recommended for award.<br />

D. Bid price of each listed location shall include:<br />

1. All repairs necessary to bring each awarded system to OEM operational<br />

standards, including the repair of any and all pre-existing conditions, with the<br />

exception of any systems which are being upgraded, renovated or replaced as<br />

part of ongoing projects as of the date of bid award. This provision does not<br />

require the vendor to bring systems into compliance with current code as part of<br />

the base bid.<br />

2. All repairs and materials necessary to maintain the condition and operation of the<br />

covered equipment at OEM standards.<br />

3. Any and all services required to maintain the equipment in proper operating<br />

condition throughout the life of this contract.<br />

4. Any and all resources necessary for the vendor to complete the next required<br />

inspection after bid award for each system within the time frame and schedule as<br />

provided by MDCPS with this bid solicitation.<br />

1.5 SITE INVESTIGATIONS:<br />

A. It is strongly recommended that prospective vendors make site inspections at listed<br />

facilities to familiarize themselves with the unique environment where the work is to take<br />

place. Failure to consider the problems, safety considerations, or other conditions unique<br />

to the MDCPS facilities shall not entitle the vendor to additional compensation after bid<br />

award.<br />

5 of 21


<strong>Miami</strong> <strong>Dade</strong> <strong>County</strong> <strong>Public</strong> <strong>Schools</strong><br />

Bid #<strong>008</strong>-<strong>HH11</strong> – Fire Alarm Services Contract<br />

Specifications<br />

B. The vendor shall be responsible for the inspection of the fire alarm equipment prior to the<br />

submittal of their bid. Bid price shall take into account the condition of the system and<br />

the costs associated with insuring that the system is fully operational within OEM<br />

standards.<br />

1.6 MDCPS RESERVES THE RIGHT:<br />

A. At its sole option, to repair, replace, alter, and/or retrofit systems. The MDCPS<br />

authorized representative shall notify the vendor, via written notice of any repairs,<br />

replacements, alterations, and/or retrofits made by MDCPS, or its agents.<br />

B. At its sole option, to adjust the fire alarm service contract for any single facility, when<br />

any fire alarm system covered under this contract is replaced, and/or new construction or<br />

modifications increases or decreases the number of system devices.<br />

C. In the event that MDCPS chooses, at its sole discretion, to add functional fire alarm<br />

systems to this contract, the vendor shall provide all labor, materials, OEM software, pass<br />

codes and equipment necessary to test, service, inspect and maintain the system(s) in<br />

accordance with these specifications. The cost of such services shall be entered in the<br />

appropriate line item on the Bid Proposal Form.<br />

D. MDCPS may, as it deems necessary, require the vendor to provide supporting<br />

documentation for any submission.<br />

E. MDCPS shall have access to all vendor’s records relating to awarded group(s) including<br />

hard copy as well as electronic records for a period of two years after expiration of the<br />

contract. The vendor, upon execution of the contract shall grant MDCPS unrestricted<br />

access to such records during normal working hours.<br />

F. MDCPS after award may, at its sole discretion, chose to service any facility in an<br />

awarded group in-house as part of the base contract. MDCPS may also chose to return<br />

said facility/facilities back to the awarded vendor for continuation of servicing, at any<br />

point in time. Should MDCPS make such decision(s) a notification from the MDCPS<br />

Authorized Representative will be sent to the awarded vendor for that facility.<br />

1.7 QUALITY ASSURANCE:<br />

A. System Failure:<br />

1. Should any of the vendor’s activities result in a fire alarm system failure, the<br />

vendor shall immediately inform the MDCPS authorized representative via<br />

telephone of the failure and anticipated length of down-time, and shall, within 24<br />

hours of this notification, provide written notice of same.<br />

2. The vendor shall make every effort to expedite repairs and minimize down-time.<br />

3. If the system failure is a result of negligence on the part of the vendor, MDCPS<br />

shall provide temporary equivalent protection pursuant to NFPA 101, and the<br />

vendor shall be responsible for all associated costs.<br />

6 of 21


B. Vendor Accessibility:<br />

<strong>Miami</strong> <strong>Dade</strong> <strong>County</strong> <strong>Public</strong> <strong>Schools</strong><br />

Bid #<strong>008</strong>-<strong>HH11</strong> – Fire Alarm Services Contract<br />

Specifications<br />

Vendor shall be accessible by a local telephone call, toll free in <strong>Miami</strong>-<strong>Dade</strong> <strong>County</strong>,<br />

during regular business hours. Local answering service for emergencies shall be available<br />

twenty-four (24) hours a day, seven (7) days per week.<br />

C. Training:<br />

1. Training classes covering system user operation shall be conducted by the vendor<br />

if requested by the MDCPS authorized representative. Attendees shall be<br />

determined by individual site administrators.<br />

2. If such training is conducted, documentation of the training shall be provided by<br />

the vendor indicating the name of the trainer and the trainer's qualifications, the<br />

date of the training and a list of attendees. This documentation shall be placed in<br />

the system record log book and a copy forwarded to the MDCPS authorized<br />

representative.<br />

D. System Condition:<br />

1. Any time services are provided, the vendor shall ensure that the fire alarm<br />

systems are left in an operable condition. The vendor shall document all<br />

performed services in the facility system record log book.<br />

2. At the conclusion of each inspection or service, the vendor shall insure that the<br />

fire alarm system is properly tagged in accordance with SFM 4A-48.<br />

3. At the conclusion of each inspection, all identified deficiencies shall be<br />

immediately repaired in compliance with Paragraph 3.1 (A).<br />

E. Stoppage of work:<br />

MDCPS reserves the right to stop work on any project if, in the opinion of the MDCPS<br />

authorized representative or the Inspector;<br />

1. Materials or work are not in conformance with the specifications, applicable<br />

codes, standards, specifications and/or accepted practices.<br />

2. The vendor’s activities results in damage to District Property.<br />

3. The vendor’s activities interfere with the normal operation of the facility or its<br />

program.<br />

4. Vendor’s personnel are not properly licensed.<br />

5. Any other condition, situation, or circumstance which, in the opinion of the<br />

MDCPS authorized representative or Inspector, would be a detriment to the best<br />

interests of the District if allowed to persist.<br />

7 of 21


F. Inspection of Work:<br />

1.8 PERMITS:<br />

<strong>Miami</strong> <strong>Dade</strong> <strong>County</strong> <strong>Public</strong> <strong>Schools</strong><br />

Bid #<strong>008</strong>-<strong>HH11</strong> – Fire Alarm Services Contract<br />

Specifications<br />

MDCPS reserves the right to inspect the vendor’s work at any time to assure compliance<br />

with all terms and conditions of the contract. All work will be inspected pursuant to<br />

applicable codes as referenced within this document. If applicable, the vendor will<br />

provide MDCPS with a written request for inspection at least forty-eight (48) hours prior<br />

to the requested inspection date. Vendor will have personnel present during the scheduled<br />

inspections.<br />

This work will be generally accomplished under the auspices of the Annual Maintenance Permit<br />

issued to each facility. The vendor shall not be responsible for obtaining this Permit. However, a<br />

specific building permit will be required for any category of work administered and supervised by<br />

any MDCPS department other than Maintenance Operations and certain projects defined by the<br />

Florida Building Code.<br />

1.9 PERFORMANCE SECURITY:<br />

Vendors shall not be required to submit performance security in order to be initially awarded a<br />

service contract under this solicitation. However, in the event that the value of an individual<br />

project meets the criteria specified in Florida Statute 255.05, and reflected by MDCPS Board<br />

Rule 6Gx13-3C-1.08, the vendor awarded the project shall provide performance security for that<br />

project in the amount and manner established in the INSTRUCTIONS TO BIDDERS.<br />

1.10 SUFFERANCE:<br />

A. Failure by MDCPS to invoke of any of its rights under this contract shall not constitute a<br />

waiver of these rights nor prevent their exercise.<br />

B. Exercise of any sanction provided for in this contract shall not preclude the District from<br />

pursuing remedies available through law, rule or any other provision of this contract.<br />

PART 2 - PRODUCTS<br />

2.0 PARTS:<br />

A. All parts and materials provided under this agreement shall be new, purchased from the<br />

OEM, free from defects, suitable for the intended use and warranted for a minimum of<br />

one year. Use of used or non-OEM parts must be approved by MDCPS authorized<br />

representative, in writing, prior to installation.<br />

B. All non-OEM parts and/or assemblies deemed non-repairable or defective shall be<br />

replaced with parts or assemblies that are OEM approved. Replacement of all<br />

components shall be with other components of equal or better quality, as determined and<br />

accepted by the MDCPS authorized representative. All materials and parts shall be UL<br />

listed for their intended purpose.<br />

8 of 21


<strong>Miami</strong> <strong>Dade</strong> <strong>County</strong> <strong>Public</strong> <strong>Schools</strong><br />

Bid #<strong>008</strong>-<strong>HH11</strong> – Fire Alarm Services Contract<br />

Specifications<br />

2.1 MANUALS:<br />

Vendor must have in its possession, as applicable, the manufacturer's user, installation,<br />

programming and operation manuals for the fire alarm systems being serviced. Upon request, one<br />

copy per contract period of any document shall be provided to MDCPS at no cost.<br />

2.2 PROGRAMS AND PASSCODES FOR ADDRESSABLE SYSTEMS:<br />

A. At the completion of the first inspection under this contract, the vendor shall download<br />

two (2) copies of the fire alarm system program onto an electronic format accessible and<br />

available to MDCPS. The vendor shall also print copies of the system program. The<br />

vendor shall submit to MDCPS District Alarms two (2) printed copies of the system<br />

program and one electronic format copy containing the latest fire alarm system program.<br />

B. During the term of the contract, the vendor shall maintain copies of the system programs<br />

and a current copy of the latest printout.<br />

C. During the term of the contract, if any modifications are made for additions or deletions<br />

to the fire alarm system exceeding three or more devices, the vendor shall comply with<br />

paragraphs A and B, above.<br />

D. Before submittal to MDCPS, the vendor shall label the documentation (printed hard copy<br />

and electronic format, such as CD or DVD) with the facility name, the user level and<br />

programming pass codes and the date.<br />

E. Invoices for inspections or any other services will not be processed until the vendor<br />

complies with the provisions of this Section.<br />

PART 3 - EXECUTION<br />

3.0 REQUIRED SERVICES COVERED BY THE BASE BID OF THIS CONTRACT:<br />

A. The vendor shall furnish all labor (including troubleshooting and diagnostics), materials,<br />

and equipment necessary to provide complete service and maintenance of all main<br />

panels, sub-panels and associated components of each fire alarm system specified under<br />

this contract including, but not limited to the following:<br />

1. Required fire alarm inspection and maintenance that conforms to NFPA 72<br />

(latest edition), SFM Rule 4A-48 and NFPA 70 (NEC).<br />

2. All services and repairs in strict accordance with the manufacturer's<br />

specifications and guidelines.<br />

3. MDCPS Master Specification Guidelines Section 16721, Fire Alarm Detection<br />

Systems.<br />

9 of 21


<strong>Miami</strong> <strong>Dade</strong> <strong>County</strong> <strong>Public</strong> <strong>Schools</strong><br />

Bid #<strong>008</strong>-<strong>HH11</strong> – Fire Alarm Services Contract<br />

Specifications<br />

3.1 INSPECTIONS AND MAINTENANCE COVERED BY THE BASE BID OF THIS<br />

CONTRACT:<br />

A. The vendor shall, service, repair or replace if necessary, all wiring, interface devices, pull<br />

station covers, batteries, remote annunciators, printers, relays, switches, smoke detectors,<br />

heat detectors, audibles, strobes, pull stations, lamps, duct detectors, duct detector<br />

housings, connectors, DACT (dialers) and/or any component not mentioned herein but<br />

necessary for the functioning and operation of all fire alarm systems and their associated<br />

components according to manufacturer's specifications, NFPA 72 and MDCPS Master<br />

Specification Guidelines Section 16721, Fire Alarm Detection Systems. All<br />

repairs/replacements are to be completed within twenty-four (24) hours of completion of<br />

the inspection. If repairs are not completed within this time period, the vendor shall<br />

immediately notify the MDCPS authorized representative, in writing, stating the reason<br />

for the delay and establishing a completion date. Failure to comply shall be evidence of<br />

vendor negligence, and may result in penalties and sanctions, including, but not limited to<br />

termination of the contract.<br />

B. The vendor shall provide, at no cost to MDCPS, any software program changes for<br />

addition or deletion of devices during the course of this contract installed or deleted by<br />

the vendor or MDCPS which were required as a result of vendor negligence, error or<br />

omission.<br />

C. The vendor shall provide and install all current software upgrades published by the OEM<br />

during the contract period. Such upgrades must be compatible with existing and any new<br />

peripheral devices.<br />

D. Vendor shall provide and maintain a system record log book for each facility in<br />

accordance with SFM 4A-48 and NFPA 72, 7-5.1. The vendor is responsible for ensuring<br />

that the log book is maintained in a secure location and is also responsible for<br />

replacement of the log book, and all data recorded therein, should the original become<br />

unavailable for any reason. Log books and their contents present at the site shall be<br />

incorporated into any new log book provided by the vendor. Documents shall be<br />

maintained in the log book for eighteen months. Aged records and documents shall be<br />

transmitted to MDCPS to be archived.<br />

E. Prior to use, the vendor's service repair and inspection forms and system record log book<br />

shall be approved by the MDCPS authorized representative. The vendor shall submit one<br />

of each to the MDCPS authorized representative for review and approval.<br />

F. All repairs, including parts used, shall be documented on the approved service forms,<br />

immediately appended in the Log Book, and a copy shall be submitted to the MDCPS<br />

authorized representative within five (5) work days after work completion.<br />

G. For inspections and testing, the vendor shall utilize the NFPA 72 Inspection and Testing<br />

Form from Chapter 7, Figure 7-5.1. All inspections shall be documented on the approved<br />

inspection forms, and shall be submitted to the MDCPS authorized representative within<br />

five (5) work days after work completion. For annual inspections, in addition to the<br />

required entries on the inspection form, the vendor shall also submit the printout of all<br />

system test results (for facilities having printer or printer capability), the system model<br />

number, software revision number, and a list of all mechanical and electrical interface<br />

equipment such as, but not necessarily limited to, elevator controls, gas shutdown, smoke<br />

door releases, sprinkler supervision, etc.<br />

10 of 21


<strong>Miami</strong> <strong>Dade</strong> <strong>County</strong> <strong>Public</strong> <strong>Schools</strong><br />

Bid #<strong>008</strong>-<strong>HH11</strong> – Fire Alarm Services Contract<br />

Specifications<br />

H. Periodic (quarterly, semi-annual and annual) inspections shall be conducted for each<br />

system covered under this contract. Such inspections shall be conducted no sooner than<br />

eighty (80) days, and no later than one-hundred (100) days apart.<br />

I. Should the vendor exhibit negligence by failing to conduct a required inspection within<br />

the time frame specified in Paragraph 3.1 (H), above, the District will be out of<br />

compliance with code and statute. Therefore, to assure compliance, the cost of two (2)<br />

months service price, as indicated by the vendor in the appropriate line item in the bid<br />

documents, shall be deducted from the vendor's payment for each missed inspection. The<br />

vendor shall also be required to make up the missing inspection immediately, at no cost<br />

to MDCPS. Vendor agrees that it is not necessary for MDCPS to sustain or prove actual<br />

damages in order to assess the foregoing penalties. Two missed inspections at the same<br />

facility during a twelve month period may result in additional sanctions, including<br />

termination of the contract.<br />

J. The vendor shall be responsible for restoring programming which may be lost or<br />

corrupted for any reason. Such reprogramming shall be performed without additional cost<br />

to MDCPS, unless the resident programming was lost through third party intervention or<br />

external force defined in paragraph 3.2 (A). Vendor shall comply with Section 2.2 for<br />

submittals to MDCPS District Alarms.<br />

3.2 SERVICES NOT COVERED BY THE BASE BID OF THIS CONTRACT:<br />

A. Repair to fire alarm system due to external forces such as lightning, flood or other natural<br />

disaster, vandalism, or owner errors. Power fluctuations are not considered external<br />

forces unless the fluctuations verifiably exceed the capabilities of built-in protection<br />

devices of the equipment.<br />

B. MDCPS shall not pay for damages due to transients (lightning) unless substantiated and<br />

verified by the owner's visual inspection, or an OEM repair center, or an independent<br />

testing laboratory.<br />

C. Maintenance and repairs to any equipment, auxiliary equipment, or controls outside of<br />

the fire alarm system area, unless specifically noted in this contract.<br />

D. Maintenance and repair for controls related to Energy Management System, HVAC high<br />

voltage control relays, switches, or low voltage contactors.<br />

E. Inspection, testing, repair or replacement of water flow and tamper valve devices,<br />

however the vendor is responsible for testing and maintaining the integrity and<br />

connection of all circuits interfacing with flow and tamper valves.<br />

3.3 SERVICE REQUESTS:<br />

A. Calls for service shall be initiated by the MDCPS authorized representative or designee.<br />

Only the MDCPS authorized representative or designee shall be authorized to request<br />

services under this contract.<br />

11 of 21


<strong>Miami</strong> <strong>Dade</strong> <strong>County</strong> <strong>Public</strong> <strong>Schools</strong><br />

Bid #<strong>008</strong>-<strong>HH11</strong> – Fire Alarm Services Contract<br />

Specifications<br />

B. The vendor shall respond upon oral or written notification, delivered by any means<br />

including facsimile or other electronic medium, from the MDCPS authorized<br />

representative or designee to any service request. This response must result in the arrival<br />

of a fire alarm technician at the affected site within two (2) hours after notification in the<br />

case of an Emergency Service request, or twenty-four (24) hours in the case of an Urgent<br />

Service request. One hour response is required in the case of fire at a facility. Vendor’s<br />

service personnel shall inform the MDCPS authorized representative via telephone upon<br />

arrival on site. The vendor shall complete all repairs within twenty-four (24) hours of<br />

arrival on-site. If repairs are not completed within this time period, the vendor shall<br />

immediately notify the MDCPS authorized representative, in writing, stating the reason<br />

for the delay and establishing a completion date. Failure to comply shall be evidence of<br />

vendor negligence, and may result in penalties and sanctions, including, but not limited to<br />

termination of the contract.<br />

C. Service requests include, but are not limited to, the following:<br />

1) Total system failure;<br />

2) Inability to acknowledge, silence or reset audibles or panel troubles;<br />

3) Failure of air conditioning to reset after an alarm;<br />

4) Failure of fire alarm system to communicate with the MDCPS monitoring center;<br />

5) Loss of backup battery power;<br />

6) Damage caused to system due to transients and power surges;<br />

7) Complete zone or loop failure;<br />

8) Vandalism to any part of the system;<br />

9) Fire at a facility;<br />

10) Failure of the elevator recall to reset after an alarm;<br />

11) Trouble condition on the system;<br />

12) Any condition which prevents proper functioning of the system.<br />

D. The vendor is required to respond, as required, twenty-four (24) hours a day, seven (7)<br />

days a week, including holidays, at no additional cost to MDCPS.<br />

E. Failure to respond to MDCPS service requests within the stipulated time frames shall be<br />

considered negligence and may constitute grounds for termination of this contract, or<br />

other sanctions.<br />

F. If a service call is initiated by MDCPS, and the technician arrives on site after the owner<br />

has corrected the situation, the vendor shall be entitled to a service fee not to exceed two<br />

(2) hour’s labor at the rate as stipulated on the BID PROPOSAL FORM. Transient<br />

problems which are not documented owner errors, and which self correct prior to arrival<br />

of a technician, are not billable under any provision in this contract.<br />

G. Upon completion of a service call, vendor shall fax or e-mail a copy of the signed service<br />

ticket by the end of that business day. This service ticket shall contain the Control<br />

Number, or equivalent, from the MDCPS E-Mail Service Request. The vendor may not<br />

be paid for service calls which are not documented as described in this section.<br />

12 of 21


<strong>Miami</strong> <strong>Dade</strong> <strong>County</strong> <strong>Public</strong> <strong>Schools</strong><br />

Bid #<strong>008</strong>-<strong>HH11</strong> – Fire Alarm Services Contract<br />

Specifications<br />

3.4 PERIPHERAL DEVICE REPLACEMENT AND MISCELLANEOUS REPAIRS:<br />

A. Repair or replacement of certain standard peripheral devices may be necessary. Devices<br />

which have failed due to age, wear, or any non-documentable reason, shall be replaced by<br />

the vendor as part of the base bid. Those which have been vandalized or are inoperable<br />

due to accident, natural occurrences or owner negligence shall be replaced at owner<br />

expense applying the following procedure:<br />

1. If during the course of a periodic inspection or service, the vendor discovers<br />

inoperative device(s), the vendor shall immediately notify the MDCPS<br />

authorized representative and provide details concerning the quantities and types<br />

of devices, which are inoperative. The burden of proof shall lie with the vendor<br />

who shall provide documentation that the failure of the devices was due to<br />

vandalism or other circumstances not covered under the monthly service. The<br />

MDCPS authorized representative shall verify the quantities and types of devices<br />

and that the devices are inoperative for the reasons specified. Following such<br />

verification, immediate repair/replacement of same shall be authorized. The<br />

vendor shall invoice MDCPS for the replaced devices at the line item price(s)<br />

submitted in the bid documents. The vendor shall perform any miscellaneous<br />

repairs required as a result of vandalism, etc., including, but not limited to pull<br />

station reset and reinstalling devices which are pulled from their fixtures.<br />

3.5 ADDITIONAL SERVICES:<br />

A. If requested by MDCPS, the vendor shall be required to perform additional services,<br />

including, but not limited to, repair, installation and/or expansion of fire alarm systems in<br />

any of its facilities. Work performed shall comply with OEM Manufacturers’ standards<br />

and with the requirements of the references listed under Paragraph 1.2 of these<br />

specifications.<br />

B. Labor rates for additional services shall be as follows:<br />

1. Rate for qualified alarm technicians shall not exceed $75.00 per hour. Vendor<br />

shall note its established labor rate on the bid proposal forms.<br />

2. The rate for the installation of miscellaneous material shall not exceed $65.00 per<br />

hour. Vendor shall note its established labor rate on the bid proposal forms.<br />

C. Material cost for additional services shall be as follows:<br />

1. Fire alarm products:<br />

a. The vendor shall bid a minimum of 30% off the most recent OEM<br />

published list price. At no cost to MDCPS, the vendor shall supply the<br />

MDCPS authorized representative with manufacturer's most recent OEM<br />

published price list. Vendor shall note the established discount<br />

percentage off the published price list on the bid proposal forms.<br />

b. Vendor shall complete and submit Form A, attached, for all additional<br />

service quotes.<br />

13 of 21


<strong>Miami</strong> <strong>Dade</strong> <strong>County</strong> <strong>Public</strong> <strong>Schools</strong><br />

Bid #<strong>008</strong>-<strong>HH11</strong> – Fire Alarm Services Contract<br />

Specifications<br />

2. Miscellaneous Materials Not in Contract (N.I.C)<br />

a. MDCPS reserves the right to obtain quotations from the awarded<br />

vendor(s), or other approved vendors, for miscellaneous materials, which<br />

shall include but not be limited to raceway, connectors, couplers,<br />

fasteners, boxes, cable and wiring.<br />

b. Vendor shall complete and submit Form B, attached, for all quotations<br />

where miscellaneous materials are required.<br />

D. Proposals for additional services (Form A and Form B) shall be submitted to the MDCPS<br />

authorized representative within five (5) working days of being requested.<br />

3.6 DESIGN/DRAWING REQUIREMENTS:<br />

A. If it is determined by the MDCPS authorized representative that signed and sealed<br />

drawings by a Florida Registered design professional are required for any work under this<br />

contract, such shall be considered incidental to the work, and shall be provided by the<br />

vendor. The requirement for these services shall be made a part of the scope of work<br />

identified in Section 3.5, (A) and the cost shall be included with Forms A and B.<br />

1. Said services shall include, but not be limited to, the provision of all design and<br />

construction documents as specified, calculations, shop drawings, record<br />

drawings, and submittals. All design and construction documents, calculations,<br />

shop drawings, and record drawings may be required to be signed and sealed by a<br />

design professional. The vendor, through a responsible design professional, shall<br />

also provide, if necessary, the executed forms, studies, and other documentation<br />

required by applicable codes and agencies having jurisdiction.<br />

2. The vendor shall make any corrections required by the MDCPS authorized<br />

representative and/or design professional and shall resubmit the required number<br />

of corrected copies until approved. The vendor shall direct specific attention in<br />

writing or on resubmitted documents to revisions other than the corrections<br />

requested by the MDCPS authorized representative on previous submission(s).<br />

The District shall not be liable for any parts or materials ordered by the vendor<br />

prior to approval of design documents.<br />

3. All drawings and specifications produced by the design professional(s) shall<br />

become the property of the Board at the completion of the work. The vendor<br />

shall provide four (4) sets of prints and technical specifications; two (2) of these<br />

sets must be signed and sealed.<br />

B. The vendor shall submit the name, address and current Florida registration for all design<br />

professionals for each proposal which requires design services. The Board reserves the<br />

right to approve or disapprove the design professional. If disapproved, the vendor shall be<br />

required to provide an alternate.<br />

C. For projects which the Board provides design documents, the vendor shall review the<br />

plans and identify any discrepancies, inconsistencies, mistakes, etc. prior to preparation<br />

of a cost proposal. Prior to commencement of construction, the vendor shall verify<br />

measurements in the field, and identify any differences from the furnished drawings.<br />

14 of 21


<strong>Miami</strong> <strong>Dade</strong> <strong>County</strong> <strong>Public</strong> <strong>Schools</strong><br />

Bid #<strong>008</strong>-<strong>HH11</strong> – Fire Alarm Services Contract<br />

Specifications<br />

D. For projects which do not require signed and sealed documents, the vendor shall furnish<br />

shop drawings, record drawings, and any other documents and/or information as may be<br />

required in support of the work. The Board reserves the right to approve all drawings and<br />

submittals.<br />

E. Shop Drawings<br />

1. The vendor shall review, approve and submit six (6) sets of all shop drawings<br />

and samples required for the work. Shop drawings and samples shall be<br />

identified as specified, or as required by the MDCPS authorized representative.<br />

At the time of submission, the vendor shall inform the MDCPS authorized<br />

representative, in writing, of any deviation of the shop drawings or samples from<br />

the requirements of the project scope.<br />

2. The vendor shall make any corrections required by the MDCPS authorized<br />

representative and/or design professional and shall resubmit the required number<br />

of corrected copies of shop drawings or new samples until approved. The vendor<br />

shall direct specific attention in writing or on resubmitted shop drawings to<br />

revisions other than the corrections requested by the MDCPS authorized<br />

representative on previous submission(s).<br />

3. No portion of the work requiring a shop drawing or sample submission shall<br />

commence, nor shall the District be liable for any parts or materials ordered by<br />

the vendor until the submission has been approved. All such portions of the work<br />

shall be in accordance with approved shop drawings and samples.<br />

F. Upon completion of the work and final acceptance by MDCPS, The vendor shall furnish:<br />

PART 4 - WARRANTY<br />

1. Three (3) sets of reproducible record drawings and technical specifications. One<br />

set shall be on Mylar, and the remaining copies shall be blue line or bond. All<br />

copies shall be stamped “AS BUILT”.<br />

2. Three (3) copies of maintenance and operating manuals for any equipment<br />

included in the scope of work and supplied by the vendor.<br />

MDCPS reserves the right to withhold final payment, or any portion thereof, until receipt<br />

of these documents.<br />

A. The vendor shall warrant the work and shall remedy any defects due to faulty materials or<br />

workmanship for a minimum of one (1) year from the date of final acceptance.<br />

Manufacturer’s warranties, if greater than one (1) year, shall not be limited by this<br />

provision.<br />

B. Vendor shall remedy any work which fails to conform to the requirements of the contract<br />

and which appears during the progress of the work. All work, material and hardware<br />

shall be free from defects and shall be structurally and operationally sound during the<br />

entire warranty period. Upon written notice, the vendor shall remedy any defects due<br />

thereto and pay all expenses for any damage to other work resulting there from. Unless<br />

otherwise specified, warranty repairs shall be corrected immediately upon receipt of the<br />

written notice.<br />

15 of 21


<strong>Miami</strong> <strong>Dade</strong> <strong>County</strong> <strong>Public</strong> <strong>Schools</strong><br />

Bid #<strong>008</strong>-<strong>HH11</strong> – Fire Alarm Services Contract<br />

Specifications<br />

C. Neither the final payment nor any provision in the contract documents shall relieve the<br />

vendor of the responsibility for negligence, defects of manufacture, latent defects, faulty<br />

materials and/or workmanship to the extent of, and within the period provided by law.<br />

PART 5 - NON-EXCLUSIVITY<br />

MDCPS reserves the right to perform, or cause to be performed, the work and services herein<br />

described in any manner it sees fit, including, but not limited to, awarding of other contracts, or to<br />

perform the work with its own employees.<br />

PART 6 - NEGLIGENCE, REMEDY AND TERMINATION<br />

A. MDCPS reserves the right to terminate this contract in its entirety, upon 30 days written<br />

notice to the vendor.<br />

B. MDCPS reserves the right to cancel this contract, or any portion of the work performed<br />

under this contract and default the vendor if material or procedures are used other than<br />

those specified.<br />

C. As a result of vendor negligence, should a system covered under this contract remain<br />

inoperative or exhibit any trouble condition for more than twenty-four (24) hours after<br />

notification to the vendor and issuance of appropriate direction to repair said system,<br />

MDCPS shall effect any and all actions necessary to assure the safety of the building<br />

occupants and security of the physical plant, including, but not limited to temporary<br />

equivalent protection pursuant to NFPA 101 with all associated costs being borne by the<br />

vendor.<br />

D. In the event that the vendor fails to perform any of the services in a satisfactory manner<br />

and in compliance with the terms and conditions of this contract, MDCPS shall notify the<br />

vendor, in writing, of the deficiencies, and establish a specific time frame for correction<br />

of such deficiencies. If correction is not effected in an acceptable manner within the<br />

allocated time, MDCPS shall effect any and all actions necessary to assure the safety of<br />

the building occupants and security of the physical plant, with all associated costs being<br />

borne by the vendor. MDCPS may invoke any other sanctions or penalties including<br />

recommending to the Board that the vendor be declared in default.<br />

E. Any fines and/or penalties levied against the owner by any agency or individual of<br />

jurisdiction which are a result of the vendor’s negligence in adherence to the terms and<br />

conditions of this contract, individual work order, purchase order, applicable statutes,<br />

codes and/or ordinances, shall be borne solely by the vendor.<br />

PART 7 - FACILITY USE, CLEAN UP AND PROTECTION:<br />

A. The vendor shall conform to all applicable OSHA, state and local regulations while<br />

performing work under this contract, and shall take all necessary, ordinary and<br />

extraordinary precautions to provide a safe work environment at all times for the<br />

occupants of the school and the general public in and around the work area. The vendor<br />

shall also ensure that MDCPS property is protected from damage and defacement<br />

resulting from the vendor’s activities. Any such damage shall be corrected by the vendor<br />

at the vendor’s sole expense. Prior to payment of the final invoice, all corrections shall<br />

be inspected and accepted by the MDCPS authorized representative.<br />

16 of 21


<strong>Miami</strong> <strong>Dade</strong> <strong>County</strong> <strong>Public</strong> <strong>Schools</strong><br />

Bid #<strong>008</strong>-<strong>HH11</strong> – Fire Alarm Services Contract<br />

Specifications<br />

B. It is the responsibility of the vendor to keep the site free from trash, debris, excess<br />

materials, tools and hazardous conditions at all times. The vendor shall be responsible for<br />

disposal of all waste material, and shall do so in conformance with applicable laws, codes<br />

and ordinances.<br />

C. Vendor, its employees and/or assigns, shall not use MDCPS restroom, cafeteria, lounge,<br />

dumpsters, equipment, etc. without permission prior to commencement of project from<br />

the MDCPS authorized representative.<br />

D. Vendor's materials, equipment and tools which are not in use shall be stored in a secured<br />

location supplied by the vendor and approved by MDCPS.<br />

E. MDCPS is not responsible for loss of tools, equipment or supplies.<br />

F. Site shall be left in a “broom clean” condition upon completion of work.<br />

G. Vendor shall not block exits, hallways, corridors, driveways, delivery areas, nor impede<br />

ingress or egress.<br />

H. Vendor shall not impede nor interfere with the normal function of the facility, its<br />

occupants or its programs.<br />

PART 8 - INVOICING AND PAYMENT<br />

A. Invoice and Payment for Base Services<br />

1. All invoices shall include the following:<br />

a. Work location where services were rendered<br />

b. Period of service<br />

c. District’s purchase order number<br />

2. All invoices for provided services shall be submitted for payment within five (5)<br />

work days after the end of the quarter. Invoice amount shall be in conformance<br />

with the terms as described on individual purchase orders. Original invoices shall<br />

be sent to:<br />

MIAMI-DADE COUNTY PUBLIC SCHOOLS<br />

MAINTENANCE AND OPERATIONS<br />

ATTN: DISTRICT ALARMS ADMINISTRATOR<br />

12525 N.W. 28th Avenue<br />

MIAMI, FLORIDA 33167<br />

B. Invoice and Payment for Additional Services:<br />

1. Vendor shall invoice additional services based on the actual labor hours<br />

expended and materials utilized. MDCPS does not pay for travel time. Invoices<br />

for Additional Services shall be sent to the MDCPS Maintenance Operations<br />

Satellite requesting the work.<br />

17 of 21


<strong>Miami</strong> <strong>Dade</strong> <strong>County</strong> <strong>Public</strong> <strong>Schools</strong><br />

Bid #<strong>008</strong>-<strong>HH11</strong> – Fire Alarm Services Contract<br />

Specifications<br />

2. The invoice document shall contain the following information:<br />

a. District’s purchase order number<br />

b. Description of work<br />

c. Start date and completion date<br />

d. Work location where services were rendered<br />

e. OEM part number and description of materials utilized, quantities and<br />

unit prices<br />

f. Labor hours type, quantities and unit prices<br />

g. Written warranty<br />

h. Final release of lien, and/or consent of surety, from any subcontractor or<br />

supplier, if applicable<br />

i. Final release of claim from the vendor<br />

3. A clean and clearly legible copy of service tickets and/or time sheets shall<br />

document the labor and shall accompany the invoice. This document(s) shall<br />

indicate the technician’s name or ID number, and dates and times services were<br />

provided. Service tickets SHALL be signed at the end of the workday by work<br />

location staff.<br />

C. Invoices not submitted in accordance with the procedures and requirements defined<br />

herein will not be processed for payment and will be returned to the vendor.<br />

D. Payment will only be made for actual installed materials and work performed which has<br />

been inspected and found to be in accordance with the terms and conditions of the<br />

contract. MDCPS will not pay for travel time. Work found to be deficient will be<br />

corrected by the vendor at the vendor’s expense prior to any payment being made. The<br />

vendor will not be compensated for waste and/or surplus materials. The vendor shall not<br />

be paid for any services which have not been authorized by the MDCPS authorized<br />

representative and not accompanied by an MDCPS purchase order.<br />

18 of 21


<strong>Miami</strong> <strong>Dade</strong> <strong>County</strong> <strong>Public</strong> <strong>Schools</strong><br />

Bid #<strong>008</strong>-<strong>HH11</strong> – Fire Alarm Services Contract<br />

Specifications<br />

19 of 21


<strong>Miami</strong> <strong>Dade</strong> <strong>County</strong> <strong>Public</strong> <strong>Schools</strong><br />

Bid #<strong>008</strong>-<strong>HH11</strong> – Fire Alarm Services Contract<br />

Specifications<br />

20 of 21


<strong>Miami</strong> <strong>Dade</strong> <strong>County</strong> <strong>Public</strong> <strong>Schools</strong><br />

Bid #<strong>008</strong>-<strong>HH11</strong> – Fire Alarm Services Contract<br />

Specifications<br />

______________________________________________________________________________<br />

END OF SPECIFICATIONS<br />

21 of 21


BID PROPOSAL FORM (FORMAT B)<br />

Bid # <strong>008</strong>-<strong>HH11</strong><br />

Bid Title: FIRE ALARM SERVICES CONTRACT<br />

Buyer: Vanessa Y. Gomez<br />

PLEASE COMPLETE ALL<br />

HIGHLIGHTED AREAS<br />

NAME OF BIDDER:<br />

IMPORTANT BID NOTES: THE MONTHLY PRICE PER SCHOOL SHOULD CONSIST OF ALL ITEMS LISTED IN PART 3 - EXECUTION, IN ACCORDANCE WITH<br />

CODES, REGULATIONS, RULES, STANDARDS AND/OR STATUTES, OF THE BID SPECIFICATIONS.<br />

VENDOR SHALL INDICATE MANUFACTURER'S WARRANTY, IF GREATER THAN ONE YEAR ______________<br />

ITEM DESCRIPTION QTY MANUFACTURER MODEL<br />

UNIT<br />

PRICE PER<br />

MONTH<br />

GROUP 1: Cerberus Pyrotronics Systems<br />

Items 1 through 117 to be awarded on a total low bid basis. Items 118 to 140 will not be used to calculate bid award however, awarded<br />

vendors shall honor these prices if additional support functions or modifications are requested by M-DCPS. Vendors must bid all items.<br />

1 Angelou, Maya Elem. 24 Cerberus Pyrotronics Pyro MXL Month $_____________<br />

2 Ashe, Bowman Foster Elem. P L C (N) 24 Cerberus Pyrotronics Pyro MXL-IQ Month $_____________<br />

3 Aurburndale Elem. 24 Cerberus Pyrotronics Pyro MXL Month $_____________<br />

4 Beckford, Ethel F./Richmond Elem. 24 Cerberus Pyrotronics Pyro MXL Month $_____________<br />

5 Bell, Paul W. Middle 24 Cerberus Pyrotronics Pyro MXL Month $_____________<br />

6 Biscayne Elem. 24 Cerberus Pyrotronics Pyro MXL-IQ Month $_____________<br />

7 Brentwood Elem. PLC 24 Cerberus Pyrotronics Pyro FS-250 Month $_____________<br />

8 Broad, Ruth K./Bay Harbor Elem. 24 Cerberus Pyrotronics Pyro MXL Month $_____________<br />

9 Brownsville Middle 24 Cerberus Pyrotronics Pyro MXL-IQ Month $_____________<br />

10 Bryan, W. J. Elem. PLC 24 Cerberus Pyrotronics Pyro MXL-IQ Month $_____________<br />

11 C O P E Center North Alternative Education 24 Cerberus Pyrotronics Pyro MXL Month $_____________<br />

12 Campbell Drive Elem. 24 Cerberus Pyrotronics Pyro MXL-IQ Month $_____________<br />

13 Citrus Grove Elem. 24 Cerberus Pyrotronics Pyro MXL Month $_____________<br />

14 Citrus Grove Middle 24 Cerberus Pyrotronics Pyro MXL-IQ Month $_____________<br />

15 Citrus Grove O. T. C. 24 Cerberus Pyrotronics Pyro MXL-IQ Month $_____________<br />

16 Cooper, Neva King Educational Center 24 Cerberus Pyrotronics Pyro MXL-IQ Month $_____________<br />

17 Coral Gables Elem. 24 Cerberus Pyrotronics Pyro MXL Month $_____________<br />

18 Coral Reef Senior 24 Cerberus Pyrotronics Pyro MXL Month $_____________<br />

19 Coral Way Elem / K-8 Center 24 Cerberus Pyrotronics Pyro MXL / FS-250 Month $_____________<br />

20 Crestview Elem. 24 Cerberus Pyrotronics Pyro MXL Month $_____________<br />

21 Doolin, Howard A. Middle 24 Cerberus Pyrotronics Pyro MXL-2 Month $_____________<br />

22 Douglas, Marjory Stoneman Elem. 24 Cerberus Pyrotronics Pyro MXL Month $_____________<br />

23 Earlington Heights Elem. 24 Cerberus Pyrotronics Pyro MXL-IQ Month $_____________<br />

24 Evans, Lillie C. Elem. 24 Cerberus Pyrotronics Pyro MXL Month $_____________<br />

25 Eve, Christina M. Elem. 24 Cerberus Pyrotronics Pyro MXL-IQ Month $_____________<br />

26 Fascell, Dante B. Elem. 24 Cerberus Pyrotronics Pyro MXL Month $_____________<br />

27 Ferguson, John A. Senior 24 Cerberus Pyrotronics Pyro MXL-2 Month $_____________<br />

28 Flamingo Elem. 24 Cerberus Pyrotronics Pyro MXL-IQ Month $_____________<br />

29 Franklin, Benjamin Elem. 24 Cerberus Pyrotronics Pyro MXL Month $_____________<br />

30 Goleman, Barbara Senior 24 Cerberus Pyrotronics Pyro MXL Month $_____________<br />

31 Good, Joella C. Elem. 24 Cerberus Pyrotronics Pyro MXL-IQ Month $_____________<br />

32 Gordon Manatee Elem. PLC (T) 24 Cerberus Pyrotronics Pyro MXL-IQ Month $_____________<br />

33 Gordon, Jack D. Elem. 24 Cerberus Pyrotronics Pyro MXL Month $_____________<br />

34 Graham, Bob Educational Center / MLC ( TT ) 24 Cerberus Pyrotronics Pyro MXL-IQ /FS 250 Month $_____________<br />

Page 1 FM-3738 Rev. (06-98)


BID PROPOSAL FORM (FORMAT B)<br />

Bid # <strong>008</strong>-<strong>HH11</strong><br />

Bid Title: FIRE ALARM SERVICES CONTRACT<br />

Buyer: Vanessa Y. Gomez<br />

PLEASE COMPLETE ALL<br />

HIGHLIGHTED AREAS<br />

NAME OF BIDDER:<br />

IMPORTANT BID NOTES: THE MONTHLY PRICE PER SCHOOL SHOULD CONSIST OF ALL ITEMS LISTED IN PART 3 - EXECUTION, IN ACCORDANCE WITH<br />

CODES, REGULATIONS, RULES, STANDARDS AND/OR STATUTES, OF THE BID SPECIFICATIONS.<br />

VENDOR SHALL INDICATE MANUFACTURER'S WARRANTY, IF GREATER THAN ONE YEAR ______________<br />

ITEM DESCRIPTION QTY MANUFACTURER MODEL<br />

UNIT<br />

PRICE PER<br />

MONTH<br />

35 Graham, Ernest R. Elem. 24 Cerberus Pyrotronics Pyro MXL Month $_____________<br />

36 Hadley, Charles R. Elem. PLC (A) 24 Cerberus Pyrotronics Pyro MXL-IQ Month $_____________<br />

37 Hall, Joe Elem. 24 Cerberus Pyrotronics Pyro MXL-IQ Month $_____________<br />

38 Hartner, Eneida Massas Elem. 24 Cerberus Pyrotronics Pyro MXL-2 Month $_____________<br />

39 Hialeah Gardens Elem. / PLC 24 Cerberus Pyrotronics Pyro MXL Month $_____________<br />

40 Hialeah-<strong>Miami</strong> Lakes Senior 24 Cerberus Pyrotronics Pyro MXL Month $_____________<br />

41 Hibiscus Elem. 24 Cerberus Pyrotronics Pyro MXL Month $_____________<br />

42 Holmes Elem. 24 Cerberus Pyrotronics Pyro MXL Month $_____________<br />

43 Homestead Middle 24 Cerberus Pyrotronics Pyro MXL Month $_____________<br />

44 Hoover, Oliver Elem. PLC 24 Cerberus Pyrotronics Pyro MXL-IQ Month $_____________<br />

45 Hopkins, Lindsey Technical 24 Cerberus Pyrotronics Pyro MXL-2 Month $_____________<br />

46 Hurston, Zora Neale Elem. 24 Cerberus Pyrotronics Pyro MXL Month $_____________<br />

47 Jefferson, Thomas Middle 24 Cerberus Pyrotronics Pyro MXL-IQ Month $_____________<br />

48 Kensington Park Elem./ PLC 24 Cerberus Pyrotronics Pyro MXL Month $_____________<br />

49 Krop, Dr. Michael M. Senior 24 Cerberus Pyrotronics Pyro MXL Month $_____________<br />

50 Lake Stevens Elem. 24 Cerberus Pyrotronics Pyro MXL Month $_____________<br />

51 Lake Stevens Middle 24 Cerberus Pyrotronics Pyro MXL-IQ Month $_____________<br />

52 Leewood Elem. 24 Cerberus Pyrotronics Pyro MXL Month $_____________<br />

53 Leisure City K-8 Center / MLC (DD) 24 Cerberus Pyrotronics Pyro MXL Month $_____________<br />

54 M.A.S.T. Academy/Maritime & Science Technology 24 Cerberus Pyrotronics Pyro MXL Month $_____________<br />

55 Mann, Jann Opportunity Education 24 Cerberus Pyrotronics Pyro MXL Month $_____________<br />

56 Martin, Frank C. K-8 Center 24 Cerberus Pyrotronics Pyro MXL Month $_____________<br />

57 Matthews, Wesley Elem. 24 Cerberus Pyrotronics Pyro MXL Month $_____________<br />

58 Mays Middle 24 Cerberus Pyrotronics Pyro MXL Month $_____________<br />

59 McMillan, Howard D. Middle 24 Cerberus Pyrotronics Pyro MXL Month $_____________<br />

60 Meek, Carrie P./Westview Elem. 24 Cerberus Pyrotronics Pyro MXL Month $_____________<br />

61 Melrose Elem. 24 Cerberus Pyrotronics Pyro MXL-IQ Month $_____________<br />

62 Merritt, Ada K-8 Center 24 Cerberus Pyrotronics Pyro MXL-IQ Month $_____________<br />

63 <strong>Miami</strong> Beach Senior 24 Cerberus Pyrotronics Pyro MXL-2 Month $_____________<br />

64 <strong>Miami</strong> Central Senior 24 Cerberus Pyrotronics Pyro MXL Month $_____________<br />

65 <strong>Miami</strong> Douglas Macaurthur Senior South 24 Cerberus Pyrotronics Pyro MXL Month $_____________<br />

66 <strong>Miami</strong> Edison Middle 24 Cerberus Pyrotronics Pyro MXL Month $_____________<br />

67 <strong>Miami</strong> Senior 24 Cerberus Pyrotronics Pyro MXL Month $_____________<br />

68 <strong>Miami</strong> Shores Elem. 24 Cerberus Pyrotronics Pyro MXL Month $_____________<br />

69 <strong>Miami</strong> Springs Middle 24 Cerberus Pyrotronics Pyro MXL Month $_____________<br />

70 Mill Branch 24 Cerberus Pyrotronics Pyro System 3 Month $_____________<br />

71 Miller, Phyllis Ruth Elem. 24 Cerberus Pyrotronics Pyro MXL Month $_____________<br />

Page 2 FM-3738 Rev. (06-98)


BID PROPOSAL FORM (FORMAT B)<br />

Bid # <strong>008</strong>-<strong>HH11</strong><br />

Bid Title: FIRE ALARM SERVICES CONTRACT<br />

Buyer: Vanessa Y. Gomez<br />

PLEASE COMPLETE ALL<br />

HIGHLIGHTED AREAS<br />

NAME OF BIDDER:<br />

IMPORTANT BID NOTES: THE MONTHLY PRICE PER SCHOOL SHOULD CONSIST OF ALL ITEMS LISTED IN PART 3 - EXECUTION, IN ACCORDANCE WITH<br />

CODES, REGULATIONS, RULES, STANDARDS AND/OR STATUTES, OF THE BID SPECIFICATIONS.<br />

VENDOR SHALL INDICATE MANUFACTURER'S WARRANTY, IF GREATER THAN ONE YEAR ______________<br />

ITEM DESCRIPTION QTY MANUFACTURER MODEL<br />

UNIT<br />

PRICE PER<br />

MONTH<br />

72 Morningside Elem. 24 Cerberus Pyrotronics Pyro MXL Month $_____________<br />

73 Moton, Robert Russa Elem. 24 Cerberus Pyrotronics Pyro MXL-2 Month $_____________<br />

74 Myrtle Grove Elem. 24 Cerberus Pyrotronics Pyro MXL-IQ Month $_____________<br />

75 Natural Bridge Elem. 24 Cerberus Pyrotronics Pyro MXL-IQ Month $_____________<br />

76 Nautilus Middle 24 Cerberus Pyrotronics Pyro MXL Month $_____________<br />

77 Norland Elem. 24 Cerberus Pyrotronics Pyro MXL-IQ Month $_____________<br />

78 North <strong>County</strong> Elem. 24 Cerberus Pyrotronics Pyro MXL-IQ Month $_____________<br />

79 North <strong>Miami</strong> Beach Senior 24 Cerberus Pyrotronics Pyro MXL Month $_____________<br />

80 O I T Warehouse 24 Cerberus Pyrotronics Pyro MXL-IQ Month $_____________<br />

81 Oak Grove Elem. 24 Cerberus Pyrotronics Pyro MXL Month $_____________<br />

82 Opa Locka Elem. 24 Cerberus Pyrotronics Pyro MXL Month $_____________<br />

83 Palmetto Elem. 24 Cerberus Pyrotronics Pyro MXL Month $_____________<br />

84 Panther, Gordon Elem. PLC (S) 24 Cerberus Pyrotronics Pyro MXL-IQ Month $_____________<br />

85 Porter, Gilbert Elem. PLC (Q) 24 Cerberus Pyrotronics Pyro MXL-IQ Month $_____________<br />

86 Porter, Dr. Gilbert L. Elem. PLC 24 Cerberus Pyrotronics Pyro-MXL-IQ Month $_____________<br />

87 Redland Elem. 24 Cerberus Pyrotronics Pyro MXL Month $_____________<br />

88 Redland Middle 24 Cerberus Pyrotronics Pyro MXL Month $_____________<br />

89 Redondo Elem. 24 Cerberus Pyrotronics Pyro MXL Month $_____________<br />

90 Reeves, Henry E. S. Elem. 24 Cerberus Pyrotronics Pyro MXL Month $_____________<br />

91 Region Maintenance Center I Instructional 24 Cerberus Pyrotronics Pyro MXL-IQ Month $_____________<br />

92 Region Maintenance Center IV Instructional 24 Cerberus Pyrotronics Pyro System 3 Month $_____________<br />

93 Riverside Elem. Clinic 24 Cerberus Pyrotronics Pyro SXL Month $_____________<br />

94 Riviera Middle 24 Cerberus Pyrotronics Pyro MXL-IQ Month $_____________<br />

95 Rockway Middle 24 Cerberus Pyrotronics Pyro MXL Month $_____________<br />

96 Santa Clara Elem. 24 Cerberus Pyrotronics Pyro MXL-2 Month $_____________<br />

97 Saunders, Laura C. Elem. - Service Bldg. 24 Cerberus Pyrotronics Pyro SXL Month $_____________<br />

98 Scott Lake Elem. 24 Cerberus Pyrotronics Pyro MXL-IQ Month $_____________<br />

99 Shenandoah Elem. PLC 24 Cerberus Pyrotronics Pyro MXL-IQ Month $_____________<br />

100 Sheppard, Ben Elem. PLC 24 Cerberus Pyrotronics Pyro MXL-IQ Month $_____________<br />

101 Sibley, Hubert O. Elem. 24 Cerberus Pyrotronics Pyro MXL-IQ Month $_____________<br />

102 Skyway Elem. 24 Cerberus Pyrotronics Pyro MXL-IQ Month $_____________<br />

103 Smith, John I. Elem. 24 Cerberus Pyrotronics Pyro MXL Month $_____________<br />

104 Smith, Lenora B. Elem. 24 Cerberus Pyrotronics Pyro MXL Month $_____________<br />

105 South <strong>Miami</strong> Middle 24 Cerberus Pyrotronics Pyro MXL Month $_____________<br />

106 South Pointe Elem. 24 Cerberus Pyrotronics Pyro MXL Month $_____________<br />

107 Southwest Center Transportation 24 Cerberus Pyrotronics Pyro MXL Month $_____________<br />

108 Thomas, Eugenia B. K-8 Center 24 Cerberus Pyrotronics Pyro MXL-IQ Month $_____________<br />

Page 3 FM-3738 Rev. (06-98)


BID PROPOSAL FORM (FORMAT B)<br />

Bid # <strong>008</strong>-<strong>HH11</strong><br />

Bid Title: FIRE ALARM SERVICES CONTRACT<br />

Buyer: Vanessa Y. Gomez<br />

PLEASE COMPLETE ALL<br />

HIGHLIGHTED AREAS<br />

NAME OF BIDDER:<br />

IMPORTANT BID NOTES: THE MONTHLY PRICE PER SCHOOL SHOULD CONSIST OF ALL ITEMS LISTED IN PART 3 - EXECUTION, IN ACCORDANCE WITH<br />

CODES, REGULATIONS, RULES, STANDARDS AND/OR STATUTES, OF THE BID SPECIFICATIONS.<br />

VENDOR SHALL INDICATE MANUFACTURER'S WARRANTY, IF GREATER THAN ONE YEAR ______________<br />

ITEM DESCRIPTION QTY MANUFACTURER MODEL<br />

UNIT<br />

PRICE PER<br />

MONTH<br />

109 Tropical Elem. 24 Cerberus Pyrotronics Pyro MXL-IQ Month $_____________<br />

110 Varela, Felix Senior 24 Cerberus Pyrotronics Pyro MXL Month $_____________<br />

111 Vehicle Maintenance 24 Cerberus Pyrotronics Pyro MXL Month $_____________<br />

112 Village Green Elem. 24 Cerberus Pyrotronics Pyro MXL Month $_____________<br />

113 Walters, Mae M. Elem. 24 Cerberus Pyrotronics Pyro MXL-IQ Month $_____________<br />

114 Washington, Booker T. Senior 24 Cerberus Pyrotronics Pyro MXL Month $_____________<br />

115 Wheatley, Phillis Elem. 24 Cerberus Pyrotronics Pyro MXL Month $_____________<br />

116 Winston Park K-8 Center 24 Cerberus Pyrotronics Pyro MXL Month $_____________<br />

117 Wyche Jr., Charles David Elem. 24 Cerberus Pyrotronics Pyro MXL Month $_____________<br />

Group 1: Additional Cerberus Pyrotronics Systems<br />

118<br />

In the event M-DCPS increases the fire alarm systems or number of facilities, and chooses at its sole discretion to add servicing to these<br />

systems, the vendor shall: Provide all labor, materials and equipment necessary to test, service, inspect and maintain additional fire<br />

alarm systems in accordance with the attached specifications.<br />

118A Elementary <strong>Schools</strong> - Cerberus Pyrotronics N/A Month $_____________<br />

118B Primary Learning Centers - Cerberus Pyrotronics N/A Month $_____________<br />

118C Middle <strong>Schools</strong> - Cerberus Pyrotronics N/A Month $_____________<br />

118D Middle Learning Centers - Cerberus Pyrotronics N/A Month $_____________<br />

118E Senior-Vocational Technical <strong>Schools</strong> - Cerberus Pyrotronics N/A Month $_____________<br />

Group 1: Cerberus Pyrotronics Systems Miscellaneous Peripheral Material<br />

119 Addressable Smoke Detector 200 Cerberus Pyrotronics - Each $_____________<br />

120 Addressable Heat Detector 50 Cerberus Pyrotronics - Each $_____________<br />

121 Addressable Manual Station 100 Cerberus Pyrotronics - Each $_____________<br />

122 Non-Addressable Smoke Detector 100 Cerberus Pyrotronics - Each $_____________<br />

123 Non-Addressable Heat Detector 50 Cerberus Pyrotronics - Each $_____________<br />

124 Non-Addressable Manual Station 100 Cerberus Pyrotronics - Each $_____________<br />

125 Protective Cover Manual Station 100 Cerberus Pyrotronics - Each $_____________<br />

126 Protective Cover Horn/Strobe 300 Cerberus Pyrotronics - Each $_____________<br />

127 Visual Strobe 100 Cerberus Pyrotronics - Each $_____________<br />

128 Horn 100 Cerberus Pyrotronics - Each $_____________<br />

129 Horn/Strobe 500 Cerberus Pyrotronics - Each $_____________<br />

130 Mag<strong>net</strong>ic Door Holder 50 Cerberus Pyrotronics - Each $_____________<br />

131 Detector Base Assembly 30 Cerberus Pyrotronics - Each $_____________<br />

132 Black Box Manual Station 25 Cerberus Pyrotronics - Each $_____________<br />

133 Black Box Horn/Strobe 25 Cerberus Pyrotronics - Each $_____________<br />

134 Wire/Cable Indoor 2500 Cerberus Pyrotronics - Each $_____________<br />

135 Wire/Cable Outdoor Wet Location - West Penn 2500 Cerberus Pyrotronics - Each $_____________<br />

136<br />

Input A/C power surge suppresser, DITEK-DTK-120 HW,<br />

EDCO-HSP121BT-1RU or equal.<br />

75 Cerberus Pyrotronics - Each<br />

$_____________<br />

Page 4 FM-3738 Rev. (06-98)


BID PROPOSAL FORM (FORMAT B)<br />

Bid # <strong>008</strong>-<strong>HH11</strong><br />

Bid Title: FIRE ALARM SERVICES CONTRACT<br />

Buyer: Vanessa Y. Gomez<br />

ITEM DESCRIPTION QTY MANUFACTURER MODEL<br />

UNIT<br />

PLEASE COMPLETE ALL<br />

HIGHLIGHTED AREAS<br />

NAME OF BIDDER:<br />

IMPORTANT BID NOTES: THE MONTHLY PRICE PER SCHOOL SHOULD CONSIST OF ALL ITEMS LISTED IN PART 3 - EXECUTION, IN ACCORDANCE WITH<br />

CODES, REGULATIONS, RULES, STANDARDS AND/OR STATUTES, OF THE BID SPECIFICATIONS.<br />

VENDOR SHALL INDICATE MANUFACTURER'S WARRANTY, IF GREATER THAN ONE YEAR ______________<br />

137<br />

138<br />

139<br />

139A<br />

Initiating Device Circuits (IDC)/Signaling Line Circuits<br />

(SLC) surge suppresser, DITEK-DTK-2LVLPLV, EDCO-PC642,<br />

EDCO series SLCP-30 or equal.<br />

Notification Appliance Circuits (NAC) surge suppresser,<br />

DITEK-DTK2LVPLV, EDCO-PHC-043 or equal.<br />

Alarm Technician labor rate not to exceed $75.00 per<br />

hour.<br />

360 Cerberus Pyrotronics - Each<br />

360 Cerberus Pyrotronics - Each<br />

Group 1: Cerberus Pyrotronics Systems Labor Rates<br />

- Cerberus Pyrotronics N/A Hour<br />

PRICE PER<br />

MONTH<br />

$_____________<br />

$_____________<br />

Provide additional support functions or modifications to new or existing systems that may be requested by M-DCPS, in accordance<br />

with section 3.6 of the attached specifications.<br />

$_____________<br />

139B Installer labor rate not to exceed $65.00 per hour. - Cerberus Pyrotronics N/A Hour $_____________<br />

Group 1: Percent Discount off List<br />

For additional support functions or modifications to new or existing Cerberus Pyrotronics Fire Alarm Systems OEM parts<br />

140 may be required. Bidder(s) shall indicate the percent of discount off the manufacturer's most recent published price _____________ %<br />

list. A minimum of 30% off the most recent OEM published list price is required.<br />

Discount<br />

Page 5 FM-3738 Rev. (06-98)


BID PROPOSAL FORM (FORMAT B)<br />

Bid # <strong>008</strong>-<strong>HH11</strong><br />

Bid Title: FIRE ALARM SERVICES CONTRACT<br />

Buyer: Vanessa Y. Gomez<br />

PLEASE COMPLETE ALL<br />

HIGHLIGHTED AREAS<br />

NAME OF BIDDER:<br />

IMPORTANT BID NOTES: THE MONTHLY PRICE PER SCHOOL SHOULD CONSIST OF ALL ITEMS LISTED IN PART 3 - EXECUTION, IN ACCORDANCE WITH<br />

CODES, REGULATIONS, RULES, STANDARDS AND/OR STATUTES, OF THE BID SPECIFICATIONS.<br />

VENDOR SHALL INDICATE MANUFACTURER'S WARRANTY, IF GREATER THAN ONE YEAR ______________<br />

ITEM DESCRIPTION QTY MANUFACTURER MODEL<br />

UNIT<br />

PRICE PER<br />

MONTH<br />

GROUP 2: Simplex Grinnell Systems<br />

Items 141 through 257 to be awarded on a total low bid basis. Items 258 to 280 will not be used to calculate bid award however, awarded<br />

vendors shall honor these prices if additional support functions or modifications are requested by M-DCPS. Vendors must bid all items.<br />

141 Allapattah Middle 24 Simplex Grinnell Simplex 4100-8001 Month $_____________<br />

142 American Senior 24 Simplex Grinnell Simplex 4020 Month $_____________<br />

143 Arcola Lakes Elem. 24 Simplex Grinnell Simplex 4020-8001 Month $_____________<br />

144 Arvida Middle 24 Simplex Grinnell Simplex 4020 Month $_____________<br />

145 Ashe, Dr. Bowman Foster Elem. 24 Simplex Grinnell Simplex 4100 Month $_____________<br />

146 Baker, George T. Aviation 24 Simplex Grinnell Simplex 4010 Month $_____________<br />

147 Bent Tree Elem. 24 Simplex Grinnell Simplex 4020-8001 Month $_____________<br />

148 Biscayne Nature Center 24 Simplex Grinnell Simplex 4010 Month $_____________<br />

149 Blanton, Van E. Elem. 24 Simplex Grinnell Simplex 4100-8001 Month $_____________<br />

150 Blue Lakes Elem. 24 Simplex Grinnell Simplex 4020 Month $_____________<br />

151 Boussard, Norma Butler Elem. 24 Simplex Grinnell Simplex 4100 U Month $_____________<br />

152 Broadmoor Elem. 24 Simplex Grinnell Simplex 4020-8001 Month $_____________<br />

153 Campbell Drive Middle 24 Simplex Grinnell Simplex 4020 Month $_____________<br />

154 Canosa, Jorge Mas Middle 24 Simplex Grinnell Simplex 4100 U Month $_____________<br />

155 Caribbean Elem. 24 Simplex Grinnell Simplex 4020 Month $_____________<br />

156 Carol City Middle 24 Simplex Grinnell Simplex 4002-8001 Month $_____________<br />

157 Chiles, Lawton Middle 24 Simplex Grinnell Simpelx 4020 Month $_____________<br />

158 Colonial Drive Elem. 24 Simplex Grinnell Simplex 4004 Month $_____________<br />

159 Coral Park Elem. 24 Simplex Grinnell Simplex 4020 Month $_____________<br />

160 Coral Reef Elem. 24 Simplex Grinnell Simplex 4020-8001 Month $_____________<br />

161 Coral Terrace Elem. 24 Simplex Grinnell Simplex 4010 Month $_____________<br />

162 Corporate Academy North 24 Simplex Grinnell Simplex 4020-8001 Month $_____________<br />

163 Country Club Middle 24 Simplex Grinnell Simplex 4020 Month $_____________<br />

164 Crowder, Thena C. Elem. 24 Simplex Grinnell Simplex 4010 Month $_____________<br />

165 Culter Ridge Middle 24 Simplex Grinnell Simplex 4010 Month $_____________<br />

166 Cutler Ridge Elem. 24 Simplex Grinnell Simplex 4020-8001 Month $_____________<br />

167 Dario, Rubin Middle 24 Simplex Grinnell Simplex 4010 Month $_____________<br />

168 De Diego, Jose Middle 24 Simplex Grinnell Simplex 4020-8001 Month $_____________<br />

169 Design & Architecture Senior 24 Simplex Grinnell Simplex 4002-8001 Month $_____________<br />

170 Doral Middle 24 Simplex Grinnell Simplex 4020 Month $_____________<br />

171 Dorsey, D. A. Educational Center 24 Simplex Grinnell Simplex 4010 Month $_____________<br />

172 Douglas, Marjory Stoneman Elem. PLC 24 Simplex Grinnell Simplex 4020-8001 Month $_____________<br />

173 Dunbar, Paul Lawrence Elem. 24 Simplex Grinnell Simplex 4020-804 Month $_____________<br />

174 Emerson Elem. 24 Simplex Grinnell Simplex 4020 Month $_____________<br />

Page 6 FM-3738 Rev. (06-98)


BID PROPOSAL FORM (FORMAT B)<br />

Bid # <strong>008</strong>-<strong>HH11</strong><br />

Bid Title: FIRE ALARM SERVICES CONTRACT<br />

Buyer: Vanessa Y. Gomez<br />

PLEASE COMPLETE ALL<br />

HIGHLIGHTED AREAS<br />

NAME OF BIDDER:<br />

IMPORTANT BID NOTES: THE MONTHLY PRICE PER SCHOOL SHOULD CONSIST OF ALL ITEMS LISTED IN PART 3 - EXECUTION, IN ACCORDANCE WITH<br />

CODES, REGULATIONS, RULES, STANDARDS AND/OR STATUTES, OF THE BID SPECIFICATIONS.<br />

VENDOR SHALL INDICATE MANUFACTURER'S WARRANTY, IF GREATER THAN ONE YEAR ______________<br />

ITEM DESCRIPTION QTY MANUFACTURER MODEL<br />

UNIT<br />

PRICE PER<br />

MONTH<br />

175 F. D. L. R. S. at Blue Lakes Elem 24 Simplex Grinnell Simplelx 4100U Month $_____________<br />

176 Fairlawn Elem. 24 Simplex Grinnell Simplex 4020 Month $_____________<br />

177 Fairlawn Elem. 24 Simplex Grinnell Simplex 4020 Month $_____________<br />

178 Fienberg/Fisher K-8 center 24 Simplex Grinnell Simplex 4020-8001 Month $_____________<br />

179 Filer, Henry H. Elem. 24 Simplex Grinnell Simplex 4020 Month $_____________<br />

180 Finlay, Dr. Carlos J. Elem. 24 Simplex Grinnell Simplex 4020 Month $_____________<br />

181 Flagler, Henry M. Elem. 24 Simplex Grinnell Simplex 4020 Month $_____________<br />

182 Flagmi Elem. 24 Simplex Grinnell Simplex 4020-8001 Month $_____________<br />

183 Florida City Elem. 24 Simplex Grinnell Simplex 4020 Month $_____________<br />

184 Floyd, Gloria Elem. 24 Simplex Grinnell Simplex 4010 Month $_____________<br />

185 Graham, Bob Educational PLC (H) 24 Simplex Grinnell Simplex 4020 Month $_____________<br />

186 Hadley, Charles R. Elem. 24 Simplex Grinnell Simplex 4010 Month $_____________<br />

187 Hammocks Middle Addition 24 Simplex Grinnell Simplex 4010 Month $_____________<br />

188 Headstart Transition 24 Simplex Grinnell Simplex 4010 Month $_____________<br />

189 Hialeah Elem. 24 Simplex Grinnell Simplex 4010 Month $_____________<br />

190 Howard Drive Elem. 24 Simplex Grinnell Simplex 4020-8001 Month $_____________<br />

191 Johnson, J. W. Elem. 24 Simplex Grinnell Simplex 4020-8001 Month $_____________<br />

192 Kendale Elem. 24 Simplex Grinnell Simplex 4100U Month $_____________<br />

193 Kennedy, John F. Middle 24 Simplex Grinnell Simplex 4020 Month $_____________<br />

194 Key Biscayne Elem./ K-8 Ctr. 24 Simplex Grinnell Simplex 4020 Month $_____________<br />

195 Key Biscayne Nature Center 24 Simplex Grinnell Simplex 4010 Month $_____________<br />

196 Kinloch Park Elem. 24 Simplex Grinnell Simplex 4100 Month $_____________<br />

197 Lehman, William Elem. 24 Simplex Grinnell Simplex 4020-8001 Month $_____________<br />

198 Lentin, Linda K-8 Center 24 Simplex Grinnell Simplex 4020 Month $_____________<br />

199 Liberty City Elem. 24 Simplex Grinnell Simplex 4010 Month $_____________<br />

200 Lorah Park Elem. 24 Simplex Grinnell Simplex 4020 Month $_____________<br />

201 L'ouverture, Toussaint Elem. 24 Simplex Grinnell Simplex 4010 Month $_____________<br />

202 Maintenance & Operations 24 Simplex Grinnell Simplex 4020 Month $_____________<br />

203 Mann, Horace Middle 24 Simplex Grinnell Simplex 4020 Month $_____________<br />

204 <strong>Miami</strong> Springs Student Services 24 Simplex Grinnell Simplex 4010 Month $_____________<br />

205 <strong>Miami</strong> Carol City Senior 24 Simplex Grinnell Simplex 4100-8001 Month $_____________<br />

206 <strong>Miami</strong> Gardens Elem. 24 Simplex Grinnell Simplex 4005 Month $_____________<br />

207 <strong>Miami</strong> Heights Elem. 24 Simplex Grinnell Simplex 4100-8001 Month $_____________<br />

208 <strong>Miami</strong> Lakes Educational Center Tech / Sr 24 Simplex Grinnell Simplex 4100-8001 Month $_____________<br />

209 <strong>Miami</strong> Lakes Middle 24 Simplex Grinnell Simplex 4020 Month $_____________<br />

210 <strong>Miami</strong> Norland Senior 24 Simplex Grinnell Simplex 4020-8001 Month $_____________<br />

211 <strong>Miami</strong> Park Elem. 24 Simplex Grinnell Simplex 4010 Month $_____________<br />

Page 7 FM-3738 Rev. (06-98)


BID PROPOSAL FORM (FORMAT B)<br />

Bid # <strong>008</strong>-<strong>HH11</strong><br />

Bid Title: FIRE ALARM SERVICES CONTRACT<br />

Buyer: Vanessa Y. Gomez<br />

PLEASE COMPLETE ALL<br />

HIGHLIGHTED AREAS<br />

NAME OF BIDDER:<br />

IMPORTANT BID NOTES: THE MONTHLY PRICE PER SCHOOL SHOULD CONSIST OF ALL ITEMS LISTED IN PART 3 - EXECUTION, IN ACCORDANCE WITH<br />

CODES, REGULATIONS, RULES, STANDARDS AND/OR STATUTES, OF THE BID SPECIFICATIONS.<br />

VENDOR SHALL INDICATE MANUFACTURER'S WARRANTY, IF GREATER THAN ONE YEAR ______________<br />

ITEM DESCRIPTION QTY MANUFACTURER MODEL<br />

UNIT<br />

PRICE PER<br />

MONTH<br />

212 <strong>Miami</strong> Southridge Senior 24 Simplex Grinnell Simplex 4100-8001 Month $_____________<br />

213 <strong>Miami</strong> Springs Elem. 24 Simplex Grinnell Simplex 4020-8001 Month $_____________<br />

214 Naranja Elem. 24 Simplex Grinnell Simplex 4001 Month $_____________<br />

215 Norland Middle 24 Simplex Grinnell Simplex 4020-8001 Month $_____________<br />

216 North Beach Elem. 24 Simplex Grinnell Simplex 4020-8001 Month $_____________<br />

217 North <strong>Dade</strong> Middle/ Ctr For Modern Language Elem 24 Simplex Grinnell Simplex 4020 Month $_____________<br />

218 North Hialeah Elem. 24 Simplex Grinnell Simplex 4020 Month $_____________<br />

219 North Twin Lakes Elem. 24 Simplex Grinnell Simplex 4100U Month $_____________<br />

220 Norwood Elem. 24 Simplex Grinnell Simplex 4002-8001 Month $_____________<br />

221 Palm Springs North Elem. / PLC (X) 24 Simplex Grinnell Simplex 4020 /4010 Month $_____________<br />

222 Parkway Elem. 24 Simplex Grinnell Simplex 4100 Month $_____________<br />

223 Pepper, Claude Elem. 24 Simplex Grinnell Simplex 4010 Month $_____________<br />

224 Pharr, Kelsey L. Elem. 24 Simplex Grinnell Simplex 4010 Month $_____________<br />

225 Pine Villa Elem. 24 Simplex Grinnell Simplex 4010 Month $_____________<br />

226 Poninciana Parks Elem. 24 Simplex Grinnell Simplex 4002 Month $_____________<br />

227 Porter, Dr. Gilbert L. Elem. 24 Simplex Grinnell Simplex 4100 Month $_____________<br />

228 Region Maintenance Center 24 Simplex Grinnell Simplex 4020 Month $_____________<br />

229 Riverside Elem. 24 Simplex Grinnell Simplex 4020 Month $_____________<br />

230 Royal Green Elem. 24 Simplex Grinnell Simplex 4020 Month $_____________<br />

231 Royal Palm Elem. 24 Simplex Grinnell Simplex 4010 Month $_____________<br />

232 S. B. A. B. 24 Simplex Grinnell Simplex 4100U Month $_____________<br />

233 Saunders, Laura C. Elem. 24 Simplex Grinnell Simplex 4020 Month $_____________<br />

234 Schee, John H. Transportation 24 Simplex Grinnell Simplex 4020 Month $_____________<br />

235 Seminole Elem. 24 Simplex Grinnell Simplex 4020-8001 Month $_____________<br />

236 Shenandoah Elem. 24 Simplex Grinnell Simplex 4020 Month $_____________<br />

237 Sheppard, Ben Elem 24 Simplex Grinnell Simplex 4020 Month $_____________<br />

238 Smith, John I. Elem. PLC 24 Simplex Grinnell Simplex 4010 Month $_____________<br />

239 Snapper Creek Elem. 24 Simplex Grinnell Simplex 4020 Month $_____________<br />

240 South <strong>Dade</strong> Middle School 24 Simplex Grinnell Simplex 4100 U Month $_____________<br />

241 South <strong>Dade</strong> Senior 24 Simplex Grinnell Simplex 4020 Month $_____________<br />

242 South Hialeah Elem. 24 Simplex Grinnell Simplex 4010 Month $_____________<br />

243 South <strong>Miami</strong> Heights Elem. 24 Simplex Grinnell Simplex 4020 Month $_____________<br />

244 Stirrup, E. W. F. Elem. 24 Simplex Grinnell Simplex 4020-8001 Month $_____________<br />

245 Sunset Park Elem. 24 Simplex Grinnell Simplex 4020 Month $_____________<br />

246 Sweetwater Elem. 24 Simplex Grinnell Simplex 4020 Month $_____________<br />

247 Thomas, W. R. Middle 24 Simplex Grinnell Simplex 4020 Month $_____________<br />

248 Treasure Island Elem. 24 Simplex Grinnell Simplex 4100 Month $_____________<br />

249 Tucker, Frances S. Elem. 24 Simplex Grinnell Simplex 4020-8001 Month $_____________<br />

Page 8 FM-3738 Rev. (06-98)


BID PROPOSAL FORM (FORMAT B)<br />

Bid # <strong>008</strong>-<strong>HH11</strong><br />

Bid Title: FIRE ALARM SERVICES CONTRACT<br />

Buyer: Vanessa Y. Gomez<br />

ITEM DESCRIPTION QTY MANUFACTURER MODEL<br />

UNIT<br />

PLEASE COMPLETE ALL<br />

HIGHLIGHTED AREAS<br />

NAME OF BIDDER:<br />

IMPORTANT BID NOTES: THE MONTHLY PRICE PER SCHOOL SHOULD CONSIST OF ALL ITEMS LISTED IN PART 3 - EXECUTION, IN ACCORDANCE WITH<br />

CODES, REGULATIONS, RULES, STANDARDS AND/OR STATUTES, OF THE BID SPECIFICATIONS.<br />

VENDOR SHALL INDICATE MANUFACTURER'S WARRANTY, IF GREATER THAN ONE YEAR ______________<br />

PRICE PER<br />

MONTH<br />

250 Turner, William H. Technical / <strong>Miami</strong> Agricultural Ctr. 24 Simplex Grinnell Simplex 4100 U Month $_____________<br />

251 Twin Lakes Elem. 24 Simplex Grinnell Simplex 4020 Month $_____________<br />

252 W. L. R. N. Channel 17 24 Simplex Grinnell Simplex 4010 Month $_____________<br />

253 West <strong>Miami</strong> Middle 24 Simplex Grinnell Simplex 4005 Month $_____________<br />

254 Whigham, Dr. Edward L. Elem 24 Simplex Grinnell Simplex 4100-8001 Month $_____________<br />

255 Whigham, Dr. Edward L. Elem. PLC 24 Simplex Grinnell Simplex 4100-8001 Month $_____________<br />

256 Whispering Pines Elem. 24 Simplex Grinnell Simplex 4020 Month $_____________<br />

257 Young, Nathan B. Elem. 24 Simplex Grinnell Simplex 4002 Month $_____________<br />

GROUP 2: Additional Simplex Grinnell Systems<br />

In the event M-DCPS increases the fire alarm systems or number of facilities, and chooses at its sole discretion to add servicing to these<br />

258 systems, the vendor shall: Provide all labor, materials and equipment necessary to test, service, inspect and maintain additional fire<br />

alarm systems in accordance with the attached specifications.<br />

258A Elementary <strong>Schools</strong> - Simplex Grinnell N/A Month $_____________<br />

258B Primary Learning Centers - Simplex Grinnell N/A Month $_____________<br />

258C Middle <strong>Schools</strong> - Simplex Grinnell N/A Month $_____________<br />

258D Middle Learning Centers - Simplex Grinnell N/A Month $_____________<br />

258E Senior-Vocational Technical <strong>Schools</strong> - Simplex Grinnell N/A Month $_____________<br />

GROUP 2: Simplex Grinnell Systems Miscellaneous Peripheral Material<br />

259 Addressable Smoke Detector 200 Simplex Grinnell - Each $_____________<br />

260 Addressable Heat Detector 50 Simplex Grinnell - Each $_____________<br />

261 Addressable Manual Station 100 Simplex Grinnell - Each $_____________<br />

262 Non-Addressable Smoke Detector 100 Simplex Grinnell - Each $_____________<br />

263 Non-Addressable Heat Detector 50 Simplex Grinnell - Each $_____________<br />

264 Non-Addressable Manual Station 100 Simplex Grinnell - Each $_____________<br />

265 Protective Cover Manual Station 100 Simplex Grinnell - Each $_____________<br />

266 Protective Cover Horn/Strobe 300 Simplex Grinnell - Each $_____________<br />

267 Visual Strobe 100 Simplex Grinnell - Each $_____________<br />

268 Horn 100 Simplex Grinnell - Each $_____________<br />

269 Horn/Strobe 500 Simplex Grinnell - Each $_____________<br />

270 Mag<strong>net</strong>ic Door Holder 50 Simplex Grinnell - Each $_____________<br />

271 Detector Base Assembly 30 Simplex Grinnell - Each $_____________<br />

272 Black Box Manual Station 25 Simplex Grinnell - Each $_____________<br />

273 Black Box Horn/Strobe 25 Simplex Grinnell - Each $_____________<br />

274 Wire/Cable Indoor 2500 Simplex Grinnell - Each $_____________<br />

275 Wire/Cable Outdoor Wet Location - West Penn 2500 Simplex Grinnell - Each $_____________<br />

276<br />

Input A/C power surge suppresser, DITEK-DTK-120 HW,<br />

EDCO-HSP121BT-1RU or equal.<br />

75 Simplex Grinnell - Each<br />

$_____________<br />

277<br />

Initiating Device Circuits (IDC)/Signaling Line Circuits<br />

(SLC) surge suppresser, DITEK-DTK-2LVLPLV, EDCO-PC642,<br />

EDCO series SLCP-30 or equal.<br />

360 Simplex Grinnell - Each<br />

$_____________<br />

Page 9 FM-3738 Rev. (06-98)


BID PROPOSAL FORM (FORMAT B)<br />

Bid # <strong>008</strong>-<strong>HH11</strong><br />

Bid Title: FIRE ALARM SERVICES CONTRACT<br />

Buyer: Vanessa Y. Gomez<br />

ITEM DESCRIPTION QTY MANUFACTURER MODEL<br />

UNIT<br />

PLEASE COMPLETE ALL<br />

HIGHLIGHTED AREAS<br />

NAME OF BIDDER:<br />

IMPORTANT BID NOTES: THE MONTHLY PRICE PER SCHOOL SHOULD CONSIST OF ALL ITEMS LISTED IN PART 3 - EXECUTION, IN ACCORDANCE WITH<br />

CODES, REGULATIONS, RULES, STANDARDS AND/OR STATUTES, OF THE BID SPECIFICATIONS.<br />

VENDOR SHALL INDICATE MANUFACTURER'S WARRANTY, IF GREATER THAN ONE YEAR ______________<br />

278<br />

279<br />

279A<br />

Notification Appliance Circuits (NAC) surge suppresser,<br />

DITEK-DTK2LVPLV, EDCO-PHC-043 or equal.<br />

Alarm Technician labor rate not to exceed $75.00 per<br />

hour.<br />

PRICE PER<br />

MONTH<br />

360 Simplex Grinnell - Each $_____________<br />

GROUP 2: Simplex Grinnell Systems Labor Rates<br />

Provide additional support functions or modifications to new or existing systems that may be requested by M-DCPS, in accordance<br />

with section 3.6 of the attached specifications.<br />

- Simplex Grinnell N/A Hour<br />

$_____________<br />

279B Installer labor rate not to exceed $65.00 per hour. - Simplex Grinnell N/A Hour $_____________<br />

Group 2: Percent Discount off List<br />

For additional support functions or modifications to new or existing Simplex Grinnell Fire Alarm Systems OEM parts may<br />

280 be required. Bidder(s) shall indicate the percent of discount off the manufacturer's most recent published price list. _____________ %<br />

A minimum of 30% off the most recent OEM published list price is required.<br />

Discount<br />

Page 10 FM-3738 Rev. (06-98)


BID PROPOSAL FORM (FORMAT B)<br />

Bid # <strong>008</strong>-<strong>HH11</strong><br />

Bid Title: FIRE ALARM SERVICES CONTRACT<br />

Buyer: Vanessa Y. Gomez<br />

PLEASE COMPLETE ALL<br />

HIGHLIGHTED AREAS<br />

NAME OF BIDDER:<br />

IMPORTANT BID NOTES: THE MONTHLY PRICE PER SCHOOL SHOULD CONSIST OF ALL ITEMS LISTED IN PART 3 - EXECUTION, IN ACCORDANCE WITH<br />

CODES, REGULATIONS, RULES, STANDARDS AND/OR STATUTES, OF THE BID SPECIFICATIONS.<br />

VENDOR SHALL INDICATE MANUFACTURER'S WARRANTY, IF GREATER THAN ONE YEAR ______________<br />

ITEM DESCRIPTION QTY MANUFACTURER MODEL<br />

UNIT<br />

PRICE PER<br />

MONTH<br />

GROUP 3: Edwards Systems<br />

Items 281 through 319 to be awarded on a total low bid basis. Items 320 to 342 will not be used to calculate bid award however, awarded<br />

vendors shall honor these prices if additional support functions or modifications are requested by M-DCPS. Vendors must bid all items.<br />

281 Boone, Virginia A./Highland Oaks Elem. 24 Edwards Edwards IRC 3 Month $_____________<br />

282 Calusa Elem. 24 Edwards Edwards EST 2 Month $_____________<br />

283 Carol City Elem. 24 Edwards Edwards EST 2 Month $_____________<br />

284 Carver, George Washington Elem. 24 Edwards ECI 7100 Month $_____________<br />

285 Cenntennial Middle 24 Edwards Edwards EST 3 Month $_____________<br />

286 Curry, Lamar Louise Middle 24 Edwards Edwards EST-2 Month $_____________<br />

287 Edison Park Elem. 24 Edwards Edwards IRC-3 Month $_____________<br />

288 Greenglade Elem. 24 Edwards Edwards EST-2 Month $_____________<br />

289 Hawkins, Barbara Elem. 24 Edwards Edwards IRC-3 Month $_____________<br />

290 Homestead Senior 24 Edwards Edwards IRC-3 Month $_____________<br />

291 Hoover, Oliver Elem. 24 Edwards Edwards IRC 3 Month $_____________<br />

292 Kruse, Ruth Owens Educational Center 24 Edwards Edwards 5721B Month $_____________<br />

293 Lawrence Jr., David K-8 Center 24 Edwards Edwards EST-2 Month $_____________<br />

294 Ludlam Elem. 24 Edwards Edwards EST-2 Month $_____________<br />

295 Mack, Dr. Henry W./West Little River Elem. 24 Edwards Edwards EST-2 Month $_____________<br />

296 Merrick Educational Center 24 Edwards Edwards 5721 B Month $_____________<br />

297 <strong>Miami</strong> Douglas Macaurthur Senior North 24 Edwards Edwards IRC 3 Month $_____________<br />

298 <strong>Miami</strong> Edison Senior 24 Edwards Edwards EST 3 Month $_____________<br />

299 <strong>Miami</strong> Jackson Senior 24 Edwards Edwards EST 3 Month $_____________<br />

300 <strong>Miami</strong> Northwestern Senior 24 Edwards Edwards IRC 3 Month $_____________<br />

301 <strong>Miami</strong> Springs Senior 24 Edwards Edwrads IRC 3 Month $_____________<br />

302 North Center Transportation 24 Edwards Edwards EST-29234 Month $_____________<br />

303 Northeast Center Transportation 24 Edwards Edwards EST-QSC Month $_____________<br />

304 Olinda Elem. 24 Edwards Edwards EST-2 Month $_____________<br />

305 Orchard Villa Elem. 24 Edwards Edwards 5721B Month $_____________<br />

306 Parkview Elem. 24 Edwards Edwards EST-2 Month $_____________<br />

307 Perrine Elem. 24 Edwards Edwards EST-2 Month $_____________<br />

308 Pine Lake Elem. 24 Edwards Edwards EST-2 Month $_____________<br />

309 Reagan, Ronald W./Doral Senior 24 Edwards Edwards EST-3 Month $_____________<br />

310 Renick, Robert Educational Center 24 Edwards Edwards EST-2 Month $_____________<br />

311 S B A B - Jefferson Administration Building 24 Edwards Edwards IRC 3 Month $_____________<br />

312 S B A B - Jefferson Garage 24 Edwards Edwards EST 2Z6 Month $_____________<br />

313 Shadowlawn Elem. 24 Edwards Edwards IRC 3 Month $_____________<br />

314 South <strong>Miami</strong> K-8 Center 24 Edwards Edwards EST-2 Month $_____________<br />

Page 11 FM-3738 Rev. (06-98)


BID PROPOSAL FORM (FORMAT B)<br />

Bid # <strong>008</strong>-<strong>HH11</strong><br />

Bid Title: FIRE ALARM SERVICES CONTRACT<br />

Buyer: Vanessa Y. Gomez<br />

ITEM DESCRIPTION QTY MANUFACTURER MODEL<br />

UNIT<br />

PLEASE COMPLETE ALL<br />

HIGHLIGHTED AREAS<br />

NAME OF BIDDER:<br />

IMPORTANT BID NOTES: THE MONTHLY PRICE PER SCHOOL SHOULD CONSIST OF ALL ITEMS LISTED IN PART 3 - EXECUTION, IN ACCORDANCE WITH<br />

CODES, REGULATIONS, RULES, STANDARDS AND/OR STATUTES, OF THE BID SPECIFICATIONS.<br />

VENDOR SHALL INDICATE MANUFACTURER'S WARRANTY, IF GREATER THAN ONE YEAR ______________<br />

PRICE PER<br />

MONTH<br />

315 Southside Elem. 24 Edwards Edwards IRC 3 Month $_____________<br />

316 Southwood Middle 24 Edwards Edwards EST 3 Month $_____________<br />

317 Vineland Elem. 24 Edwards Edwards EST-2 Month $_____________<br />

318 West Homestead Elem. 24 Edwards Edwards EST-2 Month $_____________<br />

319 Westview Middle 24 Edwards Edwards EST-2 Month $_____________<br />

Group 3: Additional Edwards Systems<br />

320<br />

In the event M-DCPS increases the fire alarm systems or number of facilities, and chooses at its sole discretion to add servicing to these<br />

systems, the vendor shall: Provide all labor, materials and equipment necessary to test, service, inspect and maintain additional fire<br />

alarm systems in accordance with the attached specifications.<br />

320A Elementary <strong>Schools</strong> - Edwards N/A Month $_____________<br />

320B Primary Learning Centers - Edwards N/A Month $_____________<br />

320C Middle <strong>Schools</strong> - Edwards N/A Month $_____________<br />

320D Middle Learning Centers - Edwards N/A Month $_____________<br />

320E Senior-Vocational Technical <strong>Schools</strong> - Edwards N/A Month $_____________<br />

Group 3: Edwards Systems Miscellaneous Peripheral Material<br />

321 Addressable Smoke Detector 200 Edwards - Each $_____________<br />

322 Addressable Heat Detector 50 Edwards - Each $_____________<br />

323 Addressable Manual Station 100 Edwards - Each $_____________<br />

324 Non-Addressable Smoke Detector 100 Edwards - Each $_____________<br />

325 Non-Addressable Heat Detector 50 Edwards - Each $_____________<br />

326 Non-Addressable Manual Station 100 Edwards - Each $_____________<br />

327 Protective Cover Manual Station 100 Edwards - Each $_____________<br />

328 Protective Cover Horn/Strobe 300 Edwards - Each $_____________<br />

329 Visual Strobe 100 Edwards - Each $_____________<br />

330 Horn 100 Edwards - Each $_____________<br />

331 Horn/Strobe 500 Edwards - Each $_____________<br />

332 Mag<strong>net</strong>ic Door Holder 50 Edwards - Each $_____________<br />

333 Detector Base Assembly 30 Edwards - Each $_____________<br />

334 Black Box Manual Station 25 Edwards - Each $_____________<br />

335 Black Box Horn/Strobe 25 Edwards - Each $_____________<br />

336 Wire/Cable Indoor 2500 Edwards - Each $_____________<br />

337 Wire/Cable Outdoor Wet Location - West Penn 2500 Edwards - Each $_____________<br />

338<br />

Input A/C power surge suppresser, DITEK-DTK-120 HW,<br />

EDCO-HSP121BT-1RU or equal.<br />

75 Edwards - Each<br />

$_____________<br />

339<br />

Initiating Device Circuits (IDC)/Signaling Line Circuits<br />

(SLC) surge suppresser, DITEK-DTK-2LVLPLV, EDCO-PC642,<br />

EDCO series SLCP-30 or equal.<br />

360 Edwards - Each<br />

$_____________<br />

340<br />

Notification Appliance Circuits (NAC) surge suppresser,<br />

DITEK-DTK2LVPLV, EDCO-PHC-043 or equal.<br />

360 Edwards - Each $_____________<br />

Group 3: Edwards Systems Labor Rates<br />

Page 12 FM-3738 Rev. (06-98)


BID PROPOSAL FORM (FORMAT B)<br />

Bid # <strong>008</strong>-<strong>HH11</strong><br />

Bid Title: FIRE ALARM SERVICES CONTRACT<br />

Buyer: Vanessa Y. Gomez<br />

ITEM DESCRIPTION QTY MANUFACTURER MODEL<br />

UNIT<br />

PLEASE COMPLETE ALL<br />

HIGHLIGHTED AREAS<br />

NAME OF BIDDER:<br />

IMPORTANT BID NOTES: THE MONTHLY PRICE PER SCHOOL SHOULD CONSIST OF ALL ITEMS LISTED IN PART 3 - EXECUTION, IN ACCORDANCE WITH<br />

CODES, REGULATIONS, RULES, STANDARDS AND/OR STATUTES, OF THE BID SPECIFICATIONS.<br />

VENDOR SHALL INDICATE MANUFACTURER'S WARRANTY, IF GREATER THAN ONE YEAR ______________<br />

341<br />

341A<br />

Alarm Technician labor rate not to exceed $65.00 per<br />

hour.<br />

- Edwards N/A Hour<br />

PRICE PER<br />

MONTH<br />

Provide additional support functions or modifications to new or existing systems that may be requested by M-DCPS, in accordance<br />

with section 3.6 of the attached specifications.<br />

$_____________<br />

341B Installer labor rate not to exceed $55.00 per hour. - Edwards N/A Hour $_____________<br />

Group 3: Percent Discount off List<br />

For additional support functions or modifications to new or existing Edwards Fire Alarm Systems OEM parts may be<br />

342 required. Bidder(s) shall indicate the percent of discount off the manufacturer's most recent published price list. A _____________ %<br />

minimum of 30% off the most recent OEM published list price is required.<br />

Discount<br />

Page 13 FM-3738 Rev. (06-98)


BID PROPOSAL FORM (FORMAT B)<br />

Bid # <strong>008</strong>-<strong>HH11</strong><br />

Bid Title: FIRE ALARM SERVICES CONTRACT<br />

Buyer: Vanessa Y. Gomez<br />

PLEASE COMPLETE ALL<br />

HIGHLIGHTED AREAS<br />

NAME OF BIDDER:<br />

IMPORTANT BID NOTES: THE MONTHLY PRICE PER SCHOOL SHOULD CONSIST OF ALL ITEMS LISTED IN PART 3 - EXECUTION, IN ACCORDANCE WITH<br />

CODES, REGULATIONS, RULES, STANDARDS AND/OR STATUTES, OF THE BID SPECIFICATIONS.<br />

VENDOR SHALL INDICATE MANUFACTURER'S WARRANTY, IF GREATER THAN ONE YEAR ______________<br />

ITEM DESCRIPTION QTY MANUFACTURER MODEL<br />

UNIT<br />

PRICE PER<br />

MONTH<br />

GROUP 4: Notifier Systems<br />

Items 343 through 385 to be awarded on a total low bid basis. Items 386 to 408 will not be used to calculate bid award however, awarded<br />

vendors shall honor these prices if additional support functions or modifications are requested by M-DCPS. Vendors must bid all items.<br />

343 Air Base Elem. 24 Notifier Notifier AFP 1010 Month $_____________<br />

344 Ammons, Herbert A. Middle 24 Notifier Notifier AFP-400 Month $_____________<br />

345 Avocado Elem. 24 Notifier Notifier AFP 1010 Month $_____________<br />

346 Beckham, Ethel Koger Elem. 24 Notifier Notifier AM 2020 Month $_____________<br />

347 Bel-Aire Elem. 24 Notifier Notifier AFP 1010 Month $_____________<br />

348 Biscayne Gardens Elem. 24 Notifier Notifier AM 2020 Month $_____________<br />

349 Braddock, G. Holmes Senior 24 Notifier Notifier AFP 1010 Month $_____________<br />

350 Bright, James H. Elem. 24 Notifier Notifier AFP-400 Month $_____________<br />

351 Bryan, W. J. Elem. 24 Notifier Notifier AFP 1010 Month $_____________<br />

352 C O P E Center South/Wallace,Dorothy M. 24 Notifier Notifier AFP 1010 Month $_____________<br />

353 Central East Transportation & Gas 24 Notifier Notifier AFP-200 Month $_____________<br />

354 Chapman, William Elem. 24 Notifier Notifier AFP -400 Month $_____________<br />

355 Dupuis, John G. Elem. 24 Notifier Notifier AFP 1010 Month $_____________<br />

356 Earhart, Amelia Elem. 24 Notifier Notifier AFP 1010 Month $_____________<br />

357 Food and Nutrition Building 2 24 Notifier Notifier AFP-200 Month $_____________<br />

358 Gulfstream Elem. 24 Notifier Notifier AFP 1010 Month $_____________<br />

359 Hammocks Middle 24 Notifier Notifier 5000 Month $_____________<br />

360 Hialeah Middle 24 Notifier Notifier AM 2020 Month $_____________<br />

361 Hiighland Oaks Middle 24 Notifier Notifier AFP 1010 Month $_____________<br />

362 Kendale Lakes Elem. 24 Notifier Notifier AFP-400 Month $_____________<br />

363 Lakeview Elem. 24 Notifier Notifier AFP 1010 Month $_____________<br />

364 Little River Elem. 24 Notifier Notifier AFP 1010 Month $_____________<br />

365 Materials Mgmt. Central Stockroom 24 Notifier Notifier AFP-200 Month $_____________<br />

366 <strong>Miami</strong> Coral Park Senior 24 Notifier Notifier AM 2020 Month $_____________<br />

367 <strong>Miami</strong> Douglas MacArthur South Kitchen 24 Notifier Notifier AFP-200 Month $_____________<br />

368 <strong>Miami</strong> Palmetto Senior 24 Notifier Notifier AFP 1010 Month $_____________<br />

369 Morgan, Robert Educational Center Sr. 24 Notifier Notifier ONXY NFS-640 Month $_____________<br />

370 North <strong>Miami</strong> Senior 24 Notifier Notifier AFP 1010 Month $_____________<br />

371 Olympia Heights Elem. 24 Notifier Noitifier AFP 1010 Month $_____________<br />

372 Palm Lakes Elem. 24 Notifier Notifier AFP-400 Month $_____________<br />

373 Palm Springs Elem. 24 Notifier Notifier AM 200 Month $_____________<br />

374 Palm Springs Middle 24 Notifier Notifier AM 2020 Month $_____________<br />

375 Palmetto Middle 24 Notifier Notifier AFP 1010 Month $_____________<br />

376 Parkway Middle 24 Notifier Notifier ONYZ NFS-640 Month $_____________<br />

Page 14 FM-3738 Rev. (06-98)


BID PROPOSAL FORM (FORMAT B)<br />

Bid # <strong>008</strong>-<strong>HH11</strong><br />

Bid Title: FIRE ALARM SERVICES CONTRACT<br />

Buyer: Vanessa Y. Gomez<br />

PLEASE COMPLETE ALL<br />

HIGHLIGHTED AREAS<br />

NAME OF BIDDER:<br />

IMPORTANT BID NOTES: THE MONTHLY PRICE PER SCHOOL SHOULD CONSIST OF ALL ITEMS LISTED IN PART 3 - EXECUTION, IN ACCORDANCE WITH<br />

CODES, REGULATIONS, RULES, STANDARDS AND/OR STATUTES, OF THE BID SPECIFICATIONS.<br />

VENDOR SHALL INDICATE MANUFACTURER'S WARRANTY, IF GREATER THAN ONE YEAR ______________<br />

ITEM DESCRIPTION QTY MANUFACTURER MODEL<br />

UNIT<br />

PRICE PER<br />

MONTH<br />

377 Peskoe, Irving & Beatrice Elem. 24 Notifier Notifier APF 1010 Month $_____________<br />

378 Pinecrest Elem. 24 Notifier Notifier AFP-400 Month $_____________<br />

379 Region Maintenance Center IV 24 Notifier Notifier AFP-200 Month $_____________<br />

380 Richmond Heights Middle 24 Notifier Notifier AFP 1010 Month $_____________<br />

381 Rockway Elem. 24 Notifier Notifier AFP 1010 Month $_____________<br />

382 S & D Stores and Mail Distribution 24 Notifier Notifier AFP-200 Month $_____________<br />

383 Sliver Bluff Elem. 24 Notifier Notifier AFP 1010 Month $_____________<br />

384 Springview Elem. 24 Notifier Notiifier AFP 1010 Month $_____________<br />

385 Sylvania Heights Elem. 24 Notifier Notifier AFP 1010 Month $_____________<br />

Group 4: Additional Notifier Systems<br />

386<br />

In the event M-DCPS increases the fire alarm systems or number of facilities, and chooses at its sole discretion to add servicing to these<br />

systems, the vendor shall: Provide all labor, materials and equipment necessary to test, service, inspect and maintain additional fire<br />

alarm systems in accordance with the attached specifications.<br />

386A Elementary <strong>Schools</strong> - Notifier N/A Month $_____________<br />

386B Primary Learning Centers - Notifier N/A Month $_____________<br />

386C Middle <strong>Schools</strong> - Notifier N/A Month $_____________<br />

386D Middle Learning Centers - Notifier N/A Month $_____________<br />

386E Senior-Vocational Technical <strong>Schools</strong> - Notifier N/A Month $_____________<br />

Group 4: Notifier Systems Miscellaneous Peripheral Material<br />

387 Addressable Smoke Detector 200 Notifier - Each $_____________<br />

388 Addressable Heat Detector 50 Notifier - Each $_____________<br />

389 Addressable Manual Station 100 Notifier - Each $_____________<br />

390 Non-Addressable Smoke Detector 100 Notifier - Each $_____________<br />

391 Non-Addressable Heat Detector 50 Notifier - Each $_____________<br />

392 Non-Addressable Manual Station 100 Notifier - Each $_____________<br />

393 Protective Cover Manual Station 100 Notifier - Each $_____________<br />

394 Protective Cover Horn/Strobe 300 Notifier - Each $_____________<br />

395 Visual Strobe 100 Notifier - Each $_____________<br />

396 Horn 100 Notifier - Each $_____________<br />

397 Horn/Strobe 500 Notifier - Each $_____________<br />

398 Mag<strong>net</strong>ic Door Holder 50 Notifier - Each $_____________<br />

399 Detector Base Assembly 30 Notifier - Each $_____________<br />

400 Black Box Manual Station 25 Notifier - Each $_____________<br />

401 Black Box Horn/Strobe 25 Notifier - Each $_____________<br />

402 Wire/Cable Indoor 2500 Notifier - Each $_____________<br />

403 Wire/Cable Outdoor Wet Location - West Penn 2500 Notifier - Each $_____________<br />

404<br />

Input A/C power surge suppresser, DITEK-DTK-120 HW,<br />

EDCO-HSP121BT-1RU or equal.<br />

75 Notifier - Each<br />

$_____________<br />

Page 15 FM-3738 Rev. (06-98)


BID PROPOSAL FORM (FORMAT B)<br />

Bid # <strong>008</strong>-<strong>HH11</strong><br />

Bid Title: FIRE ALARM SERVICES CONTRACT<br />

Buyer: Vanessa Y. Gomez<br />

ITEM DESCRIPTION QTY MANUFACTURER MODEL<br />

UNIT<br />

PLEASE COMPLETE ALL<br />

HIGHLIGHTED AREAS<br />

NAME OF BIDDER:<br />

IMPORTANT BID NOTES: THE MONTHLY PRICE PER SCHOOL SHOULD CONSIST OF ALL ITEMS LISTED IN PART 3 - EXECUTION, IN ACCORDANCE WITH<br />

CODES, REGULATIONS, RULES, STANDARDS AND/OR STATUTES, OF THE BID SPECIFICATIONS.<br />

VENDOR SHALL INDICATE MANUFACTURER'S WARRANTY, IF GREATER THAN ONE YEAR ______________<br />

405<br />

406<br />

407<br />

407A<br />

Initiating Device Circuits (IDC)/Signaling Line Circuits<br />

(SLC) surge suppresser, DITEK-DTK-2LVLPLV, EDCO-PC642,<br />

EDCO series SLCP-30 or equal.<br />

Notification Appliance Circuits (NAC) surge suppresser,<br />

DITEK-DTK2LVPLV, EDCO-PHC-043 or equal.<br />

Alarm Technician labor rate not to exceed $75.00 per<br />

hour.<br />

360 Notifier - Each<br />

PRICE PER<br />

MONTH<br />

$_____________<br />

360 Notifier - Each $_____________<br />

Group 4: Notifier Systems Labor Rates<br />

Provide additional support functions or modifications to new or existing systems that may be requested by M-DCPS, in accordance<br />

with section 3.6 of the attached specifications.<br />

- Notifier N/A Hour<br />

$_____________<br />

407B Installer labor rate not to exceed $65.00 per hour. - Notifier N/A Hour $_____________<br />

Group 4: Percent Discount off List<br />

For additional support functions or modifications to new or existing Notifier Fire Alarm Systems OEM parts may be<br />

408 required. Bidder(s) shall indicate the percent of discount off the manufacturer's most recent published price list. A _____________ %<br />

minimum of 30% off the most recent OEM published list price is required.<br />

Discount<br />

Page 16 FM-3738 Rev. (06-98)


BID PROPOSAL FORM (FORMAT B)<br />

Bid # <strong>008</strong>-<strong>HH11</strong><br />

Bid Title: FIRE ALARM SERVICES CONTRACT<br />

Buyer: Vanessa Y. Gomez<br />

PLEASE COMPLETE ALL<br />

HIGHLIGHTED AREAS<br />

NAME OF BIDDER:<br />

IMPORTANT BID NOTES: THE MONTHLY PRICE PER SCHOOL SHOULD CONSIST OF ALL ITEMS LISTED IN PART 3 - EXECUTION, IN ACCORDANCE WITH<br />

CODES, REGULATIONS, RULES, STANDARDS AND/OR STATUTES, OF THE BID SPECIFICATIONS.<br />

VENDOR SHALL INDICATE MANUFACTURER'S WARRANTY, IF GREATER THAN ONE YEAR ______________<br />

ITEM DESCRIPTION QTY MANUFACTURER MODEL<br />

UNIT<br />

PRICE PER<br />

MONTH<br />

GROUP 5: Faraday Systems<br />

Items 409 through 442 to be awarded on a total low bid basis. Items 443 to 465 will not be used to calculate bid award however, awarded<br />

vendors shall honor these prices if additional support functions or modifications are requested by M-DCPS. Vendors must bid all items.<br />

409 Banyan Elem. 24 Faraday Faraday MPC 2000 Month $_____________<br />

410 Brentwood Elem. 24 Faraday Faraday MPC 2000 Month $_____________<br />

411 Bunche Park Elem. 24 Faraday Faraday MPC 2000 Month $_____________<br />

412 Coconut Grove Elem. 24 Faraday Faraday MPC 2000 Month $_____________<br />

413 Comstock Elem. 24 Faraday Faraday MPC 2000 Month $_____________<br />

414 Coral Gables Senior 24 Faraday Faraday MPC 2000 Month $_____________<br />

415 Devon Aire K-8 Center 24 Faraday Faraday MPC 2000A Month $_____________<br />

416 Douglass, Frederick Elem. 24 Faraday Faraday MPC 2000 Month $_____________<br />

417 Edelman, Gertrude K./Sabal Palm Elem. 24 Faraday Faraday MPC 2000A Month $_____________<br />

418 English Center 24 Faraday Faraday MPC 2000 Month $_____________<br />

419 Fire Prevention Shop 24 Faraday Faraday Firewatch ll + 2 Month $_____________<br />

420 Fulford Elem. 24 Faraday Faraday MPC 2000 Month $_____________<br />

421 G. I. U. M-DCPS Police Dept. 24 Faraday Faraday Firewatch ii + 2 Month $_____________<br />

422 Gratigny Elem. 24 Faraday Faraday MPC 2000 Month $_____________<br />

423 Henry, S./ West Laboratory Elem. 24 Faraday Faraday MPC 2000 Month $_____________<br />

424 Lee, J. R. E. Educational Center 24 Faraday Faraday MPC 2000 Month $_____________<br />

425 Madison Middle 24 Faraday Faraday MPC 2000 Month $_____________<br />

426 Morgan, Robert Educational Ctr. Tech. / Day Care 24 Faraday<br />

Faraday 400902/Firewatch II +<br />

2<br />

Month $_____________<br />

427 North Glade Elem. 24 Faraday Faraday MPC 2000 Month $_____________<br />

428 North <strong>Miami</strong> Elem. 24 Faraday Faraday MPC 2000 Month $_____________<br />

429 North <strong>Miami</strong> Middle 24 Faraday Faraday MPC 2000 Month $_____________<br />

430 Northwest Center Transportation 24 Faraday Faraday Firewatch ll + 2 Month $_____________<br />

431 O I T/ M I S Technical Training 24 Faraday Faraday ProWatch 4000 Month $_____________<br />

432 Plant Operations 24 Faraday Faraday Firewatch ll + 2 Month $_____________<br />

433 Police Dept. MDCPS 24 Faraday Faraday Firewatch ll + 2 Month $_____________<br />

434 Rainbow Park Elem. 24 Faraday Faraday MPC 2000A Month $_____________<br />

435 Redland Learning - Labor Camp 24 Faraday Faraday Firewatch ll + 2 Month $_____________<br />

436 Region Maintenance Center lll Building #2 24 Faraday Faraday Firewatch ll + 2 Month $_____________<br />

437 Region Maintenance Center lll Instructional 24 Faraday Faraday Firewatch ll + 2 Month $_____________<br />

438 South <strong>Dade</strong> Labor Camp 24 Faraday Faraday Firewatch ll + 2 Month $_____________<br />

439 South <strong>Dade</strong> Skill Center 24 Faraday Faraday 19328/4000 Month $_____________<br />

440 Sunset Elem. 24 Faraday Faraday MPC 2000 Month $_____________<br />

441 The 500 Role Model Academy 24 Faraday Faraday MPC 2000A Month $_____________<br />

442 Troy Academy at Juvenile Justice 24 Faraday Faraday Firewatch ll + 2 Month $_____________<br />

Page 17 FM-3738 Rev. (06-98)


BID PROPOSAL FORM (FORMAT B)<br />

Bid # <strong>008</strong>-<strong>HH11</strong><br />

Bid Title: FIRE ALARM SERVICES CONTRACT<br />

Buyer: Vanessa Y. Gomez<br />

ITEM DESCRIPTION QTY MANUFACTURER MODEL<br />

UNIT<br />

PLEASE COMPLETE ALL<br />

HIGHLIGHTED AREAS<br />

NAME OF BIDDER:<br />

IMPORTANT BID NOTES: THE MONTHLY PRICE PER SCHOOL SHOULD CONSIST OF ALL ITEMS LISTED IN PART 3 - EXECUTION, IN ACCORDANCE WITH<br />

CODES, REGULATIONS, RULES, STANDARDS AND/OR STATUTES, OF THE BID SPECIFICATIONS.<br />

VENDOR SHALL INDICATE MANUFACTURER'S WARRANTY, IF GREATER THAN ONE YEAR ______________<br />

PRICE PER<br />

MONTH<br />

Group 5: Additional Faraday Systems<br />

In the event M-DCPS increases the fire alarm systems or number of facilities, and chooses at its sole discretion to add servicing to these<br />

443 systems, the vendor shall: Provide all labor, materials and equipment necessary to test, service, inspect and maintain additional fire<br />

alarm systems in accordance with the attached specifications.<br />

443A Elementary <strong>Schools</strong> - Faraday N/A Month $_____________<br />

443B Primary Learning Centers - Faraday N/A Month $_____________<br />

443C Middle <strong>Schools</strong> - Faraday N/A Month $_____________<br />

443D Middle Learning Centers - Faraday N/A Month $_____________<br />

443E Senior-Vocational Technical <strong>Schools</strong> - Faraday N/A Month $_____________<br />

Group 5: Faraday Miscellaneous Peripheral Material<br />

444 Addressable Smoke Detector 200 Faraday - Each $_____________<br />

445 Addressable Heat Detector 50 Faraday - Each $_____________<br />

446 Addressable Manual Station 100 Faraday - Each $_____________<br />

447 Non-Addressable Smoke Detector 100 Faraday - Each $_____________<br />

448 Non-Addressable Heat Detector 50 Faraday - Each $_____________<br />

449 Non-Addressable Manual Station 100 Faraday - Each $_____________<br />

450 Protective Cover Manual Station 100 Faraday - Each $_____________<br />

451 Protective Cover Horn/Strobe 300 Faraday - Each $_____________<br />

452 Visual Strobe 100 Faraday - Each $_____________<br />

453 Horn 100 Faraday - Each $_____________<br />

454 Horn/Strobe 500 Faraday - Each $_____________<br />

455 Mag<strong>net</strong>ic Door Holder 50 Faraday - Each $_____________<br />

456 Detector Base Assembly 30 Faraday - Each $_____________<br />

457 Black Box Manual Station 25 Faraday - Each $_____________<br />

458 Black Box Horn/Strobe 25 Faraday - Each $_____________<br />

459 Wire/Cable Indoor 2500 Faraday - Each $_____________<br />

460 Wire/Cable Outdoor Wet Location - West Penn 2500 Faraday - Each $_____________<br />

461<br />

Input A/C power surge suppresser, DITEK-DTK-120 HW,<br />

EDCO-HSP121BT-1RU or equal.<br />

75 Faraday - Each<br />

$_____________<br />

462<br />

Initiating Device Circuits (IDC)/Signaling Line Circuits<br />

(SLC) surge suppresser, DITEK-DTK-2LVLPLV, EDCO-PC642,<br />

EDCO series SLCP-30 or equal.<br />

360 Faraday - Each<br />

$_____________<br />

463<br />

Notification Appliance Circuits (NAC) surge suppresser,<br />

DITEK-DTK2LVPLV, EDCO-PHC-043 or equal.<br />

360 Faraday - Each $_____________<br />

Group 5: Faraday Systems Labor Rates<br />

464<br />

Provide additional support functions or modifications to new or existing systems that may be requested by M-DCPS, in accordance<br />

with section 3.6 of the attached specifications.<br />

464A Alarm Technician labor rate not to exceed $75.00 per hour. - Faraday N/A Hour $_____________<br />

464B Installer labor rate not to exceed $65.00 per hour. - Faraday N/A Hour $_____________<br />

Group 5: Percent Discount off List<br />

For additional support functions or modifications to new or existing Faraday Fire Alarm Systems OEM parts may be<br />

465 required. Bidder(s) shall indicate the percent of discount off the manufacturer's most recent published price list. A _____________ %<br />

minimum of 30% off the most recent OEM published list price is required.<br />

Discount<br />

Page 18 FM-3738 Rev. (06-98)


BID PROPOSAL FORM (FORMAT B)<br />

Bid # <strong>008</strong>-<strong>HH11</strong><br />

Bid Title: FIRE ALARM SERVICES CONTRACT<br />

Buyer: Vanessa Y. Gomez<br />

PLEASE COMPLETE ALL<br />

HIGHLIGHTED AREAS<br />

NAME OF BIDDER:<br />

IMPORTANT BID NOTES: THE MONTHLY PRICE PER SCHOOL SHOULD CONSIST OF ALL ITEMS LISTED IN PART 3 - EXECUTION, IN ACCORDANCE WITH<br />

CODES, REGULATIONS, RULES, STANDARDS AND/OR STATUTES, OF THE BID SPECIFICATIONS.<br />

VENDOR SHALL INDICATE MANUFACTURER'S WARRANTY, IF GREATER THAN ONE YEAR ______________<br />

ITEM DESCRIPTION QTY MANUFACTURER MODEL<br />

UNIT<br />

PRICE PER<br />

MONTH<br />

GROUP 6: Two System Locations<br />

Items 466 through 499 to be awarded on a total low bid basis. Items 500 to 522 will not be used to calculate bid award however, awarded<br />

vendors hall honor these prices if additional support functions or modifications are requested by M-DCPS. Vendors must bid all items.<br />

466 Carver, G. W. Middle MLC (NN) 24 Two Systems Pyro MXL-IQ Month $_____________<br />

467 Carver, George Washington Middle 24 Two Systems Faraday MPC 2000 Month $_____________<br />

468 De Leon, Ponce Middle 24 Two Systems Simplex 4100-8001 Month $_____________<br />

469 De Leon, Ponce Middle MLC (JJ) 24 Two Systems Pyro MXL-IQ Month $_____________<br />

470 Everglades Elem. MLC (BB) 24 Two Systems Pyro MXL-IQ Month $_____________<br />

471 Everglades K-8 Center 24 Two Systems Notifier AFP-400 Month $_____________<br />

472 Greynolds Park Elem. 24 Two Systems Simplex 4020 Month $_____________<br />

473 Greynolds Park Elem. PLC 24 Two Systems Pyro MXL-IQ Month $_____________<br />

474 Hialeah Annex(GGG) Senior 24 Two Systems Edwards EST-2 Month $_____________<br />

475 Hialeah Senior 24 Two Systems Simplex 4002-8001 Month $_____________<br />

476 Ives, Madie Elem. 24 Two Systems Pyro MXL Month $_____________<br />

477 Ives, Madie Elem. PLC (M) 24 Two Systems Simplex 4010 Month $_____________<br />

478 Kenwood Elem. 24 Two Systems Simplex 4020 Month $_____________<br />

479 Kenwood Elem. M L C (CC) 24 Two Systems Pyro MXL-IQ Month $_____________<br />

480 Kinloch Park Elem. MLC (MM) 24 Two Systems Pyro MXL-IQ Month $_____________<br />

481 Kinloch Park Middle 24 Two Systems Notifier AFP 1010 Month $_____________<br />

482 Marti, Jose Middle 24 Two Systems Pyro MXL IQ Month $_____________<br />

483 Marti, Jose Middle Clinic 24 Two Systems Faraday Firewatch ii + 2 Month $_____________<br />

484 <strong>Miami</strong> Killian Senior 24 Two Systems Notifier AFP 1010 Month $_____________<br />

485 <strong>Miami</strong> Killian Senior (New Building) 24 Two Systems Pyro MXL Month $_____________<br />

486 <strong>Miami</strong> Lakes Elem. PLC L 24 Two Systems Simplex 4020-8001 Month $_____________<br />

487 <strong>Miami</strong> Lakes K-8 Center 24 Two Systems Pyro MXL Month $_____________<br />

488 Milam, M. A. K-8 Center 24 Two Systems Notifier APF 1010 Month $_____________<br />

489 Milam, M. A. K-8 Center 24 Two Systems Pyro MXL Month $_____________<br />

490 Ojus Elem. 24 Two Systems Pyro MXL Month $_____________<br />

491 Ojus Elem. (New Building) 24 Two Systems Simplex 4100 Month $_____________<br />

492 Roberts, Jane K-8 Center 24 Two Systems Notifier Month $_____________<br />

493 Roberts, Jane S. Elem. M L C (EE) 24 Two Systems Pyro MXL-IQ Month $_____________<br />

494 Shenandoah Middle 24 Two Systems Notifier AFP 1010 Month $_____________<br />

495 Shenandoah Middle MLC (HH) 24 Two Systems Pyro MXL-IQ Month $_____________<br />

496 South <strong>Miami</strong> Senior 24 Two Systems Pyro MXL Month $_____________<br />

497 South <strong>Miami</strong> Senior (New Building) 24 Two Systems Simplex 4100 Month $_____________<br />

498 Southwest <strong>Miami</strong> Senior 24 Two Systems Edwards EST 3 Month $_____________<br />

499 Southwest <strong>Miami</strong> Senior (New) 24 Two Systems Pyro MXL Month $_____________<br />

Page 19 FM-3738 Rev. (06-98)


BID PROPOSAL FORM (FORMAT B)<br />

Bid # <strong>008</strong>-<strong>HH11</strong><br />

Bid Title: FIRE ALARM SERVICES CONTRACT<br />

Buyer: Vanessa Y. Gomez<br />

ITEM DESCRIPTION QTY MANUFACTURER MODEL<br />

UNIT<br />

PLEASE COMPLETE ALL<br />

HIGHLIGHTED AREAS<br />

NAME OF BIDDER:<br />

IMPORTANT BID NOTES: THE MONTHLY PRICE PER SCHOOL SHOULD CONSIST OF ALL ITEMS LISTED IN PART 3 - EXECUTION, IN ACCORDANCE WITH<br />

CODES, REGULATIONS, RULES, STANDARDS AND/OR STATUTES, OF THE BID SPECIFICATIONS.<br />

VENDOR SHALL INDICATE MANUFACTURER'S WARRANTY, IF GREATER THAN ONE YEAR ______________<br />

PRICE PER<br />

MONTH<br />

GROUP 6: Additional Two System Locations<br />

In the event M-DCPS increases the fire alarm systems or number of facilities, and chooses at its sole discretion to add servicing to these<br />

500 systems, the vendor shall: Provide all labor, materials and equipment necessary to test, service, inspect and maintain additional fire<br />

alarm systems in accordance with the attached specifications.<br />

500A Elementary <strong>Schools</strong> - Two Systems N/A Month $_____________<br />

500B Primary Learning Centers - Two Systems N/A Month $_____________<br />

500C Middle <strong>Schools</strong> - Two Systems N/A Month $_____________<br />

500D Middle Learning Centers - Two Systems N/A Month $_____________<br />

500E Senior-Vocational Technical <strong>Schools</strong> - Two Systems N/A Month $_____________<br />

GROUP 6: Two System Locations Miscellaneous Peripheral Material<br />

501 Addressable Smoke Detector 200 Two Systems - Each $_____________<br />

502 Addressable Heat Detector 50 Two Systems - Each $_____________<br />

503 Addressable Manual Station 100 Two Systems - Each $_____________<br />

504 Non-Addressable Smoke Detector 100 Two Systems - Each $_____________<br />

505 Non-Addressable Heat Detector 50 Two Systems - Each $_____________<br />

506 Non-Addressable Manual Station 100 Two Systems - Each $_____________<br />

507 Protective Cover Manual Station 100 Two Systems - Each $_____________<br />

508 Protective Cover Horn/Strobe 300 Two Systems - Each $_____________<br />

509 Visual Strobe 100 Two Systems - Each $_____________<br />

510 Horn 100 Two Systems - Each $_____________<br />

511 Horn/Strobe 500 Two Systems - Each $_____________<br />

512 Mag<strong>net</strong>ic Door Holder 50 Two Systems - Each $_____________<br />

513 Detector Base Assembly 30 Two Systems - Each $_____________<br />

514 Black Box Manual Station 25 Two Systems - Each $_____________<br />

515 Black Box Horn/Strobe 25 Two Systems - Each $_____________<br />

516 Wire/Cable Indoor 2500 Two Systems - Each $_____________<br />

517 Wire/Cable Outdoor Wet Location - West Penn 2500 Two Systems - Each $_____________<br />

518<br />

Input A/C power surge suppresser, DITEK-DTK-120 HW,<br />

EDCO-HSP121BT-1RU or equal.<br />

75 Two Systems - Each<br />

$_____________<br />

519<br />

Initiating Device Circuits (IDC)/Signaling Line Circuits<br />

(SLC) surge suppresser, DITEK-DTK-2LVLPLV, EDCO-PC642,<br />

EDCO series SLCP-30 or equal.<br />

360 Two Systems - Each<br />

$_____________<br />

520<br />

Notification Appliance Circuits (NAC) surge suppresser,<br />

DITEK-DTK2LVPLV, EDCO-PHC-043 or equal.<br />

360 Two Systems - Each $_____________<br />

GROUP 6: Two System Locations Labor Rates<br />

521<br />

Provide additional support functions or modifications to new or existing systems that may be requested by M-DCPS, in accordance<br />

with section 3.6 of the attached specifications.<br />

521A Alarm Technician labor rate not to exceed $75.00 per hour. - Two Systems N/A Hour $_____________<br />

521B Installer labor rate not to exceed $65.00 per hour. - Two Systems N/A Hour $_____________<br />

GROUP 6: Percent Discount off List<br />

For additional support functions or modifications to new or existing Two System Locations OEM parts may be required.<br />

522 Bidder(s) shall indicate the percent of discount off the manufacturer's most recent published price list. A minimum of _____________ %<br />

30% off the most recent OEM published list price is required.<br />

Discount<br />

Page 20 FM-3738 Rev. (06-98)


BID PROPOSAL FORM (FORMAT B)<br />

Bid # <strong>008</strong>-<strong>HH11</strong><br />

Bid Title: FIRE ALARM SERVICES CONTRACT<br />

Buyer: Vanessa Y. Gomez<br />

PLEASE COMPLETE ALL<br />

HIGHLIGHTED AREAS<br />

NAME OF BIDDER:<br />

IMPORTANT BID NOTES: THE MONTHLY PRICE PER SCHOOL SHOULD CONSIST OF ALL ITEMS LISTED IN PART 3 - EXECUTION, IN ACCORDANCE WITH<br />

CODES, REGULATIONS, RULES, STANDARDS AND/OR STATUTES, OF THE BID SPECIFICATIONS.<br />

VENDOR SHALL INDICATE MANUFACTURER'S WARRANTY, IF GREATER THAN ONE YEAR ______________<br />

ITEM DESCRIPTION QTY MANUFACTURER MODEL<br />

UNIT<br />

PRICE PER<br />

MONTH<br />

GROUP 7: Miscellaneous Systems<br />

Items 523 through 540 to be awarded on a total low bid basis. Items 541 to 563 will not be used to calculate bid award however, awarded<br />

vendors hall honor these prices if additional support functions or modifications are requested by M-DCPS. Vendors must bid all items.<br />

523 Carver, George Washington Elem. 24 Misc. Systems FCI 7100 Month $_____________<br />

524 Central West Transportation 24 Misc. Systems Napco MFA6000 Month $_____________<br />

525 Cypress Elem. 24 Misc. Systems FCI 7100 Month $_____________<br />

526 Drew, Charles R. Elem. 24 Misc. Systems FCI E 3 Month $_____________<br />

527 Drew, Charles R. Middle 24 Misc. Systems FCI E 3 Month $_____________<br />

528 Glades Middle 24 Misc. Systems FCI 7200 Month $_____________<br />

529 Golden Glades Elem. 24 Misc. Systems FCI MXL Month $_____________<br />

530 King, Martin Luther Elem. 24 Misc. Systems Silent Knight 5820 Month $_____________<br />

531 Meadowlane Elem. 24 Misc. Systems FCI 7100 Month $_____________<br />

532 <strong>Miami</strong> Sunset Senior 24 Misc. Systems FCI 7100 Month $_____________<br />

533 O I T/ M I S - Computer Center 24 Misc. Systems Gamewell Flex 300 Month $_____________<br />

534 O I T/ M I S - Computer Center 24 Misc. Systems ANSUL Auto Pulse 3000 Month $_____________<br />

535 Region Maintenance Center II Instruction 24 Misc. Systems Thorn Fire Quest 200 Month $_____________<br />

536 Region Maintenance Center V Instructional 24 Misc. Systems Firelite MS-5210 Month $_____________<br />

537 Richmond Heights Middle Mag<strong>net</strong> 24 Misc. Systems Firelite MS-2 Month $_____________<br />

538 Shenandoah Middle 24 Misc. Systems World Electronics WE 2085 Month $_____________<br />

539 South Center Transportation 24 Misc. Systems Napco Magnum 6024 Month $_____________<br />

540 South <strong>Dade</strong> Adult Educational 24 Misc. Systems Silent Knight 5207 Month $_____________<br />

GROUP 7: Additional Miscellaneous System Locations<br />

541<br />

In the event M-DCPS increases the fire alarm systems or number of facilities, and chooses at its sole discretion to add servicing to these<br />

systems, the vendor shall: Provide all labor, materials and equipment necessary to test, service, inspect and maintain additional fire<br />

alarm systems in accordance with the attached specifications.<br />

541A Elementary <strong>Schools</strong> - Misc. Systems N/A Month $_____________<br />

541B Primary Learning Centers - Misc. Systems N/A Month $_____________<br />

541C Middle <strong>Schools</strong> - Misc. Systems N/A Month $_____________<br />

541D Middle Learning Centers - Misc. Systems N/A Month $_____________<br />

541E Senior-Vocational Technical <strong>Schools</strong> - Misc. Systems N/A Month $_____________<br />

GROUP 7: Miscellaneous System Locations, Miscellaneous Peripheral Material<br />

542 Addressable Smoke Detector 200 Misc. Systems - Each $_____________<br />

543 Addressable Heat Detector 50 Misc. Systems - Each $_____________<br />

544 Addressable Manual Station 100 Misc. Systems - Each $_____________<br />

545 Non-Addressable Smoke Detector 100 Misc. Systems - Each $_____________<br />

546 Non-Addressable Heat Detector 50 Misc. Systems - Each $_____________<br />

547 Non-Addressable Manual Station 100 Misc. Systems - Each $_____________<br />

Page 21 FM-3738 Rev. (06-98)


BID PROPOSAL FORM (FORMAT B)<br />

Bid # <strong>008</strong>-<strong>HH11</strong><br />

Bid Title: FIRE ALARM SERVICES CONTRACT<br />

Buyer: Vanessa Y. Gomez<br />

ITEM DESCRIPTION QTY MANUFACTURER MODEL<br />

UNIT<br />

PLEASE COMPLETE ALL<br />

HIGHLIGHTED AREAS<br />

NAME OF BIDDER:<br />

IMPORTANT BID NOTES: THE MONTHLY PRICE PER SCHOOL SHOULD CONSIST OF ALL ITEMS LISTED IN PART 3 - EXECUTION, IN ACCORDANCE WITH<br />

CODES, REGULATIONS, RULES, STANDARDS AND/OR STATUTES, OF THE BID SPECIFICATIONS.<br />

VENDOR SHALL INDICATE MANUFACTURER'S WARRANTY, IF GREATER THAN ONE YEAR ______________<br />

PRICE PER<br />

MONTH<br />

548 Protective Cover Manual Station 100 Misc. Systems - Each $_____________<br />

549 Protective Cover Horn/Strobe 300 Misc. Systems - Each $_____________<br />

550 Visual Strobe 100 Misc. Systems - Each $_____________<br />

551 Horn 100 Misc. Systems - Each $_____________<br />

552 Horn/Strobe 500 Misc. Systems - Each $_____________<br />

553 Mag<strong>net</strong>ic Door Holder 50 Misc. Systems - Each $_____________<br />

554 Detector Base Assembly 30 Misc. Systems - Each $_____________<br />

555 Black Box Manual Station 25 Misc. Systems - Each $_____________<br />

556 Black Box Horn/Strobe 25 Misc. Systems - Each $_____________<br />

557 Wire/Cable Indoor 2500 Misc. Systems - Each $_____________<br />

558 Wire/Cable Outdoor Wet Location - West Penn 2500 Misc. Systems - Each $_____________<br />

559<br />

Input A/C power surge suppresser, DITEK-DTK-120 HW,<br />

EDCO-HSP121BT-1RU or equal.<br />

75 Misc. Systems - Each<br />

$_____________<br />

560<br />

Initiating Device Circuits (IDC)/Signaling Line Circuits<br />

(SLC) surge suppresser, DITEK-DTK-2LVLPLV, EDCO-PC642,<br />

EDCO series SLCP-30 or equal.<br />

360 Misc. Systems - Each<br />

$_____________<br />

561<br />

Notification Appliance Circuits (NAC) surge suppresser,<br />

DITEK-DTK2LVPLV, EDCO-PHC-043 or equal.<br />

360 Misc. Systems - Each $_____________<br />

562<br />

562A<br />

Alarm Technician labor rate not to exceed $75.00 per<br />

hour.<br />

GROUP 7: Miscellaneous System Locations Labor Rates<br />

Provide additional support functions or modifications to new or existing systems that may be requested by M-DCPS, in accordance<br />

with section 3.6 of the attached specifications.<br />

- Misc. Systems N/A Hour<br />

$_____________<br />

562B Installer labor rate not to exceed $65.00 per hour. - Misc. Systems N/A Hour $_____________<br />

GROUP 7: Percent Discount off List<br />

For additional support functions or modifications to new or existing Miscellaneous System Locations OEM parts may<br />

563 be required. Bidder(s) shall indicate the percent of discount off the manufacturer's most recent published price list. _____________ %<br />

A minimum of 30% off the most recent OEM published list price is required.<br />

Discount<br />

Page 22 FM-3738 Rev. (06-98)


BID PROPOSAL FORM (FORMAT B)<br />

Bid # <strong>008</strong>-<strong>HH11</strong><br />

Bid Title: FIRE ALARM SERVICES CONTRACT<br />

Buyer: Vanessa Y. Gomez<br />

PLEASE COMPLETE ALL<br />

HIGHLIGHTED AREAS<br />

NAME OF BIDDER:<br />

IMPORTANT BID NOTES: THE MONTHLY PRICE PER SCHOOL SHOULD CONSIST OF ALL ITEMS LISTED IN PART 3 - EXECUTION, IN ACCORDANCE WITH<br />

CODES, REGULATIONS, RULES, STANDARDS AND/OR STATUTES, OF THE BID SPECIFICATIONS.<br />

VENDOR SHALL INDICATE MANUFACTURER'S WARRANTY, IF GREATER THAN ONE YEAR ______________<br />

ITEM DESCRIPTION QTY MANUFACTURER MODEL<br />

UNIT<br />

PRICE PER<br />

MONTH<br />

Bidder should use the following checklist to assist in bid<br />

submission including but not limited to:<br />

<br />

Bid Proposal Form Price Sheets Completed<br />

Bidders Qualification Form Signed<br />

Fire Protection System Contractor I or II Certificate<br />

Insurance Documentation<br />

List of emergency telephone numbers<br />

List of technicians with qualifications and training certificates<br />

Occupational License<br />

Two (2) Reference Letters<br />

Vendor Information Sheet<br />

Page 23 FM-3738 Rev. (06-98)

Hooray! Your file is uploaded and ready to be published.

Saved successfully!

Ooh no, something went wrong!