Loading...
HomeMy WebLinkAboutRESPONSE - BID - 7088 CONTINENTAL CONTROL PANEL UPGRADESco colorado DOORWAYS inc. 3333 East 52nd Ave Denver. CO 80216-2322 DOORWAY (303) 291-1002 FAX (303) 293-8936 www.doowaysolutions.com Proposal / Bid COMPANY: City of Fort Collins PROJECT: 7088 Continental Control Panel Upgrades ATTN: Purchasing Division BID DATE: 11/12/09 FAX #: E-Mail: Furnish and Install Material as Specified: Price Proposal: Material Labor Cost Item# Qty Description /Unit Cost /Unit Ext. Cost 1 6 Replace 6 Micro Terms with 6 $ 729.11 $ 80.00 $ 4,854.66 Super Two Controllers 2 8 Replace 8 Mini Terms with 8 Super $ 729.11 $ 80.00 $ 6,472.88 Two Controllers 3 5 Replace 5 SmartTerms with 5 Turbo $2,178.30 $ 160.00 $11,691.50 Super Four Controllers Startup / Test & verify $ 160.00 $ 160.00 Documentation & drawings No Charge No Charge No Charge Other (Travel Time) $ 640.00 $ 640.00 Total: $23,819.10 Clarifications: 1. This quotation has been based on all work being performed during Doorway Solutions normal working hours of 8:00 AM to 4:00 PM, Monday through Friday. Should overtime become necessary to accommodate the customer's needs, a change order to cover overtime hours shall be required. 2. Excludes network connection. 3. Excludes 110VAC hook up. 4. This proposal is based on the assumption that all existing equipment to be re -used is in good working condition. 5. Doorway Solutions is not responsible for any environmental conditions, including asbestos abatement. 6. Installation includes disconnecting and reconnection of panels only. Any faulty wiring conditions are excluded. 7. Additional trips due to lack of coordination of other trades may require a change order. DUE TO THE VOLATILITY OF SURCHARGES AND MANUFACTURER PRICING, ALL QUOTED PRICES ARE GOOD FOR 45 DAYS ONLY NO FEDERAL, STATE, COUNTY OR CITY SALES OR USE TAXES ARE INCLUDED in the above prices unless specified otherwise. Any sales or use tax required by law shall be added to the prices shown on this proposal and shall be paid by the Buyer. INSTALLATION IS NOT INCLUDED in the above prices unless otherwise specified. Prices are F.O.B. Jobsite, tailgate delivery. All orders accepted by Colorado Doorways. Inc. are with the express condition that the purchaser aciree with the terms and conditions aooearino herein. Colorado Doorways. Inc.'s failure to object to the provisions contained on the purchaser's purchase order or other communication shall not be deemed a waiver of the terms and conditions hereof or acceptance of such provisions. Terms of open account invoices are Net 30 days. Deliveries may be withheld until terms of payment have been complied with. Colorado Doorways, Inc. will not be held responsible for material damage unless noted on shipper's receipt. Glass and glazing by others. Screws and bolts for attaching are NOT included. Special order or shop fabricated merchandise are non -returnable. A minimum 25% handling charge will be assessed on all merchandise which is accepted for return. Seller assumes no responsibility for the adequacy or performance of engineering, design or specifications furnished by the Buyer. The materials manufactured by Seller and sold hereunder are subject to Seller's standard manufacturing variances, tolerances, and classifications. Seller shall not be responsible for the operation, design, installation, or use of the materials sold hereunder. Seller shall not be liable for any claims for work performed by Buyer without the prior written consent of the Seller. Equal Employment Opoortunity Clause The parties hereby incorporate the requirements of 41 C.F.R. §§ 60-1.4(a)(7), 60-250.4 and 60-741.5, if applicable. also 29 CFR part 70 Beck Notification, if applicable. ACCEPTED BY: TITLE: DATE: SUBMITTED BY: Kevin McAnulla Fort Collins urchasing Financial Services Purchasing Division 215 N. nd Mason St. 2 Floor PO Box 580 Fort Collins, CO 80522 970.221.6775 970.221.6707 fcgov. com/purchasing INVITATION TO BID 7088 Continental Control Panel Upgrades BID OPENING: 2:30 P.M. (our clock), November 12, 2009 Sealed bids will be received and publicly opened at the office of the Director of Purchasing and Risk Management, PO Box 580, 215 North Mason St., 2nd floor, Fort Collins, Colorado 80522, at the time and date noted on the bid nd proposaland/or contract documents. If delivered, they are to be sent to 215 North Mason Street, 2 Floor, Fort Collins, Colorado 80524. If mailed, the address is P.O. Box 580, Fort Collins, 80522-0580. Bids must be received at the Purchasing Office prior to 2:30 p.m. (our clock), November 12, 2009. Questions regarding bid submittal or process should be directed to James R. Hume, CPPO, Senior Buyer (970) (970)221-6776. A copy of the Bid may be obtained as follows: 1. Download the Bid from the Purchasing Webpage, Current Bids page, at: http://fcgov.com/eprocurement 2. Come by Purchasing at 215 North Mason St., 2nd floor, Fort Collins, and request a copy of the Bid. Special Instructions All bids must be properly signed by an authorized representative of the company with the legal capacity to bind the company to the agreement. Bids may be withdrawn up to the date and hour set for closing. Once bids have been accepted by the City and closing has occurred, failure to enter into contract or honor the purchase order will be cause for removal of supplier's name from the City of Fort Collins' bidders list for a period of twelve months from the date of the opening. The City may also pursue any remedies available at law or in equity. Bid prices must be held firm for a period of forty-five (45) days after bid openings. Submission of a bid is deemed as acceptance of all terms, conditions and specifications contained in the City's specifications initially provided to the bidder. Any proposed modification must be accepted in writing by the City prior to award of the bid. Only bids properly received by the Purchasing Office will be accepted. All bids should be clearly identified by the bid number and bid name contained in the bid proposal. No proposal will be accepted from, or any purchase order awarded, to any person, firm or corporation in default on any obligation to the City. Bids must be furnished exclusive of any federal excise tax, wherever applicable. Bidders must be properly licensed and secure necessary permits wherever applicable. Bidders not responding to this bid will be removed from our automated vendor listing for the subject commodities. The City may elect where applicable, to award bids on an individual item/group basis or on a total bid basis, whichever is most beneficial to the City. The City reserves the right to accept or reject any and all bids, and to waive any irregularities or informalities. Sales prohibited/conflict of interest: no officer, employee, or member of City Council, shall have a financial interest in the sale to the City of any real or personal property, equipment, material, supplies or services where such officer or employee exercises directly or indirectly any decision - making authority concerning such sale or any supervisory authority over the services to be rendered. This rule also applies to subcontracts with the City. Soliciting or accepting any gift, gratuity, favor, entertainment, kickback or any items of monetary value from any person who has or is seeking to do business with the City of Fort Collins is prohibited. Freight terms: unless otherwise noted, all freight is F.O.B. Destination, Freight Prepaid. All freight charges must be included in prices submitted on proposal. Discounts: any discounts allowed for prompt payment, etc., must be reflected in bid figures and not entered as separate pricing on the proposal form. Purchasing restrictions: your authorized signature of this bid assures your firm's compliance with the City's purchasing restrictions. A copy of the resolutions is available for review in the Purchasing Office or the City Clerk's Office. Request Resolution 91-121 for cement restrictions. Collusive or sham bids: any bid deemed to be collusive or a sham bid will be rejected and reported to authorities as such. Your authorized signature of this bid assures that such bid is genuine and is not a collusive or sham bid. Bid results: for information regarding results for individual bids send a self-addressed, self - stamped envelope and a bid tally will be mailed to you. Bid results will be posted in our office 7 days after the bid opening. James B. O'Neill II, CPPO, FNIGP Director of Purchasing and Risk Management BID # 7088 Continental Control Panel Upgrades BID OPENING: We hereby enter our bid for the City of Fort Collins' requirements for City of Fort Collins Continental Control Panel Upgrades, per the bid invitation and any referenced specifications: SPECIFICATIONS FOR ACCESS CONTROL UPGRADE CITY BUILDINGS, (List of Buildings Attached as Exhibit "A") Objective: To Upgrade existing Continental Controls Mini, Micro, and Smart Terms to latest Super and Turbo Superterm technology in various City buildings. See attached listing of units required. Mandatory Pre -Bid: There will be a mandatory pre -bid walk through of the 215 North Mason — Civic Center Office Building prior to awarding this job. This walk through will take place on October 29, at 9:30 a.m., at the job site of 215 North Mason St, Fort Collins, CO. We will meet in the Lobby area. An existing floor plan showing door locations, current controller locations, and existing field wiring will be provided at this time. This is only one of six buildings with new controller needs, but it represents 75% of the actual controllers requiring updating. Questions about the walk through should be directed to Steve Strickland at 221-6536. Contractor Responsibilities: 1. Controllers. Furnish and install new Continental Turbo Superterm 4 or 8 door controllers, Super two controllers, with chips to allow controllers to run on a CA3000 system and have 6 access groups available to all controllers listed for replacement. a) An attempt shall be made to relocate all panels mounted above the ceiling to an accessible closet or consolidate panels to larger controller where permissible. Contractor can provide a two cost approach to each panel. 1.) Cost to replace panel at its current location. 2.) Cost to relocate/consolidate panels and associated hardware to a better suited closet or storage area. The goal is to consolidate any panels and relocate to areas that are better suited for maintenance and access at an acceptable cost. b) Panels and operations of doors are to be tested completely by cycling door and reader responses with city staff verification as testing is done. c) Existing wiring and any new wiring is to be labeled, bundled, and properly secured to provide a clean installation. Splice points are to be designated on red -line drawings. Initial drawings and layout will be provided by the City. d) Fully remove any abandon controllers, wire, and hardware. Return abandon controllers, power supplies, field hardware to the City of Fort Collins. 0 115 Vac UPS power shall be supplied to new controller when relocated. The City will provide new 115 Vac power to any new Continental controllers that are located in areas old controller did not exist. 0 Provide Autocad drawing of all locations and labeling of field devices (City will provide base building drawing). Show wiring run between devices and all associated hardware. 2. If required, furnish, install and configure Lantronics UDS-10 micro serial server network interface. Provide patch cord to City field termination at Rj45 receptacle (Location yet to be determined). .3. Cutting, drilling and patching ❑ Other than described above as work provided or supplied by others, the Contractor shall be responsible for all cutting, fitting and patching to complete the work. .❑ The contractor shall be aware these are occupied buildings and any noise, odors, dust or debris creation above "normal" limits should be highlighted and discussed with project manager before proceeding. .4. Cleaning ❑ The Contractor is responsible for any cleaning and/or disposal of waste products that is necessary as a result of his operations related to the upgrade. .❑ The Contractor is to clean up the immediate work spaces for that day and each day. Particular attention shall be paid to public and city worker areas. This means vacuuming or sweeping floor, replacing ceiling tile, wiping off desks or other horizontal surfaces and disposing of all trash. .5. Documentation ❑ Provide O&M manuals with all associated hardware, software and auxiliary equipment used in the installation. ❑ Review with City staff an as - constructed AutoCAD drawing (basic drawing provided by City staff) verifying location of field devices and wiring path at end of project. . El Upon completion there will be a walk-thru inspection by the Contractor and City staff to show location and configuration of completed system. Full operation of the system shall be verified by the designated City Representative before final pay application is approved. 2. 6. Warranty The Contractor shall warrant all materials associated with his work (including low voltage wiring and connections) to be free of mechanical and electrical defects for a period of one year. City Responsibilities: ❑ The City will make every effort to provide the Contractor with daytime access to the areas that will receive this work. ❑ The Contractor shall submit a master schedule including his scope of work, and shall coordinate this schedule with the designated City Project Representative. Method of Award Submitted bids will be evaluated based on price, quality of components, proposed configuration, and personnel experience. The goal will be to obtain the best value for the City. Please submit "alternative/consolidation panel location" option along with the baseline option matrix below. We are very interested in the "alternative/consolidation panel location" option and will assist you with any questions about logistics and access you may have. Price Proposal (2 pages): Bid # 7088 Continental Control Panel Upgrade Enter quantities, unit costs, if combining controller specify on separate sheet. Material Labor Cost Item# Qty Description /Unit Cost /Unit Ext. Cost 1 6 Replace 6 Micro Terms with 6 $ 729.11 $ 80.00 $ 4,854.66 Super Two Controllers 2 8 Replace 8 Mini Terms with 8 Super $ 729.11 $ 80.00 $ 6,472.88 Two Controllers 3 5 Replace 5 SmartTerms with 5 Turbo $2,178.30 $ 160.00 $11,691.50 Super Four Controllers $ 160.00 $ 160.00 Startup / Test & verify No Charge No Charge No Charge Documentation &drawings $ 640.00 $ 640.00 Other (specify on a separate sheet) Total: $23,819.10 Exhibit A: List of Buildings & Panels with upgrade recomendations Pnl Existing New Panel 1 Comments No Description i Building Panel Type Type Turbo SuperTerm 1 117 N. Mason 215 N. Mason SmarTerm Four Turbo SuperTerm 2 215 Tele. Room 215 N. Mason SmarTerm Four Possibly combine panels #3, #4 & #19 into Turbo 3 215 Excercise Room 215 N. Mason MicroTerm SuperTwo 8 215 Bike/Natural 4 Resources 215 N. Mason MiniTerm SuperTwo 215 2nd Fir. N. 7 Hallway (HR) 215 N. Mason MiniTerm SuperTwo 215 2nd Fir N. Lobby 8 (HR) 215 N. Mason MicroTerm SuperTwo Possibly combine panels 215 2nd Fir S. #9 and #10 into Turbo 4 Lobby 9 (Finance) 215 N. Mason MicroTerm SuperTwo 215 2nd Fir Sales 10 Tax Hallway 215 N. Mason MicroTerm SuperTwo 215 2nd Fir 11 S.Hallway (Rsk Mgt) 215 N. Mason MiniTerm SuperTwo 215 3rd Fir 12 S.Hallway (MIS) 215 N. Mason MiniTerm SuperTwo 215 3rd Fir N. Lobby 13 (CRPE) 215 N. Mason MicroTerm SuperTwo 215 3rd Fir N. 15 Hallway (CRPE) 215 N. Mason MiniTerm SuperTwo 215 1st Fir. S. 215 N. Mason MicroTerm 19 Hallway (Pkng) SuperTwo Turbo 215 1st Fir. S. Lobby SuperTerm 20 (Pkng) 215 N. Mason SmarTerm Four Turbo Park Shop Downtown SuperTerm 33 Downtown ParkShop SmarTerm Four EPIC - Concession EPIC - 1801 41 Area Riverside Dr MiniTerm SuperTwo Turbo Fossil Creek SuperTerm 25 Fossil Creek Maint Maint. Shop SmarTerm Four Lincoln - Coat 38 Closet Lincoln Center MiniTerm SuperTwo Museum - Boiler 43 Room Museum MiniTerm SuperTwo Additional Submittals: Submit information detailing the relevant experience for the lead technician who will be assigned to this project, if awarded to your company. Provide a brief narrative of the training and skills of other personnel who would be assigned to the project. Provide the name, title and phone number for the company employee primarily responsible for coordination with the City on any issues involved in this project. Name: Dave Gale Title: Project Manager Phone: 303-291-1002 For technical questions, contact Steve Strickland, Operations Services, 970-221- 6536 For questions concerning bid procedures, contact Jim Hume, Senior Buyer, phone: 970- 221-6776 ore ail: j ume@fcgov.com /�,4 Signature: Title: Executive Vice President Company riame: Colorado Doorways, Inc. Date: 11/12/09 COLORF,D r" .'d;"'.': ' r �, iNc. DA,U, i. Street: 3333 E. 52"d Ave Phone #: 303-291-1002 City: Denver Fax #: 303-293-8936 State/Zip: CO 80216 Email: dupuis@codoor.com