60
FM-3191 Rev. (08-07) THE SCHOOL BOARD OF MIAMI-DADE COUNTY, FLORIDA SCHOOL BOARD ADMINISTRATION BUILDING 1450 Northeast Second Avenue Miami, FL 33132 BIDDER QUALIFICATION FORM Direct all inquiries to Procurement Management Services. BID NO. BID TITLE BUYER NAME: E-MAIL ADDRESS: PHONE: (305) FAX NUMBER: TDD PHONE: (305) 995-2400 The submission of the bid by the vendor, acceptance and award of the bid by The School Board of Miami-Dade County, Florida, and subsequent purchase orders issued against said award shall constitute a binding, enforceable contract. Unless otherwise stipulated in the bid documents, no other contract documents shall be issued. Bids will be accepted until 2:00 PM on _________________________ in room 351, School Board Administration Building, 1450 NE 2nd Avenue, Miami, 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 Bids may not be withdrawn for ________ days after opening.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 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 and court costs arising out of bodily injury to persons, including death, or damage to tangible property arising out of or incidental to the performance of this contract (including goods and services provided thereto) by or on behalf of the Bidder, whether or not due to or caused in part by the negligence or other culpability of the indemnity, excluding only the sole negligence or culpability of the indemnity. The following shall be deemed to be indemnities: The School Board of Miami-Dade County, Florida, its members, officers and employees. II. INDEMNIFICATION III. PERFORMANCE SECURITY, is required on this bid. YES NO Refer to INSTRUCTIONS TO BIDDERS, para. VII./IF PERFORMANCE SECURITY IS REQUIRED, PLEASE INDICATE THE TYPE TO BE FURNISHED: Performance Bond Check (Cashier's, Certified, or equal) An original, manual signature is required on the Bidder Qualification Form. (Bidder is requested to use blue ink, do not use pencil) Legal Name of Vendor Mailing Address City Zip Code Telephone No. By: Signature (Original) Of Authorized Representative Date Name (Typed or Printed) Of Authorized Representative Date State Fax No. I. I certify that this bid is made without prior understanding, agreement, or connection with any corporation, firm, or person submitting a bid for the same materials, supplies, or equipment, and is in all respects fair and without collusion or fraud. I agree to abide by all conditions of this bid; and I certify that I am authorized to sign this bid for the bidder. Vendor certifies that it satisfies all necessary legal requirements as an entity to do business with The School Board of Miami-Dade County, Florida. A. BIDDER CERTIFICATION AND IDENTIFICATION B. C. I certify agreement with the School Board of Miami-Dade County Business Code of Ethics, and agree to comply with this Code and all applicable School Board contracting and procurement policies and procedures. (School Board Rule 6Gx13- 3F-1.025 ) E-mail Address

008-HH11 - - Miami-Dade County Public Schools

  • Upload
    others

  • View
    1

  • Download
    0

Embed Size (px)

Citation preview

FM-3191 Rev. (08-07)

THE SCHOOL BOARD OF MIAMI-DADE COUNTY, FLORIDASCHOOL BOARD ADMINISTRATION BUILDING

1450 Northeast Second AvenueMiami, FL 33132

BIDDER QUALIFICATION FORM

Direct all inquiries to Procurement ManagementServices.

BID NO.BID TITLE

BUYER NAME:

E-MAIL ADDRESS:PHONE: (305)FAX NUMBER:TDD PHONE: (305) 995-2400

The submission of the bid by the vendor, acceptance and award of the bid by The School Board of Miami-Dade County, 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.

Bids will be accepted until 2:00 PM on _________________________ in room 351, School Board Administration Building, 1450 NE 2ndAvenue, Miami, 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 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 Miami-Dade County, Florida, itsmembers, officers and employees.

II. INDEMNIFICATION

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 Bond Check (Cashier's, Certified, or equal)

An 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 AddressCity Zip Code

Telephone No.

By: Signature (Original)Of Authorized Representative DateName (Typed or Printed)Of Authorized Representative Date

State

Fax No.

I. 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.Vendor certifies that it satisfies all necessary legal requirements as an entity to do business with The School Board ofMiami-Dade County, Florida.

A. BIDDER CERTIFICATION AND IDENTIFICATION

B.

C. I certify agreement with the School Board of Miami-Dade County Business Code of Ethics, and agree to comply with thisCode and all applicable School Board contracting and procurement policies and procedures. (School Board Rule 6Gx13-3F-1.025)

E-mail Address

DISCLOSURE OF EMPLOYMENT OF FORMER SCHOOL BOARD EMPLOYEES

Pursuant to School Board Rule 6Gx13- 3F-1.025, which may be accessed athttp://www2.dadeschools.net/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 POSITION

FM-3191 Rev. (08-07)

FROM: AFFIX P O S T A G E

HERE

THE SCHOOL BOARD OF MIAMI-DADE COUNTY, FLORIDA PROCUREMENT MANAGEMENT SERVICES

ROOM NO. 352 BID BOX 1450 N.E. 2ND AVENUE

MIAMI, FLORIDA 33132

BID NO.: BID TITLE: BID OPENING DATE:

Signature

Title

THE SCHOOL BOARD OF MIAMI-DADE COUNTY, FLORIDA Procurement Management Services

NOTICE OF PROSPECTIVE BIDDERS

NO BID I f not submitting a bid at this time, for informational purpose only, detach this sheet from the b id documents , complete the informat ion requested, fo ld as indicated, s taple , a f f ix postage and return address, and mai l . 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 s imply not interested in b idding at th is t ime. OTHER, (Please specify)

We do not want to be retained on your mailing list for future bids for this type or product and/or service.

Company

NOTE: Fai lure to respond, e i ther by submit t ing a b id or th is completed form, may resul t in your company being removed from the School Board’ s bid list. To qualify as a respondent to the bid, vendor must submit a NO BID.

Vendor Information Sheet

2. Telephone/Fax/Contact Person

Name of Firm, Individual(s), Partners or Corporation

City State Zip Code

3. Ownership Disclosure

Title GenderRace-ethnicity Stock Ownership

NOTE: The information provided by the vendor on this form should be consistent with that provided on the "Vendor's Application". All vendors must have a current vendor's application on file with M-DCPS, and have provided information and/or befamiliar with M-DCPS' policy regarding the following: (a) Employment Disclosure, (b) Drug Free Workplace, (c) Family Leave 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.net

Street Address

If the contract or business transaction is with a corporation, partnership, sole proprietorship,or joint venture, the full legal name and business address shall be provided for the chief officer, director, or owner who holds, directly or indirectly the majority of the stock or ownership. If the contract or business transaction is with a trust, the full legal name and address shall be provided for each trustee and each beneficiary. Post Office addresses are not acceptable.

Name

1A.Federal Employer Identification Number

Or Owner's Social Security Number

1B.

Address

__________________________________________Contact Person

E-mail address

Telephone number

Fax number

MIAMI-DADE COUNTY PUBLIC SCHOOLS BID PROPOSAL FORM (FORMAT A) TO: THE SCHOOL BOARD OF MIAMI-DADE COUNTY FLORIDA BID 008-HH11

BUYER Vanessa Y. Gomez

PAGE SC 1

FIRE ALARM SERVICES CONTRACT

SPECIAL CONDITIONS

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

material and equipment to test, service, inspect, repair and maintain fire alarm systems at the listed locations, in accordance with the attached specifications. The term of the bid shall be for two (2) years from date of award, and may, by mutual agreement between Miami-Dade County Public Schools (M-DCPS) and the awardee(s), be extended for three (3) additional one year periods, and if needed, 90 days beyond the expiration date of the current contract period. Procurement Management Services, may if considering to extend, request a letter of intent to extend from the awardee, prior to the end of the current contract period. The awardee(s) will be notified when the Board has acted upon the recommendation. All prices shall be firm for the term of the contract. The successful vendor(s) agrees to this condition by signing this bid.

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

basis, to qualified companies meeting the specifications contained herein, capable of furnishing all necessary labor, transportation, material and equipment to test, service, inspect, repair and maintain fire alarm systems at the listed locations. The bid will be awarded to two (2) responsive and responsible vendors, for each group (Primary and Alternate), offering the lowest total discounted price per Group. A maximum of two (2) vendors per Group, meeting all requirements, will be awarded. The bidders are required to respond to all items in a Group to be considered for award in that Group. If the primary awardee fails to perform under the terms and conditions of the contract, the Alternate awardee will be contacted.

The awarded vendor’s employees shall provide, install, program and test a Silent Knight 5104(DACT) at those facilities that do not have fire alarm "UL" listed DACT's installed. The cost of installation shall be included in the annual maintenance and inspection bid price under the terms and conditions of this contract. Phone lines within 6 ft. of the Fire Alarm Control Panel will be provided by the M-DCPS.

3. PRE-QUALIFICATION: Awarded vendors are not automatically pre-qualified with M-DCPS. Vendors shall, within six (6) months of award of this bid, be pre-qualified by the School Board of Miami-Dade County, Florida, at a minimum as Low Voltage Contractor or Alarm Contractor I, in accordance with School Board Rule 6Gx-13-7D-1.05 and Florida statutes. Failure to obtain pre-qualification status shall preclude the vendor from receiving any further work under this contract until such status is obtained. Vendors shall maintain pre-qualified status throughout the remaining term of this contract, and any extensions thereof. Applications and instructions are available at the following address: http://prequalification.dadeschools.net/

4. INSURANCE REQUIREMENTS: Successful vendor(s) are required to have insurance coverage, as specified in 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 to submit this form(s), as noted, will result in the vendor(s) not being recommended for the bid award

5. 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.

MIAMI-DADE COUNTY PUBLIC SCHOOLS BID PROPOSAL FORM (FORMAT A) TO: THE SCHOOL BOARD OF MIAMI-DADE COUNTY FLORIDA BID 008-HH11

BUYER Vanessa Y. Gomez

PAGE SC 2

FIRE ALARM SERVICES CONTRACT

SPECIAL CONDITIONS CONTINUED

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

annual) inspection and any initial repairs needed to bring the fire alarm systems up to OEM (Original Equipment Manufacturer) standards based upon the last annual inspection as noted in the documentation attached and no later than one hundred (100) days after date of award. Vendor shall, within sixty (60) days after issuance of purchase order by M-DCPS Procurement Management Services, complete all fire alarm services as applicable to all facilities.

7. PRE-BID CONFERENCE: A pre-bid conference will be held Thursday, January 10, 2008 at 10:00 a.m. in the

Maintenance Operations Training Room, 12525 NW 28 Avenue, Miami, Florida. Pre-Bid Conference attendance by the bidder or its qualified representative is HIGHLY ENCOURAGED to ensure bid compliance.

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

otherwise indicated. All deliveries and installation will be made to schools and departments as indicated on each purchase order.

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

termination. Vendors shall be considered in default of the contract and shall lose eligibility to transact new business with the Board for a period of fourteen (14) months from the date of termination by the Board.

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

one year or manufacturer’s warranty, whichever is greater. The successful vendor will be responsible for repairing each unit during the warranty period, at no cost to the Board. Vendor agrees to repair and return equipment within five (5) days from receipt of request or provide a temporary replacement.

11. DEFAULT: In the event of default, which may include, but is not limited to non-performance, poor performance, and/or non-compliance with warranty repairs the awardee(s) shall lose eligibility to transact new business with The Board for a period of fourteen (14) months from date of termination by The Board.

12. VENDOR INFORMATION SHEET: All bidders are requested to complete the attached Vendor Information Sheet. In order to conduct new business under the bid, M-DCPS requires that the vendor(s) have a current vendor application on file. The information on both documents must be consistent. Failure to comply with this condition may cause the Bidder(s) not be awarded any new business. Vendor applications can be downloaded at http://procurement.dadeschools.net.

MIAMI-DADE COUNTY PUBLIC SCHOOLS BID PROPOSAL FORM (FORMAT A) TO: THE SCHOOL BOARD OF MIAMI-DADE COUNTY FLORIDA BID 008-HH11

BUYER Vanessa Y. Gomez

PAGE SC 3

FIRE ALARM SERVICES CONTRACT

SPECIAL CONDITIONS CONTINUED

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

Dade County, Florida, which is submitting a bid, shall meet the County’s Occupational License Tax requirements in accordance with Chapter 8A, Article IX of the Code of Miami-Dade County, Florida. Bidders with a location outside Miami-Dade County shall meet their local Occupational Tax requirements. A copy of the license is requested to be submitted with the Bid Proposal. If the Bidder has already complied with this requirement, a new copy is not required while the license is valid and in effect. It is the Bidder’s responsibility to resubmit a copy of a new license after expiration or termination of the current license. Non-compliance with this condition may cause the bid not to be considered for award.

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

required to submit, with their bid package, or within five (5) days of request, all information requested in the attached specifications. Failure to submit the following documentation may result in the bid not to be considered for award. Requested information includes, but is not limited to:

• Signed Bidders Qualification Form • Bid Proposal Form Price Sheets • Vendor Information Sheet • Occupational License • A list of technicians that will be servicing MDCPS fire alarm systems and a copy of each technician’s

qualifications and training certificates as defined in Specification 1.4A3 • Insurance Documentation • Two (2) letters of reference as defined in 1.4 A4, of the attached Specifications • List of emergency telephone numbers and twenty-four (24) hour contact number as per Specification 1.4A5 • Fire Protection System Contractor I or II Certificate as defined in Specification 1.3A

15. 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 responsibility of the bidder to be fully informed as to the bid details and the number and wide spread locations of schools.

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

parts, remanufactured, rebuilt, reconditioned, newly re-manufactured, used; shopworn, demonstrator or prototype equipment is not acceptable and will be rejected.

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

awarded by the State of Florida, any county or municipality, or other authorized contract, whichever is considered in the best interest of M-DCPS.

MIAMI-DADE COUNTY PUBLIC SCHOOLS BID PROPOSAL FORM (FORMAT A) TO: THE SCHOOL BOARD OF MIAMI-DADE COUNTY FLORIDA BID 008-HH11

BUYER Vanessa Y. Gomez

PAGE SC 4

FIRE ALARM SERVICES CONTRACT

SPECIAL CONDITIONS CONTINUED

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

awarded during the contract period. The School Board of Miami-Dade County, Florida is not obligated to utilize these services, subsequent to the award of this bid.

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

local codes, laws, ordinances and regulations. The successful vendor(s) shall be responsible for all necessary licenses and permits, as may be required.

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

description, quote number (if applicable) and price. Any deviation from this requirement may be grounds for termination of the contract. Vendor may be requested to provide electronic submission of invoices in a format to be determined by the District.

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

Procurement website, for any addendums or questions and answers that may be posted, prior to the opening of this solicitation. The procurement website, which lists all bids, addendums, questions and answers and award information, is as follows: http://procurement.dadeschools.net (then click on) Current Bids/RFP's Under the Cone of Silence.

22. 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 Y. Gomez, Buyer Ileana Martinez, School Board Clerk Procurement Management Services Miami-Dade County Public Schools Miami-Dade County Public Schools 1450 N.E. 2ND Avenue, Room 268B 1450 N.E. 2ND Avenue, Room 352 Miami, Florida 33132 Miami, Florida 33132 Fax #305-995-1448 Fax #305-523-2331 E-Mail: [email protected] E-Mail: [email protected]

DEADLINE FOR ANY INQUIRY, CLARIFICATION, OR INFORMATION REGARDING THIS BID IS ONE WEEK PRIOR TO DUE DATE TO ALLOW MDCPS SUFFICIENT TIME TO ADDRESS ALL INQUIRIES.

MIAMI-DADE COUNTY PUBLIC SCHOOLS BID PROPOSAL FORM (FORMAT A) TO: THE SCHOOL BOARD OF MIAMI-DADE COUNTY FLORIDA BID 008-HH11

BUYER Vanessa Y. Gomez

PAGE SC 5

FIRE ALARM SERVICES CONTRACT

SPECIAL CONDITIONS CONTINUED

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

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 non-responsive for that item(s).

Miami Dade County Public Schools Bid #008-HH11 – Fire Alarm Services Contract

Specifications

1 of 21

PART 1 - GENERAL 1.0 PURPOSE:

A. It is the intent of this contract to maintain fully operational and trouble free fire alarm systems at all times in compliance with the Florida Building Code, NFPA 72 and State Fire Marshal (SFM) 4A-48. This contract shall secure firm prices for the term of the contract for preventive maintenance, emergency on-site service response, required inspections, repairs, materials, labor, training, and written reports of fire alarm systems and associated accessories as specified hereunder. All services performed by the vendor shall comply with the requirements of the references listed under Paragraph 1.2, unless otherwise specifically addressed by this contract.

1.1 DEFINITIONS:

A. Fire Alarm Service Contract: This service contract is an agreement between the fire alarm service vendor and Miami-Dade County Public Schools (MDCPS) for the vendor to provide required inspections and maintenance. The service contract shall state the facilities covered and the main fire alarm system manufacturer name and model number. This is a full service contract, inclusive of required inspections, preventive maintenance, on site service response, software upgrades, repairs, emergency services, materials, parts, labor, training and written documentation for each system's main panel and any and all sub-panels and connected fire alarm devices, regardless of manufacturer.

B. MDCPS/OWNER: Miami-Dade County Public Schools.

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

administrative or ancillary site.

D. MDCPS Authorized Representative: The MDCPS authorized representative shall be the District Alarm Coordinator III, or designee.

E. Vendor: Vendor shall be the contractor or service company awarded this contract.

F. OEM: Original Equipment Manufacturer

G. Qualified Personnel: Shall be fire alarm technicians possessing a current Miami-Dade

or Broward County Certificate of Competency as an Electrical Master/Journeyperson or an Electrical Specialty Master/Journeyperson in the Fire Alarm Category, or meeting one of the following criteria:

1. Factory trained and certified by the factory, the local OEM or the factory

authorized distributor;

2. National Institute for Certification in Engineering Technologies Fire Alarm Certified Level II, or higher;

3. Certified by the Office of the State Fire Marshal or the local authority having

jurisdiction;

4. Trained and qualified personnel employed by an organization listed by a national testing laboratory for the servicing of fire alarm systems.

Miami Dade County Public Schools Bid #008-HH11 – Fire Alarm Services Contract

Specifications

2 of 21

5. Certified by the Florida State Department of Professional Regulation in the Fire Alarm trade.

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

vendor a minimum of thirty-five (35) hours per week.

I. Required Inspection: Any and all inspections performed by qualified personnel that fulfill the requirements of SFM 4A-48 and NFPA 72 (or latest Edition).

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

the enforcement of all policies and procedures for Miami-Dade County Public Schools.

K. Contract Effective Date: As determined by the Board Award.

L. Final Acceptance : Shall mean Additional Services work that has been fully commissioned, inspected and approved by Maintenance Operations and as having been completed in accordance with the defined scope of work, design drawings and punch list, and shall include receipt of all required training, manuals, drawings, warranties, and, if required, releases of lien and claim.

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

laborer who enters into a subcontract with the vendor for the performance of any part of the vendor's work.

N. Additional Services: Services not specifically stated in Sections 3.0 and 3.1 of these

specifications.

O. Qualifier: The person who possesses a license as a State Certified Electrical Contractor (EC license), or State Certified Alarm Contractor, EF or EY license, per FS 489, Part II.

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

are being provided. Q. Troubleshoot & Diagnostics: As stated in this contract, is the act of servicing any

contracted or non-contracted fire alarm components during a service call to facilitate a repair.

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

transmission (with confirmation notice). The delivery of the certified or registered letter to the last known business address shall constitute proper notice to the vendor. Unless otherwise specified, all communications, including but not limited to instructions, permissions, proposals, quotes, and any clarifications thereof, between MDCPS and the vendor shall be in writing.

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

may or may not be interfaced with the main panel, and may or may not be located in the immediate vicinity of the main panel. Sub-panels are not necessarily of the same manufacture as the main panel and protect only a portion of the facility.

Miami Dade County Public Schools Bid #008-HH11 – Fire Alarm Services Contract

Specifications

3 of 21

T. Functional System: A status or condition of the fire alarm system that assures that the facility is protected for early warning fire alert. The fire alarm system must be operational and be capable of activating audible and visual notification for evacuation. Trouble conditions may not render the system non-functional as long as activation of any fire alarm device assures that all personnel within the facility are notified to evacuate.

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

serious nature that develops due to system failure, power loss, acts of nature or any life threatening situation for building occupancy, or as declared by the MDCPS authorized representative.

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

nature, which does not result in a substantially impaired system or in any life threatening situation but does require maintenance and/or repair.

1.2 REFERENCES:

A. Florida Building Code (FBC) and associated codes and standards referenced therein. Latest Edition

B. Chapter 489, Part II, Florida Statutes C. State Fire Marshal Rule (SFM) 4A-48; Fire Safety Standards

D. MDCPS Master Specification Guidelines Section 16721 - Fire Alarm Detection Systems E. Occupational Safety and Health Act (OSHA)

F. National Fire Protection Association 72 (NFPA); National Fire Alarm Code

G. National Fire Protection Association 70 (NFPA); National Electrical Code (NEC)

H. American Society for Testing and Material (ASTM)

I. Americans with Disabilities Act Public Law 101-336 (ADA)

J. Florida Accessibility Code for Building Construction - Latest Edition K. Underwriters Laboratories (UL)

NOTE: Where conflicting specifications exist between reference documents or any specifications

contained herein, the more restrictive specification will prevail. 1.3 VENDOR QUALIFICATIONS AND REQUIREMENTS:

A. The vendor shall be licensed as a State Certified Electrical Contractor, EC or State Certified Alarm Contractor, EF or State Registered Alarm Contractor I, EY, per FS 489 Part II. Any change in the vendor’s license, qualifier or qualified personnel status shall be reported in writing to the MDCPS authorized representative within five (5) working days of its occurrence.

Miami Dade County Public Schools Bid #008-HH11 – Fire Alarm Services Contract

Specifications

4 of 21

B. Throughout the term of this contract the vendor shall maintain a licensed qualifier who shall be a full time employee.

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

Paragraph 1.1, G, Definitions. Technicians' certification, qualifications and training shall be for the type of systems being serviced. The vendor’s alarm technicians shall be full-time employees, unless the technicians are employees of a MDCPS approved subcontractor.

D. Vendor shall maintain offices, facilities, and personnel within the State of Florida.

Vendor shall be accessible by a local (toll free in Miami-Dade County) telephone call during regular business hours. Local answering service for emergencies shall be available twenty-four (24) hours a day, seven (7) days per week.

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

materials, ladders/scaffolding and test equipment needed to meet the service requirements for the awarded fire alarm systems.

F. Throughout the duration of this contract, the vendor shall possess, or have immediate

access to all OEM registered software and additional programming services for addressable systems. NOTE: MDCPS does not have access to OEM software and programming pass codes.

G. Subcontracting for Base and Additional Services is allowed, only with prior written

approval from the MDCPS authorized representative. The vendor shall be held fully responsible and liable for the supervision and performance of all work performed by subcontractors. MDCPS shall not be responsible for resolution of disputes between the vendor and any subcontractor. MDCPS reserves the right to reject any subcontractor. Rejection of any subcontractor shall not entitle the vendor to adjustment of bid prices.

H. All vendor's personnel, including any subcontractor and subcontractor’s employees

engaged in installing, repairing and testing fire alarm components within MDCPS facilities shall meet the requirements of Paragraph 1.1, G, of this document.

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

described herein at multiple locations throughout Miami-Dade County on a timely basis.

J. All personnel employed by the vendor, including any subcontractor and subcontractor’s employees when applicable, shall display at all times an identification badge which shall include the employee’s name, the employer’s name and either a physical description or a photograph of the employee. Employees without proper identification shall not be permitted to work on MDCPS property.

K. The vendor’s employees, subcontractors and its employees, and any other personnel,

including material suppliers- engaged in any activities encompassed by this term bid are strictly forbidden from participating in any manner and form of interaction with students of Miami-Dade County Public Schools. Violation of this provision may result in removal of the individual(s) involved from the school site, the project, and further, the vendor may be prohibited from employing the individual in any future work with MDCPS performed under this term bid.

Miami Dade County Public Schools Bid #008-HH11 – Fire Alarm Services Contract

Specifications

5 of 21

1.4 REQUIRED BID DOCUMENTATION:

A. At time of bidding, vendors shall submit copies of the following Licenses. Failure to provide the required documentation may result in the bid not being considered for award.

1. Vendor’s Occupational License. 2. Vendor’s Qualifier (Vendor’s or Contractor's) License.

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

copy of each technician's qualifications and training certificates.

4. Two (2) letters of reference from service contract customers where work similar in scope has been performed for a period not less than two (2) years. These references shall be from customers with multiple facilities, similar to those of MDCPS, where the vendor has provided services defined in this solicitation. MDCPS shall not be used as a reference.

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

service.

C. All documents supplied must meet with the approval of the MDCPS’ Procurement Management Services and the MDCPS authorized representative before the vendor is recommended for award.

D. Bid price of each listed location shall include:

1. All repairs necessary to bring each awarded system to OEM operational

standards, including the repair of any and all pre-existing conditions, with the exception of any systems which are being upgraded, renovated or replaced as part of ongoing projects as of the date of bid award. This provision does not require the vendor to bring systems into compliance with current code as part of the base bid.

2. All repairs and materials necessary to maintain the condition and operation of the

covered equipment at OEM standards.

3. Any and all services required to maintain the equipment in proper operating condition throughout the life of this contract.

4. Any and all resources necessary for the vendor to complete the next required

inspection after bid award for each system within the time frame and schedule as provided by MDCPS with this bid solicitation.

1.5 SITE INVESTIGATIONS:

A. It is strongly recommended that prospective vendors make site inspections at listed facilities to familiarize themselves with the unique environment where the work is to take place. Failure to consider the problems, safety considerations, or other conditions unique to the MDCPS facilities shall not entitle the vendor to additional compensation after bid award.

Miami Dade County Public Schools Bid #008-HH11 – Fire Alarm Services Contract

Specifications

6 of 21

B. The vendor shall be responsible for the inspection of the fire alarm equipment prior to the submittal of their bid. Bid price shall take into account the condition of the system and the costs associated with insuring that the system is fully operational within OEM standards.

1.6 MDCPS RESERVES THE RIGHT:

A. At its sole option, to repair, replace, alter, and/or retrofit systems. The MDCPS authorized representative shall notify the vendor, via written notice of any repairs, replacements, alterations, and/or retrofits made by MDCPS, or its agents.

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

any fire alarm system covered under this contract is replaced, and/or new construction or modifications increases or decreases the number of system devices.

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

systems to this contract, the vendor shall provide all labor, materials, OEM software, pass codes and equipment necessary to test, service, inspect and maintain the system(s) in accordance with these specifications. The cost of such services shall be entered in the appropriate line item on the Bid Proposal Form.

D. MDCPS may, as it deems necessary, require the vendor to provide supporting

documentation for any submission.

E. MDCPS shall have access to all vendor’s records relating to awarded group(s) including hard copy as well as electronic records for a period of two years after expiration of the contract. The vendor, upon execution of the contract shall grant MDCPS unrestricted access to such records during normal working hours.

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

awarded group in-house as part of the base contract. MDCPS may also chose to return said facility/facilities back to the awarded vendor for continuation of servicing, at any point in time. Should MDCPS make such decision(s) a notification from the MDCPS Authorized Representative will be sent to the awarded vendor for that facility.

1.7 QUALITY ASSURANCE:

A. System Failure:

1. Should any of the vendor’s activities result in a fire alarm system failure, the vendor shall immediately inform the MDCPS authorized representative via telephone of the failure and anticipated length of down-time, and shall, within 24 hours of this notification, provide written notice of same.

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

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

shall provide temporary equivalent protection pursuant to NFPA 101, and the vendor shall be responsible for all associated costs.

Miami Dade County Public Schools Bid #008-HH11 – Fire Alarm Services Contract

Specifications

7 of 21

B. Vendor Accessibility:

Vendor shall be accessible by a local telephone call, toll free in Miami-Dade County, during regular business hours. Local answering service for emergencies shall be available twenty-four (24) hours a day, seven (7) days per week.

C. Training:

1. Training classes covering system user operation shall be conducted by the vendor

if requested by the MDCPS authorized representative. Attendees shall be determined by individual site administrators.

2. If such training is conducted, documentation of the training shall be provided by

the vendor indicating the name of the trainer and the trainer's qualifications, the date of the training and a list of attendees. This documentation shall be placed in the system record log book and a copy forwarded to the MDCPS authorized representative.

D. System Condition:

1. Any time services are provided, the vendor shall ensure that the fire alarm

systems are left in an operable condition. The vendor shall document all performed services in the facility system record log book.

2. At the conclusion of each inspection or service, the vendor shall insure that the

fire alarm system is properly tagged in accordance with SFM 4A-48.

3. At the conclusion of each inspection, all identified deficiencies shall be immediately repaired in compliance with Paragraph 3.1 (A).

E. Stoppage of work:

MDCPS reserves the right to stop work on any project if, in the opinion of the MDCPS authorized representative or the Inspector;

1. Materials or work are not in conformance with the specifications, applicable

codes, standards, specifications and/or accepted practices. 2. The vendor’s activities results in damage to District Property.

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

program.

4. Vendor’s personnel are not properly licensed.

5. Any other condition, situation, or circumstance which, in the opinion of the MDCPS authorized representative or Inspector, would be a detriment to the best interests of the District if allowed to persist.

Miami Dade County Public Schools Bid #008-HH11 – Fire Alarm Services Contract

Specifications

8 of 21

F. Inspection of Work:

MDCPS reserves the right to inspect the vendor’s work at any time to assure compliance with all terms and conditions of the contract. All work will be inspected pursuant to applicable codes as referenced within this document. If applicable, the vendor will provide MDCPS with a written request for inspection at least forty-eight (48) hours prior to the requested inspection date. Vendor will have personnel present during the scheduled inspections.

1.8 PERMITS:

This work will be generally accomplished under the auspices of the Annual Maintenance Permit issued to each facility. The vendor shall not be responsible for obtaining this Permit. However, a specific building permit will be required for any category of work administered and supervised by any MDCPS department other than Maintenance Operations and certain projects defined by the Florida Building Code.

1.9 PERFORMANCE SECURITY:

Vendors shall not be required to submit performance security in order to be initially awarded a service contract under this solicitation. However, in the event that the value of an individual project meets the criteria specified in Florida Statute 255.05, and reflected by MDCPS Board Rule 6Gx13-3C-1.08, the vendor awarded the project shall provide performance security for that project in the amount and manner established in the INSTRUCTIONS TO BIDDERS.

1.10 SUFFERANCE:

A. Failure by MDCPS to invoke of any of its rights under this contract shall not constitute a waiver of these rights nor prevent their exercise.

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

pursuing remedies available through law, rule or any other provision of this contract. PART 2 - PRODUCTS 2.0 PARTS:

A. All parts and materials provided under this agreement shall be new, purchased from the OEM, free from defects, suitable for the intended use and warranted for a minimum of one year. Use of used or non-OEM parts must be approved by MDCPS authorized representative, in writing, prior to installation.

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

replaced with parts or assemblies that are OEM approved. Replacement of all components shall be with other components of equal or better quality, as determined and accepted by the MDCPS authorized representative. All materials and parts shall be UL listed for their intended purpose.

Miami Dade County Public Schools Bid #008-HH11 – Fire Alarm Services Contract

Specifications

9 of 21

2.1 MANUALS:

Vendor must have in its possession, as applicable, the manufacturer's user, installation, programming and operation manuals for the fire alarm systems being serviced. Upon request, one copy per contract period of any document shall be provided to MDCPS at no cost.

2.2 PROGRAMS AND PASSCODES FOR ADDRESSABLE SYSTEMS:

A. At the completion of the first inspection under this contract, the vendor shall download two (2) copies of the fire alarm system program onto an electronic format accessible and available to MDCPS. The vendor shall also print copies of the system program. The vendor shall submit to MDCPS District Alarms two (2) printed copies of the system program and one electronic format copy containing the latest fire alarm system program.

B. During the term of the contract, the vendor shall maintain copies of the system programs

and a current copy of the latest printout.

C. During the term of the contract, if any modifications are made for additions or deletions to the fire alarm system exceeding three or more devices, the vendor shall comply with paragraphs A and B, above.

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

and electronic format, such as CD or DVD) with the facility name, the user level and programming pass codes and the date.

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

complies with the provisions of this Section. PART 3 - EXECUTION 3.0 REQUIRED SERVICES COVERED BY THE BASE BID OF THIS CONTRACT:

A. The vendor shall furnish all labor (including troubleshooting and diagnostics), materials, and equipment necessary to provide complete service and maintenance of all main panels, sub-panels and associated components of each fire alarm system specified under this contract including, but not limited to the following:

1. Required fire alarm inspection and maintenance that conforms to NFPA 72

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

2. All services and repairs in strict accordance with the manufacturer's specifications and guidelines.

3. MDCPS Master Specification Guidelines Section 16721, Fire Alarm Detection

Systems.

Miami Dade County Public Schools Bid #008-HH11 – Fire Alarm Services Contract

Specifications

10 of 21

3.1 INSPECTIONS AND MAINTENANCE COVERED BY THE BASE BID OF THIS CONTRACT:

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

station covers, batteries, remote annunciators, printers, relays, switches, smoke detectors, heat detectors, audibles, strobes, pull stations, lamps, duct detectors, duct detector housings, connectors, DACT (dialers) and/or any component not mentioned herein but necessary for the functioning and operation of all fire alarm systems and their associated components according to manufacturer's specifications, NFPA 72 and MDCPS Master Specification Guidelines Section 16721, Fire Alarm Detection Systems. All repairs/replacements are to be completed within twenty-four (24) hours of completion of the inspection. If repairs are not completed within this time period, the vendor shall immediately notify the MDCPS authorized representative, in writing, stating the reason for the delay and establishing a completion date. Failure to comply shall be evidence of vendor negligence, and may result in penalties and sanctions, including, but not limited to termination of the contract.

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

addition or deletion of devices during the course of this contract installed or deleted by the vendor or MDCPS which were required as a result of vendor negligence, error or omission.

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

during the contract period. Such upgrades must be compatible with existing and any new peripheral devices.

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

accordance with SFM 4A-48 and NFPA 72, 7-5.1. The vendor is responsible for ensuring that the log book is maintained in a secure location and is also responsible for replacement of the log book, and all data recorded therein, should the original become unavailable for any reason. Log books and their contents present at the site shall be incorporated into any new log book provided by the vendor. Documents shall be maintained in the log book for eighteen months. Aged records and documents shall be transmitted to MDCPS to be archived.

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

shall be approved by the MDCPS authorized representative. The vendor shall submit one of each to the MDCPS authorized representative for review and approval.

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

immediately appended in the Log Book, and a copy shall be submitted to the MDCPS authorized representative within five (5) work days after work completion.

G. For inspections and testing, the vendor shall utilize the NFPA 72 Inspection and Testing

Form from Chapter 7, Figure 7-5.1. All inspections shall be documented on the approved inspection forms, and shall be submitted to the MDCPS authorized representative within five (5) work days after work completion. For annual inspections, in addition to the required entries on the inspection form, the vendor shall also submit the printout of all system test results (for facilities having printer or printer capability), the system model number, software revision number, and a list of all mechanical and electrical interface equipment such as, but not necessarily limited to, elevator controls, gas shutdown, smoke door releases, sprinkler supervision, etc.

Miami Dade County Public Schools Bid #008-HH11 – Fire Alarm Services Contract

Specifications

11 of 21

H. Periodic (quarterly, semi-annual and annual) inspections shall be conducted for each system covered under this contract. Such inspections shall be conducted no sooner than eighty (80) days, and no later than one-hundred (100) days apart.

I. Should the vendor exhibit negligence by failing to conduct a required inspection within

the time frame specified in Paragraph 3.1 (H), above, the District will be out of compliance with code and statute. Therefore, to assure compliance, the cost of two (2) months service price, as indicated by the vendor in the appropriate line item in the bid documents, shall be deducted from the vendor's payment for each missed inspection. The vendor shall also be required to make up the missing inspection immediately, at no cost to MDCPS. Vendor agrees that it is not necessary for MDCPS to sustain or prove actual damages in order to assess the foregoing penalties. Two missed inspections at the same facility during a twelve month period may result in additional sanctions, including termination of the contract.

J. The vendor shall be responsible for restoring programming which may be lost or

corrupted for any reason. Such reprogramming shall be performed without additional cost to MDCPS, unless the resident programming was lost through third party intervention or external force defined in paragraph 3.2 (A). Vendor shall comply with Section 2.2 for submittals to MDCPS District Alarms.

3.2 SERVICES NOT COVERED BY THE BASE BID OF THIS CONTRACT:

A. Repair to fire alarm system due to external forces such as lightning, flood or other natural disaster, vandalism, or owner errors. Power fluctuations are not considered external forces unless the fluctuations verifiably exceed the capabilities of built-in protection devices of the equipment.

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

verified by the owner's visual inspection, or an OEM repair center, or an independent testing laboratory.

C. Maintenance and repairs to any equipment, auxiliary equipment, or controls outside of

the fire alarm system area, unless specifically noted in this contract.

D. Maintenance and repair for controls related to Energy Management System, HVAC high voltage control relays, switches, or low voltage contactors.

E. Inspection, testing, repair or replacement of water flow and tamper valve devices,

however the vendor is responsible for testing and maintaining the integrity and connection of all circuits interfacing with flow and tamper valves.

3.3 SERVICE REQUESTS:

A. Calls for service shall be initiated by the MDCPS authorized representative or designee. Only the MDCPS authorized representative or designee shall be authorized to request services under this contract.

Miami Dade County Public Schools Bid #008-HH11 – Fire Alarm Services Contract

Specifications

12 of 21

B. The vendor shall respond upon oral or written notification, delivered by any means including facsimile or other electronic medium, from the MDCPS authorized representative or designee to any service request. This response must result in the arrival of a fire alarm technician at the affected site within two (2) hours after notification in the case of an Emergency Service request, or twenty-four (24) hours in the case of an Urgent Service request. One hour response is required in the case of fire at a facility. Vendor’s service personnel shall inform the MDCPS authorized representative via telephone upon arrival on site. The vendor shall complete all repairs within twenty-four (24) hours of arrival on-site. If repairs are not completed within this time period, the vendor shall immediately notify the MDCPS authorized representative, in writing, stating the reason for the delay and establishing a completion date. Failure to comply shall be evidence of vendor negligence, and may result in penalties and sanctions, including, but not limited to termination of the contract.

C. Service requests include, but are not limited to, the following:

1) Total system failure; 2) Inability to acknowledge, silence or reset audibles or panel troubles; 3) Failure of air conditioning to reset after an alarm; 4) Failure of fire alarm system to communicate with the MDCPS monitoring center; 5) Loss of backup battery power; 6) Damage caused to system due to transients and power surges; 7) Complete zone or loop failure; 8) Vandalism to any part of the system; 9) Fire at a facility; 10) Failure of the elevator recall to reset after an alarm; 11) Trouble condition on the system; 12) Any condition which prevents proper functioning of the system.

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

days a week, including holidays, at no additional cost to MDCPS.

E. Failure to respond to MDCPS service requests within the stipulated time frames shall be considered negligence and may constitute grounds for termination of this contract, or other sanctions.

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

has corrected the situation, the vendor shall be entitled to a service fee not to exceed two (2) hour’s labor at the rate as stipulated on the BID PROPOSAL FORM. Transient problems which are not documented owner errors, and which self correct prior to arrival of a technician, are not billable under any provision in this contract.

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

ticket by the end of that business day. This service ticket shall contain the Control Number, or equivalent, from the MDCPS E-Mail Service Request. The vendor may not be paid for service calls which are not documented as described in this section.

Miami Dade County Public Schools Bid #008-HH11 – Fire Alarm Services Contract

Specifications

13 of 21

3.4 PERIPHERAL DEVICE REPLACEMENT AND MISCELLANEOUS REPAIRS:

A. Repair or replacement of certain standard peripheral devices may be necessary. Devices which have failed due to age, wear, or any non-documentable reason, shall be replaced by the vendor as part of the base bid. Those which have been vandalized or are inoperable due to accident, natural occurrences or owner negligence shall be replaced at owner expense applying the following procedure:

1. If during the course of a periodic inspection or service, the vendor discovers

inoperative device(s), the vendor shall immediately notify the MDCPS authorized representative and provide details concerning the quantities and types of devices, which are inoperative. The burden of proof shall lie with the vendor who shall provide documentation that the failure of the devices was due to vandalism or other circumstances not covered under the monthly service. The MDCPS authorized representative shall verify the quantities and types of devices and that the devices are inoperative for the reasons specified. Following such verification, immediate repair/replacement of same shall be authorized. The vendor shall invoice MDCPS for the replaced devices at the line item price(s) submitted in the bid documents. The vendor shall perform any miscellaneous repairs required as a result of vandalism, etc., including, but not limited to pull station reset and reinstalling devices which are pulled from their fixtures.

3.5 ADDITIONAL SERVICES:

A. If requested by MDCPS, the vendor shall be required to perform additional services, including, but not limited to, repair, installation and/or expansion of fire alarm systems in any of its facilities. Work performed shall comply with OEM Manufacturers’ standards and with the requirements of the references listed under Paragraph 1.2 of these specifications.

B. Labor rates for additional services shall be as follows:

1. Rate for qualified alarm technicians shall not exceed $75.00 per hour. Vendor

shall note its established labor rate on the bid proposal forms.

2. The rate for the installation of miscellaneous material shall not exceed $65.00 per hour. Vendor shall note its established labor rate on the bid proposal forms.

C. Material cost for additional services shall be as follows:

1. Fire alarm products:

a. The vendor shall bid a minimum of 30% off the most recent OEM

published list price. At no cost to MDCPS, the vendor shall supply the MDCPS authorized representative with manufacturer's most recent OEM published price list. Vendor shall note the established discount percentage off the published price list on the bid proposal forms.

b. Vendor shall complete and submit Form A, attached, for all additional

service quotes.

Miami Dade County Public Schools Bid #008-HH11 – Fire Alarm Services Contract

Specifications

14 of 21

2. Miscellaneous Materials Not in Contract (N.I.C)

a. MDCPS reserves the right to obtain quotations from the awarded vendor(s), or other approved vendors, for miscellaneous materials, which shall include but not be limited to raceway, connectors, couplers, fasteners, boxes, cable and wiring.

b. Vendor shall complete and submit Form B, attached, for all quotations

where miscellaneous materials are required.

D. Proposals for additional services (Form A and Form B) shall be submitted to the MDCPS authorized representative within five (5) working days of being requested.

3.6 DESIGN/DRAWING REQUIREMENTS:

A. If it is determined by the MDCPS authorized representative that signed and sealed drawings by a Florida Registered design professional are required for any work under this contract, such shall be considered incidental to the work, and shall be provided by the vendor. The requirement for these services shall be made a part of the scope of work identified in Section 3.5, (A) and the cost shall be included with Forms A and B.

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

construction documents as specified, calculations, shop drawings, record drawings, and submittals. All design and construction documents, calculations, shop drawings, and record drawings may be required to be signed and sealed by a design professional. The vendor, through a responsible design professional, shall also provide, if necessary, the executed forms, studies, and other documentation required by applicable codes and agencies having jurisdiction.

2. The vendor shall make any corrections required by the MDCPS authorized

representative and/or design professional and shall resubmit the required number of corrected copies until approved. The vendor shall direct specific attention in writing or on resubmitted documents to revisions other than the corrections requested by the MDCPS authorized representative on previous submission(s). The District shall not be liable for any parts or materials ordered by the vendor prior to approval of design documents.

3. All drawings and specifications produced by the design professional(s) shall

become the property of the Board at the completion of the work. The vendor shall provide four (4) sets of prints and technical specifications; two (2) of these sets must be signed and sealed.

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

professionals for each proposal which requires design services. The Board reserves the right to approve or disapprove the design professional. If disapproved, the vendor shall be required to provide an alternate.

C. For projects which the Board provides design documents, the vendor shall review the

plans and identify any discrepancies, inconsistencies, mistakes, etc. prior to preparation of a cost proposal. Prior to commencement of construction, the vendor shall verify measurements in the field, and identify any differences from the furnished drawings.

Miami Dade County Public Schools Bid #008-HH11 – Fire Alarm Services Contract

Specifications

15 of 21

D. For projects which do not require signed and sealed documents, the vendor shall furnish shop drawings, record drawings, and any other documents and/or information as may be required in support of the work. The Board reserves the right to approve all drawings and submittals.

E. Shop Drawings

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

and samples required for the work. Shop drawings and samples shall be identified as specified, or as required by the MDCPS authorized representative. At the time of submission, the vendor shall inform the MDCPS authorized representative, in writing, of any deviation of the shop drawings or samples from the requirements of the project scope.

2. The vendor shall make any corrections required by the MDCPS authorized

representative and/or design professional and shall resubmit the required number of corrected copies of shop drawings or new samples until approved. The vendor shall direct specific attention in writing or on resubmitted shop drawings to revisions other than the corrections requested by the MDCPS authorized representative on previous submission(s).

3. No portion of the work requiring a shop drawing or sample submission shall

commence, nor shall the District be liable for any parts or materials ordered by the vendor until the submission has been approved. All such portions of the work shall be in accordance with approved shop drawings and samples.

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

1. Three (3) sets of reproducible record drawings and technical specifications. One

set shall be on Mylar, and the remaining copies shall be blue line or bond. All copies shall be stamped “AS BUILT”.

2. Three (3) copies of maintenance and operating manuals for any equipment

included in the scope of work and supplied by the vendor.

MDCPS reserves the right to withhold final payment, or any portion thereof, until receipt of these documents.

PART 4 - WARRANTY

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

workmanship for a minimum of one (1) year from the date of final acceptance. Manufacturer’s warranties, if greater than one (1) year, shall not be limited by this provision.

B. Vendor shall remedy any work which fails to conform to the requirements of the contract

and which appears during the progress of the work. All work, material and hardware shall be free from defects and shall be structurally and operationally sound during the entire warranty period. Upon written notice, the vendor shall remedy any defects due thereto and pay all expenses for any damage to other work resulting there from. Unless otherwise specified, warranty repairs shall be corrected immediately upon receipt of the written notice.

Miami Dade County Public Schools Bid #008-HH11 – Fire Alarm Services Contract

Specifications

16 of 21

C. Neither the final payment nor any provision in the contract documents shall relieve the vendor of the responsibility for negligence, defects of manufacture, latent defects, faulty materials and/or workmanship to the extent of, and within the period provided by law.

PART 5 - NON-EXCLUSIVITY

MDCPS reserves the right to perform, or cause to be performed, the work and services herein described in any manner it sees fit, including, but not limited to, awarding of other contracts, or to perform the work with its own employees.

PART 6 - NEGLIGENCE, REMEDY AND TERMINATION

A. MDCPS reserves the right to terminate this contract in its entirety, upon 30 days written notice to the vendor.

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

under this contract and default the vendor if material or procedures are used other than those specified.

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

inoperative or exhibit any trouble condition for more than twenty-four (24) hours after notification to the vendor and issuance of appropriate direction to repair said system, MDCPS shall effect any and all actions necessary to assure the safety of the building occupants and security of the physical plant, including, but not limited to temporary equivalent protection pursuant to NFPA 101 with all associated costs being borne by the vendor.

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

and in compliance with the terms and conditions of this contract, MDCPS shall notify the vendor, in writing, of the deficiencies, and establish a specific time frame for correction of such deficiencies. If correction is not effected in an acceptable manner within the allocated time, MDCPS shall effect any and all actions necessary to assure the safety of the building occupants and security of the physical plant, with all associated costs being borne by the vendor. MDCPS may invoke any other sanctions or penalties including recommending to the Board that the vendor be declared in default.

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

jurisdiction which are a result of the vendor’s negligence in adherence to the terms and conditions of this contract, individual work order, purchase order, applicable statutes, codes and/or ordinances, shall be borne solely by the vendor.

PART 7 - FACILITY USE, CLEAN UP AND PROTECTION:

A. The vendor shall conform to all applicable OSHA, state and local regulations while performing work under this contract, and shall take all necessary, ordinary and extraordinary precautions to provide a safe work environment at all times for the occupants of the school and the general public in and around the work area. The vendor shall also ensure that MDCPS property is protected from damage and defacement resulting from the vendor’s activities. Any such damage shall be corrected by the vendor at the vendor’s sole expense. Prior to payment of the final invoice, all corrections shall be inspected and accepted by the MDCPS authorized representative.

Miami Dade County Public Schools Bid #008-HH11 – Fire Alarm Services Contract

Specifications

17 of 21

B. It is the responsibility of the vendor to keep the site free from trash, debris, excess materials, tools and hazardous conditions at all times. The vendor shall be responsible for disposal of all waste material, and shall do so in conformance with applicable laws, codes and ordinances.

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

dumpsters, equipment, etc. without permission prior to commencement of project from the MDCPS authorized representative.

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

location supplied by the vendor and approved by MDCPS.

E. MDCPS is not responsible for loss of tools, equipment or supplies.

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

G. Vendor shall not block exits, hallways, corridors, driveways, delivery areas, nor impede ingress or egress.

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

occupants or its programs. PART 8 - INVOICING AND PAYMENT

A. Invoice and Payment for Base Services

1. All invoices shall include the following: a. Work location where services were rendered b. Period of service c. District’s purchase order number

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

work days after the end of the quarter. Invoice amount shall be in conformance with the terms as described on individual purchase orders. Original invoices shall be sent to:

MIAMI-DADE COUNTY PUBLIC SCHOOLS MAINTENANCE AND OPERATIONS ATTN: DISTRICT ALARMS ADMINISTRATOR 12525 N.W. 28th Avenue MIAMI, FLORIDA 33167

B. Invoice and Payment for Additional Services:

1. Vendor shall invoice additional services based on the actual labor hours

expended and materials utilized. MDCPS does not pay for travel time. Invoices for Additional Services shall be sent to the MDCPS Maintenance Operations Satellite requesting the work.

Miami Dade County Public Schools Bid #008-HH11 – Fire Alarm Services Contract

Specifications

18 of 21

2. The invoice document shall contain the following information:

a. District’s purchase order number b. Description of work c. Start date and completion date d. Work location where services were rendered e. OEM part number and description of materials utilized, quantities and

unit prices f. Labor hours type, quantities and unit prices g. Written warranty h. Final release of lien, and/or consent of surety, from any subcontractor or

supplier, if applicable i. Final release of claim from the vendor

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

document the labor and shall accompany the invoice. This document(s) shall indicate the technician’s name or ID number, and dates and times services were provided. Service tickets SHALL be signed at the end of the workday by work location staff.

C. Invoices not submitted in accordance with the procedures and requirements defined

herein will not be processed for payment and will be returned to the vendor.

D. Payment will only be made for actual installed materials and work performed which has been inspected and found to be in accordance with the terms and conditions of the contract. MDCPS will not pay for travel time. Work found to be deficient will be corrected by the vendor at the vendor’s expense prior to any payment being made. The vendor will not be compensated for waste and/or surplus materials. The vendor shall not be paid for any services which have not been authorized by the MDCPS authorized representative and not accompanied by an MDCPS purchase order.

Miami Dade County Public Schools Bid #008-HH11 – Fire Alarm Services Contract

Specifications

19 of 21

Miami Dade County Public Schools Bid #008-HH11 – Fire Alarm Services Contract

Specifications

20 of 21

Miami Dade County Public Schools Bid #008-HH11 – Fire Alarm Services Contract

Specifications

21 of 21

______________________________________________________________________________

END OF SPECIFICATIONS

BID PROPOSAL FORM (FORMAT B)

Bid # 008-HH11Bid Title: FIRE ALARM SERVICES CONTRACTBuyer: Vanessa Y. Gomez

1 Angelou, Maya Elem. 24 Cerberus Pyrotronics Pyro MXL Month $_____________

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

3 Aurburndale Elem. 24 Cerberus Pyrotronics Pyro MXL Month $_____________

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

5 Bell, Paul W. Middle 24 Cerberus Pyrotronics Pyro MXL Month $_____________

6 Biscayne Elem. 24 Cerberus Pyrotronics Pyro MXL-IQ Month $_____________

7 Brentwood Elem. PLC 24 Cerberus Pyrotronics Pyro FS-250 Month $_____________

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

9 Brownsville Middle 24 Cerberus Pyrotronics Pyro MXL-IQ Month $_____________

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

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

12 Campbell Drive Elem. 24 Cerberus Pyrotronics Pyro MXL-IQ Month $_____________

13 Citrus Grove Elem. 24 Cerberus Pyrotronics Pyro MXL Month $_____________

14 Citrus Grove Middle 24 Cerberus Pyrotronics Pyro MXL-IQ Month $_____________

15 Citrus Grove O. T. C. 24 Cerberus Pyrotronics Pyro MXL-IQ Month $_____________

16 Cooper, Neva King Educational Center 24 Cerberus Pyrotronics Pyro MXL-IQ Month $_____________

17 Coral Gables Elem. 24 Cerberus Pyrotronics Pyro MXL Month $_____________

18 Coral Reef Senior 24 Cerberus Pyrotronics Pyro MXL Month $_____________

19 Coral Way Elem / K-8 Center 24 Cerberus Pyrotronics Pyro MXL / FS-250 Month $_____________

20 Crestview Elem. 24 Cerberus Pyrotronics Pyro MXL Month $_____________

21 Doolin, Howard A. Middle 24 Cerberus Pyrotronics Pyro MXL-2 Month $_____________

22 Douglas, Marjory Stoneman Elem. 24 Cerberus Pyrotronics Pyro MXL Month $_____________

23 Earlington Heights Elem. 24 Cerberus Pyrotronics Pyro MXL-IQ Month $_____________

24 Evans, Lillie C. Elem. 24 Cerberus Pyrotronics Pyro MXL Month $_____________

25 Eve, Christina M. Elem. 24 Cerberus Pyrotronics Pyro MXL-IQ Month $_____________

26 Fascell, Dante B. Elem. 24 Cerberus Pyrotronics Pyro MXL Month $_____________

27 Ferguson, John A. Senior 24 Cerberus Pyrotronics Pyro MXL-2 Month $_____________

28 Flamingo Elem. 24 Cerberus Pyrotronics Pyro MXL-IQ Month $_____________

29 Franklin, Benjamin Elem. 24 Cerberus Pyrotronics Pyro MXL Month $_____________

30 Goleman, Barbara Senior 24 Cerberus Pyrotronics Pyro MXL Month $_____________

31 Good, Joella C. Elem. 24 Cerberus Pyrotronics Pyro MXL-IQ Month $_____________

32 Gordon Manatee Elem. PLC (T) 24 Cerberus Pyrotronics Pyro MXL-IQ Month $_____________

33 Gordon, Jack D. Elem. 24 Cerberus Pyrotronics Pyro MXL Month $_____________

34 Graham, Bob Educational Center / MLC ( TT ) 24 Cerberus Pyrotronics Pyro MXL-IQ /FS 250 Month $_____________

PLEASE COMPLETE ALL HIGHLIGHTED AREAS

PRICE PER MONTHQTY MANUFACTURER MODEL

IMPORTANT BID NOTES: THE MONTHLY PRICE PER SCHOOL SHOULD CONSIST OF ALL ITEMS LISTED IN PART 3 - EXECUTION, IN ACCORDANCE WITH CODES, REGULATIONS, RULES, STANDARDS AND/OR STATUTES, OF THE BID SPECIFICATIONS.

VENDOR SHALL INDICATE MANUFACTURER'S WARRANTY, IF GREATER THAN ONE YEAR ______________

Items 1 through 117 to be awarded on a total low bid basis. Items 118 to 140 will not be used to calculate bid award however, awarded vendors shall honor these prices if additional support functions or modifications are requested by M-DCPS. Vendors must bid all items.

GROUP 1: Cerberus Pyrotronics Systems

ITEM DESCRIPTION UNIT

NAME OF BIDDER:

Page 1 FM-3738 Rev. (06-98)

BID PROPOSAL FORM (FORMAT B)

Bid # 008-HH11Bid Title: FIRE ALARM SERVICES CONTRACTBuyer: Vanessa Y. Gomez

PLEASE COMPLETE ALL HIGHLIGHTED AREAS

PRICE PER MONTHQTY MANUFACTURER MODEL

IMPORTANT BID NOTES: THE MONTHLY PRICE PER SCHOOL SHOULD CONSIST OF ALL ITEMS LISTED IN PART 3 - EXECUTION, IN ACCORDANCE WITH CODES, REGULATIONS, RULES, STANDARDS AND/OR STATUTES, OF THE BID SPECIFICATIONS.

VENDOR SHALL INDICATE MANUFACTURER'S WARRANTY, IF GREATER THAN ONE YEAR ______________

ITEM DESCRIPTION UNIT

NAME OF BIDDER:

35 Graham, Ernest R. Elem. 24 Cerberus Pyrotronics Pyro MXL Month $_____________

36 Hadley, Charles R. Elem. PLC (A) 24 Cerberus Pyrotronics Pyro MXL-IQ Month $_____________

37 Hall, Joe Elem. 24 Cerberus Pyrotronics Pyro MXL-IQ Month $_____________

38 Hartner, Eneida Massas Elem. 24 Cerberus Pyrotronics Pyro MXL-2 Month $_____________

39 Hialeah Gardens Elem. / PLC 24 Cerberus Pyrotronics Pyro MXL Month $_____________

40 Hialeah-Miami Lakes Senior 24 Cerberus Pyrotronics Pyro MXL Month $_____________

41 Hibiscus Elem. 24 Cerberus Pyrotronics Pyro MXL Month $_____________

42 Holmes Elem. 24 Cerberus Pyrotronics Pyro MXL Month $_____________

43 Homestead Middle 24 Cerberus Pyrotronics Pyro MXL Month $_____________

44 Hoover, Oliver Elem. PLC 24 Cerberus Pyrotronics Pyro MXL-IQ Month $_____________

45 Hopkins, Lindsey Technical 24 Cerberus Pyrotronics Pyro MXL-2 Month $_____________

46 Hurston, Zora Neale Elem. 24 Cerberus Pyrotronics Pyro MXL Month $_____________

47 Jefferson, Thomas Middle 24 Cerberus Pyrotronics Pyro MXL-IQ Month $_____________

48 Kensington Park Elem./ PLC 24 Cerberus Pyrotronics Pyro MXL Month $_____________

49 Krop, Dr. Michael M. Senior 24 Cerberus Pyrotronics Pyro MXL Month $_____________

50 Lake Stevens Elem. 24 Cerberus Pyrotronics Pyro MXL Month $_____________

51 Lake Stevens Middle 24 Cerberus Pyrotronics Pyro MXL-IQ Month $_____________

52 Leewood Elem. 24 Cerberus Pyrotronics Pyro MXL Month $_____________

53 Leisure City K-8 Center / MLC (DD) 24 Cerberus Pyrotronics Pyro MXL Month $_____________

54 M.A.S.T. Academy/Maritime & Science Technology 24 Cerberus Pyrotronics Pyro MXL Month $_____________

55 Mann, Jann Opportunity Education 24 Cerberus Pyrotronics Pyro MXL Month $_____________

56 Martin, Frank C. K-8 Center 24 Cerberus Pyrotronics Pyro MXL Month $_____________

57 Matthews, Wesley Elem. 24 Cerberus Pyrotronics Pyro MXL Month $_____________

58 Mays Middle 24 Cerberus Pyrotronics Pyro MXL Month $_____________

59 McMillan, Howard D. Middle 24 Cerberus Pyrotronics Pyro MXL Month $_____________

60 Meek, Carrie P./Westview Elem. 24 Cerberus Pyrotronics Pyro MXL Month $_____________

61 Melrose Elem. 24 Cerberus Pyrotronics Pyro MXL-IQ Month $_____________

62 Merritt, Ada K-8 Center 24 Cerberus Pyrotronics Pyro MXL-IQ Month $_____________

63 Miami Beach Senior 24 Cerberus Pyrotronics Pyro MXL-2 Month $_____________

64 Miami Central Senior 24 Cerberus Pyrotronics Pyro MXL Month $_____________

65 Miami Douglas Macaurthur Senior South 24 Cerberus Pyrotronics Pyro MXL Month $_____________

66 Miami Edison Middle 24 Cerberus Pyrotronics Pyro MXL Month $_____________

67 Miami Senior 24 Cerberus Pyrotronics Pyro MXL Month $_____________

68 Miami Shores Elem. 24 Cerberus Pyrotronics Pyro MXL Month $_____________

69 Miami Springs Middle 24 Cerberus Pyrotronics Pyro MXL Month $_____________

70 Mill Branch 24 Cerberus Pyrotronics Pyro System 3 Month $_____________

71 Miller, Phyllis Ruth Elem. 24 Cerberus Pyrotronics Pyro MXL Month $_____________

Page 2 FM-3738 Rev. (06-98)

BID PROPOSAL FORM (FORMAT B)

Bid # 008-HH11Bid Title: FIRE ALARM SERVICES CONTRACTBuyer: Vanessa Y. Gomez

PLEASE COMPLETE ALL HIGHLIGHTED AREAS

PRICE PER MONTHQTY MANUFACTURER MODEL

IMPORTANT BID NOTES: THE MONTHLY PRICE PER SCHOOL SHOULD CONSIST OF ALL ITEMS LISTED IN PART 3 - EXECUTION, IN ACCORDANCE WITH CODES, REGULATIONS, RULES, STANDARDS AND/OR STATUTES, OF THE BID SPECIFICATIONS.

VENDOR SHALL INDICATE MANUFACTURER'S WARRANTY, IF GREATER THAN ONE YEAR ______________

ITEM DESCRIPTION UNIT

NAME OF BIDDER:

72 Morningside Elem. 24 Cerberus Pyrotronics Pyro MXL Month $_____________

73 Moton, Robert Russa Elem. 24 Cerberus Pyrotronics Pyro MXL-2 Month $_____________

74 Myrtle Grove Elem. 24 Cerberus Pyrotronics Pyro MXL-IQ Month $_____________

75 Natural Bridge Elem. 24 Cerberus Pyrotronics Pyro MXL-IQ Month $_____________

76 Nautilus Middle 24 Cerberus Pyrotronics Pyro MXL Month $_____________

77 Norland Elem. 24 Cerberus Pyrotronics Pyro MXL-IQ Month $_____________

78 North County Elem. 24 Cerberus Pyrotronics Pyro MXL-IQ Month $_____________

79 North Miami Beach Senior 24 Cerberus Pyrotronics Pyro MXL Month $_____________

80 O I T Warehouse 24 Cerberus Pyrotronics Pyro MXL-IQ Month $_____________

81 Oak Grove Elem. 24 Cerberus Pyrotronics Pyro MXL Month $_____________

82 Opa Locka Elem. 24 Cerberus Pyrotronics Pyro MXL Month $_____________

83 Palmetto Elem. 24 Cerberus Pyrotronics Pyro MXL Month $_____________

84 Panther, Gordon Elem. PLC (S) 24 Cerberus Pyrotronics Pyro MXL-IQ Month $_____________

85 Porter, Gilbert Elem. PLC (Q) 24 Cerberus Pyrotronics Pyro MXL-IQ Month $_____________

86 Porter, Dr. Gilbert L. Elem. PLC 24 Cerberus Pyrotronics Pyro-MXL-IQ Month $_____________

87 Redland Elem. 24 Cerberus Pyrotronics Pyro MXL Month $_____________

88 Redland Middle 24 Cerberus Pyrotronics Pyro MXL Month $_____________

89 Redondo Elem. 24 Cerberus Pyrotronics Pyro MXL Month $_____________

90 Reeves, Henry E. S. Elem. 24 Cerberus Pyrotronics Pyro MXL Month $_____________

91 Region Maintenance Center I Instructional 24 Cerberus Pyrotronics Pyro MXL-IQ Month $_____________

92 Region Maintenance Center IV Instructional 24 Cerberus Pyrotronics Pyro System 3 Month $_____________

93 Riverside Elem. Clinic 24 Cerberus Pyrotronics Pyro SXL Month $_____________

94 Riviera Middle 24 Cerberus Pyrotronics Pyro MXL-IQ Month $_____________

95 Rockway Middle 24 Cerberus Pyrotronics Pyro MXL Month $_____________

96 Santa Clara Elem. 24 Cerberus Pyrotronics Pyro MXL-2 Month $_____________

97 Saunders, Laura C. Elem. - Service Bldg. 24 Cerberus Pyrotronics Pyro SXL Month $_____________

98 Scott Lake Elem. 24 Cerberus Pyrotronics Pyro MXL-IQ Month $_____________

99 Shenandoah Elem. PLC 24 Cerberus Pyrotronics Pyro MXL-IQ Month $_____________

100 Sheppard, Ben Elem. PLC 24 Cerberus Pyrotronics Pyro MXL-IQ Month $_____________

101 Sibley, Hubert O. Elem. 24 Cerberus Pyrotronics Pyro MXL-IQ Month $_____________

102 Skyway Elem. 24 Cerberus Pyrotronics Pyro MXL-IQ Month $_____________

103 Smith, John I. Elem. 24 Cerberus Pyrotronics Pyro MXL Month $_____________

104 Smith, Lenora B. Elem. 24 Cerberus Pyrotronics Pyro MXL Month $_____________

105 South Miami Middle 24 Cerberus Pyrotronics Pyro MXL Month $_____________

106 South Pointe Elem. 24 Cerberus Pyrotronics Pyro MXL Month $_____________

107 Southwest Center Transportation 24 Cerberus Pyrotronics Pyro MXL Month $_____________

108 Thomas, Eugenia B. K-8 Center 24 Cerberus Pyrotronics Pyro MXL-IQ Month $_____________

Page 3 FM-3738 Rev. (06-98)

BID PROPOSAL FORM (FORMAT B)

Bid # 008-HH11Bid Title: FIRE ALARM SERVICES CONTRACTBuyer: Vanessa Y. Gomez

PLEASE COMPLETE ALL HIGHLIGHTED AREAS

PRICE PER MONTHQTY MANUFACTURER MODEL

IMPORTANT BID NOTES: THE MONTHLY PRICE PER SCHOOL SHOULD CONSIST OF ALL ITEMS LISTED IN PART 3 - EXECUTION, IN ACCORDANCE WITH CODES, REGULATIONS, RULES, STANDARDS AND/OR STATUTES, OF THE BID SPECIFICATIONS.

VENDOR SHALL INDICATE MANUFACTURER'S WARRANTY, IF GREATER THAN ONE YEAR ______________

ITEM DESCRIPTION UNIT

NAME OF BIDDER:

109 Tropical Elem. 24 Cerberus Pyrotronics Pyro MXL-IQ Month $_____________

110 Varela, Felix Senior 24 Cerberus Pyrotronics Pyro MXL Month $_____________

111 Vehicle Maintenance 24 Cerberus Pyrotronics Pyro MXL Month $_____________

112 Village Green Elem. 24 Cerberus Pyrotronics Pyro MXL Month $_____________

113 Walters, Mae M. Elem. 24 Cerberus Pyrotronics Pyro MXL-IQ Month $_____________

114 Washington, Booker T. Senior 24 Cerberus Pyrotronics Pyro MXL Month $_____________

115 Wheatley, Phillis Elem. 24 Cerberus Pyrotronics Pyro MXL Month $_____________

116 Winston Park K-8 Center 24 Cerberus Pyrotronics Pyro MXL Month $_____________

117 Wyche Jr., Charles David Elem. 24 Cerberus Pyrotronics Pyro MXL Month $_____________

118

118A Elementary Schools - Cerberus Pyrotronics N/A Month $_____________

118B Primary Learning Centers - Cerberus Pyrotronics N/A Month $_____________

118C Middle Schools - Cerberus Pyrotronics N/A Month $_____________

118D Middle Learning Centers - Cerberus Pyrotronics N/A Month $_____________

118E Senior-Vocational Technical Schools - Cerberus Pyrotronics N/A Month $_____________

119 Addressable Smoke Detector 200 Cerberus Pyrotronics - Each $_____________

120 Addressable Heat Detector 50 Cerberus Pyrotronics - Each $_____________

121 Addressable Manual Station 100 Cerberus Pyrotronics - Each $_____________

122 Non-Addressable Smoke Detector 100 Cerberus Pyrotronics - Each $_____________

123 Non-Addressable Heat Detector 50 Cerberus Pyrotronics - Each $_____________

124 Non-Addressable Manual Station 100 Cerberus Pyrotronics - Each $_____________

125 Protective Cover Manual Station 100 Cerberus Pyrotronics - Each $_____________

126 Protective Cover Horn/Strobe 300 Cerberus Pyrotronics - Each $_____________

127 Visual Strobe 100 Cerberus Pyrotronics - Each $_____________

128 Horn 100 Cerberus Pyrotronics - Each $_____________

129 Horn/Strobe 500 Cerberus Pyrotronics - Each $_____________

130 Magnetic Door Holder 50 Cerberus Pyrotronics - Each $_____________

131 Detector Base Assembly 30 Cerberus Pyrotronics - Each $_____________

132 Black Box Manual Station 25 Cerberus Pyrotronics - Each $_____________

133 Black Box Horn/Strobe 25 Cerberus Pyrotronics - Each $_____________

134 Wire/Cable Indoor 2500 Cerberus Pyrotronics - Each $_____________

135 Wire/Cable Outdoor Wet Location - West Penn 2500 Cerberus Pyrotronics - Each $_____________

136 Input A/C power surge suppresser, DITEK-DTK-120 HW, EDCO-HSP121BT-1RU or equal. 75 Cerberus Pyrotronics - Each $_____________

Group 1: Cerberus Pyrotronics Systems Miscellaneous Peripheral Material

Group 1: Additional Cerberus Pyrotronics Systems

In the event M-DCPS increases the fire alarm systems or number of facilities, and chooses at its sole discretion to add servicing to these systems, the vendor shall: Provide all labor, materials and equipment necessary to test, service, inspect and maintain additional fire alarm systems in accordance with the attached specifications.

Page 4 FM-3738 Rev. (06-98)

BID PROPOSAL FORM (FORMAT B)

Bid # 008-HH11Bid Title: FIRE ALARM SERVICES CONTRACTBuyer: Vanessa Y. Gomez

PLEASE COMPLETE ALL HIGHLIGHTED AREAS

PRICE PER MONTHQTY MANUFACTURER MODEL

IMPORTANT BID NOTES: THE MONTHLY PRICE PER SCHOOL SHOULD CONSIST OF ALL ITEMS LISTED IN PART 3 - EXECUTION, IN ACCORDANCE WITH CODES, REGULATIONS, RULES, STANDARDS AND/OR STATUTES, OF THE BID SPECIFICATIONS.

VENDOR SHALL INDICATE MANUFACTURER'S WARRANTY, IF GREATER THAN ONE YEAR ______________

ITEM DESCRIPTION UNIT

NAME OF BIDDER:

137Initiating Device Circuits (IDC)/Signaling Line Circuits (SLC) surge suppresser, DITEK-DTK-2LVLPLV, EDCO-PC642, EDCO series SLCP-30 or equal.

360 Cerberus Pyrotronics - Each$_____________

138 Notification Appliance Circuits (NAC) surge suppresser, DITEK-DTK2LVPLV, EDCO-PHC-043 or equal. 360 Cerberus Pyrotronics - Each $_____________

139

139A Alarm Technician labor rate not to exceed $75.00 per hour. - Cerberus Pyrotronics N/A Hour $_____________

139B Installer labor rate not to exceed $65.00 per hour. - Cerberus Pyrotronics N/A Hour $_____________

140 _____________ % Discount

Group 1: Cerberus Pyrotronics Systems Labor Rates

Provide additional support functions or modifications to new or existing systems that may be requested by M-DCPS, in accordance with section 3.6 of the attached specifications.

Group 1: Percent Discount off List

For additional support functions or modifications to new or existing Cerberus Pyrotronics Fire Alarm Systems OEM parts may be required. Bidder(s) shall indicate the percent of discount off the manufacturer's most recent published price list. A minimum of 30% off the most recent OEM published list price is required.

Page 5 FM-3738 Rev. (06-98)

BID PROPOSAL FORM (FORMAT B)

Bid # 008-HH11Bid Title: FIRE ALARM SERVICES CONTRACTBuyer: Vanessa Y. Gomez

PLEASE COMPLETE ALL HIGHLIGHTED AREAS

PRICE PER MONTHQTY MANUFACTURER MODEL

IMPORTANT BID NOTES: THE MONTHLY PRICE PER SCHOOL SHOULD CONSIST OF ALL ITEMS LISTED IN PART 3 - EXECUTION, IN ACCORDANCE WITH CODES, REGULATIONS, RULES, STANDARDS AND/OR STATUTES, OF THE BID SPECIFICATIONS.

VENDOR SHALL INDICATE MANUFACTURER'S WARRANTY, IF GREATER THAN ONE YEAR ______________

ITEM DESCRIPTION UNIT

NAME OF BIDDER:

141 Allapattah Middle 24 Simplex Grinnell Simplex 4100-8001 Month $_____________

142 American Senior 24 Simplex Grinnell Simplex 4020 Month $_____________

143 Arcola Lakes Elem. 24 Simplex Grinnell Simplex 4020-8001 Month $_____________

144 Arvida Middle 24 Simplex Grinnell Simplex 4020 Month $_____________

145 Ashe, Dr. Bowman Foster Elem. 24 Simplex Grinnell Simplex 4100 Month $_____________

146 Baker, George T. Aviation 24 Simplex Grinnell Simplex 4010 Month $_____________

147 Bent Tree Elem. 24 Simplex Grinnell Simplex 4020-8001 Month $_____________

148 Biscayne Nature Center 24 Simplex Grinnell Simplex 4010 Month $_____________

149 Blanton, Van E. Elem. 24 Simplex Grinnell Simplex 4100-8001 Month $_____________

150 Blue Lakes Elem. 24 Simplex Grinnell Simplex 4020 Month $_____________

151 Boussard, Norma Butler Elem. 24 Simplex Grinnell Simplex 4100 U Month $_____________

152 Broadmoor Elem. 24 Simplex Grinnell Simplex 4020-8001 Month $_____________

153 Campbell Drive Middle 24 Simplex Grinnell Simplex 4020 Month $_____________

154 Canosa, Jorge Mas Middle 24 Simplex Grinnell Simplex 4100 U Month $_____________

155 Caribbean Elem. 24 Simplex Grinnell Simplex 4020 Month $_____________

156 Carol City Middle 24 Simplex Grinnell Simplex 4002-8001 Month $_____________

157 Chiles, Lawton Middle 24 Simplex Grinnell Simpelx 4020 Month $_____________

158 Colonial Drive Elem. 24 Simplex Grinnell Simplex 4004 Month $_____________

159 Coral Park Elem. 24 Simplex Grinnell Simplex 4020 Month $_____________

160 Coral Reef Elem. 24 Simplex Grinnell Simplex 4020-8001 Month $_____________

161 Coral Terrace Elem. 24 Simplex Grinnell Simplex 4010 Month $_____________

162 Corporate Academy North 24 Simplex Grinnell Simplex 4020-8001 Month $_____________

163 Country Club Middle 24 Simplex Grinnell Simplex 4020 Month $_____________

164 Crowder, Thena C. Elem. 24 Simplex Grinnell Simplex 4010 Month $_____________

165 Culter Ridge Middle 24 Simplex Grinnell Simplex 4010 Month $_____________

166 Cutler Ridge Elem. 24 Simplex Grinnell Simplex 4020-8001 Month $_____________

167 Dario, Rubin Middle 24 Simplex Grinnell Simplex 4010 Month $_____________

168 De Diego, Jose Middle 24 Simplex Grinnell Simplex 4020-8001 Month $_____________

169 Design & Architecture Senior 24 Simplex Grinnell Simplex 4002-8001 Month $_____________

170 Doral Middle 24 Simplex Grinnell Simplex 4020 Month $_____________

171 Dorsey, D. A. Educational Center 24 Simplex Grinnell Simplex 4010 Month $_____________

172 Douglas, Marjory Stoneman Elem. PLC 24 Simplex Grinnell Simplex 4020-8001 Month $_____________

173 Dunbar, Paul Lawrence Elem. 24 Simplex Grinnell Simplex 4020-804 Month $_____________

174 Emerson Elem. 24 Simplex Grinnell Simplex 4020 Month $_____________

GROUP 2: Simplex Grinnell Systems

Items 141 through 257 to be awarded on a total low bid basis. Items 258 to 280 will not be used to calculate bid award however, awarded vendors shall honor these prices if additional support functions or modifications are requested by M-DCPS. Vendors must bid all items.

Page 6 FM-3738 Rev. (06-98)

BID PROPOSAL FORM (FORMAT B)

Bid # 008-HH11Bid Title: FIRE ALARM SERVICES CONTRACTBuyer: Vanessa Y. Gomez

PLEASE COMPLETE ALL HIGHLIGHTED AREAS

PRICE PER MONTHQTY MANUFACTURER MODEL

IMPORTANT BID NOTES: THE MONTHLY PRICE PER SCHOOL SHOULD CONSIST OF ALL ITEMS LISTED IN PART 3 - EXECUTION, IN ACCORDANCE WITH CODES, REGULATIONS, RULES, STANDARDS AND/OR STATUTES, OF THE BID SPECIFICATIONS.

VENDOR SHALL INDICATE MANUFACTURER'S WARRANTY, IF GREATER THAN ONE YEAR ______________

ITEM DESCRIPTION UNIT

NAME OF BIDDER:

175 F. D. L. R. S. at Blue Lakes Elem 24 Simplex Grinnell Simplelx 4100U Month $_____________

176 Fairlawn Elem. 24 Simplex Grinnell Simplex 4020 Month $_____________

177 Fairlawn Elem. 24 Simplex Grinnell Simplex 4020 Month $_____________

178 Fienberg/Fisher K-8 center 24 Simplex Grinnell Simplex 4020-8001 Month $_____________

179 Filer, Henry H. Elem. 24 Simplex Grinnell Simplex 4020 Month $_____________

180 Finlay, Dr. Carlos J. Elem. 24 Simplex Grinnell Simplex 4020 Month $_____________

181 Flagler, Henry M. Elem. 24 Simplex Grinnell Simplex 4020 Month $_____________

182 Flagmi Elem. 24 Simplex Grinnell Simplex 4020-8001 Month $_____________

183 Florida City Elem. 24 Simplex Grinnell Simplex 4020 Month $_____________

184 Floyd, Gloria Elem. 24 Simplex Grinnell Simplex 4010 Month $_____________

185 Graham, Bob Educational PLC (H) 24 Simplex Grinnell Simplex 4020 Month $_____________

186 Hadley, Charles R. Elem. 24 Simplex Grinnell Simplex 4010 Month $_____________

187 Hammocks Middle Addition 24 Simplex Grinnell Simplex 4010 Month $_____________

188 Headstart Transition 24 Simplex Grinnell Simplex 4010 Month $_____________

189 Hialeah Elem. 24 Simplex Grinnell Simplex 4010 Month $_____________

190 Howard Drive Elem. 24 Simplex Grinnell Simplex 4020-8001 Month $_____________

191 Johnson, J. W. Elem. 24 Simplex Grinnell Simplex 4020-8001 Month $_____________

192 Kendale Elem. 24 Simplex Grinnell Simplex 4100U Month $_____________

193 Kennedy, John F. Middle 24 Simplex Grinnell Simplex 4020 Month $_____________

194 Key Biscayne Elem./ K-8 Ctr. 24 Simplex Grinnell Simplex 4020 Month $_____________

195 Key Biscayne Nature Center 24 Simplex Grinnell Simplex 4010 Month $_____________

196 Kinloch Park Elem. 24 Simplex Grinnell Simplex 4100 Month $_____________

197 Lehman, William Elem. 24 Simplex Grinnell Simplex 4020-8001 Month $_____________

198 Lentin, Linda K-8 Center 24 Simplex Grinnell Simplex 4020 Month $_____________

199 Liberty City Elem. 24 Simplex Grinnell Simplex 4010 Month $_____________

200 Lorah Park Elem. 24 Simplex Grinnell Simplex 4020 Month $_____________

201 L'ouverture, Toussaint Elem. 24 Simplex Grinnell Simplex 4010 Month $_____________

202 Maintenance & Operations 24 Simplex Grinnell Simplex 4020 Month $_____________

203 Mann, Horace Middle 24 Simplex Grinnell Simplex 4020 Month $_____________

204 Miami Springs Student Services 24 Simplex Grinnell Simplex 4010 Month $_____________

205 Miami Carol City Senior 24 Simplex Grinnell Simplex 4100-8001 Month $_____________

206 Miami Gardens Elem. 24 Simplex Grinnell Simplex 4005 Month $_____________

207 Miami Heights Elem. 24 Simplex Grinnell Simplex 4100-8001 Month $_____________

208 Miami Lakes Educational Center Tech / Sr 24 Simplex Grinnell Simplex 4100-8001 Month $_____________

209 Miami Lakes Middle 24 Simplex Grinnell Simplex 4020 Month $_____________

210 Miami Norland Senior 24 Simplex Grinnell Simplex 4020-8001 Month $_____________

211 Miami Park Elem. 24 Simplex Grinnell Simplex 4010 Month $_____________

Page 7 FM-3738 Rev. (06-98)

BID PROPOSAL FORM (FORMAT B)

Bid # 008-HH11Bid Title: FIRE ALARM SERVICES CONTRACTBuyer: Vanessa Y. Gomez

PLEASE COMPLETE ALL HIGHLIGHTED AREAS

PRICE PER MONTHQTY MANUFACTURER MODEL

IMPORTANT BID NOTES: THE MONTHLY PRICE PER SCHOOL SHOULD CONSIST OF ALL ITEMS LISTED IN PART 3 - EXECUTION, IN ACCORDANCE WITH CODES, REGULATIONS, RULES, STANDARDS AND/OR STATUTES, OF THE BID SPECIFICATIONS.

VENDOR SHALL INDICATE MANUFACTURER'S WARRANTY, IF GREATER THAN ONE YEAR ______________

ITEM DESCRIPTION UNIT

NAME OF BIDDER:

212 Miami Southridge Senior 24 Simplex Grinnell Simplex 4100-8001 Month $_____________

213 Miami Springs Elem. 24 Simplex Grinnell Simplex 4020-8001 Month $_____________

214 Naranja Elem. 24 Simplex Grinnell Simplex 4001 Month $_____________

215 Norland Middle 24 Simplex Grinnell Simplex 4020-8001 Month $_____________

216 North Beach Elem. 24 Simplex Grinnell Simplex 4020-8001 Month $_____________

217 North Dade Middle/ Ctr For Modern Language Elem 24 Simplex Grinnell Simplex 4020 Month $_____________

218 North Hialeah Elem. 24 Simplex Grinnell Simplex 4020 Month $_____________

219 North Twin Lakes Elem. 24 Simplex Grinnell Simplex 4100U Month $_____________

220 Norwood Elem. 24 Simplex Grinnell Simplex 4002-8001 Month $_____________

221 Palm Springs North Elem. / PLC (X) 24 Simplex Grinnell Simplex 4020 /4010 Month $_____________

222 Parkway Elem. 24 Simplex Grinnell Simplex 4100 Month $_____________

223 Pepper, Claude Elem. 24 Simplex Grinnell Simplex 4010 Month $_____________

224 Pharr, Kelsey L. Elem. 24 Simplex Grinnell Simplex 4010 Month $_____________

225 Pine Villa Elem. 24 Simplex Grinnell Simplex 4010 Month $_____________

226 Poninciana Parks Elem. 24 Simplex Grinnell Simplex 4002 Month $_____________

227 Porter, Dr. Gilbert L. Elem. 24 Simplex Grinnell Simplex 4100 Month $_____________

228 Region Maintenance Center 24 Simplex Grinnell Simplex 4020 Month $_____________

229 Riverside Elem. 24 Simplex Grinnell Simplex 4020 Month $_____________

230 Royal Green Elem. 24 Simplex Grinnell Simplex 4020 Month $_____________

231 Royal Palm Elem. 24 Simplex Grinnell Simplex 4010 Month $_____________

232 S. B. A. B. 24 Simplex Grinnell Simplex 4100U Month $_____________

233 Saunders, Laura C. Elem. 24 Simplex Grinnell Simplex 4020 Month $_____________

234 Schee, John H. Transportation 24 Simplex Grinnell Simplex 4020 Month $_____________

235 Seminole Elem. 24 Simplex Grinnell Simplex 4020-8001 Month $_____________

236 Shenandoah Elem. 24 Simplex Grinnell Simplex 4020 Month $_____________

237 Sheppard, Ben Elem 24 Simplex Grinnell Simplex 4020 Month $_____________

238 Smith, John I. Elem. PLC 24 Simplex Grinnell Simplex 4010 Month $_____________

239 Snapper Creek Elem. 24 Simplex Grinnell Simplex 4020 Month $_____________

240 South Dade Middle School 24 Simplex Grinnell Simplex 4100 U Month $_____________

241 South Dade Senior 24 Simplex Grinnell Simplex 4020 Month $_____________

242 South Hialeah Elem. 24 Simplex Grinnell Simplex 4010 Month $_____________

243 South Miami Heights Elem. 24 Simplex Grinnell Simplex 4020 Month $_____________

244 Stirrup, E. W. F. Elem. 24 Simplex Grinnell Simplex 4020-8001 Month $_____________

245 Sunset Park Elem. 24 Simplex Grinnell Simplex 4020 Month $_____________

246 Sweetwater Elem. 24 Simplex Grinnell Simplex 4020 Month $_____________

247 Thomas, W. R. Middle 24 Simplex Grinnell Simplex 4020 Month $_____________

248 Treasure Island Elem. 24 Simplex Grinnell Simplex 4100 Month $_____________

249 Tucker, Frances S. Elem. 24 Simplex Grinnell Simplex 4020-8001 Month $_____________

Page 8 FM-3738 Rev. (06-98)

BID PROPOSAL FORM (FORMAT B)

Bid # 008-HH11Bid Title: FIRE ALARM SERVICES CONTRACTBuyer: Vanessa Y. Gomez

PLEASE COMPLETE ALL HIGHLIGHTED AREAS

PRICE PER MONTHQTY MANUFACTURER MODEL

IMPORTANT BID NOTES: THE MONTHLY PRICE PER SCHOOL SHOULD CONSIST OF ALL ITEMS LISTED IN PART 3 - EXECUTION, IN ACCORDANCE WITH CODES, REGULATIONS, RULES, STANDARDS AND/OR STATUTES, OF THE BID SPECIFICATIONS.

VENDOR SHALL INDICATE MANUFACTURER'S WARRANTY, IF GREATER THAN ONE YEAR ______________

ITEM DESCRIPTION UNIT

NAME OF BIDDER:

250 Turner, William H. Technical / Miami Agricultural Ctr. 24 Simplex Grinnell Simplex 4100 U Month $_____________

251 Twin Lakes Elem. 24 Simplex Grinnell Simplex 4020 Month $_____________

252 W. L. R. N. Channel 17 24 Simplex Grinnell Simplex 4010 Month $_____________

253 West Miami Middle 24 Simplex Grinnell Simplex 4005 Month $_____________

254 Whigham, Dr. Edward L. Elem 24 Simplex Grinnell Simplex 4100-8001 Month $_____________

255 Whigham, Dr. Edward L. Elem. PLC 24 Simplex Grinnell Simplex 4100-8001 Month $_____________

256 Whispering Pines Elem. 24 Simplex Grinnell Simplex 4020 Month $_____________

257 Young, Nathan B. Elem. 24 Simplex Grinnell Simplex 4002 Month $_____________

258

258A Elementary Schools - Simplex Grinnell N/A Month $_____________

258B Primary Learning Centers - Simplex Grinnell N/A Month $_____________

258C Middle Schools - Simplex Grinnell N/A Month $_____________

258D Middle Learning Centers - Simplex Grinnell N/A Month $_____________

258E Senior-Vocational Technical Schools - Simplex Grinnell N/A Month $_____________

259 Addressable Smoke Detector 200 Simplex Grinnell - Each $_____________

260 Addressable Heat Detector 50 Simplex Grinnell - Each $_____________

261 Addressable Manual Station 100 Simplex Grinnell - Each $_____________

262 Non-Addressable Smoke Detector 100 Simplex Grinnell - Each $_____________

263 Non-Addressable Heat Detector 50 Simplex Grinnell - Each $_____________

264 Non-Addressable Manual Station 100 Simplex Grinnell - Each $_____________

265 Protective Cover Manual Station 100 Simplex Grinnell - Each $_____________

266 Protective Cover Horn/Strobe 300 Simplex Grinnell - Each $_____________

267 Visual Strobe 100 Simplex Grinnell - Each $_____________

268 Horn 100 Simplex Grinnell - Each $_____________

269 Horn/Strobe 500 Simplex Grinnell - Each $_____________

270 Magnetic Door Holder 50 Simplex Grinnell - Each $_____________

271 Detector Base Assembly 30 Simplex Grinnell - Each $_____________

272 Black Box Manual Station 25 Simplex Grinnell - Each $_____________

273 Black Box Horn/Strobe 25 Simplex Grinnell - Each $_____________

274 Wire/Cable Indoor 2500 Simplex Grinnell - Each $_____________

275 Wire/Cable Outdoor Wet Location - West Penn 2500 Simplex Grinnell - Each $_____________

276 Input A/C power surge suppresser, DITEK-DTK-120 HW, EDCO-HSP121BT-1RU or equal. 75 Simplex Grinnell - Each $_____________

277Initiating Device Circuits (IDC)/Signaling Line Circuits (SLC) surge suppresser, DITEK-DTK-2LVLPLV, EDCO-PC642, EDCO series SLCP-30 or equal.

360 Simplex Grinnell - Each$_____________

In the event M-DCPS increases the fire alarm systems or number of facilities, and chooses at its sole discretion to add servicing to these systems, the vendor shall: Provide all labor, materials and equipment necessary to test, service, inspect and maintain additional fire alarm systems in accordance with the attached specifications.

GROUP 2: Simplex Grinnell Systems Miscellaneous Peripheral Material

GROUP 2: Additional Simplex Grinnell Systems

Page 9 FM-3738 Rev. (06-98)

BID PROPOSAL FORM (FORMAT B)

Bid # 008-HH11Bid Title: FIRE ALARM SERVICES CONTRACTBuyer: Vanessa Y. Gomez

PLEASE COMPLETE ALL HIGHLIGHTED AREAS

PRICE PER MONTHQTY MANUFACTURER MODEL

IMPORTANT BID NOTES: THE MONTHLY PRICE PER SCHOOL SHOULD CONSIST OF ALL ITEMS LISTED IN PART 3 - EXECUTION, IN ACCORDANCE WITH CODES, REGULATIONS, RULES, STANDARDS AND/OR STATUTES, OF THE BID SPECIFICATIONS.

VENDOR SHALL INDICATE MANUFACTURER'S WARRANTY, IF GREATER THAN ONE YEAR ______________

ITEM DESCRIPTION UNIT

NAME OF BIDDER:

278 Notification Appliance Circuits (NAC) surge suppresser, DITEK-DTK2LVPLV, EDCO-PHC-043 or equal. 360 Simplex Grinnell - Each $_____________

279

279A Alarm Technician labor rate not to exceed $75.00 per hour. - Simplex Grinnell N/A Hour $_____________

279B Installer labor rate not to exceed $65.00 per hour. - Simplex Grinnell N/A Hour $_____________

280 _____________ % Discount

Group 2: Percent Discount off List

For additional support functions or modifications to new or existing Simplex Grinnell Fire Alarm Systems OEM parts may be required. Bidder(s) shall indicate the percent of discount off the manufacturer's most recent published price list. A minimum of 30% off the most recent OEM published list price is required.

GROUP 2: Simplex Grinnell Systems Labor Rates

Provide additional support functions or modifications to new or existing systems that may be requested by M-DCPS, in accordance with section 3.6 of the attached specifications.

Page 10 FM-3738 Rev. (06-98)

BID PROPOSAL FORM (FORMAT B)

Bid # 008-HH11Bid Title: FIRE ALARM SERVICES CONTRACTBuyer: Vanessa Y. Gomez

PLEASE COMPLETE ALL HIGHLIGHTED AREAS

PRICE PER MONTHQTY MANUFACTURER MODEL

IMPORTANT BID NOTES: THE MONTHLY PRICE PER SCHOOL SHOULD CONSIST OF ALL ITEMS LISTED IN PART 3 - EXECUTION, IN ACCORDANCE WITH CODES, REGULATIONS, RULES, STANDARDS AND/OR STATUTES, OF THE BID SPECIFICATIONS.

VENDOR SHALL INDICATE MANUFACTURER'S WARRANTY, IF GREATER THAN ONE YEAR ______________

ITEM DESCRIPTION UNIT

NAME OF BIDDER:

281 Boone, Virginia A./Highland Oaks Elem. 24 Edwards Edwards IRC 3 Month $_____________

282 Calusa Elem. 24 Edwards Edwards EST 2 Month $_____________

283 Carol City Elem. 24 Edwards Edwards EST 2 Month $_____________

284 Carver, George Washington Elem. 24 Edwards ECI 7100 Month $_____________

285 Cenntennial Middle 24 Edwards Edwards EST 3 Month $_____________

286 Curry, Lamar Louise Middle 24 Edwards Edwards EST-2 Month $_____________

287 Edison Park Elem. 24 Edwards Edwards IRC-3 Month $_____________

288 Greenglade Elem. 24 Edwards Edwards EST-2 Month $_____________

289 Hawkins, Barbara Elem. 24 Edwards Edwards IRC-3 Month $_____________

290 Homestead Senior 24 Edwards Edwards IRC-3 Month $_____________

291 Hoover, Oliver Elem. 24 Edwards Edwards IRC 3 Month $_____________

292 Kruse, Ruth Owens Educational Center 24 Edwards Edwards 5721B Month $_____________

293 Lawrence Jr., David K-8 Center 24 Edwards Edwards EST-2 Month $_____________

294 Ludlam Elem. 24 Edwards Edwards EST-2 Month $_____________

295 Mack, Dr. Henry W./West Little River Elem. 24 Edwards Edwards EST-2 Month $_____________

296 Merrick Educational Center 24 Edwards Edwards 5721 B Month $_____________

297 Miami Douglas Macaurthur Senior North 24 Edwards Edwards IRC 3 Month $_____________

298 Miami Edison Senior 24 Edwards Edwards EST 3 Month $_____________

299 Miami Jackson Senior 24 Edwards Edwards EST 3 Month $_____________

300 Miami Northwestern Senior 24 Edwards Edwards IRC 3 Month $_____________

301 Miami Springs Senior 24 Edwards Edwrads IRC 3 Month $_____________

302 North Center Transportation 24 Edwards Edwards EST-29234 Month $_____________

303 Northeast Center Transportation 24 Edwards Edwards EST-QSC Month $_____________

304 Olinda Elem. 24 Edwards Edwards EST-2 Month $_____________

305 Orchard Villa Elem. 24 Edwards Edwards 5721B Month $_____________

306 Parkview Elem. 24 Edwards Edwards EST-2 Month $_____________

307 Perrine Elem. 24 Edwards Edwards EST-2 Month $_____________

308 Pine Lake Elem. 24 Edwards Edwards EST-2 Month $_____________

309 Reagan, Ronald W./Doral Senior 24 Edwards Edwards EST-3 Month $_____________

310 Renick, Robert Educational Center 24 Edwards Edwards EST-2 Month $_____________

311 S B A B - Jefferson Administration Building 24 Edwards Edwards IRC 3 Month $_____________

312 S B A B - Jefferson Garage 24 Edwards Edwards EST 2Z6 Month $_____________

313 Shadowlawn Elem. 24 Edwards Edwards IRC 3 Month $_____________

314 South Miami K-8 Center 24 Edwards Edwards EST-2 Month $_____________

GROUP 3: Edwards Systems

Items 281 through 319 to be awarded on a total low bid basis. Items 320 to 342 will not be used to calculate bid award however, awarded vendors shall honor these prices if additional support functions or modifications are requested by M-DCPS. Vendors must bid all items.

Page 11 FM-3738 Rev. (06-98)

BID PROPOSAL FORM (FORMAT B)

Bid # 008-HH11Bid Title: FIRE ALARM SERVICES CONTRACTBuyer: Vanessa Y. Gomez

PLEASE COMPLETE ALL HIGHLIGHTED AREAS

PRICE PER MONTHQTY MANUFACTURER MODEL

IMPORTANT BID NOTES: THE MONTHLY PRICE PER SCHOOL SHOULD CONSIST OF ALL ITEMS LISTED IN PART 3 - EXECUTION, IN ACCORDANCE WITH CODES, REGULATIONS, RULES, STANDARDS AND/OR STATUTES, OF THE BID SPECIFICATIONS.

VENDOR SHALL INDICATE MANUFACTURER'S WARRANTY, IF GREATER THAN ONE YEAR ______________

ITEM DESCRIPTION UNIT

NAME OF BIDDER:

315 Southside Elem. 24 Edwards Edwards IRC 3 Month $_____________

316 Southwood Middle 24 Edwards Edwards EST 3 Month $_____________

317 Vineland Elem. 24 Edwards Edwards EST-2 Month $_____________

318 West Homestead Elem. 24 Edwards Edwards EST-2 Month $_____________

319 Westview Middle 24 Edwards Edwards EST-2 Month $_____________

320

320A Elementary Schools - Edwards N/A Month $_____________

320B Primary Learning Centers - Edwards N/A Month $_____________

320C Middle Schools - Edwards N/A Month $_____________

320D Middle Learning Centers - Edwards N/A Month $_____________

320E Senior-Vocational Technical Schools - Edwards N/A Month $_____________

321 Addressable Smoke Detector 200 Edwards - Each $_____________

322 Addressable Heat Detector 50 Edwards - Each $_____________

323 Addressable Manual Station 100 Edwards - Each $_____________

324 Non-Addressable Smoke Detector 100 Edwards - Each $_____________

325 Non-Addressable Heat Detector 50 Edwards - Each $_____________

326 Non-Addressable Manual Station 100 Edwards - Each $_____________

327 Protective Cover Manual Station 100 Edwards - Each $_____________

328 Protective Cover Horn/Strobe 300 Edwards - Each $_____________

329 Visual Strobe 100 Edwards - Each $_____________

330 Horn 100 Edwards - Each $_____________

331 Horn/Strobe 500 Edwards - Each $_____________

332 Magnetic Door Holder 50 Edwards - Each $_____________

333 Detector Base Assembly 30 Edwards - Each $_____________

334 Black Box Manual Station 25 Edwards - Each $_____________

335 Black Box Horn/Strobe 25 Edwards - Each $_____________

336 Wire/Cable Indoor 2500 Edwards - Each $_____________

337 Wire/Cable Outdoor Wet Location - West Penn 2500 Edwards - Each $_____________

338 Input A/C power surge suppresser, DITEK-DTK-120 HW, EDCO-HSP121BT-1RU or equal. 75 Edwards - Each $_____________

339Initiating Device Circuits (IDC)/Signaling Line Circuits (SLC) surge suppresser, DITEK-DTK-2LVLPLV, EDCO-PC642, EDCO series SLCP-30 or equal.

360 Edwards - Each$_____________

340 Notification Appliance Circuits (NAC) surge suppresser, DITEK-DTK2LVPLV, EDCO-PHC-043 or equal. 360 Edwards - Each $_____________

Group 3: Additional Edwards Systems

In the event M-DCPS increases the fire alarm systems or number of facilities, and chooses at its sole discretion to add servicing to these systems, the vendor shall: Provide all labor, materials and equipment necessary to test, service, inspect and maintain additional fire alarm systems in accordance with the attached specifications.

Group 3: Edwards Systems Labor Rates

Group 3: Edwards Systems Miscellaneous Peripheral Material

Page 12 FM-3738 Rev. (06-98)

BID PROPOSAL FORM (FORMAT B)

Bid # 008-HH11Bid Title: FIRE ALARM SERVICES CONTRACTBuyer: Vanessa Y. Gomez

PLEASE COMPLETE ALL HIGHLIGHTED AREAS

PRICE PER MONTHQTY MANUFACTURER MODEL

IMPORTANT BID NOTES: THE MONTHLY PRICE PER SCHOOL SHOULD CONSIST OF ALL ITEMS LISTED IN PART 3 - EXECUTION, IN ACCORDANCE WITH CODES, REGULATIONS, RULES, STANDARDS AND/OR STATUTES, OF THE BID SPECIFICATIONS.

VENDOR SHALL INDICATE MANUFACTURER'S WARRANTY, IF GREATER THAN ONE YEAR ______________

ITEM DESCRIPTION UNIT

NAME OF BIDDER:

341

341A Alarm Technician labor rate not to exceed $65.00 per hour. - Edwards N/A Hour $_____________

341B Installer labor rate not to exceed $55.00 per hour. - Edwards N/A Hour $_____________

342 _____________ % Discount

Provide additional support functions or modifications to new or existing systems that may be requested by M-DCPS, in accordance with section 3.6 of the attached specifications.

Group 3: Percent Discount off List

For additional support functions or modifications to new or existing Edwards Fire Alarm Systems OEM parts may be required. Bidder(s) shall indicate the percent of discount off the manufacturer's most recent published price list. A minimum of 30% off the most recent OEM published list price is required.

Page 13 FM-3738 Rev. (06-98)

BID PROPOSAL FORM (FORMAT B)

Bid # 008-HH11Bid Title: FIRE ALARM SERVICES CONTRACTBuyer: Vanessa Y. Gomez

PLEASE COMPLETE ALL HIGHLIGHTED AREAS

PRICE PER MONTHQTY MANUFACTURER MODEL

IMPORTANT BID NOTES: THE MONTHLY PRICE PER SCHOOL SHOULD CONSIST OF ALL ITEMS LISTED IN PART 3 - EXECUTION, IN ACCORDANCE WITH CODES, REGULATIONS, RULES, STANDARDS AND/OR STATUTES, OF THE BID SPECIFICATIONS.

VENDOR SHALL INDICATE MANUFACTURER'S WARRANTY, IF GREATER THAN ONE YEAR ______________

ITEM DESCRIPTION UNIT

NAME OF BIDDER:

343 Air Base Elem. 24 Notifier Notifier AFP 1010 Month $_____________

344 Ammons, Herbert A. Middle 24 Notifier Notifier AFP-400 Month $_____________

345 Avocado Elem. 24 Notifier Notifier AFP 1010 Month $_____________

346 Beckham, Ethel Koger Elem. 24 Notifier Notifier AM 2020 Month $_____________

347 Bel-Aire Elem. 24 Notifier Notifier AFP 1010 Month $_____________

348 Biscayne Gardens Elem. 24 Notifier Notifier AM 2020 Month $_____________

349 Braddock, G. Holmes Senior 24 Notifier Notifier AFP 1010 Month $_____________

350 Bright, James H. Elem. 24 Notifier Notifier AFP-400 Month $_____________

351 Bryan, W. J. Elem. 24 Notifier Notifier AFP 1010 Month $_____________

352 C O P E Center South/Wallace,Dorothy M. 24 Notifier Notifier AFP 1010 Month $_____________

353 Central East Transportation & Gas 24 Notifier Notifier AFP-200 Month $_____________

354 Chapman, William Elem. 24 Notifier Notifier AFP -400 Month $_____________

355 Dupuis, John G. Elem. 24 Notifier Notifier AFP 1010 Month $_____________

356 Earhart, Amelia Elem. 24 Notifier Notifier AFP 1010 Month $_____________

357 Food and Nutrition Building 2 24 Notifier Notifier AFP-200 Month $_____________

358 Gulfstream Elem. 24 Notifier Notifier AFP 1010 Month $_____________

359 Hammocks Middle 24 Notifier Notifier 5000 Month $_____________

360 Hialeah Middle 24 Notifier Notifier AM 2020 Month $_____________

361 Hiighland Oaks Middle 24 Notifier Notifier AFP 1010 Month $_____________

362 Kendale Lakes Elem. 24 Notifier Notifier AFP-400 Month $_____________

363 Lakeview Elem. 24 Notifier Notifier AFP 1010 Month $_____________

364 Little River Elem. 24 Notifier Notifier AFP 1010 Month $_____________

365 Materials Mgmt. Central Stockroom 24 Notifier Notifier AFP-200 Month $_____________

366 Miami Coral Park Senior 24 Notifier Notifier AM 2020 Month $_____________

367 Miami Douglas MacArthur South Kitchen 24 Notifier Notifier AFP-200 Month $_____________

368 Miami Palmetto Senior 24 Notifier Notifier AFP 1010 Month $_____________

369 Morgan, Robert Educational Center Sr. 24 Notifier Notifier ONXY NFS-640 Month $_____________

370 North Miami Senior 24 Notifier Notifier AFP 1010 Month $_____________

371 Olympia Heights Elem. 24 Notifier Noitifier AFP 1010 Month $_____________

372 Palm Lakes Elem. 24 Notifier Notifier AFP-400 Month $_____________

373 Palm Springs Elem. 24 Notifier Notifier AM 200 Month $_____________

374 Palm Springs Middle 24 Notifier Notifier AM 2020 Month $_____________

375 Palmetto Middle 24 Notifier Notifier AFP 1010 Month $_____________

376 Parkway Middle 24 Notifier Notifier ONYZ NFS-640 Month $_____________

GROUP 4: Notifier Systems

Items 343 through 385 to be awarded on a total low bid basis. Items 386 to 408 will not be used to calculate bid award however, awarded vendors shall honor these prices if additional support functions or modifications are requested by M-DCPS. Vendors must bid all items.

Page 14 FM-3738 Rev. (06-98)

BID PROPOSAL FORM (FORMAT B)

Bid # 008-HH11Bid Title: FIRE ALARM SERVICES CONTRACTBuyer: Vanessa Y. Gomez

PLEASE COMPLETE ALL HIGHLIGHTED AREAS

PRICE PER MONTHQTY MANUFACTURER MODEL

IMPORTANT BID NOTES: THE MONTHLY PRICE PER SCHOOL SHOULD CONSIST OF ALL ITEMS LISTED IN PART 3 - EXECUTION, IN ACCORDANCE WITH CODES, REGULATIONS, RULES, STANDARDS AND/OR STATUTES, OF THE BID SPECIFICATIONS.

VENDOR SHALL INDICATE MANUFACTURER'S WARRANTY, IF GREATER THAN ONE YEAR ______________

ITEM DESCRIPTION UNIT

NAME OF BIDDER:

377 Peskoe, Irving & Beatrice Elem. 24 Notifier Notifier APF 1010 Month $_____________

378 Pinecrest Elem. 24 Notifier Notifier AFP-400 Month $_____________

379 Region Maintenance Center IV 24 Notifier Notifier AFP-200 Month $_____________

380 Richmond Heights Middle 24 Notifier Notifier AFP 1010 Month $_____________

381 Rockway Elem. 24 Notifier Notifier AFP 1010 Month $_____________

382 S & D Stores and Mail Distribution 24 Notifier Notifier AFP-200 Month $_____________

383 Sliver Bluff Elem. 24 Notifier Notifier AFP 1010 Month $_____________

384 Springview Elem. 24 Notifier Notiifier AFP 1010 Month $_____________

385 Sylvania Heights Elem. 24 Notifier Notifier AFP 1010 Month $_____________

386

386A Elementary Schools - Notifier N/A Month $_____________

386B Primary Learning Centers - Notifier N/A Month $_____________

386C Middle Schools - Notifier N/A Month $_____________

386D Middle Learning Centers - Notifier N/A Month $_____________

386E Senior-Vocational Technical Schools - Notifier N/A Month $_____________

387 Addressable Smoke Detector 200 Notifier - Each $_____________

388 Addressable Heat Detector 50 Notifier - Each $_____________

389 Addressable Manual Station 100 Notifier - Each $_____________

390 Non-Addressable Smoke Detector 100 Notifier - Each $_____________

391 Non-Addressable Heat Detector 50 Notifier - Each $_____________

392 Non-Addressable Manual Station 100 Notifier - Each $_____________

393 Protective Cover Manual Station 100 Notifier - Each $_____________

394 Protective Cover Horn/Strobe 300 Notifier - Each $_____________

395 Visual Strobe 100 Notifier - Each $_____________

396 Horn 100 Notifier - Each $_____________

397 Horn/Strobe 500 Notifier - Each $_____________

398 Magnetic Door Holder 50 Notifier - Each $_____________

399 Detector Base Assembly 30 Notifier - Each $_____________

400 Black Box Manual Station 25 Notifier - Each $_____________

401 Black Box Horn/Strobe 25 Notifier - Each $_____________

402 Wire/Cable Indoor 2500 Notifier - Each $_____________

403 Wire/Cable Outdoor Wet Location - West Penn 2500 Notifier - Each $_____________

404 Input A/C power surge suppresser, DITEK-DTK-120 HW, EDCO-HSP121BT-1RU or equal. 75 Notifier - Each $_____________

In the event M-DCPS increases the fire alarm systems or number of facilities, and chooses at its sole discretion to add servicing to these systems, the vendor shall: Provide all labor, materials and equipment necessary to test, service, inspect and maintain additional fire alarm systems in accordance with the attached specifications.

Group 4: Notifier Systems Miscellaneous Peripheral Material

Group 4: Additional Notifier Systems

Page 15 FM-3738 Rev. (06-98)

BID PROPOSAL FORM (FORMAT B)

Bid # 008-HH11Bid Title: FIRE ALARM SERVICES CONTRACTBuyer: Vanessa Y. Gomez

PLEASE COMPLETE ALL HIGHLIGHTED AREAS

PRICE PER MONTHQTY MANUFACTURER MODEL

IMPORTANT BID NOTES: THE MONTHLY PRICE PER SCHOOL SHOULD CONSIST OF ALL ITEMS LISTED IN PART 3 - EXECUTION, IN ACCORDANCE WITH CODES, REGULATIONS, RULES, STANDARDS AND/OR STATUTES, OF THE BID SPECIFICATIONS.

VENDOR SHALL INDICATE MANUFACTURER'S WARRANTY, IF GREATER THAN ONE YEAR ______________

ITEM DESCRIPTION UNIT

NAME OF BIDDER:

405Initiating Device Circuits (IDC)/Signaling Line Circuits (SLC) surge suppresser, DITEK-DTK-2LVLPLV, EDCO-PC642, EDCO series SLCP-30 or equal.

360 Notifier - Each$_____________

406 Notification Appliance Circuits (NAC) surge suppresser, DITEK-DTK2LVPLV, EDCO-PHC-043 or equal. 360 Notifier - Each $_____________

407

407A Alarm Technician labor rate not to exceed $75.00 per hour. - Notifier N/A Hour $_____________

407B Installer labor rate not to exceed $65.00 per hour. - Notifier N/A Hour $_____________

408 _____________ % Discount

Group 4: Notifier Systems Labor Rates

Provide additional support functions or modifications to new or existing systems that may be requested by M-DCPS, in accordance with section 3.6 of the attached specifications.

Group 4: Percent Discount off List

For additional support functions or modifications to new or existing Notifier Fire Alarm Systems OEM parts may be required. Bidder(s) shall indicate the percent of discount off the manufacturer's most recent published price list. A minimum of 30% off the most recent OEM published list price is required.

Page 16 FM-3738 Rev. (06-98)

BID PROPOSAL FORM (FORMAT B)

Bid # 008-HH11Bid Title: FIRE ALARM SERVICES CONTRACTBuyer: Vanessa Y. Gomez

PLEASE COMPLETE ALL HIGHLIGHTED AREAS

PRICE PER MONTHQTY MANUFACTURER MODEL

IMPORTANT BID NOTES: THE MONTHLY PRICE PER SCHOOL SHOULD CONSIST OF ALL ITEMS LISTED IN PART 3 - EXECUTION, IN ACCORDANCE WITH CODES, REGULATIONS, RULES, STANDARDS AND/OR STATUTES, OF THE BID SPECIFICATIONS.

VENDOR SHALL INDICATE MANUFACTURER'S WARRANTY, IF GREATER THAN ONE YEAR ______________

ITEM DESCRIPTION UNIT

NAME OF BIDDER:

409 Banyan Elem. 24 Faraday Faraday MPC 2000 Month $_____________

410 Brentwood Elem. 24 Faraday Faraday MPC 2000 Month $_____________

411 Bunche Park Elem. 24 Faraday Faraday MPC 2000 Month $_____________

412 Coconut Grove Elem. 24 Faraday Faraday MPC 2000 Month $_____________

413 Comstock Elem. 24 Faraday Faraday MPC 2000 Month $_____________

414 Coral Gables Senior 24 Faraday Faraday MPC 2000 Month $_____________

415 Devon Aire K-8 Center 24 Faraday Faraday MPC 2000A Month $_____________

416 Douglass, Frederick Elem. 24 Faraday Faraday MPC 2000 Month $_____________

417 Edelman, Gertrude K./Sabal Palm Elem. 24 Faraday Faraday MPC 2000A Month $_____________

418 English Center 24 Faraday Faraday MPC 2000 Month $_____________

419 Fire Prevention Shop 24 Faraday Faraday Firewatch ll + 2 Month $_____________

420 Fulford Elem. 24 Faraday Faraday MPC 2000 Month $_____________

421 G. I. U. M-DCPS Police Dept. 24 Faraday Faraday Firewatch ii + 2 Month $_____________

422 Gratigny Elem. 24 Faraday Faraday MPC 2000 Month $_____________

423 Henry, S./ West Laboratory Elem. 24 Faraday Faraday MPC 2000 Month $_____________

424 Lee, J. R. E. Educational Center 24 Faraday Faraday MPC 2000 Month $_____________

425 Madison Middle 24 Faraday Faraday MPC 2000 Month $_____________

426 Morgan, Robert Educational Ctr. Tech. / Day Care 24 Faraday Faraday 400902/Firewatch II + 2 Month $_____________

427 North Glade Elem. 24 Faraday Faraday MPC 2000 Month $_____________

428 North Miami Elem. 24 Faraday Faraday MPC 2000 Month $_____________

429 North Miami Middle 24 Faraday Faraday MPC 2000 Month $_____________

430 Northwest Center Transportation 24 Faraday Faraday Firewatch ll + 2 Month $_____________

431 O I T/ M I S Technical Training 24 Faraday Faraday ProWatch 4000 Month $_____________

432 Plant Operations 24 Faraday Faraday Firewatch ll + 2 Month $_____________

433 Police Dept. MDCPS 24 Faraday Faraday Firewatch ll + 2 Month $_____________

434 Rainbow Park Elem. 24 Faraday Faraday MPC 2000A Month $_____________

435 Redland Learning - Labor Camp 24 Faraday Faraday Firewatch ll + 2 Month $_____________

436 Region Maintenance Center lll Building #2 24 Faraday Faraday Firewatch ll + 2 Month $_____________

437 Region Maintenance Center lll Instructional 24 Faraday Faraday Firewatch ll + 2 Month $_____________

438 South Dade Labor Camp 24 Faraday Faraday Firewatch ll + 2 Month $_____________

439 South Dade Skill Center 24 Faraday Faraday 19328/4000 Month $_____________

440 Sunset Elem. 24 Faraday Faraday MPC 2000 Month $_____________

441 The 500 Role Model Academy 24 Faraday Faraday MPC 2000A Month $_____________

442 Troy Academy at Juvenile Justice 24 Faraday Faraday Firewatch ll + 2 Month $_____________

Items 409 through 442 to be awarded on a total low bid basis. Items 443 to 465 will not be used to calculate bid award however, awarded vendors shall honor these prices if additional support functions or modifications are requested by M-DCPS. Vendors must bid all items.

GROUP 5: Faraday Systems

Page 17 FM-3738 Rev. (06-98)

BID PROPOSAL FORM (FORMAT B)

Bid # 008-HH11Bid Title: FIRE ALARM SERVICES CONTRACTBuyer: Vanessa Y. Gomez

PLEASE COMPLETE ALL HIGHLIGHTED AREAS

PRICE PER MONTHQTY MANUFACTURER MODEL

IMPORTANT BID NOTES: THE MONTHLY PRICE PER SCHOOL SHOULD CONSIST OF ALL ITEMS LISTED IN PART 3 - EXECUTION, IN ACCORDANCE WITH CODES, REGULATIONS, RULES, STANDARDS AND/OR STATUTES, OF THE BID SPECIFICATIONS.

VENDOR SHALL INDICATE MANUFACTURER'S WARRANTY, IF GREATER THAN ONE YEAR ______________

ITEM DESCRIPTION UNIT

NAME OF BIDDER:

443

443A Elementary Schools - Faraday N/A Month $_____________

443B Primary Learning Centers - Faraday N/A Month $_____________

443C Middle Schools - Faraday N/A Month $_____________

443D Middle Learning Centers - Faraday N/A Month $_____________

443E Senior-Vocational Technical Schools - Faraday N/A Month $_____________

444 Addressable Smoke Detector 200 Faraday - Each $_____________

445 Addressable Heat Detector 50 Faraday - Each $_____________

446 Addressable Manual Station 100 Faraday - Each $_____________

447 Non-Addressable Smoke Detector 100 Faraday - Each $_____________

448 Non-Addressable Heat Detector 50 Faraday - Each $_____________

449 Non-Addressable Manual Station 100 Faraday - Each $_____________

450 Protective Cover Manual Station 100 Faraday - Each $_____________

451 Protective Cover Horn/Strobe 300 Faraday - Each $_____________

452 Visual Strobe 100 Faraday - Each $_____________

453 Horn 100 Faraday - Each $_____________

454 Horn/Strobe 500 Faraday - Each $_____________

455 Magnetic Door Holder 50 Faraday - Each $_____________

456 Detector Base Assembly 30 Faraday - Each $_____________

457 Black Box Manual Station 25 Faraday - Each $_____________

458 Black Box Horn/Strobe 25 Faraday - Each $_____________

459 Wire/Cable Indoor 2500 Faraday - Each $_____________

460 Wire/Cable Outdoor Wet Location - West Penn 2500 Faraday - Each $_____________

461 Input A/C power surge suppresser, DITEK-DTK-120 HW, EDCO-HSP121BT-1RU or equal. 75 Faraday - Each $_____________

462Initiating Device Circuits (IDC)/Signaling Line Circuits (SLC) surge suppresser, DITEK-DTK-2LVLPLV, EDCO-PC642, EDCO series SLCP-30 or equal.

360 Faraday - Each$_____________

463 Notification Appliance Circuits (NAC) surge suppresser, DITEK-DTK2LVPLV, EDCO-PHC-043 or equal. 360 Faraday - Each $_____________

464

464A Alarm Technician labor rate not to exceed $75.00 per hour. - Faraday N/A Hour $_____________464B Installer labor rate not to exceed $65.00 per hour. - Faraday N/A Hour $_____________

465 _____________ % Discount

Group 5: Percent Discount off ListFor additional support functions or modifications to new or existing Faraday Fire Alarm Systems OEM parts may be required. Bidder(s) shall indicate the percent of discount off the manufacturer's most recent published price list. A minimum of 30% off the most recent OEM published list price is required.

Group 5: Faraday Miscellaneous Peripheral Material

Group 5: Faraday Systems Labor RatesProvide additional support functions or modifications to new or existing systems that may be requested by M-DCPS, in accordance with section 3.6 of the attached specifications.

Group 5: Additional Faraday SystemsIn the event M-DCPS increases the fire alarm systems or number of facilities, and chooses at its sole discretion to add servicing to these systems, the vendor shall: Provide all labor, materials and equipment necessary to test, service, inspect and maintain additional fire alarm systems in accordance with the attached specifications.

Page 18 FM-3738 Rev. (06-98)

BID PROPOSAL FORM (FORMAT B)

Bid # 008-HH11Bid Title: FIRE ALARM SERVICES CONTRACTBuyer: Vanessa Y. Gomez

PLEASE COMPLETE ALL HIGHLIGHTED AREAS

PRICE PER MONTHQTY MANUFACTURER MODEL

IMPORTANT BID NOTES: THE MONTHLY PRICE PER SCHOOL SHOULD CONSIST OF ALL ITEMS LISTED IN PART 3 - EXECUTION, IN ACCORDANCE WITH CODES, REGULATIONS, RULES, STANDARDS AND/OR STATUTES, OF THE BID SPECIFICATIONS.

VENDOR SHALL INDICATE MANUFACTURER'S WARRANTY, IF GREATER THAN ONE YEAR ______________

ITEM DESCRIPTION UNIT

NAME OF BIDDER:

466 Carver, G. W. Middle MLC (NN) 24 Two Systems Pyro MXL-IQ Month $_____________

467 Carver, George Washington Middle 24 Two Systems Faraday MPC 2000 Month $_____________

468 De Leon, Ponce Middle 24 Two Systems Simplex 4100-8001 Month $_____________

469 De Leon, Ponce Middle MLC (JJ) 24 Two Systems Pyro MXL-IQ Month $_____________

470 Everglades Elem. MLC (BB) 24 Two Systems Pyro MXL-IQ Month $_____________

471 Everglades K-8 Center 24 Two Systems Notifier AFP-400 Month $_____________

472 Greynolds Park Elem. 24 Two Systems Simplex 4020 Month $_____________

473 Greynolds Park Elem. PLC 24 Two Systems Pyro MXL-IQ Month $_____________

474 Hialeah Annex(GGG) Senior 24 Two Systems Edwards EST-2 Month $_____________

475 Hialeah Senior 24 Two Systems Simplex 4002-8001 Month $_____________

476 Ives, Madie Elem. 24 Two Systems Pyro MXL Month $_____________

477 Ives, Madie Elem. PLC (M) 24 Two Systems Simplex 4010 Month $_____________

478 Kenwood Elem. 24 Two Systems Simplex 4020 Month $_____________

479 Kenwood Elem. M L C (CC) 24 Two Systems Pyro MXL-IQ Month $_____________

480 Kinloch Park Elem. MLC (MM) 24 Two Systems Pyro MXL-IQ Month $_____________

481 Kinloch Park Middle 24 Two Systems Notifier AFP 1010 Month $_____________

482 Marti, Jose Middle 24 Two Systems Pyro MXL IQ Month $_____________

483 Marti, Jose Middle Clinic 24 Two Systems Faraday Firewatch ii + 2 Month $_____________

484 Miami Killian Senior 24 Two Systems Notifier AFP 1010 Month $_____________

485 Miami Killian Senior (New Building) 24 Two Systems Pyro MXL Month $_____________

486 Miami Lakes Elem. PLC L 24 Two Systems Simplex 4020-8001 Month $_____________

487 Miami Lakes K-8 Center 24 Two Systems Pyro MXL Month $_____________

488 Milam, M. A. K-8 Center 24 Two Systems Notifier APF 1010 Month $_____________

489 Milam, M. A. K-8 Center 24 Two Systems Pyro MXL Month $_____________

490 Ojus Elem. 24 Two Systems Pyro MXL Month $_____________

491 Ojus Elem. (New Building) 24 Two Systems Simplex 4100 Month $_____________

492 Roberts, Jane K-8 Center 24 Two Systems Notifier Month $_____________

493 Roberts, Jane S. Elem. M L C (EE) 24 Two Systems Pyro MXL-IQ Month $_____________

494 Shenandoah Middle 24 Two Systems Notifier AFP 1010 Month $_____________

495 Shenandoah Middle MLC (HH) 24 Two Systems Pyro MXL-IQ Month $_____________

496 South Miami Senior 24 Two Systems Pyro MXL Month $_____________

497 South Miami Senior (New Building) 24 Two Systems Simplex 4100 Month $_____________

498 Southwest Miami Senior 24 Two Systems Edwards EST 3 Month $_____________

499 Southwest Miami Senior (New) 24 Two Systems Pyro MXL Month $_____________

GROUP 6: Two System Locations

Items 466 through 499 to be awarded on a total low bid basis. Items 500 to 522 will not be used to calculate bid award however, awarded vendors hall honor these prices if additional support functions or modifications are requested by M-DCPS. Vendors must bid all items.

Page 19 FM-3738 Rev. (06-98)

BID PROPOSAL FORM (FORMAT B)

Bid # 008-HH11Bid Title: FIRE ALARM SERVICES CONTRACTBuyer: Vanessa Y. Gomez

PLEASE COMPLETE ALL HIGHLIGHTED AREAS

PRICE PER MONTHQTY MANUFACTURER MODEL

IMPORTANT BID NOTES: THE MONTHLY PRICE PER SCHOOL SHOULD CONSIST OF ALL ITEMS LISTED IN PART 3 - EXECUTION, IN ACCORDANCE WITH CODES, REGULATIONS, RULES, STANDARDS AND/OR STATUTES, OF THE BID SPECIFICATIONS.

VENDOR SHALL INDICATE MANUFACTURER'S WARRANTY, IF GREATER THAN ONE YEAR ______________

ITEM DESCRIPTION UNIT

NAME OF BIDDER:

500

500A Elementary Schools - Two Systems N/A Month $_____________

500B Primary Learning Centers - Two Systems N/A Month $_____________

500C Middle Schools - Two Systems N/A Month $_____________

500D Middle Learning Centers - Two Systems N/A Month $_____________

500E Senior-Vocational Technical Schools - Two Systems N/A Month $_____________

501 Addressable Smoke Detector 200 Two Systems - Each $_____________

502 Addressable Heat Detector 50 Two Systems - Each $_____________

503 Addressable Manual Station 100 Two Systems - Each $_____________

504 Non-Addressable Smoke Detector 100 Two Systems - Each $_____________

505 Non-Addressable Heat Detector 50 Two Systems - Each $_____________

506 Non-Addressable Manual Station 100 Two Systems - Each $_____________

507 Protective Cover Manual Station 100 Two Systems - Each $_____________

508 Protective Cover Horn/Strobe 300 Two Systems - Each $_____________

509 Visual Strobe 100 Two Systems - Each $_____________

510 Horn 100 Two Systems - Each $_____________

511 Horn/Strobe 500 Two Systems - Each $_____________

512 Magnetic Door Holder 50 Two Systems - Each $_____________

513 Detector Base Assembly 30 Two Systems - Each $_____________

514 Black Box Manual Station 25 Two Systems - Each $_____________

515 Black Box Horn/Strobe 25 Two Systems - Each $_____________

516 Wire/Cable Indoor 2500 Two Systems - Each $_____________

517 Wire/Cable Outdoor Wet Location - West Penn 2500 Two Systems - Each $_____________

518 Input A/C power surge suppresser, DITEK-DTK-120 HW, EDCO-HSP121BT-1RU or equal. 75 Two Systems - Each $_____________

519Initiating Device Circuits (IDC)/Signaling Line Circuits (SLC) surge suppresser, DITEK-DTK-2LVLPLV, EDCO-PC642, EDCO series SLCP-30 or equal.

360 Two Systems - Each$_____________

520 Notification Appliance Circuits (NAC) surge suppresser, DITEK-DTK2LVPLV, EDCO-PHC-043 or equal. 360 Two Systems - Each $_____________

521

521A Alarm Technician labor rate not to exceed $75.00 per hour. - Two Systems N/A Hour $_____________

521B Installer labor rate not to exceed $65.00 per hour. - Two Systems N/A Hour $_____________

522 _____________ % Discount

Provide additional support functions or modifications to new or existing systems that may be requested by M-DCPS, in accordance with section 3.6 of the attached specifications.

GROUP 6: Percent Discount off ListFor additional support functions or modifications to new or existing Two System Locations OEM parts may be required. Bidder(s) shall indicate the percent of discount off the manufacturer's most recent published price list. A minimum of 30% off the most recent OEM published list price is required.

GROUP 6: Additional Two System LocationsIn the event M-DCPS increases the fire alarm systems or number of facilities, and chooses at its sole discretion to add servicing to these systems, the vendor shall: Provide all labor, materials and equipment necessary to test, service, inspect and maintain additional fire alarm systems in accordance with the attached specifications.

GROUP 6: Two System Locations Miscellaneous Peripheral Material

GROUP 6: Two System Locations Labor Rates

Page 20 FM-3738 Rev. (06-98)

BID PROPOSAL FORM (FORMAT B)

Bid # 008-HH11Bid Title: FIRE ALARM SERVICES CONTRACTBuyer: Vanessa Y. Gomez

PLEASE COMPLETE ALL HIGHLIGHTED AREAS

PRICE PER MONTHQTY MANUFACTURER MODEL

IMPORTANT BID NOTES: THE MONTHLY PRICE PER SCHOOL SHOULD CONSIST OF ALL ITEMS LISTED IN PART 3 - EXECUTION, IN ACCORDANCE WITH CODES, REGULATIONS, RULES, STANDARDS AND/OR STATUTES, OF THE BID SPECIFICATIONS.

VENDOR SHALL INDICATE MANUFACTURER'S WARRANTY, IF GREATER THAN ONE YEAR ______________

ITEM DESCRIPTION UNIT

NAME OF BIDDER:

523 Carver, George Washington Elem. 24 Misc. Systems FCI 7100 Month $_____________

524 Central West Transportation 24 Misc. Systems Napco MFA6000 Month $_____________

525 Cypress Elem. 24 Misc. Systems FCI 7100 Month $_____________

526 Drew, Charles R. Elem. 24 Misc. Systems FCI E 3 Month $_____________

527 Drew, Charles R. Middle 24 Misc. Systems FCI E 3 Month $_____________

528 Glades Middle 24 Misc. Systems FCI 7200 Month $_____________

529 Golden Glades Elem. 24 Misc. Systems FCI MXL Month $_____________

530 King, Martin Luther Elem. 24 Misc. Systems Silent Knight 5820 Month $_____________

531 Meadowlane Elem. 24 Misc. Systems FCI 7100 Month $_____________

532 Miami Sunset Senior 24 Misc. Systems FCI 7100 Month $_____________

533 O I T/ M I S - Computer Center 24 Misc. Systems Gamewell Flex 300 Month $_____________

534 O I T/ M I S - Computer Center 24 Misc. Systems ANSUL Auto Pulse 3000 Month $_____________

535 Region Maintenance Center II Instruction 24 Misc. Systems Thorn Fire Quest 200 Month $_____________

536 Region Maintenance Center V Instructional 24 Misc. Systems Firelite MS-5210 Month $_____________

537 Richmond Heights Middle Magnet 24 Misc. Systems Firelite MS-2 Month $_____________

538 Shenandoah Middle 24 Misc. Systems World Electronics WE 2085 Month $_____________

539 South Center Transportation 24 Misc. Systems Napco Magnum 6024 Month $_____________

540 South Dade Adult Educational 24 Misc. Systems Silent Knight 5207 Month $_____________

541

541A Elementary Schools - Misc. Systems N/A Month $_____________

541B Primary Learning Centers - Misc. Systems N/A Month $_____________

541C Middle Schools - Misc. Systems N/A Month $_____________

541D Middle Learning Centers - Misc. Systems N/A Month $_____________

541E Senior-Vocational Technical Schools - Misc. Systems N/A Month $_____________

542 Addressable Smoke Detector 200 Misc. Systems - Each $_____________

543 Addressable Heat Detector 50 Misc. Systems - Each $_____________

544 Addressable Manual Station 100 Misc. Systems - Each $_____________

545 Non-Addressable Smoke Detector 100 Misc. Systems - Each $_____________

546 Non-Addressable Heat Detector 50 Misc. Systems - Each $_____________

547 Non-Addressable Manual Station 100 Misc. Systems - Each $_____________

Items 523 through 540 to be awarded on a total low bid basis. Items 541 to 563 will not be used to calculate bid award however, awarded vendors hall honor these prices if additional support functions or modifications are requested by M-DCPS. Vendors must bid all items.

GROUP 7: Additional Miscellaneous System Locations

In the event M-DCPS increases the fire alarm systems or number of facilities, and chooses at its sole discretion to add servicing to these systems, the vendor shall: Provide all labor, materials and equipment necessary to test, service, inspect and maintain additional fire alarm systems in accordance with the attached specifications.

GROUP 7: Miscellaneous System Locations, Miscellaneous Peripheral Material

GROUP 7: Miscellaneous Systems

Page 21 FM-3738 Rev. (06-98)

BID PROPOSAL FORM (FORMAT B)

Bid # 008-HH11Bid Title: FIRE ALARM SERVICES CONTRACTBuyer: Vanessa Y. Gomez

PLEASE COMPLETE ALL HIGHLIGHTED AREAS

PRICE PER MONTHQTY MANUFACTURER MODEL

IMPORTANT BID NOTES: THE MONTHLY PRICE PER SCHOOL SHOULD CONSIST OF ALL ITEMS LISTED IN PART 3 - EXECUTION, IN ACCORDANCE WITH CODES, REGULATIONS, RULES, STANDARDS AND/OR STATUTES, OF THE BID SPECIFICATIONS.

VENDOR SHALL INDICATE MANUFACTURER'S WARRANTY, IF GREATER THAN ONE YEAR ______________

ITEM DESCRIPTION UNIT

NAME OF BIDDER:

548 Protective Cover Manual Station 100 Misc. Systems - Each $_____________

549 Protective Cover Horn/Strobe 300 Misc. Systems - Each $_____________

550 Visual Strobe 100 Misc. Systems - Each $_____________

551 Horn 100 Misc. Systems - Each $_____________

552 Horn/Strobe 500 Misc. Systems - Each $_____________

553 Magnetic Door Holder 50 Misc. Systems - Each $_____________

554 Detector Base Assembly 30 Misc. Systems - Each $_____________

555 Black Box Manual Station 25 Misc. Systems - Each $_____________

556 Black Box Horn/Strobe 25 Misc. Systems - Each $_____________

557 Wire/Cable Indoor 2500 Misc. Systems - Each $_____________

558 Wire/Cable Outdoor Wet Location - West Penn 2500 Misc. Systems - Each $_____________

559 Input A/C power surge suppresser, DITEK-DTK-120 HW, EDCO-HSP121BT-1RU or equal. 75 Misc. Systems - Each $_____________

560Initiating Device Circuits (IDC)/Signaling Line Circuits (SLC) surge suppresser, DITEK-DTK-2LVLPLV, EDCO-PC642, EDCO series SLCP-30 or equal.

360 Misc. Systems - Each$_____________

561 Notification Appliance Circuits (NAC) surge suppresser, DITEK-DTK2LVPLV, EDCO-PHC-043 or equal. 360 Misc. Systems - Each $_____________

562

562A Alarm Technician labor rate not to exceed $75.00 per hour. - Misc. Systems N/A Hour $_____________

562B Installer labor rate not to exceed $65.00 per hour. - Misc. Systems N/A Hour $_____________

563 _____________ % Discount

GROUP 7: Miscellaneous System Locations Labor Rates

Provide additional support functions or modifications to new or existing systems that may be requested by M-DCPS, in accordance with section 3.6 of the attached specifications.

GROUP 7: Percent Discount off List

For additional support functions or modifications to new or existing Miscellaneous System Locations OEM parts may be required. Bidder(s) shall indicate the percent of discount off the manufacturer's most recent published price list. A minimum of 30% off the most recent OEM published list price is required.

Page 22 FM-3738 Rev. (06-98)

BID PROPOSAL FORM (FORMAT B)

Bid # 008-HH11Bid Title: FIRE ALARM SERVICES CONTRACTBuyer: Vanessa Y. Gomez

PLEASE COMPLETE ALL HIGHLIGHTED AREAS

PRICE PER MONTHQTY MANUFACTURER MODEL

IMPORTANT BID NOTES: THE MONTHLY PRICE PER SCHOOL SHOULD CONSIST OF ALL ITEMS LISTED IN PART 3 - EXECUTION, IN ACCORDANCE WITH CODES, REGULATIONS, RULES, STANDARDS AND/OR STATUTES, OF THE BID SPECIFICATIONS.

VENDOR SHALL INDICATE MANUFACTURER'S WARRANTY, IF GREATER THAN ONE YEAR ______________

ITEM DESCRIPTION UNIT

NAME OF BIDDER:

Vendor Information Sheet

List of technicians with qualifications and training certificates

Occupational License

Bid Proposal Form Price Sheets Completed

Bidders Qualification Form Signed

Fire Protection System Contractor I or II Certificate

Insurance Documentation

Bidder should use the following checklist to assist in bid submission including but not limited to:

List of emergency telephone numbers

Two (2) Reference Letters

Page 23 FM-3738 Rev. (06-98)