11.07.2015 Views

046-MM03 - Dadeschools.net - Miami-Dade County Public Schools

046-MM03 - Dadeschools.net - Miami-Dade County Public Schools

046-MM03 - Dadeschools.net - Miami-Dade County Public Schools

SHOW MORE
SHOW LESS

Create successful ePaper yourself

Turn your PDF publications into a flip-book with our unique Google optimized e-Paper software.

THE SCHOOL BOARD OF MIAMI-DADE COUNTY, FLORIDASCHOOL BOARD ADMINISTRATION BUILDING1450 Northeast Second Avenue<strong>Miami</strong>, FL 33132BIDDER QUALIFICATION FORMBID NO.BID TITLEDirect all inquiries to Procurement ManagementServices.BUYER NAME:E-MAIL ADDRESS:PHONE: (305)FAX NUMBER:TDD PHONE: (305) 995-2400Bids will be accepted until 2:00 PM on _________________________ in room 351, School Board Administration Building, 1450 NE 2ndAvenue, <strong>Miami</strong>, FL 33132, at which time they will be publicly opened. Bids may not be withdrawn for ________ days after opening.(Refer to Instructions to Bidders, para. IV.B.)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, andsubsequent purchase orders issued against said award shall constitute a binding, enforceable contract. Unless otherwise stipulated in thebid documents, no other contract documents shall be issued.I. BIDDER CERTIFICATION AND IDENTIFICATIONA. I certify that this bid is made without prior understanding, agreement, or connection with any corporation, firm, or personsubmitting a bid for the same materials, supplies, or equipment, and is in all respects fair and without collusion or fraud. Iagree to abide by all conditions of this bid; and I certify that I am authorized to sign this bid for the bidder.B. Vendor certifies that it satisfies all necessary legal requirements as an entity to do business with The School Board of<strong>Miami</strong>-<strong>Dade</strong> <strong>County</strong>, Florida.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 thisCode and all applicable School Board contracting and procurement policies and procedures. (School Board Policy 6460)D. I certify that I, nor my company or its principals, or any wholly owned subsidiary are currently debarred or in default ofany bid, purchase order or contract with the School board or any other private or governmental entity.II.INDEMNIFICATIONThe Bidder shall hold harmless, indemnify and defend the indemnities (as hereinafter defined) against any claim, action, loss,damage, injury, liability, cost or expense of whatsoever kind or nature including, but not by way of limitation, attorney's fees andcourt costs arising out of bodily injury to persons, including death, or damage to tangible property arising out of or incidental tothe performance of this contract (including goods and services provided thereto) by or on behalf of the Bidder, whether or notdue to or caused in part by the negligence or other culpability of the indemnity, excluding only the sole negligence or culpabilityof the indemnity. The following shall be deemed to be indemnities: The School Board of <strong>Miami</strong>-<strong>Dade</strong> <strong>County</strong>, Florida, itsmembers, officers and employees.III. PERFORMANCE SECURITY, is required on this bid. YES NORefer to INSTRUCTIONS TO BIDDERS, para. VII./IF PERFORMANCE SECURITY IS REQUIRED, PLEASE INDICATE THETYPE TO BE FURNISHED: Performance BondCheck (Cashier's, Certified, or equal)IV. FLORIDA CERTIFIED SERVICE-DISABLED VETERAN BUSINESS ENTERPRISE, please indicate: YES NOAn original, manual signature is required on the Bidder Qualification Form.(Bidder is requested to use blue ink, do not use pencil)Legal Name of VendorMailing AddressCityTelephone No.E-mail AddressBy: Signature (Original)Of Authorized RepresentativeName (Typed or Printed)Of Authorized RepresentativeStateFax No.Zip CodeDateDateFM-3191 Rev. (07-11)


DISCLOSURE OF EMPLOYMENT OF FORMER SCHOOL BOARD EMPLOYEESPursuant to School Board Policy 6460, which may be accessed athttp://www2.dadeschools.<strong>net</strong>/schoolboard/rules all bidders, proposers, consultants, and contractors are requiredto disclose the names of any of their employees who serve as agents or principals for the bidder, proposer orcontractor, and who within the last two years, have been or are employees of the School Board. Suchdisclosures will be in accordance with current School Board rules, but will include, at a minimum, the name ofthe former School Board employee, a list of the positions the employee held in the last two years of his or heremployment with the School Board, and the dates the employee held those positions.NAME LIST OF POSITIONS DATES EMPLOYEE HELD POSITIONFM-3191 Rev. (07-11)


FROM:AFFIXPOSTAGEHERETHE SCHOOL BOARD OF MIAMI-DADE COUNTY, FLORIDAPROCUREMENT MANAGEMENT SERVICESROOM NO. 352 BID BOX1450 N.E. 2 ND AVENUEMIAMI, FLORIDA 33132BID NO.:BID TITLE:BID OPENING DATE:


THE SCHOOL BOARD OF MIAMI-DADE COUNTY, FLORIDAProcurement Management ServicesNOTICE OF PROSPECTIVE BIDDERSNO BIDIf not submitting a bid at this time, for informational purpose only, detach this sheet from thebid documents, complete the information requested, fold as indicated, staple, affix postageand return address, and mail. NO ENVELOPE IS NECESSARY.NO BID SUBMITTED FOR REASON(S) CHECKED AND/OR INDICATED:Our company does not handle this type of product/service.We cannot meet the specifications nor provide an alternate equal product.Our company is simply not interested in bidding at this time.OTHER, (Please specify)We do not want to be retained on your mailing list for future bids for this typeor product and/or service.SignatureTitleCompanyNOTE:Failure to respond, either by submitting a bid or this completed form, may result inyour company being removed from the School Board’s bid list. To qualify as arespondent to the bid, vendor must submit a NO BID.


Vendor Information Sheet1A.Or1B.Federal Employer Identification NumberOwner's Social Security NumberName of Firm, Individual(s), Partners or CorporationStreet Address2. Telephone/Fax/Contact PersonTelephone numberFax number__________________________________________Contact PersonCity State Zip CodeE-mail address3. Ownership DisclosureIf the contract or business transaction is with a corporation, partnership, sole proprietorship,or joint venture, the full legal nameand business address shall be provided for the chief officer, director, or owner who holds, directly or indirectly the majority of thestock or ownership. If the contract t or business transaction ti is with a trust, t the full legal l name and d address shall h be provided d foreach trustee and each beneficiary. Post Office addresses are not acceptable.NameTitleAddressGenderRaceethnicityStock OwnershipNOTE: The information provided by the vendor on this form should be consistent with that provided on the "Vendor'sApplication". All vendors must have a current vendor's application on file with M-DCPS, and have provided information and/orbe familiar with M-DCPS' policy regarding the following: (a) Employment Disclosure, (b) Drug Free Workplace, (c) FamilyLeave Policy, (d) Code of Business Ethics, (e) Conflict of Interest, (f) Perception, (g) Gratuities, and (h) Business Meals.Failure to provide M-DCPS a current vendor application may cause the vendor not to be awarded any new business with M-DCPS. Vendor applications can be downloaded at: http://procurement.dadeschools.<strong>net</strong>


BID PROPOSAL FORM (FORMAT A)BID<strong>046</strong>-<strong>MM03</strong>MIAMI-DADE COUNTY PUBLIC SCHOOLSTO: THE SCHOOL BOARD OF MIAMI-DADE COUNTY FLORIDABUYERPAGEVanessa FloresSC 1WATER-BASED FIRE PROTECTION SYSTEMS INSPECTION, MAINTENANCE AND SERVICES CONTRACTSPECIAL CONDITIONS1. PURPOSE: The purpose of this bid is to establish a contract, at firm unit prices, with vendor(s) who possess,at the time of award, a valid <strong>Miami</strong>-<strong>Dade</strong> <strong>County</strong> <strong>Public</strong> <strong>Schools</strong>, Contractor Prequalified Certificate, and tofurnish all necessary labor, transportation, material and equipment to test, service, inspect, repair, correct andmaintain water-based fire protection systems at <strong>Miami</strong>-<strong>Dade</strong> <strong>County</strong> <strong>Public</strong> <strong>Schools</strong> locations, in accordancewith the attached specifications. The term of the bid shall be for two (2) years from date of award, and 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), beextended for three (3) additional one year periods, and if needed, 90 days beyond the expiration date of thecurrent contract period. Procurement Management Services, may if considering to extend, request a letter ofintent to extend from the awardee, prior to the end of the current contract period. The awardee(s) will benotified when the Board has acted upon the recommendation. All prices shall be firm for the term of thecontract. The successful vendor(s) agrees to this condition by signing this bid.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 groupbasis, to pre-qualified companies meeting the specifications contained herein, capable of furnishing allnecessary labor, documentation, transportation, material, parts and equipment to test, inspect, service,repair, and maintain water-based fire protection systems at M-DCPS locations. The bids may be awarded totwo (2) responsive and responsible vendors, for each group (Primary and Alternate), offering the lowest priceper Group. A maximum of two (2) vendors per Group, meeting all requirements, will be awarded. Thebidders are required to respond to all items in a Group to be considered for award in that Group. If theprimary awardee fails to perform under the terms and conditions of the contract, the Alternate awardee will becontacted.3. CONTRACT COMMENCEMENT: Successful vendor(s) shall complete within 45 days after issuance ofpurchase orders by MDCPS, Procurement Management Services, all inspections and testing as applicable toany facility with a water-based fire protection system. Additionally, successful vendor(s) shall be responsiblefor required inspection(s) and corrective and preventative maintenance needed to bring the water-based fireprotection systems up to OEM (Original Equipment Manufacturer) standards.4. PRE-BID CONFERENCE: A pre-bid conference will be held Thursday June 14, 2012 at 10:00 a.m. in theMaintenance Operations Training Room, 12525 NW 28 Avenue, <strong>Miami</strong>, Florida. Pre-Bid Conferenceattendance by the bidder or its qualified representative is HIGHLY ENCOURAGED to ensure bid compliance.Concessions will not be made to awarded vendor(s) due to misinterpreting of contract terms and/ornon-attendance of Pre-Bid Conference.5. INSURANCE REQUIREMENTS: Successful vendor(s) are required to have insurance coverage, as specifiedin the indemnity and insurance form(s), attached hereto and made a part of this bid. The successful vendor(s)must submit completed certificate of insurance form(s), before being recommended for award. Failure tosubmit this form(s), as noted, will result in the vendor(s) not being recommended for the bid award.


BID PROPOSAL FORM (FORMAT A)BID<strong>046</strong>-<strong>MM03</strong>MIAMI-DADE COUNTY PUBLIC SCHOOLSTO: THE SCHOOL BOARD OF MIAMI-DADE COUNTY FLORIDABUYERPAGEVanessa FloresSC 2WATER-BASED FIRE PROTECTION SYSTEMS INSPECTION, MAINTENANCE AND SERVICES CONTRACTSPECIAL CONDITIONS CONTINUED6. UL/CSA/ETL APPROVAL: All electrical equipment shall bear the approval symbol or name of Underwriters’Laboratories, Inc., The Canadian Standards Association or ETL Testing Laboratories.7. CODES AND PERMITS: All work performed and materials used shall comply with all applicable federal,state and local codes, laws and ordinances and regulations. The successful vendor(s) shall be responsiblefor all necessary licenses and permits, as may be required.8. SITE INSPECTION: Prospective vendors are encouraged to make site inspections of typical schoolsto familiarize themselves with the unique environment where the work is to take place and toestablish work procedures that minimize the disruption of the school day. The owner’s representative isavailable to answer questions regarding normal workload, average job size, problems, safety considerations,or other conditions unique to the school system. Failure to consider these conditions shall not entitle theawarded vendor to additional compensation after bid award.9. DELIVERY: Delivery and installation shall be completed within 30 days after receipt of purchase order, or asotherwise indicated. All deliveries and installation will be made to schools and departments as indicated oneach purchase order.10. NEW EQUIPMENT: This bid shall be for new equipment only. Newly manufactured containing used or rebuiltparts, remanufactured, rebuilt, reconditioned, newly re-manufactured, used; shopworn, demonstrator orprototype equipment is not acceptable and will be rejected.11. WARRANTY: The warranty of equipment, after delivery and acceptance by the school or department, shallbe for one year or manufacturer’s warranty, whichever is greater. The successful vendor will be responsiblefor repairing each unit during the warranty period, at no cost to the Board. Vendor agrees to repair and returnequipment within five (5) days from receipt of request or provide a temporary replacement.12. BIDDERS RESPONSIBILITY: Each bidder(s) shall carefully examine the Instructions To Bidders,Specifications, Special Conditions as listed, and the list of schools to be served. It shall be the responsibilityof the bidder to be fully informed as to the bid details and the number and wide spread locations of schools.13. NON-EXCLUSIVITY: M-DCPS reserves the right to procure items herein described through the use ofcontracts awarded by the State of Florida, any county or municipality, or other authorized contract, whicheveris considered in the best interest of M-DCPS.14. ESTIMATED QUANTITIES: No guarantee is expressed or implied, as to the amount of projects that will beawarded during the contract period. The School Board of <strong>Miami</strong>-<strong>Dade</strong> <strong>County</strong>, Florida is not obligated toutilize these services, subsequent to the award of this bid.


BID PROPOSAL FORM (FORMAT A)BID<strong>046</strong>-<strong>MM03</strong>MIAMI-DADE COUNTY PUBLIC SCHOOLSTO: THE SCHOOL BOARD OF MIAMI-DADE COUNTY FLORIDABUYERPAGEVanessa FloresSC 3WATER-BASED FIRE PROTECTION SYSTEMS INSPECTION, MAINTENANCE AND SERVICES CONTRACTSPECIAL CONDITIONS CONTINUED15. OCCUPATIONAL LICENSE: Any person, firm, corporation or joint venture, with a business location in <strong>Miami</strong>-<strong>Dade</strong> <strong>County</strong>, Florida, which is submitting a bid, shall meet the <strong>County</strong>’s Occupational License Taxrequirements in accordance with Chapter 8A, Article IX of the Code of <strong>Miami</strong>-<strong>Dade</strong> <strong>County</strong>, Florida. Bidderswith a location outside <strong>Miami</strong>-<strong>Dade</strong> <strong>County</strong> shall meet their local Occupational Tax requirements. A copy ofthe license is requested to be submitted with the Bid Proposal. If the Bidder has already complied with thisrequirement, a new copy is not required while the license is valid and in effect. It is the Bidder’s responsibilityto resubmit a copy of a new license after expiration or termination of the current license. Non-compliance withthis condition may cause the bid not to be considered for award.16. CONTRACTOR PRE-QUALIFICATION CERTIFICATION: This bid is only open to vendors who possess avalid Contractor Prequalification Certificate at the time of bid. Contractors, who have been prequalifiedpursuant to State Requirements for Educational Facilities (SREF [1999]), Chapter 6-2, Section 4.1(8), FloridaStatute 1013.47(2), and MDCPS’ Board Rule 6Gx13-7 D-1.05, will be permitted to perform work classifiedunder this bid.More information on M-DCPS Contractor Prequalification Certification process can be reviewed at the Office ofCompliance and Business Services website: http://facil.dade.k12.fl.us/prequal/.17. BID SUBMITTALS: Bidders are requested to submit one original and two (2) copies of their bid. Biddersare requested to submit, with their bid package, all information in the attached specifications. Bidders arerequired to submit, with their bid package, or within five (5) days of request, all information requested in theattached specifications. Failure to submit the following documentation may result in the bid not to beconsidered for award. Additionally, bidders are requested to provide a copy of the excel file on flash drive withBid Package. Bids will be accepted until the time and date indicated on the Bidders Qualification Form.Requested information includes, but is not limited to:• Signed Bidders Qualification Form• Bid Proposal Form Price Sheets• Vendor Information Sheet• Occupational License as defined in Specification 1.12A1• Insurance Documentation• Valid M-DCPS Contractor Prequalification Certificate – please include Certificate of ContractorPrequalification or proof of status issued by the Office of Compliance and Business Services• List of two references as per Specification 1.12A4• Two (2) letters of references from service contract customers where work similar in scope has beenperformed for a period not less than two years, as defined in Specification 1.7D• List of emergency telephone numbers and twenty-four (24) hour contact number, if applicable as perSpecification 1.12A3• Fire Protection System Contractor I or II Certificate as defined in Specification 1.12A2• Valid e-mail address for SAP system communications (i.e. PO’s)


BID PROPOSAL FORM (FORMAT A)BID<strong>046</strong>-<strong>MM03</strong>MIAMI-DADE COUNTY PUBLIC SCHOOLSTO: THE SCHOOL BOARD OF MIAMI-DADE COUNTY FLORIDABUYERPAGEVanessa FloresSC 4WATER-BASED FIRE PROTECTION SYSTEMS INSPECTION, MAINTENANCE AND SERVICES CONTRACTSPECIAL CONDITIONS CONTINUED18. INVOICING: Invoices are requested to contain the purchase order number, contract number, quantity, unitdescription, quote number (if applicable) and price. Any deviation from this requirement may be grounds fortermination of the contract. Vendor may be requested to provide electronic submission of invoices in a formatto be determined by the District.19. BID ADDENDUMS OR QUESTIONS AND ANSWERS: All bidders should monitor continuously, the M-DCPSProcurement website, for any addendums or questions and answers that may be posted, prior to the openingof this solicitation. The procurement website, which lists all bids, addendums, questions and answers andaward information, is as follows: http://procurement.dadeschools.<strong>net</strong> (then click on) Current Bids/RFP'sUnder the Cone of Silence.20. CONE OF SILENCE: A Cone of Silence is applicable to this competitive solicitation. Any inquiry, clarification,or information regarding this bid must be requested, in writing, by FAX or E-mail to:A COPY OF THIS WRITTEN REQUEST MUST BE SENT SIMULTANEOUSLY TO:Vanessa Flores, BuyerIleana Martinez, School Board ClerkProcurement Management Services<strong>Miami</strong>-<strong>Dade</strong> <strong>County</strong> <strong>Public</strong> <strong>Schools</strong><strong>Miami</strong>-<strong>Dade</strong> <strong>County</strong> <strong>Public</strong> <strong>Schools</strong>1450 N.E. 2 ND Avenue, Room 268B1450 N.E. 2 ND Avenue, Room 352 <strong>Miami</strong>, Florida 33132<strong>Miami</strong>, Florida 33132 Fax #305-995-1448Fax #305-523-2331E-Mail: martinez@dadeschools.<strong>net</strong>E-Mail: vyflores@dadeschools.<strong>net</strong>DEADLINE FOR ANY INQUIRY, CLARIFICATION, OR INFORMATION REGARDING THIS BID IS ONEWEEK/FIVE (5) BUSINESS DAYS PRIOR TO DUE DATE TO ALLOW MDCPS SUFFICIENT TIME TOADDRESS ALL INQUIRIES.21. ERASURES OR CORRECTIONS: When filling out the Bid Proposal Form, bidders are required to completebid proposal in ink.1. Use of pencil is prohibited.2. Do not erase or use correction fluid to correct an error.3. All changes must be crossed out and initialed in ink.Those bids for individual items that do not comply with items 1, 2 and 3 above will be considered nonresponsivefor that item(s).


PART 1 - GENERAL1.1 SUMMARYMIAMI-DADE COUNTY PUBLIC SCHOOLSBID <strong>046</strong>-<strong>MM03</strong>WATER-BASED FIRE PROTECTION SYSTEMS INSPECTION,MAINTENANCE AND SERVICES CONTRACTIt is the intent of this contract to maintain fully operational and trouble free water-based fire protectionsystems at all times in compliance with OEM standards at <strong>Miami</strong>-<strong>Dade</strong> <strong>County</strong> <strong>Public</strong> <strong>Schools</strong> (M-DCPS) facilities. These are minimum inspection, testing, corrective and preventive maintenancefrequencies, responsibilities, and reporting procedures. The minimum standards as noted herein areintended as guidelines for the Vendor. The awarded Vendor shall be responsible to inspect, test,correct, and perform preventive and corrective maintenance on these systems in compliance withcurrent applicable codes, regulations, rules, standards, and statutes. Emergency maintenance repairsdue to external forces such as lightening, flood or other natural disasters, repairs due to vandalism,parts replacement and labor associated with these emergency services are an additional cost to M-DCPS under Section 2.2, ADDITIONAL SERVICES. This contract shall secure firm prices for theterm of the contract for corrective and preventive maintenance, required inspections, repairs,materials, labor, training and written reports of water-based fire protection systems and associatedaccessories as specified hereunder. All services performed by the vendor shall comply with therequirements of the references listed under Section 1.3, unless otherwise specifically addressed bythis contract.1.2 INITIAL PERFORMANCE REQUIREMENTSVendor shall complete within 45 days after issuance of purchase orders by M-DCPS, ProcurementManagement Services all inspections, assessments, and testing needed to remedy correctiverepairs to bring the systems to OEM standards. Vendor shall submit a Form A (via email or fax),indicating costs for initial immediate repairs (broken, leaking, and/or non-operational parts); repairsdue to external forces such as lightening, flood, or other natural disasters; and repairs due tovandalism. When submitting the initial repairs Form A (including for rusted and/or corroded firesprinkler heads); vendor shall indicate the exact location of each needed repair i.e., building number;room number; floor number; north, east, south, west of building; inside/outside of building, etc. Initialrepair Form A’s will only be accepted upon MDCPS’ verification of said needed repairs. Anyemergency repairs shall be reported within 24 hours via phone call, writing, facsimile, e-mail, and/orother electronic means on quotation Form “A”, as appropriate.Vendors shall not submit Form A’s for devices or parts that will not cause the immediate nonoperationof fire sprinkler system. However, devices or parts which the vendor and MDCPS deem asa future problem, shall be corrected under the guidelines of preventive and/or corrective maintenance.Vendor shall immediately submit Form A’s required for initial repairs, upon completion of inspection,and not hold to submit with 1 st quarter inspection reports and invoices. Vendor shall have 30 daysafter issuance of initial repair purchase order to complete repairs as outlined on Form A; otherwise allrepair costs will be incurred by vendor. All future repair costs will be incurred by vendor and subject toSections F. Corrective Maintenance and G. Preventative Maintenance.During the first inspection, vendor shall document on Supplemental Inspection Report Form,the total number of fire sprinkler heads, standpipes, fire pumps, deluge systems, backflowpreventers, missing escutcheon covers, and the existence or non-existence of jockey pumpsand backflow double check valve assemblies at each school/facility.Note: Previous years’ Form A’s of returning vendors shall be null and void at the commencement ofnew term bid contract. Furthermore, said vendors shall only have 30 days to re-assess systems andsubmit initial immediate repairs report, instead of the 45 days allowed for new vendors.Page | 1


1.3 REFERENCEMIAMI-DADE COUNTY PUBLIC SCHOOLSBID <strong>046</strong>-<strong>MM03</strong>WATER-BASED FIRE PROTECTION SYSTEMS INSPECTION,MAINTENANCE AND SERVICES CONTRACTA. All work shall conform to the general provisions of this Contract, including General andSpecial Conditions and Technical Specifications contained herein.B. All work including, but not limited to inspections, testing, corrective and preventivemaintenance shall be performed in accordance with the following codes, regulations, rules,standards and/or statutes.1. Florida Building Code (FBC)2. Occupational Safety and Health Act (OSHA), CFR 29 1900 - 1910.END – CurrentStandards3. National Fire Protection Association (NFPA) 13 - Current, Standard for theInstallation of Fire sprinkler Systems4. NFPA 25 (Current) - Standard for the Inspection, Testing, and Maintenance ofWater-Based Fire Protection Systems5. NFPA 25 (Current) - Standard for the Care, Use, and Service Testing of Fire Hose,Including Couplings and Nozzles6. State Fire Marshal Rule (SFM), Chapter 4A-46, Fire Protection System Contractorsand Systems (Current)7. Florida Statutes (FS), Chapter 633, Fire Prevention and Control (Current)8. Underwriters Laboratories (UL)9. Factory Mutual (FM)10. Original Equipment Manufacturer (OEM)11. NFPA 72 National Fire Alarm and Signaling CodeC. In case any of these codes, regulations, rules, standards, and/or statutes are revised andreissued, all work performed shall conform to the revised code, regulation, rule, standard,and/or statute without additional cost to M-DCPS.1.4 RELATED TECHNICAL SPECIFICATIONS:The following related sections of the M-DCPS Master Specification Guidelines are included astechnical specifications for work that may be performed when requested by M-DCPS underSection 2.2, ADDITIONAL SERVICES.1. 02221 EXCAVATING, BACKFILLING, AND COMPACTION FOR UTILITIES2. 02511 ASPHALTIC CONCRETE PAVING3. 02513 PORTLAND CEMENT CONCRETE PAVING4. 02529 CONCRETE SIDEWALKS, STRAIGHT CURBS, CURBS, GUTTERS, ANDWHEEL STOPS5. 02580 PAVEMENT MARKING6. 02931 TREE AND PLANT PROTECTIONPage | 2


MIAMI-DADE COUNTY PUBLIC SCHOOLSBID <strong>046</strong>-<strong>MM03</strong>WATER-BASED FIRE PROTECTION SYSTEMS INSPECTION,MAINTENANCE AND SERVICES CONTRACT7. 02935 SODDING8. 15300 FIRE PROTECTION (GENERAL REQUIREMENTS)9. 15320 FIRE PUMP AND CONTROLS10. 15330 AUTOMATIC FIRE SPRINKLER PIPING11. 15375 STANDPIPE AND HOSE SYSTEMS12. 15501 WET AUTOMATIC FIRE SPRINKLER SYSTEMS13. 16721 FIRE ALARM DETECTION SYSTEM1.5 DEFINITIONSA. Authorized M-DCPS Representative: The Authorized M-DCPS Representative shall be theSupervisor of Central Inspections or Coordinator of water-based contracts.B. Contract Effective Date: The date of award by the School Board.C. Facility: All building structures at a single location, which is designated as a school, anadministrative or ancillary site.D. Water-Based Fire Protection Systems Services Contract: This Contract is an agreementbetween the fire protection system service vendor and M-DCPS for the Vendor to provide anall-inclusive bid price for required inspections, tests, corrective and preventive maintenance.This Contract is all-inclusive of required inspections, tests, corrective and preventivemaintenance. Except where noted under additional service line items and/or at the discretionof MDCPS.E. Inspections:1. All fire sprinkler, standpipe, fire pump, valves, valve components, trim, delugesystems (including panel and automatic detection devices), FDC, and fire hosesystem inspections shall be performed according to NFPA 25 standards.2. Weekly Fire Pump inspections shall include all system components including (butnot limited to): valves, tanks, piping, pump suction/discharge/ bypass valves, suction& system line pressure gauges, suction reservoir, and sensing lines.3. All Deluge and Pre-Action Systems, panels, components, and automatic detectionequipment must be inspected according to NFPA 25 standards.4. Vendor must leave a copy of the fire sprinkler system report at the facility site(in a binder labeled “Fire Sprinkler Inspections” upon completion of inspectionand before leaving school/facility site.5. Vendor shall provide each site with an original of NFPA 25 (current edition).F. Corrective Maintenance: Items are inclusive of Inspection Bid Price.1. Trouble-shooting2. Adjust, Repair, Rebuild or Replace Fire Pump Controller and all related components.3. Adjust, Repair or Rebuild Fire Pumps (and all related components) due to wear andtear.Page | 3


MIAMI-DADE COUNTY PUBLIC SCHOOLSBID <strong>046</strong>-<strong>MM03</strong>WATER-BASED FIRE PROTECTION SYSTEMS INSPECTION,MAINTENANCE AND SERVICES CONTRACTNotes‣ Labor fees shall be inclusive on all emergency corrective maintenance costs.‣ Corrective maintenance work includes ALL parts, components and devicesassociated with a fire sprinkler system, but are not limited to the abovementioned items.‣ Hi-Lift rental costs shall be incurred by the vendor.‣ Subcontractor costs incurred by the vendor shall be paid by the vendor.‣ Fire sprinkler pipe leaks above tiled ceilings are inclusive of inspection bidprice.G. Preventive Maintenance: Items are inclusive of Inspection Bid Price1. Annually, or as needed, lubricate, adjust and activate control valve stems, fire pumpbearings, fire pump motor bearings, fire department connection (FDC) swivels,rotors, post indicator valves (PIV) , and all related fire sprinkler components.2. Annually or as needed adjust or replace packing glands on valves, pumps, and allrelated fire sprinkler components; replace gland nuts and bolts at any sign of wear orcorrosion.3. Maintain by clearing (if obstructed), fire pump drain lines and impellers, circulationrelief valves (CRV), and CRV drain line as needed and appropriate.4. Replace leaking, rusted and corroded fire sprinkler pipes.5. Replace all leaking, rusted, loaded and corroded fire sprinkler heads.6. Replace outdated and/or defective pressure gauges, suction gauges and gaskets asneeded and appropriate.7. Annually or as needed, adjust tamper and flow switches (including target flag onPIV).8. During annual inspections, all fire sprinkler heads, pipes, pipe fittings, couplings,coupling guards and valves shall be checked, repaired and/or replaced.9. During each testing, corrective maintenance, preventive maintenance, and annualinspection, FDC connections shall require flushing of the line for a minimum of ten(10) minutes, and recapped with a red colored aluminum exterior eyelet mountedcap.10. Inspection, adjustments, replacement, or additions of all backflow preventercomponents according to NFPA 25 standards.11. Check fire pump and its drive at the coupling for proper angular and parallelalignment, and adjust to maintain proper alignment annually or as needed.12. Inspecting, Tagging, and Replacing of all worn fire hoses, fire valves, nozzles, andhose racks.Page | 5


MIAMI-DADE COUNTY PUBLIC SCHOOLSBID <strong>046</strong>-<strong>MM03</strong>WATER-BASED FIRE PROTECTION SYSTEMS INSPECTION,MAINTENANCE AND SERVICES CONTRACT13. Hydrostatically test fire hoses as required by NFPA 25.14. Replacing burnt-out bulbs on fire pump controller as needed.15. Cleaning strainers annually or as needed.16. Adjust fire pump test header.17. Install as needed, signage/identification tags at control valves, main drains andinspector test valves.18. Replacing Deluge Panel batteries as needed.19. Reported deficiencies must be repaired before next required inspections tofacilitate prompt payment.Notes‣ Preventative maintenance work includes ALL parts, components and devicesassociated with a fire sprinkler system, but are not limited to the abovementioned items.‣ Hi-Lift rental costs shall be incurred by the vendor.‣ Subcontractor costs incurred by the vendor shall be paid by the vendor.‣ Fire sprinkler pipe leaks above tiled ceilings are inclusive of inspection bidprice.H. Emergency: A situation or occurrence of a serious nature as designated by the Authorized M-DCPS Representative including but not limited to major leaks, vandalism, external forcessuch as lightning, flood or other natural disaster, disruption of the educational process, anylife threatening situation for building occupants, or for reasons other than those mentionedunder Corrective and Preventative Maintenance. Emergencies include but are not limitedto:1. Complete system failure2. Fire sprinkler system leaks which floods the surrounding area3. Fire sprinkler system repairs located above hard ceilings.4. Repairs to broken underground fire mains5. Repairs required as a result of vandalism, fire or other natural disaster6. Response time to an emergency designated by the Authorized M-DCPSRepresentative shall be within one (1) hour and not exceed four (4) hours.I. M-DCPS: <strong>Miami</strong>-<strong>Dade</strong> <strong>County</strong> <strong>Public</strong> <strong>Schools</strong>.J. OEM: Original Equipment ManufacturerPage | 6


MIAMI-DADE COUNTY PUBLIC SCHOOLSBID <strong>046</strong>-<strong>MM03</strong>WATER-BASED FIRE PROTECTION SYSTEMS INSPECTION,MAINTENANCE AND SERVICES CONTRACTK. Qualifier: The person who possesses a certificate of competency issued by the State FireMarshal’s office as a Fire Protection System Contractor I or II, per FS 633 and SFM Rule 4A-46.L. School Board: The Board of elected officials who are directly responsible to the public for theenforcement of all policies and procedures for M-DCPS.M. Subcontractor: A Subcontractor is a person or entity who enters into a contract with theawarded Vendor for the performance of any part of an awarded Vendor’s work at no cost orresponsibility to M-DCPS. Subcontractor costs shall be paid by the vendor.N. Trouble-shooting: Systematic search for the source of problem so it can be solved; requiresidentification of malfunctions within a system.O. Vandalism: Willful or malicious destruction or defacement of MDCPS property.P. Service Call: Request for vendor to assess and repair reported deficiencies at MDCPSschools/facilities in a prompt and efficient manner. All service requests must be responded towithin 4 hours of initial call.Q. New Vendor: Owner/Company who was not previously awarded any portion of Water-BasedFire Protection System Term-Bid Contract.R. System Descriptions as defined by NFPA 25:1. Wet-Pipe Fire Sprinkler System: A sprinkler system employing automatic sprinklersattached to a piping system containing water and connected to a water supply sothat water discharges immediately from sprinklers opened by heat from a fire.2. Dry Pipe Fire Sprinkler System: A sprinkler system employing automatic sprinklersthat are attached to a piping system containing air or nitrogen under pressure, therelease of which (as from opening of a sprinkler) permits the water pressure to opena valve, known as a dry pipe valve, and the water then flows into the piping systemand out the opened sprinklers.3. Preaction Fire Sprinkler System: A sprinkler system employing automatic firesprinklers attached to a piping system that contains air that might or might not beunder pressure, with a supplemental fire detection system installed in the sameareas as the sprinklers.4 Deluge Fire Sprinkler System: A sprinkler system employing open sprinklers that areattached to a piping system that is connected to a water supply through a valve thatis opened by the operation of a detection system installed in the same areas as thesprinklers. When this valve opens, water flows into the piping system anddischarges from all sprinklers attached thereto.5. Wet Standpipe Systems: A standpipe system having piping containing water at alltimes.a. Class I: A Class I standpipe system provides 65mm (2 ½ in.) hoseconnections or 65mm (2 ½ in.) hose stations supplied from a standpipe orcombined riser in order to supply water for use by fire departments and thosetrained in handling heavy fire streams.Page | 7


MIAMI-DADE COUNTY PUBLIC SCHOOLSBID <strong>046</strong>-<strong>MM03</strong>WATER-BASED FIRE PROTECTION SYSTEMS INSPECTION,MAINTENANCE AND SERVICES CONTRACTb. Class II: A Class II standpipe system that provides 40 mm (1 ½ in.) hosestations to supply water for use primarily by the building occupants or by thefire department during initial response.c. Class III: A Class III standpipe system that provides 40 mm (1 ½ in.) and 65mm (2 ½ in.) hose connections or 40mm (1 ½ in.) and 65 mm (2 ½ in.) hosestations supplied from a standpipe or combination riser in order to supplywater for use by building occupants and a larger volume of water for use byfire departments and those trained in handling heavy fire streams.S. Vendor: Vendor shall be the contractor or service company who is awarded this Contract,also referred to as Fire Protection System Contractor.1.6 PURPOSEIt is the intent of this Contract to inspect, test and perform corrective and preventive maintenance ofwater-based fire protection systems in compliance with referenced codes, regulations, rules,standards and/or statutes. This Contract shall secure firm prices for the term of the Contract forrequired inspections, testing, corrective and preventive maintenance including labor, and writtenreports of water-based fire protection systems and associated accessories as specified herein. Allservices performed by the Vendor shall comply with the requirements of the references listed underSection 1.3, REFERENCE. All other services including but not limited to emergencies, repairs due toexternal forces such as lightning, flood or other natural disaster, repairs due to vandalism, partsreplacement and labor associated with these services are an additional cost to M-DCPS underSection 2.2, ADDITIONAL SERVICES.1.7 VENDOR QUALIFICATIONA. The Vendor shall possess an occupational license for the purpose of fire protection systemservices and be certified by the SFM as a Fire Protection System Contractor I or II, per FS633 and SFM Rule 4A-46. The qualifier at all times shall be a full-time employee or officer ofthe Vendor.1. Individuals inspecting and/or testing the District’s Water-Based Fire ProtectionSystems shall possess a valid and subsisting Inspectors Certificate issued by StateFire Marshal’s Office. The Vendor’s inspectors shall be full-time employees.2. Fire protection system mechanics shall possess a Journeyperson Fire SprinklerCertificate of Competency issued by <strong>Miami</strong>-<strong>Dade</strong> <strong>County</strong> or the equivalent issued byother Florida counties. The Vendor’s mechanics shall be full-time employees.B. Contractor must possess a valid Contractor Prequalification Certificate at the time of bid.Contractor’s who have been prequalified pursuant to State Requirements for EducationalFacilities (SREF [1999]), Chapter 6-2, Section 4.1(8), Florida Statute 1013.47(2), and M-DCPS’ Board Rule 6Gx13-7 D-1.05, will be permitted to perform work classified under thisbid. A copy of the Certificate of Contractor Prequalification or proof of status issued by theOffice of Contractor Prequalification is required to be submitted with the bid.C. Vendor shall maintain offices, and personnel within the State of Florida. Vendor shall beaccessible by a local or toll free telephone number during regular business hours. Local or tollfree contact number for emergencies shall be available twenty-four (24) hours a day, seven(7) days per week.Page | 8


MIAMI-DADE COUNTY PUBLIC SCHOOLSBID <strong>046</strong>-<strong>MM03</strong>WATER-BASED FIRE PROTECTION SYSTEMS INSPECTION,MAINTENANCE AND SERVICES CONTRACTD. Each contractor is required, and shall have the capability, to simultaneously perform all workdescribed herein at multiple locations throughout <strong>Miami</strong>-<strong>Dade</strong> <strong>County</strong> on a timely basis.C. Vendor shall have on hand all necessary equipment, tools and materials needed tomeet the service requirements under this Contract.D. Vendor shall submit two (2) letters of reference from service contract customers where worksimilar in scope has been performed for a period of not less than two (2) years. These two(2) references shall be from customers with multiple facilities, similar in nature to M-DCPS,where the Vendor provided services as defined in Section 1.5, DEFINITIONS.1.8 SUBCONTRACTINGA. Subcontracting shall be allowed for the purpose of inspecting, testing, and/or maintenancerepairs of water-based fire protection systems under this Contract.B. Any subcontractor hired by the awarded bid vendor, is the sole responsibility of the bidvendor to regulate and guarantee work. The awarded bid vendor is also responsible to paysubcontractor(s) expenses at no cost to M-DCPS. In addition, the awarded bid vendor isresponsible to ensure that their subcontractor(s) meet M-DCPS bid qualifications as does avendor.C. The vendor is responsible for all payments, invoicing and documentation of theirsubcontractors. M-DCPS will NOT be held responsible for ANY subcontractor’s contract (i.e.payment, to subcontractor, awarding of work to subcontractor, etc.)D. No purchase orders or payments will be issued to anyone other than the awarded vendor.1.9 QUALITY ASSURANCEA. Notification of System Failure:Should any action performed by Vendor result in a fire protection system failure, the Vendorshall immediately inform, by phone and followed by facsimile or e-mail, the M-DCPSAuthorized Representative of the anticipated down time period. The Vendor shall make everyeffort to expedite repairs and minimize down time period.B. System Condition:1. Anytime services are provided, the Vendor shall ensure that the fire protectionsystems are left in an operable condition.2. The Vendor shall ensure that the fire protection system is properly tagged after theconclusion of each inspection, test or maintenance in accordance with SFM Rule 4A-46.C. Vendor Response:The Vendor shall respond to verbal or e-mail service requests from an M-DCPSAuthorized Representative within two (2) hours and arrive at requesting facility sitewithin four (4) hours of initial request. The Vendor shall submit quotations toauthorized M-DCPS representatives within 24 hours. Any unwarranted service calls willbe at cost of $150.00 to MDCPS. Vendor shall, upon receipt of a purchase order for servicePage | 9


MIAMI-DADE COUNTY PUBLIC SCHOOLSBID <strong>046</strong>-<strong>MM03</strong>WATER-BASED FIRE PROTECTION SYSTEMS INSPECTION,MAINTENANCE AND SERVICES CONTRACTunder this contract, commence work immediately or as specified by the purchase order.Failure to respond in a timely manner to M-DCPS requests for service may constitutegrounds for termination of this Contract. See Section 1.14, M-DCPS RESERVES THERIGHT: (D).D. Any change in the Vendor’s occupational license, qualifier or qualified personnel status shallbe reported in writing to the M-DCPS Authorized Representative within five (5) working daysof its occurrence.1.10 SITE INVESTIGATIONSA. Prospective Vendors are encouraged to make site inspections of listed facilities tofamiliarize themselves with the unique environment where the work is to take place.Failure to consider the type of equipment and/or systems, safety considerations, orany conditions unique to an M-DCPS facility shall not entitle the Vendor to additionalpayment after bid award.B. Site inspection of water-based fire protection systems and associated equipment to ascertainthe bid price of each listed location shall be the responsibility of the Vendor. Inspection costsfor new facilities added to the contract, shall commensurate with the existing prices accordingto the appropriate category, i.e.: Elementary, Middle, and Senior High <strong>Schools</strong>. Bid pricingshall include all existing and future buildings on facility site. If a new building is added to anexisting facility site, the vendor is required to inspect the new and old buildings.C. The Vendor shall contact each M-DCPS site’s administrator or principal to coordinate a siteinspection or repair at a minimum of 48 hours in advance of their intended visit, and send aweekly site inspection and/or repair schedule to the Department of Central Inspections.D. Upon award of bid, vendor shall be required to provide each site location with a notebookbinder for water-based inspection reports to be added as inspections are performed. Said logbook shall be retained at each site location (in the Main Office) for review by the Fire SafetyInspector.E. Bid price of each listed location shall include all required inspections, testing, corrective andpreventive maintenance of the system per referenced codes, regulations, rules, standardsand/or statutes. Inspection costs for new facilities added to the contract, shall commensuratewith the existing prices according to the appropriate category, i.e.: Elementary, Middle, andSenior High <strong>Schools</strong>. Bid pricing shall include all existing and potential future buildingson facility site. In the event a new building is added to an existing facility site, the vendor isrequired to inspect the new and old buildings at no additional cost to MDCPS.1.12 REQUIRED BID DOCUMENTATIONA. As part of the bid submittal, Vendors and/or their subcontractors are to submit the followingdocuments:1. Copy of Vendor’s Occupational License. See Section 1.7, VENDORQUALIFICATION, (A).2. Copy of Vendor’s Fire Protection System Contractor I or II Certificate. See Section1.7, VENDOR QUALIFICATION, (A).Page | 10


MIAMI-DADE COUNTY PUBLIC SCHOOLSBID <strong>046</strong>-<strong>MM03</strong>WATER-BASED FIRE PROTECTION SYSTEMS INSPECTION,MAINTENANCE AND SERVICES CONTRACT3. List of emergency telephone numbers and twenty-four (24) hour contact number, ifapplicable. See Sections 1.7, VENDOR QUALIFICATION, (B).4. Two (2) references from existing service contract customers. See Section 1.7,VENDOR QUALIFICATION, (D).5. Bid proposal forms.6. If using a subcontractor(s) the awarded vendor must submit a signed agreement withsaid subcontractor(s) showing the length of the agreement.7. A valid e-mail address.8. A copy of vendor’s M-DCPS Contractor Prequalified Certificate, obtained through theOffice of Compliance and Business Services.B. All documents supplied must meet with the approval of M-DCPS Procurement ManagementServices and/or Maintenance Operations before the Vendor is recommended for award. M-DCPS will be the sole judge as to the adequacy of the submitted documents.C. Failure to provide the required documentation may result in Vendor's bid being rejected asnon-responsive.1.13 SUBMITTALS AFTER AWARDA. The Vendor shall submit in writing to M-DCPS the names of all individuals in their employ thatare to perform services on water-based fire protection systems at M-DCPS facilities, within 5business days of award. Vendor shall immediately update any change in the list ofindividuals that perform inspection, testing, corrective and preventive maintenance of fireprotection systems and shall report in writing such changes to the M-DCPS AuthorizedRepresentative within five (5) working days of its occurrence.B. Copy of Inspector Certificate issued by the State Fire Marshal’s Office for those individualswho will be inspecting and testing the District’s Water-Based Fire Protection Systems. SeeSection 1.7, VENDOR QUALIFICATION, (A).C. Copy of each mechanics Journeyperson Fire Sprinkler Certificate of Competency issued by<strong>Miami</strong>-<strong>Dade</strong> <strong>County</strong> or the equivalent issued by other Florida counties.D. Copy of a blank service order (service ticket or work order), blank inspection and test form(s)and a blank 4A-46 tag. The Vendor may mark these void.E. Vendor shall submit an additional copy of satisfactory evidence of adequate insurancecoverage in accordance with FS 633.521 and requirements found elsewhere in these biddocuments to Maintenance Operations, Central District Alarms.F. Other requirements as provided under the “Instructions to Bidders and Special Conditions”.G. Upon request Vendor shall supply product data for fire protection system componentsprovided under this Contract, including but not limited to the following:1. Piping including fittings, etc.Page | 11


MIAMI-DADE COUNTY PUBLIC SCHOOLSBID <strong>046</strong>-<strong>MM03</strong>WATER-BASED FIRE PROTECTION SYSTEMS INSPECTION,MAINTENANCE AND SERVICES CONTRACT2. Backflow preventers.3. Valves.4. Specialty valves, accessories, and devices.5. Alarm devices. Include electrical data.6. Air compressors.7. Fire department connections. Include type of fire department connection; number,size, type, and arrangement of inlets; size and direction of outlet; and finish.8. Fire department roof Siamese Connection. Include type of fire departmentconnection; number, size, type, and arrangement of outlets; and finish.9. Hose valves. Include size, type, and finish.10. Hose valves and racks, hoses, and nozzles. Include size, type, and finish of hosevalves; type and length of hoses; finish of hose couplings; type, material, and finishof nozzles; and finish of rack.11. Fire sprinklers, escutcheons, and guards. Include fire sprinkler flow characteristics,mounting, finish, and other data.H. All documents supplied must meet with the approval of the M-DCPS ProcurementManagement Services and Maintenance Operations. M-DCPS will be the sole judge as tothe adequacy of the submitted documents.I. The vendor must submit an updated subcontractor(s) agreement once the length of theagreement has expired or if an agreement is terminated or otherwise noted.1.14 SERVICES NOT INCLUDEDA. Carbon dioxide (CO2), clean agent, dry chemical, halon, and wet chemical automatic firesuppression systems found in computer rooms, food labs, kitchen hoods, and spray booths,are not within the scope of this Contract.B. Initial immediate repairs shall be forwarded to the Authorized M-DCPS Representative by useof quotation form “A”, as appropriate.1.15 M-DCPS RESERVES THE RIGHT:a. To repair, replace, alter, and/or retrofit systems as needed to comply with current referencedcodes, regulations, rules, standards and statutes.b. To solicit up to three (3) additional proposals for repairs not covered in all-inclusive price,when MDCPS deems the awarded vendor’s cost is exorbitant.Page | 12


MIAMI-DADE COUNTY PUBLIC SCHOOLSBID <strong>046</strong>-<strong>MM03</strong>WATER-BASED FIRE PROTECTION SYSTEMS INSPECTION,MAINTENANCE AND SERVICES CONTRACTc. At M-DCPS’s sole discretion, to adjust this contract for any single facility, when any waterbasedfire protection system covered under this contract is replaced, and/or new constructionor modifications increases or decreases the number of fire sprinkler heads and/or standpipesas per line item for like facility. In no instance shall an increase or decrease be greater than25% of the annualized cost of the contract.d. At its sole option, to add or delete from this contract, any site(s) with a water-based fireprotection system.The Vendor will be notified, in writing of any changes to the sites given in these specifications.1. Should a facility be deleted, the Vendor will be given thirty (30) days writtennotice of intent to remove the facility from the contract, and the contractprice for that site will be deducted from future payments to the Vendor on aprorated basis.2. Should a facility be added to this contract, the contract price for that facilitywill be based upon similar equipment already under contract. In the eventthat no similar equipment exists under this contract, M-DCPS will negotiatewith the Vendor an acceptable cost for the duration of the contract. M-DCPS will be the sole judge as to the existence of similar equipment underthis contract.E. To award to the next low bidder or re-bid as appropriate and terminate any work awardedunder this Contract in the event of default as indicated in Section V, Awards, Paragraph E,Default, of the Instructions to Bidders.F. To cancel this Contract in its entirety, or any awarded group or any single facility coveredunder this Contract, upon thirty (30) days written notice to the Vendor.G. In the event the Vendor fails or neglects to perform any required services properly anddiligently in an acceptable manner and in compliance with this Contract, M-DCPS shall notifythe Vendor in writing, listing the specific services to be performed and a specified time framefor completion. If the services are not performed within the time specified in an acceptablemanner, M-DCPS may, seven (7) days after written notice to the Vendor of the deficiencies,accomplish the required services by any method M-DCPS deems necessary. The costthereof will be deducted from the Contract price and may become due from the Vendor to M-DCPS; and/or at M-DCPS option, M-DCPS may declare that portion of the contract awardedto the vendor in default and proceed with termination in accordance with Section 1.15, M-DCPS RESERVES THE RIGHT:, (D).H. No inspections shall be performed on any approved legal holiday, and/or School Boardapproved holiday, during FCAT testing, or other School Board approved closures, (i.e.Winter and Spring Recess), unless authorization is given and prior arrangements havebeen made.1.16 FACILITY USE, CLEAN UP, PROTECTION, AND SAFETYA. The Vendor shall not utilize restrooms, cafeteria, M-DCPS equipment, materials and toolswithout prior permission from the site administrator.B. The Vendor shall remove all tools, equipment, and material from premises immediately uponcompletion of work.Page | 13


MIAMI-DADE COUNTY PUBLIC SCHOOLSBID <strong>046</strong>-<strong>MM03</strong>WATER-BASED FIRE PROTECTION SYSTEMS INSPECTION,MAINTENANCE AND SERVICES CONTRACTC. The Vendor shall leave the work area ready for use and occupancy without the need offurther cleaning of any kind.D. The Vendor shall ensure protection of the existing equipment, structure, and buildingoccupants.E. The Vendor shall not obstruct passageways or other means of egress.F. Inspection, testing and maintenance activities shall be conducted in a safe manner and inaccordance with all applicable codes, regulations, rules, standards and statutes including butnot limited to OSHA and FBC.G. The inspection, testing, and maintenance of water-based fire protection systems may involveor result in a system being out of service. The procedures outlined in NFPA 25, Chapter 14,Impairments, shall be followed when such impairment to a water-based fire protection systemoccurs.H. All personnel employed by the vendor, including any subcontractor and subcontractor’semployees when applicable, shall display at all times an identification badge which shallinclude the employees name, the employers name and either a physical description or aphotograph of the employee. Employees without proper identification shall not be permitted towork on M-DCPS property.I. The vendor’s employees, subcontractors and its employees, and any other personnelincluding material suppliers engaged in any activities encompassed by this Term Bid arestrictly forbidden from participating in any manner and form of interaction with students of M-DCPS. Violation of this provision shall result in removal of the individual(s) involved from theschool site, the project, and further, the vendor shall be prohibited from employing theindividual in any future work with M-DCPS performed under this term bid.1.17 INVOICINGA. All invoices shall be forwarded via e-mail to centralinspections@dadeschools.<strong>net</strong> or a flashdrive can be submitted to Central Inspections per billing cycle.1. The original invoice shall be sent to:MIAMI-DADE COUNTY PUBLIC SCHOOLSMAINTENANCE OPERATIONS, CENTRAL INSPECTIONSATTN: CENTRAL INSPECTIONS ADMINISTRATOR12525 N.W. 28 AVENUE, ROOM 144MIAMI, FLORIDA 33167-2507B. All invoices for services as described in Section 1.6, PURPOSE shall be submitted forpayment quarterly at the end of each quarter.C. Along with the quarterly invoices, the Vendor shall submit reports of all inspections and tests,corrective and preventive maintenance conducted via e-mail or flash drive.Note: Invoices not submitted in accordance with these provisions will not beprocessed for payment and will be returned to the Vendor.Page | 14


MIAMI-DADE COUNTY PUBLIC SCHOOLSBID <strong>046</strong>-<strong>MM03</strong>WATER-BASED FIRE PROTECTION SYSTEMS INSPECTION,MAINTENANCE AND SERVICES CONTRACTD. Invoices for additional services performed under Section 2.2, ADDITIONAL SERVICES shallbe submitted within five working days of completion.E. Unauthorized Work:1.18 MAINTENANCEThe Vendor shall not be paid for any services:1. Performed outside the scope of this Contract2. Not authorized by the M-DCPS Authorized Representative3. Not covered by a M-DCPS purchase order4. M-DCPS does not pay an overtime rate for any services rendered under thiscontractA. Any parts requested by M-DCPS shall be turned in within five working days to CentralInspections. Parts will be tagged with facility name, address, and date replaced.Accompanying the parts will be the service ticket documenting the reasons why the partswere replaced.PART 2 - EXECUTION2.1 INSPECTION, TESTING, CORRECTIVE AND PREVENTIVE MAINTENANCEA. Inspection, testing, corrective and preventive maintenance will commence immediately uponissuance of a purchase order to the Vendor by Procurement Management Services. All workshall be scheduled at least 48 hours in advance with the site administrator or principal. Thesite administrator or principal can only authorize work after regular business hours.During the initial (first) inspection, testing, corrective and preventive maintenance the Vendorshall quantify and identify the manufacturer and model of all fire sprinkler heads at eachfacility. This information shall be submitted in writing with the first quarterly billing.B. All components and systems shall be inspected and tested to verify that they function asintended. Frequency of inspection and tests shall be in accordance with NFPA 25, or uponM-DCPS Authorized Representative request, and that of any applicable standards referencedherein.C. Components or portions of water-based fire protection systems that require valves tobe opened or closed shall be returned to service with verification that all valves arerestored to their normal operating position. Plugs or caps for auxiliary drains or testvalves shall be replaced.D. Test results shall be compared with those of the original acceptance test (if available) and/orwith the most recent test results (if available).G. The form for the submission of inspection, testing, corrective and preventive maintenanceresults will be stipulated to the Vendor(s) subsequent to Board Award. M-DCPS reservesthe right to revise the form and content of the report any time during the term of thiscontract. Copies of the completed and properly executed forms shall be submitted to thesite and placed in the vendor supplied log book at each inspection or no later than thenext scheduled inspection.Page | 15


MIAMI-DADE COUNTY PUBLIC SCHOOLSBID <strong>046</strong>-<strong>MM03</strong>WATER-BASED FIRE PROTECTION SYSTEMS INSPECTION,MAINTENANCE AND SERVICES CONTRACT2.2 ADDITIONAL SERVICES (See Section 1.5, DEFINITIONS, (D)A. Additional services may be used at the discretion of M-DCPS to repair, replace, install and/orexpand Water-based fire protection systems in any of its facilities. Any Vendor who submits abid and is found to be qualified to perform the services under this contract, regardless ofwhether the Vendor is awarded this contract in part, or in its entirety, will be placed in a poolfrom which quotes for services described in this Section. Additional tests to Water-Based FireProtection Systems shall be authorized by the Department of Central Inspections. Anyadditional tests not in accordance with the current Water Based Fire ProtectionSystem Contract, and/or any unauthorized additional tests or services, will be at costto the requestor of said tests and services.B. Inspection of WorkM-DCPS reserves the right to inspect the Vendor’s work at any time to assure compliancewith all terms and conditions of the Contract. All work will be inspected pursuant to theUniform Building Code as outlined by the FBC. The Vendor will provide M-DCPS with awritten request for inspection at least 48 hours prior to the requested inspection date. Vendorwill have personnel present during the scheduled inspections.C. Corrections of Work and Warranty1. The Vendor shall warrant the work and shall remedy any defects due to faultymaterials or workmanship, which appears during the progress of the work or, withinone (1) year from the date of completion. Neither the final payment nor any provisionin the Contract documents shall relieve the Vendor of the responsibility fornegligence, defects of manufacture, faulty materials and/or workmanship within theextent and period provided by law. Upon written notice, the Vendor shall remedy anydefects due thereto and pay all expenses for any damage to other work resultingthere from. The expiration date of the one (1) year warranty period shall be one (1)year from date of final acceptance by the Board.2. If the Vendor, after notice, fails to proceed promptly with the terms of the warranty,M-DCPS may have the defects corrected and the Vendor will be liable for allexpense incurred. Such action by the Board shall not relieve the Vendor of furtherwarranty liability.3. The provisions of this Article apply to work performed by subcontractors, as well asto work performed by direct employees of the Vendor.D. Vendor shall note its established labor rates on the bid proposal forms.E. Material/part cost for additional services shall be as follows:1. Fire protection system parts (OEM):a. Vendor shall note a discount percentage off the published price list on the bidproposal form. At no cost, the Vendor shall supply the M-DCPS AuthorizedRepresentative and Procurement office (Buyers) each with the manufacturer’smost recent original published price list. It is the responsibility of the vendor toprovide the District updated price list from the manufacturer as they are issued.Failure to do so will result in the most current version of the price list submitted tothe District to be used. Additionally, it is requested that the vendor supply theDistrict with a price listPage | 16


2.3 NON-EXCLUSIVITYMIAMI-DADE COUNTY PUBLIC SCHOOLSBID <strong>046</strong>-<strong>MM03</strong>WATER-BASED FIRE PROTECTION SYSTEMS INSPECTION,MAINTENANCE AND SERVICES CONTRACTin the form of a flash drive.It must be formatted as either 1 or 2 below:1. “Microsoft Excel” 2. “Word for Windows”No Header or Footer Font: Times New Roman 12Portrait only – no landscape Portrait only – no landscapeThis is the preferred formatb. Vendor shall complete and submit Form A for all additional service quotes.(See attached form.)2. Miscellaneous Materials (non-OEM, i.e. pipe, fittings etc.):a. Vendor shall note a discount percentage off the published price list on thebid proposal form.3. Invoices and Payment for Additional Servicesa. Vendor shall invoice additional services based on the actual on-site laborhours expended and materials utilized.b. The invoice document shall contain the following information:1) M-DCPS’s Purchase Order number and/or release number.2) Description of work.3) Start date and completion date.4) Work location where services were rendered.5) OEM model number, part number, description of materialsutilized, quantities and unit prices.6) Labor hours and unit price.c. An original copy of service ticket and/or time sheets shall document thelabor invoiced and shall accompany the invoice. This document(s) shallindicate each person name and/or ID number, dates and times serviceswere provided. Service tickets should be signed at the end of theworkday by work location staff to facilitate prompt payment.d. Invoices not submitted in accordance with these provisions will not beprocessed for payment and will be returned to the Vendor.M-DCPS reserves the right to perform, or cause to be performed, the work and services hereindescribed in any manner it sees fit, including, but not limited to, award of other contracts, or to performthe work with its own employees.2.4 LIST OF FACILITIES INCLUDED IN THIS CONTRACTThe following tables include all the facilities which are to be included in this Contract. The contentsprovided in the tables are intended to be only a guide. M-DCPS has attempted to provide the mostaccurate and complete information in the tables. However there may be omissions and/or errors inthese tables. Each Vendor shall be responsible for field verifying each facility for its content prior tosubmitting a bid proposal.Page | 17


FROM:MIAMI-DADE COUNTY PUBLIC SCHOOLSBID <strong>046</strong>-<strong>MM03</strong>WATER-BASED FIRE PROTECTION SYSTEMS INSPECTION,MAINTENANCE AND SERVICES CONTRACTFORM ATO:_______________________________VIA FAX:___________________________FACILITY NAME: __________________________________________________________________SUBJECT: FIRE PROTECTION SYSTEM QUOTATIONDATE: __________Types of Services: Additions Emergency VandalismRepairs due to external forces such as lightning, flood or other natural disasterBrief description of work to be done: ___________________________________________________________________________________________________________________________________________Parts Needed:Manufacturer Model # Part # DescriptionListPriceQuantityPrice(% offList)ExtendedAmountLic. JP/Mechanic FP Labor Hours x /Hr. $ _______Lic. JP/Mechanic Hours x /Hr. $ ______Apprentice/Junior Mechanic Hours x /Hr. $ ______Laborer/Helper Hours x /Hr. $ ______PARTS $____________MISC. $____________LABOR $____________TOTAL QUOTE $____________VERIFIED BYM-DCPS (Blanket) PO #__________________M-DCPS Release # ___________________M-DCPS W/O # ___________________PLEASE FAX BACK TO REQUESTER:____________________NameFax NumberNote: Vendor may not proceed with work without first receiving a Purchase Order # or Confirmation #from the Procurement Management Services.Page | 18


MIAMI-DADE COUNTY PUBLIC SCHOOLS - BID PROPOSAL FORM (FORMAT B)Bid #<strong>046</strong>-<strong>MM03</strong> WATER-BASED FIRE PROTECTION SYSTEMSINSPECTION, MAINTENANCE AND SERVICES CONTRACTPLEASE COMPLETE ALL YELLOWHIGHLIGHTED AREASNAME OF BIDDER:Buyer: Vanessa FloresITEM DESCRIPTION UNIT PRICE PER MONTHIMPORTANT BID NOTES: THE MONTHLY PRICE PER SCHOOL SHOULD CONSIST OF ALL ITEMS LISTED IN SECTIONS 1.3B INSPECTIONS IN ACCORDANCEWITH CODES, REGULATIONS, RULES, STANDARDS AND/OR STATUTES, 1.5F MAINTENANCE, CORRECTIVE AND 1.5H MAINTENANCE, PREVENTIVE OFTHE BID SPECIFICATIONS.VENDOR SHALL INDICATE MANUFACTURER'S WARRANTY, IF GREATER THAN ONE YEAR ______________Items 1 through 75 to be awarded on a total low bid basis. Items 76 to 124 will not be used to calculate bid award however, awarded vendorsshall honor these prices if additional support functions are requested by M-DCPS. Vendors must bid all items.GROUP A - SPRINKLERS & FIRE PUMP SYSTEMS1 Andover Middle Month $2 Aventura Waterways K-8 Month $3 Arvida Middle Month $4 Barreiro, Dr. Manuel Elem. Month $5 Braddock, G. Holmes Senior Month $6 Campbell Drive Middle Month $7 Centennial Middle Month $8 Chiles, Lawton Middle Month $9 Citrus Grove Middle Month $10 Coconut Palm Academy K-8 Month $11 Coral Reef Senior Month $12 Country Club Middle Month $13 Curry, Lamar Louise Middle Month $14 Dario, Ruben Middle Month $15 Devon Aire K-8 Month $16 Espinosa, Rolando Dr. K-8 Month $17 Ferguson, John A. Senior Month $18 Gateway Environmental K-8 Month $19 Glazer, Zelda Middle Month $20 Goleman, Barbara Senior Month $21 Goulds Elementary Month $22 Hammocks Middle Month $23 Hialeah Senior Month $24 Hialeah Gardens Middle Month $25 Hialeah-<strong>Miami</strong> Lakes Senior Month $26 Hialeah Gardens Senior Month $27 Highland Oaks Middle Month $28 Jefferson Admin. Bldg. - SBAB Month $29 Krop, Dr. Michael M. Senior Month $30 Lake Stevens Middle Month $31 Lawrence, David Middle (K-8) Month $32 Lindsey Hopkins Tech. & Parking Garage Month $33 Mandarin Lakes Academy K-8 Month $34 Marti, Jose Middle Month $35 McMillian, H. D. Middle Month $36 <strong>Miami</strong> Beach Senior Month $37 <strong>Miami</strong> Central Senior Month $38 <strong>Miami</strong> Edison Middle Month $39 <strong>Miami</strong> Edison Senior Month $40 <strong>Miami</strong> Jackson Senior Month $Page 1 FM-3738 Rev. (06-98)


MIAMI-DADE COUNTY PUBLIC SCHOOLS - BID PROPOSAL FORM (FORMAT B)Bid #<strong>046</strong>-<strong>MM03</strong> WATER-BASED FIRE PROTECTION SYSTEMSINSPECTION, MAINTENANCE AND SERVICES CONTRACTPLEASE COMPLETE ALL YELLOWHIGHLIGHTED AREASNAME OF BIDDER:Buyer: Vanessa FloresITEM DESCRIPTION UNIT PRICE PER MONTHIMPORTANT BID NOTES: THE MONTHLY PRICE PER SCHOOL SHOULD CONSIST OF ALL ITEMS LISTED IN SECTIONS 1.3B INSPECTIONS IN ACCORDANCEWITH CODES, REGULATIONS, RULES, STANDARDS AND/OR STATUTES, 1.5F MAINTENANCE, CORRECTIVE AND 1.5H MAINTENANCE, PREVENTIVE OFTHE BID SPECIFICATIONS.VENDOR SHALL INDICATE MANUFACTURER'S WARRANTY, IF GREATER THAN ONE YEAR ______________41 <strong>Miami</strong> Lakes Middle Month $42 <strong>Miami</strong> Northwestern Senior Month $43 <strong>Miami</strong> Lakes Center K-8 Month $44 <strong>Miami</strong> Senior Month $45 <strong>Miami</strong> Southridge Senior Month $46 <strong>Miami</strong> Springs Senior Month $47 <strong>Miami</strong> Sunset Senior Month $48 Morgan, Robert Technical Center Month $49 Mourning, Alonzo & Tracy Senior Month $50 North <strong>Dade</strong> Middle Month $51 North <strong>Miami</strong> Mid/Arch Creek El Month $52 Nautilus Middle Month $53 North <strong>Miami</strong> Beach Senior Month $54 North <strong>Miami</strong> Senior Month $55 Reagan, Ronald Senior Month $56 Redland Middle Month $57 Rockway Middle Month $58 School Board Administration Building Month $59 Shenandoah Elementary Month $60 South <strong>Dade</strong> Middle Month $61 South <strong>Dade</strong> Senior Month $62 South Hialeah Elementary Month $63 South <strong>Miami</strong> K-8 Month $64 South <strong>Miami</strong> Senior Month $65 Southwood Middle Month $66 Spanish Lakes Elementary Month $67 Sunny Isles Beach K-8 Month $68 Terra Environmental Research Month $69 Thomas, W. R. Middle Month $70 Turner, W.H. Tech Arts Senior Month $71 Varela, Felix Senior Month $72 Washington, Booker T. Senior Month $73 Westland Hialeah Senior Month $74 West Hialeah Gardens Elementary Month $75 Winston Park Center K-8 Month $76GROUP A - ADDITIONAL SYSTEMSIn the event M-DCPS increases the fire alarm systems or number of facilities, and chooses at its sole discretion to add servicingto these systems, the vendor shall: Provide all labor, materials and equipment necessary to test, service, inspect and maintainadditional systems in accordance with the attached specifications (this is inclusive of inspection & maintenance of thesesystems).76A Elementary <strong>Schools</strong> Month $76B Primary Learning Centers Month $76C Middle <strong>Schools</strong> and Middle Learning Centers Month $Page 2 FM-3738 Rev. (06-98)


MIAMI-DADE COUNTY PUBLIC SCHOOLS - BID PROPOSAL FORM (FORMAT B)Bid #<strong>046</strong>-<strong>MM03</strong> WATER-BASED FIRE PROTECTION SYSTEMSINSPECTION, MAINTENANCE AND SERVICES CONTRACTPLEASE COMPLETE ALL YELLOWHIGHLIGHTED AREASNAME OF BIDDER:Buyer: Vanessa FloresITEM DESCRIPTION UNIT PRICE PER MONTHIMPORTANT BID NOTES: THE MONTHLY PRICE PER SCHOOL SHOULD CONSIST OF ALL ITEMS LISTED IN SECTIONS 1.3B INSPECTIONS IN ACCORDANCEWITH CODES, REGULATIONS, RULES, STANDARDS AND/OR STATUTES, 1.5F MAINTENANCE, CORRECTIVE AND 1.5H MAINTENANCE, PREVENTIVE OFTHE BID SPECIFICATIONS.VENDOR SHALL INDICATE MANUFACTURER'S WARRANTY, IF GREATER THAN ONE YEAR ______________76D Senior <strong>Schools</strong> and Vocational Technical <strong>Schools</strong> Month $76E K-8 Centers Month $GROUP A - MISCELLANEOUS PERIPHERAL MATERIALS INCLUSIVE OF LABOR COST77 Sprinkler Heads (Installation) Each $78 Sprinkler Heads (Relocation) Each $79 OS&Y Valves (Any Size) Each $80 Escutcheon Plates Each $81 Pipe Hangers Each $82 Fire Hose Each $83 Fire Hose Valve Each $84 Fire Hose Nozzle Each $85 Fire Hose Rack Each $86 FDC Caps Each $87 Water Flow Switch Each $88 Tamper Switch Each $89 Mercoid Switch Each $90 Transfer Switch Each $91 Pressure Switch Each $92 Start/Stop Switch Each $93 Couplings Each $94 Coupling Guard Each $95 Solenoid Valve Each $96 Deluge Valve Each $97 Check Valve Each $98 Butterfly Valve Each $99 Circulation Relief Valve Each $100 Angle Valve Each $101 3-Way Valve Each $102 Drain & Test Valve Each $103 Bypass Valves Each $104 Air Relief Valve Each $105 Post Indicator Valve (PIV) Each $106 Pressure Gauge Each $107 Suction Gauge Each $108 Flange Adapter Each $109 Stand Pipe Each $110 Suction/Discharge Pipe Each $111 Pipe Fittings Each $112 Site Glass Each $113 Pressure Transducer Each $114 Packing Glands Each $115 Gasket Each $116 Main Contactor w/Coil Each $Page 3 FM-3738 Rev. (06-98)


MIAMI-DADE COUNTY PUBLIC SCHOOLS - BID PROPOSAL FORM (FORMAT B)Bid #<strong>046</strong>-<strong>MM03</strong> WATER-BASED FIRE PROTECTION SYSTEMSINSPECTION, MAINTENANCE AND SERVICES CONTRACTPLEASE COMPLETE ALL YELLOWHIGHLIGHTED AREASNAME OF BIDDER:Buyer: Vanessa FloresITEM DESCRIPTION UNIT PRICE PER MONTHIMPORTANT BID NOTES: THE MONTHLY PRICE PER SCHOOL SHOULD CONSIST OF ALL ITEMS LISTED IN SECTIONS 1.3B INSPECTIONS IN ACCORDANCEWITH CODES, REGULATIONS, RULES, STANDARDS AND/OR STATUTES, 1.5F MAINTENANCE, CORRECTIVE AND 1.5H MAINTENANCE, PREVENTIVE OFTHE BID SPECIFICATIONS.VENDOR SHALL INDICATE MANUFACTURER'S WARRANTY, IF GREATER THAN ONE YEAR ______________117 Power Monitor Each $118 Start Relay Each $119 Pressure Sensing Lines Each $120 LH Sleeve Each $121 RH Sleeve Each $122 Mechanical Tee Each $GROUP A - LABOR RATES123Hourly Labor Rate: Hourly rate to provide additional support functions or modifications to the systems listed above, that may berequested by MDCPS123A Licensed Journeyperson Foreperson/Licensed Mechanic Foreperson Hourly $123B Licensed Journeyperson/Licensed Mechanic Hourly $123C Apprentice/Junior Mechanic Hourly $123D Laborer/Helper Hourly $124GROUP A - PERCENT DISCOUNT OFF LISTPercentage Off List: For additional support functions or modifications tonew or existing systems OEM parts may be required. Bidder(s) shall indicatethe percent of discount off the manufacturer's most recent published pricelist.% DiscountItems 125 through 271 to be awarded on a total low bid basis. Items 272 to 320 will not be used to calculate bid award however, awardedvendors shall honor these prices if additional support functions are requested by M-DCPS. Vendors must bid all items.GROUP B - SPRINKLERS WITH NO FIRE PUMP125 Air Base Elementary Month126 Allapattah Middle Month $127 American Senior Month $128 Angelou, Maya Elementary Month $129 Arcola Lakes Elementary Month $130 Ashe, Bowman F. Elementary Month $131 Beckham, Ethel Koger Elementary Month $132 Bel Aire Elementary Month $133 Biscayne Nature Center Month $134 Brentwood Elementary Month $135 Bright, James H. Elementary Month $136 Brownsville Middle Month $137 Butler, Norma Bossard Elementary Month $138 C.O.P.E. Center North Month $139 C.O.P.E. Ctr. (Dorothy Wallace) Month $140 Caribbean Elementary Month $141 Carol City Elementary Month $142 Carol City Middle Month $143 Carver, G.W. Middle Month $144 Central West Transportation Month $145 Chapman, W. A. Elementary Month $146 Colonial Drive Elementary Month $$Page 4 FM-3738 Rev. (06-98)


MIAMI-DADE COUNTY PUBLIC SCHOOLS - BID PROPOSAL FORM (FORMAT B)Bid #<strong>046</strong>-<strong>MM03</strong> WATER-BASED FIRE PROTECTION SYSTEMSINSPECTION, MAINTENANCE AND SERVICES CONTRACTPLEASE COMPLETE ALL YELLOWHIGHLIGHTED AREASNAME OF BIDDER:Buyer: Vanessa FloresITEM DESCRIPTION UNIT PRICE PER MONTHIMPORTANT BID NOTES: THE MONTHLY PRICE PER SCHOOL SHOULD CONSIST OF ALL ITEMS LISTED IN SECTIONS 1.3B INSPECTIONS IN ACCORDANCEWITH CODES, REGULATIONS, RULES, STANDARDS AND/OR STATUTES, 1.5F MAINTENANCE, CORRECTIVE AND 1.5H MAINTENANCE, PREVENTIVE OFTHE BID SPECIFICATIONS.VENDOR SHALL INDICATE MANUFACTURER'S WARRANTY, IF GREATER THAN ONE YEAR ______________147 Comstock Elementary Month $148 Coral Gables Prep. K-8 Month $149 Coral Gables Senior Month $150 Coral Park Elementary Month $151 Coral Reef Transportation Month $152 Coral Terrace Elementary Month $153 Coral Way Elementary Month $154 Crestview Elementary Month $155 Cypress Elementary Month $156 De Diego, Jose Middle Month $157 Design & Architecture Senior Month $158 Doolin, Howard A. Middle Month $159 Doral Middle Month $160 Dorsey, D. A. Educational Center Month $161 Douglas, Marjory S. Elementary Month $162 Drew, Charles R. Middle Month $163 Earhart, Amelia Elementary Month $164 Earlington Heights Elementary Month $165 Evans, Lillie C. Elementary Month $166 Eve, Christina M. Elementary Month $167 Fairchild, David Elementary Month $168 Filer, Henry H. Middle Month $169 Flagler, Henry M. Elementary Month $170 Food and Nutrition Month $171 Fulford Elementary Month $172 Glades Middle Month $173 Golden Glades Elementary Month $174 Good, Joella Elementary Month $175 Gordon, Jack D. Elementary Month $176 Graham, Bob Education Center Month $177 Graham, Ernest R. Elementary Month $178 Greenglade Elementary Month $179 Hialeah Gardens Elementary Month $180 Hialeah Middle Month $181 Hibiscus Elementary Month $182 Holmes Elementary Month $183 Homestead Senior Month $184 Hurston, Zora Neale Elementary Month $185 Kendale Lakes Elementary Month $186 Kennedy, John F. Middle Month $187 Kensington Park Elementary Month $188 Key Biscayne Elementary Month $189 Kinloch Park Elementary Month $Page 5 FM-3738 Rev. (06-98)


MIAMI-DADE COUNTY PUBLIC SCHOOLS - BID PROPOSAL FORM (FORMAT B)Bid #<strong>046</strong>-<strong>MM03</strong> WATER-BASED FIRE PROTECTION SYSTEMSINSPECTION, MAINTENANCE AND SERVICES CONTRACTPLEASE COMPLETE ALL YELLOWHIGHLIGHTED AREASNAME OF BIDDER:Buyer: Vanessa FloresITEM DESCRIPTION UNIT PRICE PER MONTHIMPORTANT BID NOTES: THE MONTHLY PRICE PER SCHOOL SHOULD CONSIST OF ALL ITEMS LISTED IN SECTIONS 1.3B INSPECTIONS IN ACCORDANCEWITH CODES, REGULATIONS, RULES, STANDARDS AND/OR STATUTES, 1.5F MAINTENANCE, CORRECTIVE AND 1.5H MAINTENANCE, PREVENTIVE OFTHE BID SPECIFICATIONS.VENDOR SHALL INDICATE MANUFACTURER'S WARRANTY, IF GREATER THAN ONE YEAR ______________190 Kinloch Park Middle Month $191 Kruse, Ruth O. Educational Center Month $192 Lakes Stevens Elementary Month $193 Law Enforcement Officers Senior Month $194 Lehman, William Elementary Month $195 Lentin, Linda K-8 Month $196 Little River/Jesse McCrary Elementary Month $197 M.A.S.T. Academy Senior Month $198 Maintenance & Operations Month $199 Mann, Horace Middle Month $200 Martin, Frank C. Elementary Month $201 Mas Canosa, Jorge Middle Month $202 Matthews, Wesley Elementary Month $203 Merrick Educational Center Month $204 Merritt, Ada K-8 Month $205 <strong>Miami</strong> Carol City Senior Month $206 <strong>Miami</strong> Coral Park Senior Month $207 <strong>Miami</strong> D. MacArthur North Senior Month $208 <strong>Miami</strong> Heights Elementary Month $209 <strong>Miami</strong> Killian Senior Month $210 <strong>Miami</strong> Lakes Education Senior Month $211 <strong>Miami</strong> Lakes Technological Ctr. Month $212 <strong>Miami</strong> Norland Senior Month $213 <strong>Miami</strong> Palmetto Senior Month $214 <strong>Miami</strong> Shores Elementary Month $215 <strong>Miami</strong> Springs Elementary Month $216 <strong>Miami</strong> Springs Middle Month $217 Miller, Phyllis Ruth Elementary Month $218 Moton, R.R. Elementary Month $219 Natural Bridge Elementary Month $220 Norland Middle Month $221 North Beach Elementary Month $222 North Glade Elementary Month $223 North Twin Lakes Elementary Month $224 Northeast Transportation Month $225 OIT Warehouse Month $226 Olympia Heights Elementary Month $227 Opa-Locka/Dr. Robert Ingram Elementary Month $228 Orchard Villa Elementary Month $229 Palm Lakes Elementary Month $230 Palm Springs Elementary Month $231 Palm Springs North Elementary Month $232 Palmetto Middle Month $Page 6 FM-3738 Rev. (06-98)


MIAMI-DADE COUNTY PUBLIC SCHOOLS - BID PROPOSAL FORM (FORMAT B)Bid #<strong>046</strong>-<strong>MM03</strong> WATER-BASED FIRE PROTECTION SYSTEMSINSPECTION, MAINTENANCE AND SERVICES CONTRACTPLEASE COMPLETE ALL YELLOWHIGHLIGHTED AREASNAME OF BIDDER:Buyer: Vanessa FloresITEM DESCRIPTION UNIT PRICE PER MONTHIMPORTANT BID NOTES: THE MONTHLY PRICE PER SCHOOL SHOULD CONSIST OF ALL ITEMS LISTED IN SECTIONS 1.3B INSPECTIONS IN ACCORDANCEWITH CODES, REGULATIONS, RULES, STANDARDS AND/OR STATUTES, 1.5F MAINTENANCE, CORRECTIVE AND 1.5H MAINTENANCE, PREVENTIVE OFTHE BID SPECIFICATIONS.VENDOR SHALL INDICATE MANUFACTURER'S WARRANTY, IF GREATER THAN ONE YEAR ______________233 Parkway Elementary Month $234 Parkway Middle Month $235 Pepper, Claude Elementary Month $236 Perrine Elementary Month $237 Peskoe, Irving & Beatrice Elementary Month $238 Pine Lake Elementary Month $239 Pinecrest Elementary Month $240 Ponce De Leon Middle Month $241 Porter, Gilbert L. Elementary Month $242 Rainbow Park Elementary Month $243 Reg. Maint. Ctr. V (Coral Reef) Month $244 Renick, Robert Educational Center Month $245 Richmond Heights Middle Month $246 Riverside Elementary Month $247 Riviera Middle Month $248 Roberts, Jane K-8 Month $249 Royal Palm Elementary Month $250 S & D Stores and Mail Distribution Month $251 Saunders, Laura C. Elementary Month $252 SBAB Jefferson Garage Month $253 Schee, John Transportation Ctr. Month $254 School for Advanced Studies Month $255 Scott Lake Elementary Month $256 Shenandoah Middle Month $257 Skyway Elementary Month $258 South Transportation Month $259 Southside Elementary Month $260 Southwest Center Transportation Month $261 Southwest <strong>Miami</strong> Senior Month $262 Springview Elementary Month $263 Stirrup, E.W.F. Elementary Month $264 Thomas, Eugenia B. K-8 Month $265 Twin Lakes Elementary Month $266 Vineland Elementary Month $267 WLRN Channel 17 Month $268 Westview/Carrie Meek Elem. Month $269 Wyche, Charles D. Elementary Month $270 Young Women's Prep. Academy Month $271 Young Men's Prep. Academy Month $Page 7 FM-3738 Rev. (06-98)


MIAMI-DADE COUNTY PUBLIC SCHOOLS - BID PROPOSAL FORM (FORMAT B)Bid #<strong>046</strong>-<strong>MM03</strong> WATER-BASED FIRE PROTECTION SYSTEMSINSPECTION, MAINTENANCE AND SERVICES CONTRACTPLEASE COMPLETE ALL YELLOWHIGHLIGHTED AREASNAME OF BIDDER:Buyer: Vanessa FloresITEM DESCRIPTION UNIT PRICE PER MONTHIMPORTANT BID NOTES: THE MONTHLY PRICE PER SCHOOL SHOULD CONSIST OF ALL ITEMS LISTED IN SECTIONS 1.3B INSPECTIONS IN ACCORDANCEWITH CODES, REGULATIONS, RULES, STANDARDS AND/OR STATUTES, 1.5F MAINTENANCE, CORRECTIVE AND 1.5H MAINTENANCE, PREVENTIVE OFTHE BID SPECIFICATIONS.272VENDOR SHALL INDICATE MANUFACTURER'S WARRANTY, IF GREATER THAN ONE YEAR ______________GROUP B - ADDITIONAL SYSTEMSIn the event M-DCPS increases the fire alarm systems or number of facilities, and chooses at its sole discretion to add servicingto these systems, the vendor shall: Provide all labor, materials and equipment necessary to test, service, inspect and maintainadditional systems in accordance with the attached specifications (this is inclusive of inspection & maintenance of thesesystems).272A Elementary <strong>Schools</strong> Month $272B Primary Learning Centers Month $272C Middle <strong>Schools</strong> and Middle Learning Centers Month $272D Senior <strong>Schools</strong> and Vocational Technical <strong>Schools</strong> Month $272E K-8 Centers Month $GROUP B - MISCELLANEOUS PERIPHERAL MATERIALS INCLUSIVE OF LABOR COST273 Sprinkler Heads (Installation) Each $274 Sprinkler Heads (Relocation) Each $275 OS&Y Valves Each $276 Escutcheon Plates Each $277 Pipe Hangers Each $278 Fire Hose Each $279 Fire Hose Valve Each $280 Fire Hose Nozzle Each $281 Fire Hose Rack Each $282 FDC Caps Each $283 Water Flow Switch Each $284 Tamper Switch Each $285 Mercoid Switch Each $286 Transfer Switch Each $287 Pressure Switch Each $288 Start/Stop Switch Each $289 Couplings Each $290 Coupling Guard Each $291 Solenoid Valve Each $292 Deluge Valve Each $293 Check Valve Each $294 Butterfly Valve Each $295 Circulation Relief Valve Each $296 Angle Valve Each $297 3-Way Valve Each $298 Drain & Test Valve Each $299 Bypass Valves Each $300 Air Relief Valve Each $301 Post Indicator Valve (PIV) Each $302 Pressure Gauge Each $303 Suction Gauge Each $304 Flange Adapter Each $305 Stand Pipe Each $Page 8 FM-3738 Rev. (06-98)


MIAMI-DADE COUNTY PUBLIC SCHOOLS - BID PROPOSAL FORM (FORMAT B)Bid #<strong>046</strong>-<strong>MM03</strong> WATER-BASED FIRE PROTECTION SYSTEMSINSPECTION, MAINTENANCE AND SERVICES CONTRACTPLEASE COMPLETE ALL YELLOWHIGHLIGHTED AREASNAME OF BIDDER:Buyer: Vanessa FloresITEM DESCRIPTION UNIT PRICE PER MONTHIMPORTANT BID NOTES: THE MONTHLY PRICE PER SCHOOL SHOULD CONSIST OF ALL ITEMS LISTED IN SECTIONS 1.3B INSPECTIONS IN ACCORDANCEWITH CODES, REGULATIONS, RULES, STANDARDS AND/OR STATUTES, 1.5F MAINTENANCE, CORRECTIVE AND 1.5H MAINTENANCE, PREVENTIVE OFTHE BID SPECIFICATIONS.VENDOR SHALL INDICATE MANUFACTURER'S WARRANTY, IF GREATER THAN ONE YEAR ______________306 Suction/Discharge Pipe Each $307 Pipe Fittings Each $308 Site Glass Each $309 Pressure Transducer Each $310 Packing Glands Each $311 Gasket Each $312 Main Contactor w/Coil Each $313 Power Monitor Each $314 Start Relay Each $315 Pressure Sensing Lines Each $316 LH Sleeve Each $317 RH Sleeve Each $318 Mechanical Tee Each $GROUP B - LABOR RATES319Hourly Labor Rate: Hourly rate to provide additional support functions or modifications to the systems listed above, that may berequested by MDCPS319A Licensed Journeyperson Foreperson/Licensed Mechanic Foreperson Hourly $319B Licensed Journeyperson/Licensed Mechanic Hourly $319C Apprentice/Junior Mechanic Hourly $319D Laborer/Helper Hourly $320GROUP B - PERCENT DISCOUNT OFF LISTPercentage Off List: For additional support functions or modifications tonew or existing systems OEM parts may be required. Bidder(s) shall indicatethe percent of discount off the manufacturer's most recent published pricelist.% DiscountItems 321 through 336 to be awarded on a total low bid basis. Items 337 to 385 will not be used to calculate bid award however, awardedvendors shall honor these prices if additional support functions are requested by M-DCPS. Vendors must bid all items.GROUP C - SPRINKLERS AND DELUGE SYSTEMS WITH CONTROL PANELS321 Baker, George T. Aviation Month $322 Bell, Paul Middle Month $323 Broad, R.K. Bay Harbor Elementary Month $324 Fascell, Dante B. Elementary Month $325 Gratigny Elementary Month $326 Homestead Middle Month $327 Norwood Elementary Month $328 Ojus Elementary Month $329 Palm Springs Middle Month $330 Redland Elementary Month $331 Reeves, Henry E.S. Elementary Month $332 Santa Clara Elementary Month $333 Smith, John I. Elementary Month $334 South Pointe Elementary Month $335 Treasure Island Elementary Month $336 Wheatley, Phillis Elementary Month $Page 9 FM-3738 Rev. (06-98)$


MIAMI-DADE COUNTY PUBLIC SCHOOLS - BID PROPOSAL FORM (FORMAT B)Bid #<strong>046</strong>-<strong>MM03</strong> WATER-BASED FIRE PROTECTION SYSTEMSINSPECTION, MAINTENANCE AND SERVICES CONTRACTPLEASE COMPLETE ALL YELLOWHIGHLIGHTED AREASNAME OF BIDDER:Buyer: Vanessa FloresITEM DESCRIPTION UNIT PRICE PER MONTHIMPORTANT BID NOTES: THE MONTHLY PRICE PER SCHOOL SHOULD CONSIST OF ALL ITEMS LISTED IN SECTIONS 1.3B INSPECTIONS IN ACCORDANCEWITH CODES, REGULATIONS, RULES, STANDARDS AND/OR STATUTES, 1.5F MAINTENANCE, CORRECTIVE AND 1.5H MAINTENANCE, PREVENTIVE OFTHE BID SPECIFICATIONS.337VENDOR SHALL INDICATE MANUFACTURER'S WARRANTY, IF GREATER THAN ONE YEAR ______________GROUP C - ADDITIONAL SYSTEMSIn the event M-DCPS increases the fire alarm systems or number of facilities, and chooses at its sole discretion to add servicingto these systems, the vendor shall: Provide all labor, materials and equipment necessary to test, service, inspect and maintainadditional systems in accordance with the attached specifications (this is inclusive of inspection & maintenance of thesesystems).337A Elementary <strong>Schools</strong> Month $337B Primary Learning Centers Month $337C Middle <strong>Schools</strong> and Middle Learning Centers Month $337D Senior <strong>Schools</strong> and Vocational Technical <strong>Schools</strong> Month $337E K-8 Centers Month $GROUP C - MISCELLANEOUS PERIPHERAL MATERIALS INCLUSIVE OF LABOR COST338 Sprinkler Heads (Installation) Each $339 Sprinkler Heads (Relocation) Each $340 OS&Y Valves Each $341 Escutcheon Plates Each $342 Pipe Hangers Each $343 Fire Hose Each $344 Fire Hose Valve Each $345 Fire Hose Nozzle Each $346 Fire Hose Rack Each $347 FDC Caps Each $348 Water Flow Switch Each $349 Tamper Switch Each $350 Mercoid Switch Each $351 Transfer Switch Each $352 Pressure Switch Each $353 Start/Stop Switch Each $354 Couplings Each $355 Coupling Guard Each $356 Solenoid Valve Each $357 Deluge Valve Each $358 Check Valve Each $359 Butterfly Valve Each $360 Circulation Relief Valve Each $361 Angle Valve Each $362 3-Way Valve Each $363 Drain & Test Valve Each $364 Bypass Valves Each $365 Air Relief Valve Each $366 Post Indicator Valve (PIV) Each $367 Pressure Gauge Each $368 Suction Gauge Each $369 Flange Adapter Each $Page 10 FM-3738 Rev. (06-98)


MIAMI-DADE COUNTY PUBLIC SCHOOLS - BID PROPOSAL FORM (FORMAT B)Bid #<strong>046</strong>-<strong>MM03</strong> WATER-BASED FIRE PROTECTION SYSTEMSINSPECTION, MAINTENANCE AND SERVICES CONTRACTPLEASE COMPLETE ALL YELLOWHIGHLIGHTED AREASNAME OF BIDDER:Buyer: Vanessa FloresITEM DESCRIPTION UNIT PRICE PER MONTHIMPORTANT BID NOTES: THE MONTHLY PRICE PER SCHOOL SHOULD CONSIST OF ALL ITEMS LISTED IN SECTIONS 1.3B INSPECTIONS IN ACCORDANCEWITH CODES, REGULATIONS, RULES, STANDARDS AND/OR STATUTES, 1.5F MAINTENANCE, CORRECTIVE AND 1.5H MAINTENANCE, PREVENTIVE OFTHE BID SPECIFICATIONS.VENDOR SHALL INDICATE MANUFACTURER'S WARRANTY, IF GREATER THAN ONE YEAR ______________370 Stand Pipe Each $371 Suction/Discharge Pipe Each $372 Pipe Fittings Each $373 Site Glass Each $374 Pressure Transducer Each $375 Packing Glands Each $376 Gasket Each $377 Main Contactor w/Coil Each $378 Power Monitor Each $379 Start Relay Each $380 Pressure Sensing Lines Each $381 LH Sleeve Each $382 RH Sleeve Each $383 Mechanical Tee Each $GROUP C - LABOR RATES384Hourly Labor Rate: Hourly rate to provide additional support functions or modifications to the systems listed above, that may berequested by MDCPS384A Licensed Journeyperson Foreperson/Licensed Mechanic Foreperson Hourly $384B Licensed Journeyperson/Licensed Mechanic Hourly $384C Apprentice/Junior Mechanic Hourly $384D Laborer/Helper Hourly $385GROUP C - PERCENT DISCOUNT OFF LISTPercentage Off List: For additional support functions or modifications tonew or existing systems OEM parts may be required. Bidder(s) shall indicatethe percent of discount off the manufacturer's most recent published pricelist.% DiscountItems 386 through 402 to be awarded on a total low bid basis. Items 403 to 451 will not be used to calculate bid award however, awardedvendors shall honor these prices if additional support functions are requested by M-DCPS. Vendors must bid all items.GROUP D - STAND PIPE SYSTEMS386 Auburndale Elementary Month $387 Bryan, W. J. Elementary Month $388 Douglass, Frederick Elementary Month $389 Drew, Charles R. Elementary Month $390 Edison Park Elementary Month $391 Fienberg/Fisher Elementary Month $392 Finlay, Carlos Elementary Month $393 Howard Drive Elementary Month $394 Lorah Park Elementary Month $395 Melrose Elementary Month $396 Parkview Elementary Month $397 Pharr, Kelsey L. Elementary Month $398 Rockway Elementary Month $399 Shadowlawn Elementary Month $$Page 11 FM-3738 Rev. (06-98)


MIAMI-DADE COUNTY PUBLIC SCHOOLS - BID PROPOSAL FORM (FORMAT B)Bid #<strong>046</strong>-<strong>MM03</strong> WATER-BASED FIRE PROTECTION SYSTEMSINSPECTION, MAINTENANCE AND SERVICES CONTRACTPLEASE COMPLETE ALL YELLOWHIGHLIGHTED AREASNAME OF BIDDER:Buyer: Vanessa FloresITEM DESCRIPTION UNIT PRICE PER MONTHIMPORTANT BID NOTES: THE MONTHLY PRICE PER SCHOOL SHOULD CONSIST OF ALL ITEMS LISTED IN SECTIONS 1.3B INSPECTIONS IN ACCORDANCEWITH CODES, REGULATIONS, RULES, STANDARDS AND/OR STATUTES, 1.5F MAINTENANCE, CORRECTIVE AND 1.5H MAINTENANCE, PREVENTIVE OFTHE BID SPECIFICATIONS.VENDOR SHALL INDICATE MANUFACTURER'S WARRANTY, IF GREATER THAN ONE YEAR ______________400 Smith, Lenora B./Allapattah Elementary Month $401 Walters, Mae M. Elementary Month $402 Young, Nathan Elementary Month $403GROUP D - ADDITIONAL SYSTEMSIn the event M-DCPS increases the fire alarm systems or number of facilities, and chooses at its sole discretion to add servicingto these systems, the vendor shall: Provide all labor, materials and equipment necessary to test, service, inspect and maintainadditional systems in accordance with the attached specifications (this is inclusive of inspection & maintenance of thesesystems).403A Elementary <strong>Schools</strong> Month $403B Primary Learning Centers Month $403C Middle <strong>Schools</strong> and Middle Learning Centers Month $403D Senior <strong>Schools</strong> and Vocational Technical <strong>Schools</strong> Month $403E K-8 Centers Month $GROUP D - MISCELLANEOUS PERIPHERAL MATERIALS INCLUSIVE OF LABOR COST404 Sprinkler Heads (Installation) Each $405 Sprinkler Heads (Relocation) Each $406 OS&Y Valves Each $407 Escutcheon Plates Each $408 Pipe Hangers Each $409 Fire Hose Each $410 Fire Hose Valve Each $411 Fire Hose Nozzle Each $412 Fire Hose Rack Each $413 FDC Caps Each $414 Water Flow Switch Each $415 Tamper Switch Each $416 Mercoid Switch Each $417 Transfer Switch Each $418 Pressure Switch Each $419 Start/Stop Switch Each $420 Couplings Each $421 Coupling Guard Each $422 Solenoid Valve Each $423 Deluge Valve Each $424 Check Valve Each $425 Butterfly Valve Each $426 Circulation Relief Valve Each $427 Angle Valve Each $428 3-Way Valve Each $429 Drain & Test Valve Each $430 Bypass Valves Each $431 Air Relief Valve Each $432 Post Indicator Valve (PIV) Each $Page 12 FM-3738 Rev. (06-98)


MIAMI-DADE COUNTY PUBLIC SCHOOLS - BID PROPOSAL FORM (FORMAT B)Bid #<strong>046</strong>-<strong>MM03</strong> WATER-BASED FIRE PROTECTION SYSTEMSINSPECTION, MAINTENANCE AND SERVICES CONTRACTPLEASE COMPLETE ALL YELLOWHIGHLIGHTED AREASNAME OF BIDDER:Buyer: Vanessa FloresITEM DESCRIPTION UNIT PRICE PER MONTHIMPORTANT BID NOTES: THE MONTHLY PRICE PER SCHOOL SHOULD CONSIST OF ALL ITEMS LISTED IN SECTIONS 1.3B INSPECTIONS IN ACCORDANCEWITH CODES, REGULATIONS, RULES, STANDARDS AND/OR STATUTES, 1.5F MAINTENANCE, CORRECTIVE AND 1.5H MAINTENANCE, PREVENTIVE OFTHE BID SPECIFICATIONS.VENDOR SHALL INDICATE MANUFACTURER'S WARRANTY, IF GREATER THAN ONE YEAR ______________433 Pressure Gauge Each $434 Suction Gauge Each $435 Flange Adapter Each $436 Stand Pipe Each $437 Suction/Discharge Pipe Each $438 Pipe Fittings Each $439 Site Glass Each $440 Pressure Transducer Each $441 Packing Glands Each $442 Gasket Each $443 Main Contactor w/Coil Each $444 Power Monitor Each $445 Start Relay Each $446 Pressure Sensing Lines Each $447 LH Sleeve Each $448 RH Sleeve Each $449 Mechanical Tee Each $GROUP D - LABOR RATES450Hourly Labor Rate: Hourly rate to provide additional support functions or modifications to the systems listed above, that may berequested by MDCPS450A Licensed Journeyperson Foreperson/Licensed Mechanic Foreperson Hourly $450B Licensed Journeyperson/Licensed Mechanic Hourly $450C Apprentice/Junior Mechanic Hourly $450D Laborer/Helper Hourly $451GROUP D - PERCENT DISCOUNT OFF LISTPercentage Off List: For additional support functions or modifications tonew or existing systems OEM parts may be required. Bidder(s) shall indicatethe percent of discount off the manufacturer's most recent published pricelist.% Discount$Page 13 FM-3738 Rev. (06-98)

Hooray! Your file is uploaded and ready to be published.

Saved successfully!

Ooh no, something went wrong!