HomeMy WebLinkAboutRESPONSE - BID - 7088 CONTINENTAL CONTROL PANEL UPGRADES (2)Ccolorado
9 DOORWAYS inc.
3333 East 52nd Ave Denver, CO 80216-2322
NORWAY
(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: Alternate #1
rrlce v
Item#
Qty
Description
Ext. Cost
1
2
Replace 6 Micro Terms with 6
Super Two Controllers
$ 729.11
$ 80.00
$ 1,618.22
2
7
Replace 8 Mini Terms with 8
Super Two Controllers
$ 729.11
$ 80.00
$ 5,663.77
3
6
Replace 5 SmartTerms with 5
Turbo Super Four Controllers
$2,178.30
$ 160.00
$14,029.80
4
1
Replace 2 Micro Term and 1 with
1 Superterm 8
$2,844.12
$ 480.00
$ 3,324.12
Startup / Test & verify
$ 320.00
$ 320.00
Documentation & drawings
No Charge
No Charge
No Charge
1 Lot
Other (Plenum Cable)
$ 205.50
$ 320.00
$ 525.50
6
Other (Terminal Blocks)
$ 8.22
$ 20.00
$ 169.32
1
Other (Travel Time)
$ 800.00
$ 800.00
Total:
$26,450.73
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 eXDfess condition that the purchaser agree with the terms and conditions awearinq 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 O000rtunity 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 aDDlicable. also 29 CFR part 70 Beck Notification, if applicable.
ACCEPTED BY:
TITLE:
DATE:
SUBMITTED BY: Kevin McAnulla
Fort +Gains
Purchasing .
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:
hftt)://fcqov.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.
where renewal is a Way of life
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.
❑ 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.
❑ 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.
.❑ 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.
Item#
Qt y
Description
. ��>...e .
: ,_. _ ._.:
Ext. Cost
1
2
Replace 6 Micro Terms with 6
$ 729.11
$ 80.00
$ 1,618.22
Super Two Controllers
2
7
Replace 8 Mini Terms with 8 Super
$ 729.11
$ 80.00
$ 5,663.77
Two Controllers
3
6
Replace 5 SmartTerms with 5 Turbo
$2,178.30
$ 160.00
$14,029.80
Super Four Controllers
4
1
Replace 2 Micro Term and 1 with 1
$2,844.12
$ 480.00
$ 3,324.12
Superterm 8
Startup / Test & verify
$ 320.00
$ 320.00
No Charge
No Charge
No Charge
Documentation &drawings
$ 254.82
$ 1,240.00
$ 1,494.82
Other (specify on a separate sheet)
Total:
$26,450.73
Exhibit A: List of Buildings & Panels with upgrade recomendations
Pnl
Existing
New Panel
rets`�
� D�
I
:'�`> �..
.2 eiib�:. ,3.. 3<.. ..
�k��•..ax .3 .F.
.,3 .... :a2`:lSi.�y..`.�~;.
>.mwmlfl,��Cm��.il?�a1�..�
.. � R Y� ��.�, 4w#
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 Flr. N.
7
Hallway (HR)
215 N. Mason
MiniTerm
SuperTwo
215 2nd Flr N.
Lobby
8
(HR)
215 N. Mason
MicroTerm
SuperTwo
Possibly combine panels
215 2nd Flr 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 Flr N. Lobby
13
(CRPE)
215 N. Mason
MicroTerm
SuperTwo
215 3rd Fir N.
15
Hallway (CRPE)
215 N. Mason
MiniTerm
SuperTwo
215 1st Flr. S.
215 N. Mason
MicroTerm
19
Hallway (Pkng)
SuperTwo
Turbo
215 1 st 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 conce ning bid procedures, contact Jim Hume, Senior Buyer, phone: 970-
221-6776 or email j ume@fcgov.com
Signature:
Title: Executive Vice President
Company name: Colorado Doorways, Inc.
Date: 11/12/09
COLORAp ; I]OC%PIAJ ,YS. INC.
DAB✓ID R. D;,F:..!' Q,NC
Street: 3333 E. 52"d Ave
Phone #: 303-291-1002
City: Denver
Fax #: 303-293-8936
State/Zip: CO 80216
Email: dupuis@codoor.com