Loading...
HomeMy WebLinkAboutITBINVITATION TO BID C�1y of D E E R F 1 E L D B E A C H PURCHASE, INSTALLATION, SERVICE AND REPAIR OF OVERHEAD AND ROLL -UP DOORS AND GRILLS BID #2006-07/23 Opens Thursday, March 22, 2007 - 2:30 p.m. This is a Southeast Florida Governmental Purchasing Cooperative Bid. The City of Deerfield Beach is serving as the lead agency. Ada Graham -Johnson 150 NE 2nd Avenue City Manager Deerfield Beach, Florida 33441 SOUTHEAST FLORIDA GOVERNMENTAL PURCHASING COOPERATIVE TO OUR PROSPECTIVE CONTRACTORS: The attached Invitation for Bid or Request for Proposal represents a cooperative procurement for the Southeast Florida Governmental Purchasing Cooperative. For the past several years, approximately twenty-six (26) government entities have participated in Cooperative Purchasing in Southeast Florida. The Southeast Florida Governmental Purchasing Cooperative was formed in an effort to provide cost savings and cost avoidances to all entities by utilizing the buying power of combined requirements for common, basic items. The Government Agencies participating in this particular procurement and their respective delivery locations are listed in the attached document. Southeast Florida Governmental Purchasing Cooperative Procurement Operational Procedures: • All questions concerning this procurement should be addressed to the issuing agency, hereinafter referred to as the "lead agency'. All responses are to be returned in accordance with the instructions contained in the attached document. Any difficulty with participating agencies referenced in this award must be brought to the attention of the lead agency. • Each participating governmental entity will be responsible for awarding the contract, issuing its own purchase orders, and for order placement. Each entity will require separate billings, be responsible for payment to the Contractor(s) awarded this contract, and issue its own tax exemption certificates as required by the Contractor. • The Contract/purchase order terms of each entity will prevail for the individual participating entity. Invoicing instructions, delivery locations and insurance requirements will be in accordance with the respective agency requirements. • Any reference in the documents to a single entity or location will, in fact, be understood as referring to all participating entities referenced in the documents and cover letter unless specifically noted otherwise. • The awarded- Contractor(s) shall be responsible for advising the lead agency of those participants who fail to place, orders as a result of this award during the contract period. • The Contractor(s) shall furnish the Lead Agency a detailed Summary of Sales semi-annually during the contract period. Sales Summary shall include contract number(s), contractor's name, the total of each commodity sold during the reporting period and the total dollar amount of purchases by commodity. • Municipalities and other governmental entities which are not members of the Southeast Florida Governmental Purchasing Cooperative are strictly prohibited from utilizing any contract or purchase order resulting form this bid award. However, other Southeast Florida Governmental Purchasing Cooperative members may participate in their contract for new usage, during the contract term, or in any contract extension term, if approved by the lead agency. New Southeast Florida Governmental Purchasing Cooperative members may participate in any contract on acceptance and approval by the lead agency. • None of the participating governmental entities shall be deemed or construed to be a party to any contract executed by and between any other governmental entity and the Contractor(s) as a result of this procurement action. f°WORKING TOGETHER TO REDUCE COSTS" City of Deerfield Beach - Invitation To Bid PURCHASE, INSTALLATION, SERVICE AND REPAIR OF OVERHEAD ROLL -UP DOORS AND GRILLS SECTION I - INTRODUCTION AND INFORMATION 1.0 SCOPE: 1.0.1 The City of Deerfield Beach, as the lead agency of the Southeast Florida Governmental Cooperative Purchasing Group, is actively seeking bids from qualified vendors, hereinafter to be referred to as the "Contractor", to provide a source of supply for the purchase, installation, service and repair of overhead roll -up doors and grills of manual and powered overhead doors in accordance with the terms, conditions and specifications contained in this invitation to bid. 1.0.2 Any reference in the bid documents to a single entity shall apply to all participating entities referenced in the Invitation to Bid. 1.0.3 Scope of Work: The work to be performed by the Contractor consists of furnishing all material, labor, supervision, tools, supplies and equipment necessary to provide full repair service, including inspections, adjustments, test, and repairs to keep the overhead doors in continuous use and efficiency for the intended purpose. 1.1 INFORMATION: Sealed bids will be received until 2:30 p.m., Thursday, March 22, 2007, for "PURCHASE, INSTALLATION, SERVICE AND REPAIR OF OVERHEAD ROLL -UP DOORS AND GRILLS" (BID #2006-07#23) 1.1.1 Bids will be publicly opened in the City of Deerfield Beach, 150 NE 2nd Avenue, Deerfield Beach, Florida 33441, Commission Chamber Room, First Floor, in the presence of City Officials at the above stated time and date. 1.1.2 All bids are to be submitted in a sealed envelope and clearly marked oil the exterior, Sealed bid for PURCHASE, INSTALLATION, SERVICE AND REPAIR OF OVERHEAD ROLL -UP DOORS AND GRILLS (Bid #2006-07/23) and addressed to: City of Deerfield Beach Ada Graham -Johnson, Acting City Manager 150 NE 2nd Avenue Deerfield Beach, FL 33441 1.1.3 All bidders or their representative are invited to be present. Any bids received after time and date specified will not be considered. 1.1.4 Any bid may be withdrawn up until the time set above for opening the bids. Any bids not so withdrawn shall, upon opening, constitute an irrevocable offer to sell the City of Deerfield Beach the goods or services set forth in the attached specification until 90 calendar days after bid opening. 1.2 INCONSISTENCIES Any seeming inconsistency between different provisions of the specifications, bid or contract, or any point requiring explanation must be inquired into by the bidder, in writing, within the time specified in Section 1.7.2. After bids are opened, the bidders shall abide by the decision of the City as to such interpretations. The City of Deerfield Beach shall not be responsible for oral interpretations given by any City personnel or representative or others. The issuance of a written addendum is the only official method whereby interpretation, clarification or additional information can be given. 1.3 FORMS OF BIDS - Each bid and its accompanying statements must be made in TRIPLICATE on the blanks provided therefore and bound herewith. The forms must be submitted in good order and with all the blanks filed in. The forms must be enclosed in a sealed envelope when submitted to the Office of the City Manager of the City of Deerfield Beach, Florida, and must show tike name of the bidder and p statement as to its contents. The bid must be signed by one duly authorized to do so, and, in case signed by a del5uty or subordinate, the principal's properly written authority to such deputy or subordinate must accompany the bid. No Bid will be accepted, for any reason whatsoever, which is not submitted to the Office of the City Manager as stated above, within the specified time. 1.4 MISTAKES - Bidders are cautioned to examine all terms, conditions, specifications, drawings, exhibits, addenda, delivery instructions, and special conditions pertaining to the bid. Failure of the Bidder 'to examine all pertinent documents shall not entitle him to any relief from the conditions imposed in the contract. 1.5 The following is a listing of the participating government and agencies who have committed their volume for products awarded through this contract: Participants of this bid are: CITY OF DEERFIELD BEACH Facilities Maintenance 210 Goolsby Blvd Deerfield Beach, FL, 33442 Contact- Frank Cristiano Tele- (954) 480-4315 BROWARD FIRE RESCUE Broward Sheriff's Office 2601 W Broward Blvd Ft Lauderdale, FL Contact: Chief Julie Fraley (954)831-8200 CITY OF HOLLYWOOD 2741 Stirling Road Hollywood, FL 33020 Contact- Battalion Chief Gary Smith Tele- (954) 967-4248 CITY OF PEMBROKE PINES 13975 Pembroke Rd. Pembroke Pines, FL Contact — Terri Burzo Tele- (954) 43 7-11 11 CITY OF MIRAMAR 2300 Civic Center. Miramar, FL' Contact — Maggie Palomino Tele- (954) 967-1550 CITY OF CORAL SPRINGS Purchasing 9551 W. Sample Rd Coral Springs, FL 33065 Contact- Roxanne Sookdeo Tele- (954)345-1103 CITY OF GREENACRES 5985 Tenth Avenue North Greenacres, FL 33463 Contact - Alyssa Milo Tele- (561) 642-2030 CITY OF DANIA BEACH 100 West Dania Beach Blvd Dania Beach, FL 33004 Contact- Deputy Chief Michael Cassano Tele- (954) 924-3722 CITY OF RIVIERA BEACH 2391 Avenue L Riviera Beach, A 33404 Contact —Pamela Daly 561-845-4180 CITY OF PLANTATION 400 NW 73 Ro Avenue Plantation, FL 33317 Contact — Charles Spencer (954)452-2544 CITY OF LAUDERDALE LAKES CITY OF COCONUT CREEK 4331 NW 30' Street 4800 West Copans Rd Lauderdale Lakes, FL 33319 Coenut Creek, FL Contact: Vincent Mullen Contact: Linda Jeethan Tele- (954)535-2785 (954) 956-1438 CITY OF MARGATE 102 Rock Island Rd. Margate, Florida 33063 Contact- Dominick Bello Tele- (954) 972-8126 a a 1.6 NEW CO-OP MEMBERS - New members to the Group may be permitted to "sign -on" to the contract subject to the approval of the group. "Piggy -backing" by other agencies is strictly prohibited under- the terms and conditions of the Co-operative Bid. However, any agreement between the vendor and other agencies that are not part of this bid is strictly between the parties and not the concern of the responsible agency, or the Southeast Florida Governmental Cooperative Purchasing Group. 1.7 INFORMATION/CLARIFICATION : 1.7.1 For technical information concerning this bid contact the City of Deerfield Beach in writing within the time specified below. Such contact is to be for clarification purposes only. Material changes, if any, to the technical specifications or bid procedures will only be transmitted by written addendum. Oral and other interpretations or clarifications will be without legal effect. 1.7.2 ADDENDA CHANGES OR INTERPRETATIONS DURING BID - Any inquiry or request for interpretation received ten (10) or more days prior to the date fixed for the opening.of the bids will be given consideration. Failure to make written request for changes or clarification prior to this time will constitute waiver of any claim based thereon. All such changes or interpretations will be made in writing in the form of an addendum and, if desired, will be mailed or sent by available means to all known prospective Bidders not later than seven (7) days prior to the established bid opening date. The bidder shall not rely on oral representations, discussions, clarifications or modifications. Each prospective Bidder shall acknowledge receipt of such addenda in the space provided in the bid form. In case any Bidder fails to acknowledge receipt of such addenda or addendum, his bid will nevertheless be considered as though it had been received and acknowledged and the.submission of his bid will constitute acknowledgment of the receipt of same. All addenda are a part of the contract docurnents and each Bidder will be bound by such addenda, whether or not received by him. It is the responsibility of each prospective Bidder to verify.that he has received all addenda issued before bids are opened. 1.7.3 Questions should be sent, in writing, to Donna Council, Purchasing Division, City of Deerfield Beach, 210 Goolsby Boulevard, Deerfield Beach, FL., 33442. To facilitate prompt receipt of questions they can be sent to the City via FAX at (305) 480-4388 to the attention of. Donna .Council. 1.8 The City of Deerfield Beach/Co-op Agencies reserves the right to reject any and all bids and to waive any irregularities in the bids that do not materially affect the quality of the product/service and the right to disregard :all nonconforming, non-responsive, unbalanced or conditional bids. Bids will be considered irregular and may be rejected, if they show serious omissions, alterations in forms, additions not called for, conditions or unauthorized alterations, or irregularities of any kind. City of Deerfield Beach - Invitation To Bid INSTALLATION, SERVICE AND REPAIR OF OVERHEAD ROLL -UP DOORS AND GRILLS SECTION 2 - SPECIAL CONDITIONS 2.0 The purpose of this Invitation to Bid is to establish a two (2) year contract from date of award, with the option to renew this contract for two (2) additional two year periods, under the same terms and conditions by mutual consent, in writing by both parties. Prices shall remain firm for the entire contract period. 2.1 Eligibility: To be eligible to respond to this ITB, the proposing firm must presently be engaged in providing these services. In addition, the firm must demonstrate that they, or their principals assigned to the project, have recently and successfully provided similar services to at least three (3) clients. Bidders will be required to demonstrate proof of experience in the management,and administration of an organization of the magnitude required for the performance of this contract. Bidders must be capable of repairing all types and sizes of doors listed in this Invitation to Bid to be considered for award. 2.1 The City of Deerfield Beach/Co-op Agencies reserve the right, before recommending any award, to inspect the facilities and organization or to take any other action necessary to determine ability to perform in accordance with the contract documents, including the financial ability, organizational ability, experience record and equipment.- 2.1.1 quipment. 2.1.1 The City of Deerfield Beach will determine whether the evidence of ability to perform is satisfactory and will make award only when evidence is deemed satisfactory. The City reserves the right to reject bids where evidence submitted, on.investigation and evaluation, is determined by the City to indicate inability of the bidder to perform. 2.3 CONTRACTOR'S FACILITIES: Bidders must have an established service shop in Broward, Palm Beach or Dade County for a minimum period of three years, specializing in sales and/or repair of overhead coiling, roll -up doors and grills. 2.4 DOCUMENTATION: Bidder shall submit along with his bid the following: a. Evidence that the bidder is certified and licensed to perform the required services and qualified to be so certified and licensed. The successful bidder must be in compliance. b. Current Certificate of Insurance with the City of Deerfield added as additionally insured. C. Copies of current occupational licenses held (The co-op group eligible participants are from the tri - county. area: Dade, Broward and Palm Beach County. If required b t�g-ency, the awarded vendor will be required to obtain a license to operate in Broward, Palm Beach or Dade County, if such license is not already held. 2.5 PRODUCTS/LOCATIONS/QUANTITIES - Items attached on the Bid Proposal Sheets are representative of the needs of the City of Deerfield Beach and the Southeast Florida Governmental Cooperative Purchasing Group for repair services to overhead doors. This is in no way to be construed as the entire or complete list of products to be purchased from the resulting contract. It is merely a guide. The anticipated volume estimated for this contract cannot be guaranteed. Our needs could also exceed this amount. Items and request for services will be ordered on an as needed, when needed basis. 2.6 Inspection/information: It will be the responsibility of the Contractor to inspect each location prior to submitting their proposal. No variation in price or conditions shall be permitted based on a claim of ignorance. Submission of the bid is evidence that the bidder has familiarized himself with the nature and extent of the work and any conditions that may, in any manner, affect the scope of the work and/or materials required. 2.7 PRICES BID - The price of goods are to include the discount percentage and price selling directly to the City and delivering all materials and supplies, including applicable taxes for the initial period of. the contract. Pricing shall remain firm and unchanged for the initial two (2) year period of the contract. In the evenii the Contractor wishes to adjust the cost, he/she must notify the City, in writing, ninety (90) days prior to the contract anniversary date, and include in his/her notice the requested adjustments including full documentation for the requested changes. If no notice is received by that date, the City will assume that the Contractor requests no adjustment, and that the cost will remain the same for the renewal period, In the event the adjustment in cost can not be resolved to the City's satisfaction, the City Manager or his designee reserves the right to terminate the contract at the end of the initial contract term. 2.7.2 Bidder(s) shall furnish, with this bid three (3) conies each of their current catalogs)/price list(s) which will indicate all items bidder can furnish and list prices to be used for each item. 2.7.3 All awardees shall deliver this same catalog(s) to all members of the Southeast .Florida Governmental Cooperative Purchasing Group. It is in the best interest of the awardees to indicate the bid number, the start date of the contact, the expiration of the contract and the awardees single percentage discount offered on the front of the catalogs/price lists when it is delivered to all the Co- op government agencies. 2.8 SINGLE FIXED PERCENTAGE DISCOUNTS OUOTED: Bidder should indicate in all spaces provided on the Bid Proposal Form their single fixed percentage discount to be deducted from list pricing for overhead doors and parts that will be used for the term of the contract. Single fixed percentage offered shall remain firm throughout the term of the contract. 2.8.1 Bidders shall offer their single fixed percentage discount as described on the Bid Proposal Form, to be calculated from the catalog list price. 2.8:2. The single fixed percentage discount quoted by the bidder shall apply to the catalog list price of all catalog items. Items excluded from single fixed percentage discount should be listed on a separate sheet of paper. 2.8.3 If more than one catalog is submitted by a bidder, the single fixed percentage discount shall remain the same for all catalog items per catalog submitted. If the single fixed percentage discount offer differs per catalog submitted, bidder shall state the single fixed percentage discount offered for each additional catalog. 2.8.4 Submitting more than one catalog and failing to state a single fixed percentages per catalog, will indicate. single fixed percentage offered on Bid Proposal is constant for all catalogs submitted. In the event a bidder handles catalog items that carry little or no percentage, this fact shall be taken into consideration and percentages offered shall be a single fixed percentage for each catalog. 2.9. CATALOG/PRICE LIST UPDATES - It: is understood by the City of Deerfield Beach that prices published in the Manufacturer's Price List may fluctuate during the contract period. Single fixed percentage offered shall remain firm throughout the initial two (2) year teen of the contract. Upon expiration, and prior to renewal, price increases may be submitted. However, proof of price changes must be. submitted thirty (30) days prior to date of effect of said price increase(s). The City of Deerfield Beach reserves the right to accept or reject any request for price increases depending on whether adequate documentation of authorized price increases is submitted and considered legitimate. 2.10 If, during the contract period, the manufacturer issues a replacement to the catalog(s), a copy of the replacement catalogs)/price lists are to be delivered to each Southeast Florida Governmental Cooperative Purchasing Group member. Failure on the part of the awardee(s) to furnish current catalog/price lists updates will result in all payments being based on last update received and increase will not be honored. 2.11 HOURLY REGULAR AND OVERTIME LABOR RATES QUOTED: Bidder should include. hourly labor rate in all spaces provided on the Bid Proposal Form. 2.12 SERVICE CALL: The bidder should include the rate per call which shall remain fixed throughout the term of the contract. 2.13 PREVENTATIVE MAINTENANCE RATES QUOTED As an option, bidders should include a flat annual fee per door, for preventative maintenance for each door. However, the City's are under no obligation to select'the preventative maintenance program as part of their award. Participation will vary from City to City. 2.14 DEFAULT PROVISIONS - In the event of default by the bidder, the City/Co-op reserves the right to procure the item(s) bid from other sources.and hold the bidder responsible for excess costs incurred as a result. 2.15 TERMINATION FOR CAUSE - if the successful contractor fails to provide the items bid or if deliveries are not made in a timely manner or if the product supplied does not meet the specifications of the items listed in this Invitation to Bid or shall in any manner commit a breach of contract and fails to remedy within five (5) days after notification from the City of Deerfield Beach/Co-op, the City/Co-Op may terminate the contract resulting from this bid without further notice to the successful contractor. Any and all costs or other expenses incurred by the City as a direct result of the aforesaid termination shall be the direct liability of the successful contractor. The City of Deerfield Beach shall have all remedies available at law or equity. In addition, the City of Deerfield Beach may terminate the contract, without cause, upon thirty (30) days notice. . 2.16 SELLING TRANSFERRING OR ASSIGNING CONTRACTS - No contract awarded under these terms, conditions and specifications shall be sold, transferred or assigned without the written approval of the City of Deerfield Beach/Broward Governmental Co-operative Purchasing Group. 2.17 CONTRACT TERMINATION: If the successful bidder fails to provide the services bid, or shall in any other manner. commit. a breach of contract and fails to remedy the same within five (5) calendar days after written notice .from the City of Deerfield Beach, the City may terminate the contract resulting from this bid without any further notice to the successful bidder. Any and all costs, damages or other expenses incurred by the City as a result of the aforesaid termination shall be the direct liability of the successful bidder, The City of Deerfield Beach.shali have all remedies available at law or equity. 2.1.8 In addition, the City of Deerfield Beach reserves the right to terminate this contract upon thirty (30) calendar days notice, without cause. 2.14 Overhead .Doors may be added to or deleted from the maintenance contract any time during the contract -period. The cost will be calculated from the Bid Proposal submitted by the Contractor at a "Pro -Rated" cost, acceptable to the City of Deerfield Beach. 2.20 PROTECTION OF PROPERTY: The successful bidder shall at all times guard against damage or loss to the City of Deerfield Beach property and shall be responsible or replacing or repairing any such loss or damage. The Contractor will be required to report any such damages immediately to the Purchasing Division. 2.20.1 ' The City of Deerfield Beach reserves the right to repair any damages created by the Contractor and deduct the appropriate amount from their payment. In all cases, the decision of the City of Deerfield Beach is final. 2.21 The City shall evaluate all bids in accordance with the TIB specifications. Pricing must include all costs incurred by the Contractor and must be firm for the contract period. 2.21.1 The City reserves the right to reject any or all bids and subject to the restrictions herein stated, the Contract shall be awarded by the City to the responsible Bidder who has submitted the bid which is in the best interests of the City and which bid is responsive and made by a responsible bidder. The City may review and consider experience and past performance in its award. •2.21.2. The City reserves the right to accept all or any part of the bid, and to increase or decrease quantities to meet additional or reduced requirements of the City. The City reserves the right to waive any informality in any bid. The City reserves the right to reject all bids, and to re -advertise for bids. The bid of the lowest, responsible and responsive bidder meeting specifications of the bid, will be accepted. The lowest responsive and responsible bidder shall mean that bidder who makes the lowest bid to provide goods and services of a quality which conforms closest to the quality of goods and services set forth in the attached specifications or required by the City of .Deerfield Beach, and who is known to be fit and capable to perform the bid as made, 2.22 AWARD OF CONTRACT: The bidder to whom award is made or his authorized representative shall execute a written contract to do the work and maintain the same in good repair until final acceptance by the proper authorities. If the bidder to whom the first award is made fails to enter into a contract as herein provided, the award may be annulled and the contract let to the next higher bidder who is reliable and responsible in the opinion of the City. Such bidder shall fulfill every stipulation embraced herein as if lie were the original party to whom award was made. 2.23 NON EXCLUSIVE CONTRACT: The Contractor agrees and understands that the contract shall not be construed as an exclusive arrangement and further agrees that the City may, at any time, secure similar or identical services at its sole option. 2.24 PENALTY CLAUSE: During working hours, the Contractor shall respond within four hours (4) hours of a call requested by any authorized representative of the City of Deerfield Beach. Emergency services called in after normal working hours, contractor must respond .by phone within fifteen (15) minutes and on site within two (2) hours during the standard work week and not more than three (3) hours during the off -hour call outs, unless other arrangements are made by the contract administrator. If said response time exceeds the tithes stated above, said delay may be punishable by a $50.00 fine charged to the Contractor. �. The enforcement of the forfeiture provisions shall be at the direction and discretion of the City i representative who will take into consideration mitigating circumstances which may have caused the M untimely :response. The following penalties shall apply to the Contractor, for failure to respond within the time frame stated Above during each contract year: . A. Third Offense: A certified letter of warning. B. Fourth Offense: $200.00 fine. C. Fifth Offense: $300.0d...fine or suspension, at the City's option. D. Any further Offense: $500.00 -fine, suspen$ion, or termination, at the City's option. 2.25 ADDITIONAL SERVICES: The City may require the addition of services from the Contractor as .the requirements of the City change. This may entail additional facility areas and/or additional services based upon the cost structure utilized in establishing the cost for the areas that were initially contracted. 2.25.1 If the cost offered is not acceptable to the City, the City reserves the right to procure the services from other vendors, or to cancel the contract by giving written notice to the Contractor thirty (30) days prior to the effective date of such cancellation. 2.26 DELETION OF SERVICES: The City reserves the right io delete any portion of this contract at any time without cause. If such right is exercised, the total fee shall be reduced by the amount established for that service. If work has already been accomplished on the portion of the contract to be deleted, the Contractor ' shall be paid for the deleted portion on the basis of the percentage of completion. 2.27 DRUG FREE WORKPLACE: In accordance with Section 287.087, State of Florida Statutes, in the case of tie bids, preference shall be given to businesses with "drug-free workplace programs". Whenever two or more bids, which are equal with respect to price, duality, and service, are received for the,procurement of commodities or contractual services, a bid received from a business that certifies that it has implemented a drug-free workplace shall be given preference in the award process. Procedures as outlined in the General Services Procedures Manual shall be used in processing tie bids if none of the tied bidders have a drug-free workplace program. In order to have a drug-free workplace prograrn, a business shall: (a) Publish a statement notifying employees that the unlawful manufacture, distribution dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. (b) Inform employees about the dangers of drug abuse in the workplace, the business's policy of maintaining a drug-free workplace, any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. (c) Give each employee engaged in providing the commodities or contractual services that are under bid a copy of the statement specified in subsection (a). (d) In the statement specified in subsection (a), notify the employees. that, as a condition of working on the commodities or contractual services that are under bid,'the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contenders to, any violation of chapter 893 or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later than five (5) calendar days after such conviction. (e) Impose a sanction on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee's community, by any employee who is so convicted. (f) Make a good faith effort to continue to maintain a drug-free workplace through implementation of this section. IF BIDDER'S COMPANY HAS A DRUG-FREE WORK -PLACE PROGRAM, SO CERTIFY BELOW: AS THE PERSON AUTHORIZED TO SIGN THE STATEMENT, I CERTIFY THAT THIS FIRM COMPLIES FULLY WITH THE ABOVE RE U REMENTS. BIDDER'S SIGNATUkk • City of Deerfield Beach - Invitation To Bid PURCHASE, INSTALLATION, SERVICE AND REPAIR OF OVERHEAD ROLL -UP DOORS AND GRILLS SECTION 3 INSTRUCTIONS TO BIDDERS 3.0 INCONSISTENCIES: Any seeming inconsistency between different provisions of the specifications, bid documents or contract, or any point requiring explanation must be inquired into by the bidder, in writing, within the time specified in Section 1.2. After bids are opened, the bidders shall abide by the decision of the City as to such interpretations. The City of Deerfield Beach shall not be responsible for oral interpretations given by any City personnel or representative or others. The issuance of a written addendum is the only official method whereby interpretation, clarification or additional information can be given. 3.1 LEGAL CONDITIONS: Bidders are notified to familiarize themselves with the provisions of the laws of the State of Florida relating to hours of labor on municipal work, and with the provisions of the laws of the State of Florida and the Charter and the ordinance of the City of Deerfield Beach upon which procedure hereunder is made. 3.2 FORMS OF BIDS: Each bid and its accompanying statements must be made on the blanks provided therefore and bound herewith, and shall be submitted in triplicate. The forms must be submitted in good order and with all the blanks filled in. The forms must be enclosed in a sealed envelope when submitted to the Office of the City Manager of the City.of Deerfield Beach, Florida, and must show the name of the bidder, the bid number and title of the bid. The bid must be signed by one duly authorized to do so, and, in case signed by a deputy or subordinate, the principal's properly written authority to such deputy or subordinate must accompany the bid. No Bid will be accepted, for any reason whatsoever, which is not submitted to the Office of the City Manager as stated above, within the specified time. 3.3 FILLING BIDS: Bidders shall completely fill out the bid, the questionnaire and the affidavit herein contained. Bidders are invited to be present at the time of opening of bids. 3.4 MISTAKES: Bidders are cautioned to examine all terms, conditions, specifications, exhibits, addenda. delivery instructions, and special conditions pertaining to the bid. Failure of the Bidder to examine all pertinent documents shall not entitle all bidders to any relief from the conditions imposed in the contract. 3.5 CAUSES FOR REJECTION: No bid will be canvassed, considered or accepted which in the opinion of the City as informal or unbalanced, or contains inadequate or unreasonable prices. for any items; each item must carry its own proportion of the cost as nearly as is practicable. However, the City shall be under no obligation to investigate the correctness of any bid and the bidder by signing the bid shall be deemed to have verified that no errors appear in the bid as submitted. Any alteration, erasure, interiineation, or failure to contain bids for all items called for in the schedule shall render the bid informal. 3.6 NO BIDS: If you do not intend to bid please indicate the reason such as, insufficient time to respond, do not offer product or service, unable to meet specifications, schedule would not permit, or any other reason in the space provided in this bid. Failure to bid or return no bid comments prior to the bid due and opening date and time indicated in this bid, may result in your firm being deleted from our Bidder's Registration List for the Commodity Class Item requested in this bid. 3.7 CONTRACT: The bidder to whore award is made or his authorized representative shall execute a written contract to do the service required and maintain the same in good order until final acceptance by the proper authorities. If the bidder to whom the first award its made fails to enter into a contract as herein provided, - the award may be annulled and the contract let to the next higher bidder'who is reliable and responsible in the opinion of the City. Such bidder shall fulfill every stipulation embraced herein as if lie were the original party to whom award was made. 3.8 SAFETY REQUIREMENTS: Bidder by submitting his/her bid, certifies that all equipment contained in his/her bid meets all Federal Occupational Safety and Health Act (OSHA) requirements. 3.9 RETENTION OF RECORDS AND RIGHT TO ACCESS CLAUSE: The successful biode,r shall preserve and make available all financial records, supporting documents, statistical records;, and any other documents pertinent to this contract for a period of three (3) years after termination of this contract; or if an audit has been initiated and audit findings have not been resolved at the end of these three (3) years, the records shall be retained until resolution of audit finding. 3.10 ANTI -COLLUSION STATEMENT: By submitting this bid, the bidder affirms that this bid is without previous understanding, agreement, or connection with any person, business, or corporation submitting a bid for this project, and that this bid is in all respects fair, and without collusion or fraud. CITY OF DEERFIELD BEACH- INVITATION TO BID PVRCHASE, INSTALLATION, SERVICE AND RPPAIR OF OVERHEAD'ROLL-UP DOORS AND GRILLS SECTION 4 - GENERAL CONDITIONS 4.0 GENERAL: It is mutually agreed by the parties hereto that this Contract. is subject to the provisions of the Constitution of the State of Florida, and of the several acts of the Legislature that upon ten (10) calendar days notice, the work under this Contract may, without cost or claim against the City of Deerfield Beach, Florida, be suspended by the City of Deerfield Beach, Florida, for substantial cause; this Contract is subject to additional conditions and stipulations which follow. 4.1 SPECIAL CONDITIONS: Any and all Special Conditions contained in this bid that may be in variance or conflict with the General Conditions shall have precedence over the General Conditions. If no changes or deletions to General Conditions are made in the Special Conditions, then the General Conditions shall prevail in their entirety. 4.2 . INTENTION: The City of Deerfield Beach intends to award a contract for Purchase, Installation, Service and Repair of Overhead doors and Grills to the low, responsive and responsible bidder who meets all specifications, terms and conditions setforth in the bid documents. 4.3 LEGAL REQUIREMENTS: Applicable provisions of all federal, state, and county laws, and local ordinances, rules and regulations, shall govern development, submittal and evaluation of all bids received in response hereto and shall govern any and all claims and disputes which may arise between person(s) attaching 'a bid response hereto and the City by and through its officers, employees and authorized representatives, or, any other person, natural or otherwise; and lack of knowledge by any Bidder shall not constitute a cognizable defense against the legal effect thereof. 4.3.1 The Legal Advertisement, Notice of Invitation To Bid, General Conditions, Special Conditions, Specifications, Instructions to Bidders, Exhibits, Addenda and any other pertinent document form a 4.4 TERMINATION FOR CAUSE: If, through any cause, the Contractor shall fail to fulfill in a timely and proper manner its obligations under this Agreement, or if the Contractor shall violate any of the provisions of this Agreement, the City may upon written notice to the Contractor, terminate the right of the Contractor to proceed under this Agreement or with such part or parts of the Agreement as to which there has been a default_, and may hold the Contractor liable for any damages caused to the City by reason of such default and termination. In the event of such termination, any completed services performed by the Contractor under this Agreement shall, at the option of the City, become the City's property and the Contractor. shall be entitled to receive equitable compensation for any work completed to the satisfaction of the City. The Contractor, however, shall not be relieved of liability to the City for darnages sustained by the City by reason of any breach of the Agreement by the Contractor, and the City may withhold any payments to the Contractor for the purpose of setoff until such time as the amount of damages due to the City from the Contractor can be determined. 4.5 MINIMUM AND MANDATORY TECHNICAL SPECIFICATIONS: The technical specifications may include -items that are considered minimum, mandatory, or required. If any Bidder is unable to meet or exceed these items, and feels that the technical specifications are overly restrictive, he must notify the Purchasing Division immediately. Such notification must be received by the Purchasing Division prior to the deadline contained in the bid, for questions of a material nature, or prior to seven (7) calendar days before the bid opening date, whichever occurs first. if no such notification is received prior to that deadline, the City will consider the technical specifications to be acceptable to all Bidders. 4.6 PUBLIC RECORDS: •Florida law (Section 119.01, F.S., The Public Records Law) provides that municipal records shall at all tirnes be open for personal inspection by any person. Information and materials received by the City in connection with a Request for Bid response shall be deemed to be public records subject to public inspection upon award, rejection for award, or ten (10) calendar days after bid opening, whichever occurs first. However, certain exemptions to the public records law, are statutorily provided for in Section 119.07, F.S. If the Bidder believes any of the information contained in his or her response is exempt from the Public Records Law, then the Bidder, must in his or her response, specifically identify the material which is deemed to be exempt and cite the legal authority for the exemption, otherwise, the City will treat all materials received as public records. 4.7 PROHIBITION OF INTEREST: No contract will be awarded to an Bidder who has City elected officials, officers or employees affiliated with it, unless the Bidder has fully complied with current Florida State Statutes and City Ordinances relating to this .issue. Bidders must disclose any such affiliation. Failure to disclose any such affiliation will result in disqualification of the Bidder and removal of the Bidder from the City's Bidder's List and prohibition from engaging in any business with the City. 4.8 DISCRIMINATION: Contractor agrees that in the performance of any provisions of this agreement, not to discriminate or permit discrimination in the hiring practices of Contractor or in the performance of the Contractor on the basis of race, sex, religion, political affiliation or national origin. The Contractor will strictly adhere to the equal employment opportunity requirements and any applicable requirements established by the State of Florida or the Federal Government. 4.9 AGREEMENTS OUTSIDE THIS AGREEMENT: This Agreement contains the complete Agreement concerning the Contractor arrangement between the parties and shall as of the effective date of this Agreement supersede all other Agreements between the parties. The patties stipulate that neither of them has made any representation with respect to the subject matter of this Agreement or its execution and duly accept such representations as are specifically set forth in this Agreement. Each of the parties to this Agreement acknowledges that it has relied on its awn judgment in entering into this Agreement. 4.10 MODIFICATION OF THIS AGREEMENT: No waiver or modification of this Agreement or any covenant, condition, or limitation, contained in this Agreement shall be valid unless in writing and duly executed by all parties. No evidence of any waiver or modification shall be offered or received in evidence in any proceeding, arbitration, or litigation between the parties arising out of or affecting this Agreement or the rights and obligations of the parties unless such waiver or modification is in writing and duly executed. The parties hereto do acknowledge and agree that time is of the essence relative to the performance of any term, condition, or covenant herein. In the event any litigation or other action shall arise from this Agreement, the prevailing party shall be entitled to reasonable attorney's fees and all costs and expenses, including attorney's fees and all costs and expenses for any court proceedings relative to the disposition of any issues arising under this Agreement. 4.11 NO CONTINGENT FEE: Contractor warrants that it has not employed or retained any company or person, other than a bona fide employee working solely for the Contractor to solicit or secure the agreement and that it has not paid or agreed to pay any person, company, corporation, individual or firm, other than a bona fide employee working solely for the Contractor, any fee, commission, percentage, gift, or other consideration contingent upon or resulting from the award or making the Agreement. For the breach or violation of this provision, the City shall have the right to terminate the Agreement without liability at its discretion. 4.12 VENUE/SEVERABILITY: Venue shall be in Broward County, Florida, with respect to any and all actions. which may be brought now or hereafter in connection with this Agreement. In the event that any portion, provision, term, or condition of this Agreement shall be found to be unconstitutional or illegal in any way, it shall be deemed severed and the remainder of the Agreement shall remain in full force and effect: 4.13 VARIANCES AND EXCEPTIONS: For purposes of Bid evaluation, Bidders must indicate any variances, no matter how slight, from bid General. Conditions, Special Conditions, Specifications or Addenda in the space provided in PART I - BID SIGNATURE PAGE. No variations or exceptions by any Bidder will be considered or deemed a part of the Bid submitted unless such variances or exceptions are listed in the bid and referenced in tine space provided. If variances are not stated, or referenced as required, it will be assumed that the product or service fully complies with the City's terms, conditions, and specifications. 4.1.3,,1 By receiving abid, the City does not necessarily accept any variances contained in the bid. All variances submitted are subject to review and approval by the City. if any Bid contains material variances that, in the City's sole opinion, makes that Bid conditional in nature, the City reserves the right to reject the Bid or part of the Bid that is declared, by the City as conditional. 4.14 CONTRACTOR'S RELATION TO THE CITY: 1t is expressly agreed and understood that the Contractor is in all respects an independent contractor as to work, and that the Contractor is in no respect an agent, servant or employee of the City of Deerfield Beach. This contract specifies the work to be done by the Contractor, but the method to be employed to accomplish this work shall be the responsibility of the Contractor, unless otherwise provided in the contract, subject to approval by the City. 4.14.1 Contractor and the employees of the Contractor are not entitled to any of the benefits that the City provides for City's. employees. 4.15 QUANTITIES: The City's/Co-op Agencies representative shall, in all cases of dispute, determine the amount or quantity of the several kinds of work which are to be paid for under this Contract, and shall decide all questions relative to the execution of the same, and such estimates and decisions shall be final and binding. 4.16 EMPLOYEES: Only skilled employees shall be employed to provide the services specified herein. Any person employed to provide this service who fails, refuses or neglects to obey the instructions of the City's representative in anything relating to this service, -or- who appears to be disorderly, insubordinate, unfaithful or incompetent, shall upon the order of City's representative, be at once discharged and not again employed on any part of this service. Any interference with, abusive or threatening conduct toward the City's representative, his/her assistants or inspectors by the Contractor, or his employees or agents, shall be the authority of the City to annul the Contract and re -let the work. 4.16.1 Contractor agrees that the owners of the company, or- officers if a corporation shall be held fully responsible, except as otherwise prohibited by law, for acts of their employees while on duty. 4.16.2 Service employees working on onsite repairs MUST be able to communication in the English and shall be able to effectively communicate with the site managers or staff 4.17 CODES'AND STANDARDS: Work, materials, equipment and other items specified by reference to codes or standards shall, unless otherwise specified, comply with the latest revision of such codes and standards in effect on the date the Contractor's bid was submitted to the City. 4..18 AVAILABILITY OF FUNDS: The obligations of the City of Deerfield Beach under this award/contract are subject to the availability of funds. 4.19 INDEMNIFICATION AND HOLD HARMLESS: Contractor shall, in addition to any other obligation to indemnify the City of Deerfield Beach and to the fullest extent permitted by law, protect, defend, indemnify and hold harmless the City of Deerfield Beach, their agents, elected officials and employees from and against all claims, actions, liabilities, losses (including econornic losses), or costs arising out of any actual or alleged; A) bodily injury, sickness, disease or death, or injury to or destruction of tangible property including the loss of use resulting therefrom, or any other damage or loss arising out of or resulting or claims to have resulted in whole or in part from any actual or alleged act or omission of the Contractor, any subcontractor, anyone directly or indirectly employed by any of thein, of anyone for whose acts any of them may be Iiable in the performance of the work; or B) violation of law, statute, ordinance, governmental administration order, rule, regulation, or infringement of patent rights by Contractor in the performance of the work; or C) liens, clairns or actions made by the Contractor or any subcontractor or other party performing the work. 4.20 INSURANCE: The Contractor shall furnish proof of Worker's Compensation Insurance and- General Liability Insurance. Coverage to remain in force at all times during the contract period. The following minimum insurance coverage is required. The City is to be added as an "ADDITIONAL INSURED" with relation to Commercial General Liability Insurance. Costs for adding the City as "ADDITIONAL INSURED" will be at the Contractor's expense. 1. Worker's Compensation & Employer's Liability Insurance 2. Limits: Worker's Compensation: Statutory 3. Employer's Liability: $100,000.00 4. Comprehensive General Liability Insurance 5. Limits: Combined Single Limit Bodily Injury/Property Damage: $1,000,000.00 6. Subcontractor Insurance: Contractor is advised to require all of its subcontractors to provide the aforementioned coverage as well as any other coverage that the Contractor may consider necessary. Any deficiency in the coverage or policy limits of any subcontractors will be the sole responsibility of the Contractor. 7. Contractor shall report to the City staff persons on duty, any damage done to City property by Contractor's personnel on the same day as the damage occurs. Damage to public and/or private property shall be the responsibility of the Contractor and -shall be repaired and/or replaced to the complete satisfaction of the City. 8. A copy of your Certificate of Insurance is to be included with your bid. In the event that you are the successful .bidder, you will be required to provide a Certificate naming the City as "ADDITIONAL INSURED". 9. Certificates will be required prior to commencement of work. The City shall be given thirty (30) days written notice of any cancellation or material change in any policy. 10. Laws, Ordinances, 'Etc.: The Contractor shall observe and comply with all Federal, State, local and municipal laws, ordinances, rules and regulations that would apply to this contract. 11. Permits, Taxes, Licenses: The Contractor shall, at his own expense, obtain all .necessary permits; pay all licenses, fees and taxes, required to comply with all local ordinances, State and Federal laws, rules and regulations applicable under this contract. This provision includes City issued permits. 12. The contractor shall not commence operation, construction and/or installation of improvements pursuant to the terms of this agreement until certification or proof of insurance, detailing terms and provisions of coverage have been received and approved by the City of Deerfield Beach Risk Manager. 4.21 The Contractor shall purchase and maintain, in full force and effect for the life of the contract, at Contractor's sole expense, the following required insurance policies: 4.22 Property Insurance: The Contractor is responsible for any loss or damage to tools, equipment and supplies at the job site and is also responsible for any loss or damage to the areas being constructed/renovated until that area is completed. 4.23 The endorsements, policies of insurance, certificates of insurance and the insurance agent or insurance companies issuing such certificates or policies of insurance must be acceptable to the City and Risk Management, as licensed and authorized to do business in the State of Florida. Any questions as to the intent of meaning of any part of the above -required coverage should be directed to the Risk Manager at (954) 480-4259. 4.24.1 All policies or certificate of insurance must be issued indicating that such policies or certificates are applicable to work . being performed under a specific contract or to all work performed by the Contractor for the City of Deerfield Beach. 4.25CITY OF DEERFIELD BEACH- INVITATION TO BID PURCHASE, INSTALLATION, SERVICE AND REPAIR OF OVERHEAD ROLL -UP DOORS AND GRILLS SECTION 5 - SPECIFICATIONS 5.0 Work shall be accomplished during regular hours shall be Monday through Saturday — 8:00 am to 6:00 p.m. unless otherwise scheduled by the contract administrator. Work hours may continue past a normal eight hour work shift if needed. Overtime hours shall be from 6:01 p.m. to 7:59 a.m., Monday through Saturday and all hours Sunday and approved holidays of the trade. Overtime hours must be approved by the requesting division prior to work actually being performed, 5.1 The Contractor is to furnish all labor, equipment and tools required for the repair of manual and powered overhead doors at locations specified herein. All work performed must return mechanical equipment to original equipment specifications and performance. Bidders must be capable of repairing all types and sizes of doors listed in this Invitation to Bid to be considered for award. Replacement Parts: The Contractor shall provide replacement parts as required during the term of the contract. Only Original Equipment Manufactured (OEM) parts may be utilized unless authorized by proper City personnel. 5.1.1 Repairs shall include diagnosis, removal and replacement of defective electrical and mechanical components, as service requires. 5.1.2 Contractor should stock on the service truck, if possible, all parts necessary to make repairs at the tirne of first response. In the event repairs cannot be completed at the first inspection, the completed repairs may not exceed 96 hours after the initial call for repairs; however in the case of Fire Rescue, repairs may not exceed 72 hours after the initial call for repairs.. 5.2 AVAILABILITY OF TECHNICIANS: Fire Rescue must respond, without delay, to emergency calls 24 :a days. The continuous uninterrupted and satisfactory operation of the overhead doors is a vital factor in the ability of Fire Rescue to respond in a timely manner to emergency calls. Because of the nature of the emergency service performed by" Fire Rescue, the contractor is expected to give Fire Rescue priority on service calls — twenty-four (24) hours a day. f 35.3 RESPONSE: During working hours the contractor must respond on-site within four (4) hours after receiving a call. Emergency service called in after normal working hours, contractor must respond by phone within fifteen (15) minutes and on site within two (2) hours during the standard work week and no more than three (3) hours during off -hour call outs, unless other arrangements are made by the contract administrator. 5.4 ESTIMATES: The successful bidder may be required to submit a written estimate on each job if the cost of repairs exceed $200.00. The estimate shall be based on the requirements of labor hours for each classification (mechanic; helper) parts and material etc. for a specific repair job. Estimates shall be broken .down by hours per mechanic and helper and a separate price for parts and materials. Date on time of completion of repairs shall be included. Lump sum estimates shall not be accepted. If requested, the contractor shall include with the written estimate the cost of new equipment versus the repair of the unit. Quotation shall remain firm for thirty (30) days. All estimation and quotation preparation shall be provided at no cost or obligation to the City. 5.5 BILLING: Successful contractors will bill for actual time spent on the servicing/repairing of equipment. The hourly rate per call, whether equipment is repaired/serviced at the site or the successful contractor's shop, shall remain fixed throughout the term of the contract. Payment will be made only for actual work completed and time will be pro -rated as the actual time spent. There will be no additional charges for mileage and/or travel time. 5.5.1 The first hour service call may only be charged once per repair i.e. after the initial service call, all subsequent half hours shall be as per rate specified on the proposaY sheet even if the Contractor must leave the job site and return another time to complete the job. Helper charges will only be charged when necessary. Contractor may be requested to justify the need for a helper. 5.6 All equipment shall be serviced in a manner, which meets or exceeds the requirements'of the original manufacturer and their specifications. 5.6.1 When an immediate repair is not possible, the contractor may be requested to secure the overhead door in the down position or to the greatest extent practical in order to protect the integrity of the facility, its occupants and contents. 5.6.2 In the event that a repair takes more than 24 hours to complete, a daily progress report by the successful bidder will be required. Status calls should be made to the agency contact and expected completion time refined at each report. 5.6.3 If the job completion extends beyond 96 hours without the departments approval, the. right is reserved to discharge the successful bidder and secure three (3) competitive bids awarding the job to another vendor. 5.7 PREVENTATIVE MAINTENANCE: The Successful bidder shall provide cost for optional coverage on a flat annual fee per door basis, and as part of the contract, semi-annual inspection service/preventive maintenance service calls. Such maintenance shall include preventive and remedial maintenance, not limited to adjustments, lubrications and replacement parts, verification of proper calibration, performance of _ an electrical check and that mechanical operations are consistent with applicable product specifications. . 5.7.1 Following each repair and/or inspection, contractor will provide the City with a written report of actions taken or recommended and identification of any materials replaced or recommended for replacement. 5.8 NEW EQUIPMENT: All overhead coil ing/ro 11 -up doors and grills shall include everything necessary for the equipment to be completely operable upon installation. All products must comply with specifications in accordance with the National Fire Protection.Association (NFPA). All the doors must be guaranteed for the period specified under manufacturer's warranty period. All labor and workmanship for replacement parts and supplies shall be fully warranted and guaranteed for a minimum of -one (1) year from date of completion and acceptance. The contract is required to expressly warrant that all items are new and free from ,defects warranted for their merchantability and meet the performance specification of the original equipment. 5.8.1 _ All installation shall also include off-loading all items to interim locations as directed by authorized person or their designee.. Items shall be unpacked from all cartons, boxes, etc., assembled, set in place prepared and readied for use. Contractor will remove all trash and debris to the satisfaction of the using location. 5.8.2 When requested by purchase order, the contractor shall replace overhead rollup doors with 22 gauge galvanized steel doors. Overhead sectional/slot doors shall be constructed of 24 gauge galvanized steel with trusses and or the latest code requirements. Doors shall be electronically operated and furnished with three handheld remote control units. 5.8.3 The contract will rectify unsatisfactorily completed work within 24 hours of notification. 5.8.4 New equipment with manufacturers warranty that is purchased by the City/Co-op shall be installed and serviced only by an authorized service representative of the manufacturer for the duration of the warranty period. It shall be the authorized service representative responsibility for obtaining any reimbursements of payment due for performance of repair installation of parts guaranteed under any manufacturer's warranties from the manufacturer. The City will not be billed for any repairs made under the manufacturer's warranty. 5.8 REPLACEMENT PARTS: The Contractor shall provide replacement parts as required during the term of the contract.. Only Original Equipment Manufactuf•ed (OEM) parts may be utilized unless authorized by proper City personnel. 1 5.9 �.,0ATY CONTROL - Contractor will be required to establish a written quality control program to f insure requirements of the contract are provided such as: record of response performance, total elapsed time from receipt of call to arrival at the job site, number of trips to the job site taken to complete each repair/installation, the number of mechanics and/or helpers required to compete each repair. 1 1 5.11 WORD SCHEDULING: The Contractor shall endeavor to complete all requested work during standard work week hours and without the necessity of overtime labor. Should it be determined that work cannot be, completed during the course of standard work week hours, the Contractor shall provide such information to authorized City personnel with a request to authorize such overtime labor. Authorization must be received 1 prior to commencement of such work. 5.12 AUTHORIZATION FOR REPAIR ORDERS: A list 'of personnel authorized to request service/repair work will be given to the successful bidder. Those will be the only people authorized to request service/repair work. 5.13 CONTRACTOR'S PERSONNEL: The City shall be provided with a list of all personnel (including supervisory personnel) assigned to the contract. Tile list shall include the names, emergency telephone and beeper/cell phone numbers. The Contractor shall be responsible for keeping this list up to date. 5.13.1 All service technicians used on City calls shall be uniformed or appropriately dressed, clean, courteous, sober and competent in operating skills. Contractor agrees to be responsible for such personnel. All Contractors' employees shall be identified by name through the use of a nametag of- business rbusiness card. :The Contractor agrees that the owners of the company, or officers if a corporation shall be field fully responsible, except as otherwise prohibited by law, for acts- of their employees while on duty. The Contractor also agrees to maintain and, upon request, provide the following information to the. Broward Sheriffs Office on all officers, employees, agents and servants, and be responsible for keeping the information accurate and current: Natne, Address, Date of Birth, Drivers License Number, Social Security Number and Photograph. The Contractor agrees that the owners of the company or the officers of the company, if a corporation shall be responsible, except as otherwise prohibited by law, for the acts of their employees while on duty. 5.13.2 lrt the event the Contractor wishes to substitute personnel, such personnel shall meet or exceed the qualifications, in accordance with the ITB specifications. Contractor's personnel will be subject to prior City approval. 5.14 SECURITY - The awarded Contractor will be required by several co-op agencies to complete a "CONTRACTOR PASS REQUEST FORM" (See attached "Exhibit "A"), with photo identification of all personnel authorized to be at City sites, including but not limited to Utility and Water Plants. This form will be sent to the awarded vendor(s) with the notification of award letter(s) and shall be returned to the Purchasing Division when completed. 5,14.1 Personnel additions and/or deletions shall be reported to the City's designated representative in the Utilities Department within twenty four (24) hours of the change in writing via fax to the fax telephone number provided by the Agency utilizing the security notification form that will be provided to the awarded vendor. 5.14.2 Alf personnel shall report to the Security Guard or Operator, on duty at each site for check-in upon arrival at any City Facility/Utility location. Photo identification of person, their purpose of visit, and name of contact person at Utilities, shall be required for entry. When vendor performs work for the City/Agency, vendor shall ensure that only authorized vendor employees and/or authorized City personnel shall have access to vendor/City vehicles, work site, equipment, work products, reports, electronic data and any/all other information pertaining to the City/Agency, vendor shall not admit any unauthorized personnel onto any Utility work site. vendor will not release, discuss or share any information on Utility system, equipment and/or operations, to any non -City personnel. 5.14.3 Upon leaving Utilities premises, all personnel shall be required to check out with the -Security Guard or Operator on duty. 5.14.4 The awarded Contractor shall be held responsible for complying with these procedures, 5.15 SERVICE TICKETS: The Contractor will be required 'to complete a separate service ticket for each piece serviced. Contractor shall complete the service ticket showing the following information: I . Description of problem 2. Description of service performed 3. Equipment's Manufacturer, Model Number and Serial Number 4. Location where service was performed 5. Parts used, if any 6. Name of technician who performed the service 7. Date of service (start and completion time) 5.16 SERVICE RECORDS: The Contractor shall allow the City free and complete access to its records and enable an audit of the performance of contract in this respect. The Contractor will be required to maintain a service history of each and every equipment listed under this contract. (This service will be performed at NO ADDITIONAL CHARGE). 5.17 EQUIPMENT ADDED TO THE CONTRACT: The City/Co-op agencies reserve the right to add equipment to -this contract. The contractor shall service and repair the added equipment in accordance with the specifications, terms and conditions within this bid. 5.18 EQUIPMENT DELETED FROM THE CONTRACT: The City/Co-op reserves the right to delete any equipment from the contract. The Contractor shall provide the City with a credit based on the prices submitted by the awarded contract within this bid, acceptable to the City. City of Deerfield Beach - Invitation To Bid PURCHASE, INSTALLATION, SERVICE AND REPAIR OF OVERHEAD ROLL-UP DOORS AND GRILLS SECTION 6 - REQUIREMENTS OF THE BID Bid Identification: Indicated on the face of your sealed bid envelope is the following- !'PURCHASE, INSTALLATION, SERVICE AND REPAIR OF OVERHEAD ROLL-UP DOORS AND GRILLS" OPENS Thursday, March 22, 2007, 2:30 p.m. (Bid 2006-07/23) All bids must be submitted as specified on the bid forms which follow. Any attachments must be clearly identified. To be considered, the bidder must respond to all parts of the bid. Any other information thought to be relevant, but not applicable to the enumerated categories, should be provided as an appendix to the bid. If publications are supplied by a Bidder to respond to a requirement, the response should include reference to the document number and page number. This will provide a quick reference for the evaluators. Bids not providing this reference will be considered to have no reference material included in the additional documents. All bids must be received in the Office of the City Manager, City of Deerfield Beach, City Hall, 150 NE 2nd Avenue, Deerfield Beach, FL prior to 2:30 pm on the date specified. The mailing address is: City of Deerfield Beach Attention: Ada Graham-Johnson, Acting City Manager 150 NE 2nd Avenue Deerfield Beach, FL 33441 The bid shall be signed by a representative who is authorized to contractually bind the Contractor. BIDDERS MUST SUBMIT THEIR BID IN TRIPLICATE AN IDENTIFIED ORIGINAL COPY AND TWO (2) COPIES OF THE BID PAGES INCLUDING ANY ATTACHMENTS IN A SEALED ENVELOPE . Bid.Pages are as Follows- Part I - Bid Page - Signature Page Part.Il - Bid Page - Bid Proposal Part III — Questionnaire Acknowledgement of Bidder Anti=Collusion clause Attachments to your Bid City of Deerfield Beach - Invitation To Bid PURCHASE, INSTALLATION, SERVICE AND REPAIR OF OVERHEAD ROLL -UP DOORS AND GRILLS PART I - BID SIGNATURE PAGE TO: Ada Graham -Johnson, City Manager City of Deerfield Beach THIS FORM MUST BE COMPLETED AND RETURNED TO CONSTITUTE A VALID BID. 1 have received, read and agree to the terms and conditions as set forth in the General/Technical Specifications herein. I have read, understand, and agree to all Instructions to Bidders (including the Non -collusion Bidding 'Certification). I hereby recognize and agree that upon execution of this document by an authorized officer of the City of Deerfield Beach, the document, together with the contractor's bid and all other documents prepared by or on behalf of the City of Deerfield Beach for- this bid solicitation, shall become a binding contract between the parties for the services to be provided in accordance with the terms and conditions set forth herein. COMPANY NAME: SIGNATURE; TITLE: pe) ADDRESS: ADDRESS; J 3a0 — 9 \4MOR/— /I l.t-E City State Zip Code TELEPHONE: �� ) 9S 33 FAX: ADDENDUM ACKNOWLEDGMENT - Bidder acknowledges that the following addenda have been received and are included'in his/her bid: Addendum No. Date Issued VARIANCES- State any variations to specifications, terms and conditions in the space provided below or reference in the space provided below all variances contained on other pages of bid, attachments or bid pages. No variations or exceptions by the Bidder- will be deemed to be part of the bid submitted unless such variation or exception is listed and contained within the bid documents and referenced in the space provided below. - If no statement is contained in the below space, it is hereby implied that your bid complies with the full scope of this bid. Variances: Statement of No Bid: The above named company does not intend to bid for the following reason: insufficient time to .respond, do not offer product or service, unable to meet specifications, schedule will not permit or any other reason as stated: I PART 11 - BID PROPOSAL The undersigned hereinafter called the Bidder, hereby proposes to sell and deliver to the City/Co-Op Agencies all necessary materials and supplies for this bid and in accordance with the terms, conditions and specifications of the 1 bid, which are hereby referred to and made a part hereof, at the prices listed herein. The Bidder agrees to indemnify y and hold harmless the City, its agents and employees in accordance with "Indemnity" as set forth in the Special Conditions, I Bid Project #/2006-07/23 PURCHASE, INSTALLATION, SERVICE AND REPAIR OF OVERHEAD 1 ROLL -UP DOORS AND GRILLS 'To; Ada Graham -Johnson, Acting City Manager City of Deerfield Beach I' The Undersigned proposes to provide all goods in accordance with furnished specifications and price sheets to the �. City of Deerfield Beach. THIS FORM MUST BE COMPLETED AND RETURNED TO CONSTITUTE A VALID BID. Bidder's most offer a fixed percentage off the manufacturer's suggested retail price for all doors and/or parts. Descri tion Mfr. name % Coiling Roll -up Grill. Discount Mark-up Installation Anderson Camarr a1A NIA Door -Man Flexion rt�37a Hi -Fold d1A NIA NIA Overhead Wayne -Dalton Lift Master iol7o Allstar Overhead Doors tA MA t4 j A 1A Best Rolling Door to76 Clo a t rjo Atlas 01K, p Ski 1. X Cookson t o76 Cornell t,p'%p Roll -lite Overhead Doors IjMo TG W Rolling Doors Ojt-1?1✓ q11qS,55 X K North American 1rJC X K Dob Door Co.,Inc. 1090 A.B.L. Rainor 070 Burger ARD 07b JB Garage to17-i7 Universal NIA MA Other: Special installation of the above equipment may be provided by the contractor when a licensed electrical contractor is needed. In addition, contractor may have to provide blueprints and/or may have to install special wiring, conduits, etc. Proof of license shall be submitted prior to commencement. Pen-nitting will be required for replacement. BID PROPOSAL CONTINUED Service call: $ Response Time: Z QUANTITY EA. COST hours Fire Rescue Station #6 13'2" x 13' 16 Labor Rates during regular business hours (8:00 a.m. 6:00 p.m.) Mechanic Labor $� ^ per hour $ 2S — /z hour on existing call Helper $ 3� ~ per hour $ V-7 -50 '/i hour on existing call Over -time Labor Rates after-hours Monday - Saturday(6:01 (954) 765-4191 p.m. — 7:59 a.m.) all day Sunday and Holidays Mechanic Labor $ per hour $ 371 %z hour on existing call Helper $ <-Z ` per hour $ 7(c7 '/z hour on existing call (Optional) PREVENTATIVE MAINTENANCE RATES QUOTE: Provide a flat annual fee per door, for preventative maintenance for semi-annual inspection service/preventive maintenance service calls. Such maintenance shall include preventive and remedial maintenance, not limited to adjustments, lubrications and replacement parts, verification of proper calibration, performance of an electrical check and that mechanical operations are consistent with applicable product specifications: The City's are under no obliVation to select the preventative maintenance program as part of their award. Participation will vary from City to City. This list is not inclusive of all doors for every agency, Changes, additions and deletions may occur. Brownrd Sheriff's Office Fire Rescue Stations LOCATION Size (W -H) QUANTITY EA. COST TOTAL ANNUAL COST Fire Rescue Station #6 13'2" x 13' 16 $ (Seaport) 21" and 24" Port Everglades panels 1901 Eller Drive Fort Lauderdale, FL (954) 765-4191 Fire Rescue Station #10 14' I " x 16'3" 10 $-- (Airport) 24" panels Fort Lauderdale/Hollywood International Airport 250 Terminal Drive Ft Lauderdale, FL 33315 (954)635-3301 Fire Rescue Station # 14 12' x 12' 2 $ 4{ $ C10- Q-- 791 791 NW 315' Ave 24" panels Ft. Lauderdale, FL 33311 (954)791-I058 Fire Rescue Sta #17/27 12' x 14' 4 2610 SW 40"' Avenue 24" panels W Hollywood, FL 33023 (954)964-0225 Fire. Rescue Station 421 12'2" x10' 1/2" 1 (closed) 24" panels 1951 NE 48°i Street 12' x 10' 1/2" 2 9D - Pompano Bch, FL 33064 24" panels (954)360-1310 11'10 x10' 1 1" I $ its" 24" panels Fire Rescue Station#23 ( 12'6"x11' 2 $ t,jj_ $ °hQ - 2200 SW 46" Avenue roll -up Ft. Lauderdale, FL 33317 Fire Rescue Station #26 12' x 12'3" I $ L4s- $ Vjls-- (closed) roll -up 1201 SW 27"' Avenue ft. Lauderdale, FL 33311 12' x 12'3" 3 (954)689-7635 24" panels Fire Rescue Station #28 14'6 x 14' 6- 10550 Stirling Rd. Roil -up Cooper'City, FL 12'6" x 14 1 $ j- $ Lis - (954)432-8905 roll -up Fire Rescue Station #32 12'6" x 12' 2 $ t.{S- $ go - o- 53601 53601 SW 31 Avenue Roll -up - Dania, FL 33315 (954)985-1918 Fire Rescue .Station#37 11'5"x12' 2 $ $ 010- 34611 NW 43`d Ave 24" panels Lauderdale Lakes, FL 117' x12' 2 $ Lf�` $ 90- 33319 24" panels (954}535-2770 14'1" x12' 2 $ Hs_ $ 24"panels Fire Rescue Station #48 12' x 10' 2 $ $ qv 3800 SW 415' Ave 24" panels Holl wood, FL 33023 :Fire . Rescue Station 451 12' x 10' 2 $ Hs- $ C}o - (closed) 24"panels '3192 N Powerline Rd. 12' x10'6" 1 $ Pompano, FL 33064 24" panels (954)968-3853 'Fire 'Rescue Station #55 14'6" x 17'4" 6 $ q5' $ Z '3955 Bonavetiture Blvd Roll -up Weston, FL 33326 (954)3 89-2080 Fire Rescue Station #67 14'6" x 17'4" 6 $ $ _951 Saddle Club Rd Roll -up ' .Weston, FL 33327 (954)3.89-2058 Fire Rescue Station 481 14'6" x 17'4" 6 $ $ Z- _ 17350.Royal Palm Blvd Roll -up Weston, FL 33327 (954)389-2015 Fire Rescue Logistics 10'8"x 10'2" 2 $ gp - 143 NW 25"' Terrace Roll -up Ft: Lauderdale, FL.33311 S'8".x 8'8" 1ZS- 954 831-8274 Rol) -up 1 TOTAL BROWARD SHERIFF'S OFFICE FIRE RESCUE: St CITY OF MIRAMAR LOCATION Size (W -H) QUANTITY EA. COST TOTAL ANNUAL COST Fire Rescue Station #70 14'x 14' 5 $ �S - $-- 8909 Douglas Rd Automatic Miramar, FL Fire Rescue Station #70 14'x 14' 8 $ Miramar Pkway Automatic Miramar, FL Fire Rescue Station #84 15' x 17' 3 $ t,�s_ $ 14801 SW 77"' St Automatic Miramar, FL Fire Rescue Sta # 100 14'x 16' 6 $ Lis - $ 'Z 2800 SW 184"' Avenue Automatic Miramar, FL Miramar Police West 13'x 1 l' 2 $ NS_ $ 9() - ()-Substation Substation Automatic 281 IS SW 186"' Street Miramar, FL Miramar Police West 9'x 8' 2 $ $Q - Substation Automatic 28115 SW 186'x' Street Miramar, FL Miramar Police West 4' x 5' l $ zs $ Z a - Substation Manual 28115 SW 186°i Street (concession) Miramar, FL -.Miramar Lift Station 10' x 10' 1 $ -2 "Miramar/Pkwy/69'h Ave (automatic) -.2mil gallon water tank 10' x 10' 1 $�S- ,$811 Fog Rd. (automatic) WWRF Public Works .;.13900 Pembroke Rd. `All Automatic Doors Bldg "A" 12'x 10' 4 $ _ W' ` $ Igo - goBldg Bldg "C" 12' X 12' 1 $ $ u5 Bldg "D" 12' X 12' 2 $ k4S,- $ L) Bldg "K" 10' X 10' 1 $ " $ Bldg "M" 12' X 14' 13 $ 4' - Bldg "E" 10' X 13' 2 $ L4 $ qLD - Bldg "F' 10' X 12' 1 $ $ `•�1'- Bldg "G" 8'X 10' 2 $ 3S ` $ Bldg "L" 8' x 8' 3 $ �vs" Bldg "Y$ 10' X 10' i $ $ �j- Bldg "1" 12' x 16' I $ West Water Plant 12' x 12 4 41.00 Flamingo Road automatic Miramar, Fl 10' x 10' 1 $ 7j' — automatic Sunset Lakes Community 6' x 8' 1 Center automatic 2801 SW 186`' Street Miramar, FL Silver Shores Park 9' x 7' 1 15700.Pembroke Road automatic Miramar, FL Silver Lakes Tennis 8' x 8' l is_ 3302 SW 176'x' Terrace automatic Miramar, FL Silver Lakes Baseball 10' x 5' 1 $ -v _ Complex Manual 17450 SW 23'd Street Concession Miramar, FL Baseball Field 4'x 10' 1 $ ?i5 -- SW 33rd Street & 62 Ave automatic Miramar, FL Tx 8' 1 $ ZS . $ Manual .River Run Park Tx 9' 1 $ .9400 Miramar Blvd automatic Miramar, FL Forzano Park 4'x 10' 1 $ZS - 1700 Douglas Road Manual Mirarriar, FL Concession Aquatic Center .4' x 6' 2 $ ZS - $ cJ� — i6920:SW 36." Street Manual Miramar, FL Country Club Ranches 12' x 10' 2 $ LA _ $ }o 4700 SW 143`d Avenue Automatic - (Equestrian Park) Miramar, FL. Regional Park 16801 Pkwy & 172 nd :Avenue Bldg"t 9'x 5' 2 $ 7�5- $ _ Manual :Bldg {;`>, (concession) 3s' 6'X 8' .. 2 $ $ automatic `Bldg "_„ 8'X 8' 1 $ 3S- $ 35 automatic Bldg ;" 13' X 8' 1 $ _ $— automatic TOTAL CITY OF MIRAMAR: $ �� CITY OF PEMBROKE PINES LOCATION Size (W -H) QUANTITY EA. COST TOTAL ANNUAL COST Fire Station 433 14 x 14 roll up 6 $ -Z-j - 600 SW 72"d Avenue auto Pembroke Pines, 33026 Fire Station 369 13'6 x 16 roll up 4- 9500 Pines Blvd. Auto Pembroke Pines 33026 Police Property Rm. 8 x 12 roll up 1 $ ?jj - $ �S - auto Fire Station #89 12 x 12 roll up 4 $ $- 13600 Pines Blvd. auto Pembroke Pines, FL Fire. Station 499 14 x 14 auto 6 $ LiS _ $ Z .16999 Pines Blvd. roll up Pembroke Pines, FL Fire Station #79 14 x 14 auto 6- 19900 Pines Blvd. roll up Pembroke Pines, FL Fire Station 101 14 x 14 auto 6- 6057 SW 198 Terrace roll up Pembroke Pines, FL Maintenance 16 x 14 auto roll 4 $ t-iS, $ ('30— up Water Plant 12 x 14 manual 3 $ 7960 Johnson Street Pembroke Pines FL 9 x 9 manual 3 $ ZS ' $ :.New 9 x 16 manual 1 $ ` Water Plant 9 x 9 wood - 1 $ '7960 Johnson Street manual Pembroke Pines, FLOId ,Pines Recreation 8 x 7 rollup 1 $ $ Z�- manual track .,Pines Recreation 6 x 7 rollup,- al manual Pines Recreation 8 x 4 rollupZS- manual Maxwell Park 8 x 7 rollupZS- manual Falls Aquatic Center 15 x 15 rollup 4 manual Maxwell Park 8 x 7 rollup 1 $ $ Z�- manual Towne Gate 8 x 7 rollup 1 $ manual Towne Gate 8 x 7 rollup 1 manual Flamingo Park Maint 12 x 12 rollup 2 $ manual Flamingo South Park 8 x 7 rollup 2 $ $ manual )rlamingo North Park 8 x 7 rollup l $ ZS _ $ manual Silver` Lakes North 12 x 12 rollup 2 $ ?�� - $ -;to - manual Silver Lakes South 8 x 7 rollup 2 $ ZS-- $ ~� , manual Pembroke Shores 16 x 8 Track 2 $ Pembroke North 8 x 7 Track l $ ZS - $ Pembroke South 8 x 7 Track 1 Chapel Trail 8 x 7 rollup 2 $ ZS _ $j. manual Price Park 8 x 7 rollup 2 $ ZS- $ 50 manual Fletcher 10 x 10 rollup 2 $ ZS $ 55D manual South Concession 6 x 6 rollup 1 manual School - AV - 8 x 8 rollup 2 Water Pump Station manual 17189 Sheridan St. School - AV - 9 x 9 rollup 3 Chiller Room manual 11189 Sheridan St. School -AV @a Pool 6 x 4 rollup I $ 7M,- :17189 Sheridan St. manual Compound 10'x12' manual 9 $ $ 13 975 Pembroke Rd. 10'x 10' manual 8 $ 2S W $ Zvo' 10'x 14' manual 13 $ $ 9' x 9' manual 3 $ ZS- $ 7S- 14'x 12' manual 2 $ ?7S - $ 'TD_ 9' x 10' manual 2 TOTAL CITY OF PEMBROKE PINES: City of Lauderdale Lakes `LOCATION Size (W -H) QUANTITY EA. COST TOTAL ANNUAL COST Public Works 10'x 14' 3 $ $ (015- 3463 NW 4P Avenue Lauderdale Lakes, FL 8'x 10' 1 $ Z5' _ $ ZS 10' x 10' 4 $ 25 ` $ t 00 - Parks and Recreation 8'9 x 4'3 1 $ z' - $ ZS - 4331 NW 36'x' Street Lauderdale Lakes, FL 12 x 4'3 1 $ ZS- $ ZS- Greenacres Trades Bldg. 16'6 x 8'5 1 $ ?jS $ �5-- 301 Swain Blvd 16'6 x 8 l $ Greenacres, FL 4'3 x 4 2 $ ZS - $ GV - Fire Rescue 14' x 12' 2 $ SIS-- $ 90 -- 3461 NW 43`d Avenue Lauderdale Lakes, FL 12' x 12' 4 $ y5 _ $ k eo - 10' x 12' 3 $ t4S- $ 1 �J TOTAL CITY OF LAUDERDALE LAKES: $ g0,5 " CITY OF GREENACRES LOCATION Size (W -M QUANTITY EA. COST TOTAL ANNUAL COST Green Acres Public Wrks 10' x 10' (M) 3 $ 1,518 Martin Avenue Green Acres, FL 12'x 14'(M) 1 $ �js - $ 8'x6'(M) 1 $ Z� $ ZS- Greenacres Shed 8' x 7' (SM) 1 $ TS- $ 7.5 -- Martin Avenue i Greenacres, FL Greenacres Trades Bldg. 14'x 10' (SA) 3 $ qNs - $ �5-- 301 Swain Blvd Greenacres, FL 12' x 10' (SA) 1 $ LS ' $ SJ Fire, Rescue Station # 1 14' x 14' (A) 7 $ �(S- $ 2995 Jog Rd Greenacres, FL 12'x 10' (A) 2 $ $ Q -~ 31'x7' ate 2 $ HS $ 90 Fire Rescue Station 42 14' x 14' (A) 4 $ LA;;-- $ l 00 - 5095 Haverhill Rd Greenacres, FL Vet's Park Shed 9' x T (SA) 1 $ Purdy Lane Greenacres, FL Freedom Prk Concession 10' x 3.5' (M) 1 $ ZS - $ Z� = Pinehurst Blvd Greenacres, FL Community Park 10' 2" x 10' 1 $ 7775- $ Concession (M) 8 $ $ — Iva Van Bullock Park 6' x 3.5' (M) :.Concession 7' x 7' (U) 1 _ $ ZS ' $ ZS— Martin Avenue 8" x 5'2" (K) 12$ -- M — Overhead roll -up manual SM = Sectional/Manual SA = Sectional/Auto A = overhead rollup-auto TOTAL CITY OF GREENACRES: CITY OF RIVIERA BEACH LOCATION Size W -H QUANTITY EA. COST TOTAL ANNUAL COST Public 111 t, 22' x I S' (M} 8 $ $ — 2391 Avenue L Riviera Beach, FL 33404 7' x 7' (U) 1 _ $ ZS ' $ ZS— Riviera Police Dept 8" x 5'2" (K) 12$ -- Records Department 600 West Blue Heron Blvd .Riviera Beach, FL 33404 Riviera Police Dept 10" x 10' (U) 1 $ Sally Port 600 West Blue Heron Blvd Riviera Beachi FL 33404. Fire Dept 14' x 14' (B) 8 $ L4 Station 41 600 West Blue Heron Blvd Riviera Beach, FL 33404 Fire Dept 14' x 14' (C) 4 $ $— Station #2 1663 West Blue Heron ;Blvd Riviera Beach, FL 33404 Pi.re .Dept 14' x 14' (C) 2 $ Qct — Station #3 5010 N. Ocean Drive 14'x 14' (WD) 2 $ ��— Riviera Beach, FL 33404 ;,Eire Dept 14' x 14' (C) 4— 'Station 44 ..7501 N Military Trail :Riviera Beach, FL 33404 ..Parks & Rec T x ? (B) 3 $�-�- Dan Calloway Rec Complex 2 $ 4420 W 10"' Street Riviera. Beach, FL 33404 Parks & Rec T x ? (RL) 1 $ Parks Grandstand (Wells Ree Center) 2409 W Avenue H Riviera Beach, FL 33404 Parks & Rec T x ? (AA) QUANTITY EA. COST TOTAL ANNUAL COST Barracuda Bay 12' x 14' 6 $ W S - $ 7 D - 1621 W. Blue Heron Panel door 928 East Hillsboro Blvd Deerfield Beach, FL . Riviera Beach, FL 33404 12'x 14' roll ' 6 $ q5 - $ Z . Parks & Ree T x ? (G) Parks Shop -Wells Rec Ca - 12'x 14' 2 $ $ '2409 W Avenue H panel door Riviera Beach, FL 33404 !M =Mahon U = Unknown K = Kinner/Fire Door B = Best Rolling C+ Clopay WD = Wayne Dalton R = Roll -lite Overhead AA = Above All Rolling Steel G = General TOTAL CITY OF RIVIERA BEACH: CITY OF CORAL SPRINGS LOCATION Size (W -H) QUANTITY EA. COST TOTAL ANNUAL COST Fire Rescue Station #43 12' x 14' 6 $ W S - $ 7 D - •4550 Rock Island Road Panel door 928 East Hillsboro Blvd Deerfield Beach, FL Coral. Springs, FL 12'x 14' roll ' 6 $ q5 - $ Z . up Fire Rescue Station #64 12'x 14' 2 $ $ 5.00 Ramblewood Drive panel door Coral Springs, FL .:.Fire Rescue Station 13'x 15' 6 $ t.{S- $ Z - .1,2801 Coral Springs panel door Drive Coral Springs, FL Tire Rescue Station 471 12' x 14' 2 $ (S _ $ go - 1 l 800 N W 41" Street panel door Coral Springs, FL. , Fire Rescue Station #95 15' x 17' 6 $ 300 Coral Ridge Drive rollup Coral Springs, FL Westside Complex 16'x 12'6" 2 $ CIO 41.81 NW 121" Avenue rollup 12 Coral Springs, FL 14'x 12'6" $ $ CJ (40- rollup TOTAL CITY OF CORAL SPRINGS: CITY OF DEERFIELD BEACH LOCATION Size (W -H) QUANTITY EA. COST TOTAL ANNUAL COST City of Deerfield Beach 16'4"W x 14" H 6 $ Lv;:- $ •-z7 .� Fire Rescue Station #4 928 East Hillsboro Blvd Deerfield Beach, FL City of Deerfield Beach 15'4 x 14' 4 $ $ `�� Fire Rescue Station #66 590 S. Powerline Rd. Deerfield Beach, FL City of Deerfield Beach 15'6 x 12 2 $ t + _ $ Fire Rescue Station 475 71 SE 21" Avenue Deerfield Beach, FL City of Deerfield Beach ____ l 6'4 x 14' _ 3 $ qS; _ Fire Rescue Station #102 1401 SW I 1"' Way Deerfield Bch, FL City of Deerfield Beach _ 17'x 18' 3 $ Utilities Maintenance 200 Goolsby Blvd. Deerfield Bch, FL 33442 City of Deerfield Beach 21' x 14' 4 $ 16.45 — $ 1 E3() Public Works - Fleet _ �� 4 210 Goolsby Blvd. 2]'x18' 2 $ ` $ Deerfield Bch, FL 33442ZS- 10'x7' 1 $ $ Deerfield Beach Public 10'xl0' f 3 $ -ZS ' $ ' f�— Works . 1 Gxounds Maintenance Facilities Maintenance Streets Maintenance Deerfield .Beach 10'x 10' 1 $ 245- $ v;-- Cominunity Services 222 N. Dixie Hwy Deerfield Bch, FL 33441 Broward Sheriff's Office 16'x 8" 1 _ $ L�j — $ 300 NE 2°d Street Deerfield Bch, FL 33441 City of Deerfield Beach 10'2" x 10' 10 $ -27 $ ?�� — West Water Plant 290.Goolsby Blvd Deerfield Bch, FL 33442 City of Deerfield Beach 10' x 10' 1 $ ZS ` $ —zS, East Water Plant City of Deerfield Beach 10' x 10' 1 _ $ Water Tower City of Deerfield Beach 16' x 20' 8 $ $ Fire Rescue Station 102 1:441NW 11"'Way City, of Deerfield Beach Unknown 1 $ ZS _ $ Z� — Middle School concession Concession 248 NE 5"' Avenue City. of Deerfield Beach Unknown 1 $ $ �� ... Aquatic Center 501 SE 6"' Street Deerfield Beach TOTAL CITY OF DEERFIELD BEACH: $ ��00 f :CITY OF HOLLYWOOD LOCATION Size (W -H) QUANTITY EA. COST TOTAL ANNUAL COST Fire Rescue Station 45 15 x 12 coiling 6 $ 1,{s-- $ 7 70 421 N. 21$' Avenue Hollywood, FL 33021 8 x 16 coiling 1 Fire Rescue Station # 105 14 x 14 4 $ LAS _ $- 1511 S Federal Hwy coiling Hollywood, FL 33020 14 x14 2 $ $ (1L-)_ lass roll -up Fire Rescue Station #31 12 x 14 6 $ ys- $ _z?%D- 3401 Hollywood Blvd, coiling Hollywood, FL 33021 12 x14 3 $_ $ lass roll -up Fire Rescue Station #40 12 x 12 1$S- 221,1 N. Ocean Drive coiling Hollywood, FL 33021 12 x 24 1 coiling Fire Rescue Station #45 12 x 12 1 $ LAS — $ LS 1810 N. 64°i Avenue coiling Hollywood, FL 33021 12 x 24 l $ ys— coiling Fire Rescue Station 474 14 x 14 8 $ L4 $ '%o 2741 Stirling Road coiling _ Hollywood, FL 33021 14 x 14 4 $ lass roll -Lip Fire Rescue Training 12 x 12 1 $-- 3400 N. 56`!' Avenue coiling Hollywood, FL 33021 12 x 24 1 $ coiling Fire. Rescue Shop 12 x 12 3 6430 Mosley Street Hollywood, FL 33021 Facility Maintenance 10'2"x 10 9 $ {,(S_ $ 1600 S. Park Road Hollywood, FL 33021 Public Works 12' 6"x 10'3" 2 $ _ $ ti o r 1600 S. Park Road .Hollywood, FL Sanitation Garage 12' 3" x 12 6$ t �� _' $ Z� 1600 S. Park Road Hollywood, FL Sanitation Brush Bldg. 5' 6" x 7'.3" 2 $S _ $ S� .1600 S. Park Road Hollywood, FL TOTAL CITY OF HOLLYWOOD: C".ITV OF DANIA REACH LOCATION Size (W -H) QUANTITY EA. COST TOTAL ANNUAL COST Fire Rescue Station One 14' x 14' 5 $ �S_ $ 22�— 1 I fi W Dania Beach Blvd (954).452-2544 .Dania Beach, FL 33304 Fire Rescue Station #93 14' x 16' 2 $ $ 4601 SW 30"' Avenue Dania Beach, FL 33304 Public Utilities Center 12 x 14 3 $ 1201 Stirling Road Dania Beach, FL 33304 Dania'Beach Bathrooms 10'x 17' 1 $ Dania Beach Area Rania.Beach Bathrooms IO'x 12' 1 $ $ -100.N Beach Road TOTAL CITY QF DANIA BEACH: S CITY OF PLANTATION S70 LOCATION Size (W -H) QUANTITY EA. COST TOTAL ANNUAL COST Unknown contact unknown Unknown contact unknown Charles Spencer, Buyer Linda Jeethan, (954).452-2544 Purchasing Agent (954) Add Additional Sheets are necessary TOTAL CITY OF PLANTATION: dITY.OF COCONUT CREEK 8 LOCATION Size (W -H) QUANTITY EA. COST TOTAL ANNUAL COST Unknown contact unknown Linda Jeethan, Purchasing Agent (954) 956-1438 Add Additional Sheets are necessary TOTAL CITY OF PLANTATION: COMPANY NAME: Of— 1jOUT� .SIGNATURE: c TITLE: �15 ADDRESS: t'1AIVI(i1 S IsA Zip Code ACKNOWLEDGMENT OF BIDDER IF A CORPORATION STATE OF FLORIDA COUNTY OF BROWARD The foregoing instrument was acknowledged before me this day of� ,2007 by as�'Gi+�+l� of ��� �I iS��MI?yt' `��� i �� t% ' (Name of Corporation). Vshe is personally known to me or who has produced ape of identification), as identification. u " NOTARY'S SEAL- �. NOTARY PUBLIC, STATE OF FLORIDA (Signature of Notary Taking Acknowledgment) VI, Scott N. Sumenek ? Commission #DD270081 . S? Expires: Nov 25, 2007 Bondodlbru Atlantic Bonding Co„ inc. (Name of Acknowledger Typed, Printed or Stamped) PURCHASE, INSTALLATION, SERVICE AND REPAIR OF OVERHEAD ROLL -UP DOORS AND GRILLS PART III - QUESTIONNAIRE Please print or type: Firm name: Di7orz �ysTs �c 'C,arz 1 6A President: $LA 114 r4 Business Address: Telephone: -G}�3� FAX: License # Provide information for three (3) references which the City may contact: Company Name: RyA GA �N� t -t SGt1(_. Address: Contact Name: E ��� bUf�7iJ� � Telephone Number: 901 Z3 0160 Company Name: Address: LJ1900 W7JA IF& T �GiJtV UT (I Contact Name: K- `�J �'tl�l`i Telephone Number: " ISy Liq it JV Company Name: G►! Y Vr�F'�i� Y�7G�L Address: 1033o YV OI�W� �� rh1►r�1 ► `�ll�lYi`� , ` " _ `iy` Contact Name: Ay M14 6\ `4 Telephone Number: 1 Number of years experience the proposer has had in providing similar services: Z2• ` 2. Have you ever failed to complete work awarded to you? If so, where and why? NO NIA 33g3fo 3: Will you sublet any part of this work? If so, list the portions or specialties of the work that you will sublet and identify the Contractor: ff�� 4. List any lawsuits pending or complete involving the corporation, partnership or individuals with more than ten percent (10%) interest: �: 5: List all pending lawsuits which are concerned directly with staff or part of your organization proposed for the contract: )cats -wnicn areconcernea,girectly with the staff and facilities. proposed for the contract: ' fi NIA 7. Indicate the name -and address of the 'service center from which you propose to.ftmish service to the City -of Deerfield Beach l X50 -� MID Aft, ��D�ti u,� i?�D' 8: :Are you able to comply with the:insurance requirements as outlined in Section 4.20"6f the General Conditions? �. YES NO ; 9 Have you peovded4he required docuMentatwn as outl'ned it Section 2 4. of theSpecial Consrti,onsT :NG - YES ..} 10: Have you inclu d the required, iriformation on employees as"' oi} lmed'in Section:5>l3'of the Secral Conditions? YES i Np t .. .. j .r. 7 S " . r l t r - EXHIBIT "A" CONTRACTOR PASS REQUEST Vendor Name Vendor Address Vendor Contact Name Vendor Contact Phone Number List of Contractor Employees Requiring Entry to Utility Facilities (Attach copy of Picture Identification for all persons listed) Name Work to be Performed