HomeMy WebLinkAbout30464Agreement No. 18-6516thNovember
1 IN WITNESS WHEREOF, the parties hereto have executed this Agreement as of the
2 day and year first hereinabove written.
3
4 CONTRACTOR
5
6
7
8 Dario Canizalez, CFO
HCI Systems, Inc.
1354 S. Parkside Place
Ontario, CA 91761
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
FOR ACCOUNTING USE ONLY:
ISD -Security
ORG No.: 8970
Account No.: 7205
Fund: 1035
Subclass: 10000
•
11
COUNTY OF FRESNO
ATTEST:
Bernice E. Seidel
Clerk of the Board of Supervisors
County of Fresno, State of California
By:('J\b«).',
Deputy
G:\Public\RFQ\FY 2017-18\18-061 Alarm Systems - Maintenance, Repair, Inspection, and Monitoring\18-061 Alarm Systems - Maintenance, Repair, Inspection, and Monitoring.docx
COUNTY OF FRESNO
REQUEST FOR QUOTATION
NUMBER: 18-061
ALARM SYSTEMS - MAINTENANCE, REPAIR,
INSPECTION, AND MONITORING
Issue Date: June 28, 2018
Closing Date: AUGUST 2, 2018 AT 2:00 P.M.
All Questions and Responses must be electronically submitted on the Bid Page on Public Purchase.
For assistance, contact Heather Stevens at Phone (559) 600-7110.
BIDDER TO COMPLETE
Undersigned agrees to furnish the commodity or service stipulated in the attached response at the prices and terms stated in this RFQ.
Bid must be signed and dated by an authorized officer or employee.
Except as noted on individual items, the following will apply to all items in the Quotation Schedule:
• A cash discount of % days will apply. County does not accept terms less than 15 days.
COMPANY
ADDRESS
CITY STATE ZIP CODE
( ) ( )
TELEPHONE NUMBER FACSIMILE NUMBER E-MAIL ADDRESS
SIGNATURE
PRINT NAME TITLE
Purchasing Use: HS:st ORG/Requisition: 8970 / 9701800048
Attachment "A"
Quotation No. 18-061 Page 2
G:\PUBLIC\RFQ\FY 2017-18\18-061 ALARM SYSTEMS - MAINTENANCE, REPAIR, INSPECTION, AND MONITORING\18-061 ALARM SYSTEMS - MAINTENANCE, REPAIR, INSPECTION, AND MONITORING.DOCX
TABLE OF CONTENTS
PAGE
KEY DATES .................................................................................................................... 3
OVERVIEW ..................................................................................................................... 3
BID INSTRUCTIONS ...................................................................................................... 4
GENERAL REQUIREMENTS & CONDITIONS ............................................................... 5
INSURANCE REQUIREMENTS ................................................................................... 13
PARTICIPATION ........................................................................................................... 15
DIR ACKNOWLEDGEMENT ......................................................................................... 15
REFERENCE LIST ........................................................................................................ 16
SCOPE OF WORK REQUIREMENTS/CONDITIONS/SPECIFICATIONS .................... 17
QUOTATION SCHEDULES .......................................................................................... 25
CHECK LIST ................................................................................................................. 48
ATTACHMENTS ........................................................................................................... 49
EXHIBITS ...................................................................................................................... 50
Attachment "A"
Quotation No. 18-061 Page 3
G:\PUBLIC\RFQ\FY 2017-18\18-061 ALARM SYSTEMS - MAINTENANCE, REPAIR, INSPECTION, AND MONITORING\18-061 ALARM SYSTEMS - MAINTENANCE, REPAIR, INSPECTION, AND MONITORING.DOCX
KEY DATES
RFQ Issue Date: June 28, 2018
Vendor Conference: July 13, 2018 at 1:30 PM
County of Fresno - Purchasing
4525 E. Hamilton Avenue, 2nd Floor
Fresno, CA 93702
Written Questions for RFQ Due: July 18, 2018 at 12:00 Noon
Questions must be submitted on the Bid Page at Public Purchase.
RFQ Closing Date: August 2, 2018 at 2:00 P.M.
Quotations must be electronically submitted on the Bid Page.
VENDOR CONFERENCE & SITE INSPECTION:
A vendor conference will be held in which the scope of the project and quotation requirements will be
explained. Addenda will be prepared and distributed to all bidders only if necessary to clarify substantive
items raised during the vendor conference.
Bidders are to contact Heather Stevens at County of Fresno - Purchasing, (559) 600-7110, if they are
planning to attend.
OVERVIEW
The County of Fresno is soliciting bids to provide all labor, materials, equipment, etc., to perform
maintenance, repair, inspection, and monitoring for the County’s fire and intrusion alarm systems. The
County of Fresno has approximately one hundred fifteen (115) facilities with intrusion alarm systems, eighty-
one (81) facilities with fire alarm systems, and fifty-one (51) facilities that require monitoring services located
throughout the County of Fresno. The intent of this RFQ is to identify vendor(s) that are interested in
performing contracted maintenance and repair services as well as quarterly and annual inspections for fire
alarm systems, annual inspections for intrusion alarm systems, testing of each of those systems and
monitoring of those facilities identified in the RFQ. The County of Fresno’s delivery of service to the citizens
and employees of the County is dependent upon the reliable operation of the identified systems.
Attachment "A"
Quotation No. 18-061 Page 4
G:\PUBLIC\RFQ\FY 2017-18\18-061 ALARM SYSTEMS - MAINTENANCE, REPAIR, INSPECTION, AND MONITORING\18-061 ALARM SYSTEMS - MAINTENANCE, REPAIR, INSPECTION, AND MONITORING.DOCX
BID INSTRUCTIONS
• Bidders must electronically submit bid package in pdf format, no later than the quotation closing date
and time as stated on the front of this document, to the Bid Page on Public Purchase. The County will
not be responsible for and will not accept late bids due to slow internet connection or incomplete
transmissions.
• Bids received after the closing time will NOT be considered.
• All quotations shall remain firm for 180 days.
• Interpretation: Should any discrepancies or omissions be found in the bid specifications or doubt as to
their meaning, the bidder shall notify the Buyer in writing at once. The County shall not be held
responsible for verbal interpretations. Questions regarding the bid must be received by Purchasing
prior to the date and time stated within this document. All addenda issued shall be in writing, duly
issued by Purchasing and incorporated into the contract.
• ISSUING AGENT/AUTHORIZED CONTACT: This RFQ has been issued by County of Fresno,
Purchasing. Purchasing shall be the vendor’s sole point of contact with regard to the RFQ, its
content, and all issues concerning it.
All communication regarding this RFQ shall be directed to an authorized representative of County
Purchasing. The specific buyer managing this RFQ is identified on the cover page, along with his or
her telephone number, and he or she should be the primary point of contact for discussions or
information pertaining to the RFQ. Contact with any other County representative, including elected
officials, for the purpose of discussing this RFQ, its content, or any other issue concerning it, is
prohibited unless authorized by Purchasing. Violation of this clause, by the vendor having
unauthorized contact (verbally or in writing) with such other County representatives, may constitute
grounds for rejection by Purchasing of the vendor’s quotation.
The above stated restriction on vendor contact with County representatives shall apply until the
County has awarded a purchase order or contract to a vendor or vendors, except as follows. First, in
the event that a vendor initiates a formal protest against the RFQ, such vendor may contact the
appropriate individual, or individuals who are managing that protest as outlined in the County’s
established protest procedures. All such contact must be in accordance with the sequence set forth
under the protest procedures. Second, in the event a public hearing is scheduled before the Board of
Supervisors to hear testimony prior to its approval of a purchase order or contract, any vendor may
address the Board.
• APPEALS: Appeals must be submitted in writing within seven (7) working days after notification of
proposed recommendations for award. A “Notice of Award” is not an indication of County’s
acceptance of an offer made in response to this RFQ. Appeals shall be submitted to County of
Fresno Purchasing, 4525 E. Hamilton Avenue 2nd Floor, Fresno, California 93702-4599 and in Word
format to gcornuelle@FresnoCountyCA.gov. Appeals should address only areas regarding RFQ
contradictions, procurement errors, quotation rating discrepancies, legality of procurement context,
conflict of interest, and inappropriate or unfair competitive procurement grievance regarding the RFQ
process.
Purchasing will provide a written response to the complainant within seven (7) working days unless
the complainant is notified more time is required. If the appealing bidder is not satisfied with the
decision of Purchasing, he/she shall have the right to appeal to the County Administrative Office
(CAO) within seven (7) working days after Purchasing’s notification; if the appealing bidder is not
satisfied with CAO’s decision, the final appeal is with the Board of Supervisors. Please contact
Purchasing if the appeal will be going to the Board of Supervisors.
Attachment "A"
Quotation No. 18-061 Page 5
G:\PUBLIC\RFQ\FY 2017-18\18-061 ALARM SYSTEMS - MAINTENANCE, REPAIR, INSPECTION, AND MONITORING\18-061 ALARM SYSTEMS - MAINTENANCE, REPAIR, INSPECTION, AND MONITORING.DOCX
GENERAL REQUIREMENTS & CONDITIONS
LOCAL VENDOR PREFERENCE AND DISABLED VETERAN BUSINESS ENTERPRISE BID
PREFERENCE: The Local Vendor Preference and Disabled Veteran Business Enterprise Preference do
not apply to this Request for Quotation.
DEFINITIONS: The terms Bidder, Proposer, Contractor and Vendor are all used interchangeably and refer
to that person, partnership, corporation, organization, agency, etc. which is offering the quotation and is
identified on page one of this Request For Quotation (RFQ).
INTERPRETATION OF RFQ: Vendors must make careful examination of the requirements, specifications
and conditions expressed in the RFQ and fully inform themselves as to the quality and character of services
required. If any person planning to submit a quotation finds discrepancies in or omissions from the RFQ or
has any doubt as to the true meaning or interpretation, correction thereof may be requested in writing from
Purchasing by July 18, 2018 at 12:00 Noon, cut-off.
Questions must be submitted on the Bid Page at Public Purchase or contact Heather Stevens at (559) 600-
7110.
NOTE: Time constraints will prevent County from responding to questions submitted after the cut-off date.
Any change in the Request for Quotation will be made by written addendum issued by the County. The
County will not be responsible for any other explanations or interpretations.
AWARD: Award will be made to the vendor(s) offering the services, products, prices, delivery, equipment
and system deemed to be to the best advantage of the County. Past performance (County contracts within
the past seven years) and references may factor into awarding of a contract. The County shall be the sole
judge in making such determination. Award Notices are tentative: Acceptance of an offer made in response
to this RFQ shall occur only upon execution of an agreement by both parties or issuance of a valid written
Purchase Order by Fresno County Purchasing.
RIGHT TO REJECT BIDS: The County reserves the right to reject any and all bids and to waive
informalities or irregularities in bids. Failure to respond to all questions or not to supply the requested
information could result in rejection of your quotation.
CODES AND REGULATIONS: All work and material to conform to all applicable Federal, State, local and
special district building codes, laws, ordinances, and regulations.
TAXES: The quoted amount must include all applicable taxes. If taxes are not specifically identified in the
quotation it will be assumed that they are included in the total quoted.
SALES TAX: Fresno County pays California State Sales Tax in the amount of 7.975% regardless of
vendor's place of doing business.
TAXES, PERMITS & FEES: The successful bidder shall pay for and include all federal, state and local taxes
direct or indirect upon all materials; pay all fees for, and obtain all necessary permits and licenses, unless
otherwise specified herein.
TAXES, CHARGES AND EXTRAS:
A) DO NOT include Federal Excise Tax. County is exempt under Registration No. 94-73-03401-K.
B) County is exempt from Federal Transportation Tax. Exemption certificate is not required where
shipping papers show consignee as County of Fresno.
C) Charges for transportation, containers, packing, etc. will not be paid unless specified in bid.
Attachment "A"
Quotation No. 18-061 Page 6
G:\PUBLIC\RFQ\FY 2017-18\18-061 ALARM SYSTEMS - MAINTENANCE, REPAIR, INSPECTION, AND MONITORING\18-061 ALARM SYSTEMS - MAINTENANCE, REPAIR, INSPECTION, AND MONITORING.DOCX
SPECIFICATIONS AND EQUALS: Brand names, where used, are a means of establishing quality and
style. Bidders are invited to quote their equals. Alternate offers are to be supported by literature, which fully
describes items that you are bidding.
No exceptions to or deviations from this specification will be considered unless each exception or deviation is
specifically stated by the bidder, in the designated places. If no exceptions or deviations are shown, the
bidder will be required to furnish items exactly as specified herein. The burden of proof of compliance with
this specification is the responsibility of the bidder.
LITERATURE: Bidders shall submit literature, which fully describes items on which they are bidding, not
later than the closing date of this bid. Any and all literature submitted must be stamped with bidders name
and address.
MERCHANDISE RETURNABLE FOR FULL CREDIT: Bidder agrees to accept for full credit any
merchandise sold by him on contract or award resulting from this bid, if returned in good condition by the
County.
GUARANTEE AGAINST DEFECTS: All items are to carry a full guarantee against defects in materials and
workmanship and guarantee against breakage and other malfunctions when performing work for which they
are designed.
PACKAGING: Each item listed in the bid gives as part of its description the minimum packaging size that
the County would order. The County feels it more reasonable to order the successful bidder's standard
"carton" sizes; therefore, each bidder is asked to fill in the information for each item. Normally the
circumstances resort to minimum package size orders. Be sure to fill in your "standard" carton size on the
quotation schedule if different from stated.
Quote separate prices on each individual item in County unit of measure (i.e., EA, DZ, PG, not your standard
carton price).
SAMPLES: On request, samples of the products on which you are bidding shall be made available to the
County. County will designate where samples are to be delivered.
Successful bidder's samples may be retained for checking against delivery, in which case allowance will be
made to vendor.
Samples, when required, must be furnished and delivered free and, if not destroyed by tests, will upon
written request (within thirty (30) days of bid closing date) be returned at the bidder's expense. In the
absence of such notification, County shall have the right to dispose of the samples in whatever manner it
deems appropriate.
VENDOR ASSISTANCE: Successful bidder shall furnish, at no cost to the County, a representative to assist
County departments in determining their product requirements.
MINOR DEVIATIONS: The County reserves the right to negotiate minor deviations from the prescribed
terms, conditions and requirements with the selected vendor.
BIDDERS’ LIABILITIES: County of Fresno will not be held liable for any cost incurred by vendors in
responding to the RFQ.
PRICE RESPONSIBILITY: The selected vendor will be required to assume full responsibility for all services
and activities offered in the quotation, whether or not they are provided directly. Further, the County of
Fresno will consider the selected vendor to be the sole point of contact with regard to contractual matters,
including payment of any and all charges resulting from the contract. The contractor may not subcontract or
transfer the contract, or any right or obligation arising out of the contract, without first having obtained the
express written consent of the County.
PRICES: Bidder agrees that prices quoted are for the contract period, and in the event of a price decline
such lower prices shall be extended to the County of Fresno. Prices shall be quoted F.O.B. destination.
Attachment "A"
Quotation No. 18-061 Page 7
G:\PUBLIC\RFQ\FY 2017-18\18-061 ALARM SYSTEMS - MAINTENANCE, REPAIR, INSPECTION, AND MONITORING\18-061 ALARM SYSTEMS - MAINTENANCE, REPAIR, INSPECTION, AND MONITORING.DOCX
CONFIDENTIALITY: Bidders shall not disclose information about the County's business or business
practices and safeguard confidential data which vendor staff may have access to in the course of system
implementation.
NEWS RELEASE: Vendors shall not issue any news releases or otherwise release information to any third
party about this RFQ or the vendor's quotation without prior written approval from the County of Fresno.
BACKGROUND REVIEW: The County reserves the right to conduct a background inquiry of each
proposer/bidder which may include collection of appropriate criminal history information, contractual and
business associations and practices, employment histories and reputation in the business community. By
submitting a quotation/bid to the County, the vendor consents to such an inquiry and agrees to make
available to the County such books and records the County deems necessary to conduct the inquiry.
ADDENDA: In the event that it becomes necessary to revise any part of this RFQ, addenda will be provided
to all agencies and organizations that receive the basic RFQ.
CONFLICT OF INTEREST: The County shall not contract with, and shall reject any bid or quotation
submitted by the persons or entities specified below, unless the Board of Supervisors finds that special
circumstances exist which justify the approval of such contract:
1. Employees of the County or public agencies for which the Board of Supervisors is the governing
body.
2. Profit-making firms or businesses in which employees described in Subsection (1) serve as officers,
principals, partners or major shareholders.
3. Persons who, within the immediately preceding twelve (12) months, came within the provisions of
Subsection (1), and who were employees in positions of substantial responsibility in the area of
service to be performed by the contract, or participated in any way in developing the contract or its
service specifications.
4. Profit-making firms or businesses in which the former employees described in Subsection (3) serve
as officers, principals, partners or major shareholders.
5. No County employee whose position in the County enables him to influence the selection of a
contractor for this RFQ, or any competing RFQ, and no spouse or economic dependent of such
employee, shall be employees in any capacity by a bidder, or have any other direct or indirect
financial interest in the selection of a contractor.
INVOICING: All invoices are to be delivered in duplicate to Internal Services – Security, 2220 Tulare Street,
Plaza Level, Fresno, CA 93721. Reference shall be made to the purchase order/contract number and
equipment number if applicable on the invoice.
PAYMENT: County will make partial payments for all purchases made under the contract/purchase order
and accumulated during the month. Terms of payment will be net forty-five (45) days. County will consider
the Bidder’s Cash discount Offer, in lieu of the net forty-five (45) days payment terms.
CONTRACT TERM: It is County’s intent to contract with the successful bidder for a term of three (3)
years.
RENEWAL: Agreement may be renewed for a potential of two (2) one (1) year periods, based on the mutual
written consent of all parties.
QUANTITIES: Quantities shown in the bid schedule are approximate and the County guarantees no
minimum amount. The County reserves the right to increase or decrease quantities.
ORDERING: Orders will be placed as required by County of Fresno Internal Services – Security Division.
TERMINATION: The County reserves the right to terminate any resulting contract upon written notice.
Attachment "A"
Quotation No. 18-061 Page 8
G:\PUBLIC\RFQ\FY 2017-18\18-061 ALARM SYSTEMS - MAINTENANCE, REPAIR, INSPECTION, AND MONITORING\18-061 ALARM SYSTEMS - MAINTENANCE, REPAIR, INSPECTION, AND MONITORING.DOCX
INDEPENDENT CONTRACTOR: In performance of the work, duties, and obligations assumed by
Contractor under any ensuing Agreement, it is mutually understood and agreed that CONTRACTOR,
including any and all of Contractor’s officers, agents, and employees will at all times be acting and
performing as an independent contractor, and shall act in an independent capacity and not as an officer,
agent, servant, employee, joint venturer, partner, or associate of the COUNTY. Furthermore, County shall
have no right to control or supervise or direct the manner or method by which Contractor shall perform its
work and function. However, County shall retain the right to administer this Agreement so as to verify that
Contractor is performing its obligations in accordance with the terms and conditions thereof. Contractor and
County shall comply with all applicable provisions of law and the rules and regulations, if any, of
governmental authorities having jurisdiction over matters the subject thereof.
Because of its status as an independent contractor, Contractor shall have absolutely no right to employment
rights and benefits available to County employees. Contractor shall be solely liable and responsible for
providing to, or on behalf of, its employees all legally-required employee benefits. In addition, Contractor
shall be solely responsible and save County harmless from all matters relating to payment of Contractor's
employees, including compliance with Social Security, withholding, and all other regulations governing such
matters. It is acknowledged that during the term of the Agreement, Contractor may be providing services to
others unrelated to the County or to the Agreement.
SELF-DEALING TRANSACTION DISCLOSURE: Contractor agrees that when operating as a corporation
(a for-profit or non-profit corporation), or if during the term of the agreement the Contractor changes its status
to operate as a corporation, members of the Contractor’s Board of Directors shall disclose any self-dealing
transactions that they are a party to while Contractor is providing goods or performing services under the
agreement with the County. A self-dealing transaction shall mean a transaction to which the Contractor is a
party and in which one or more of its directors has a material financial interest. Members of the Board of
Directors shall disclose any self-dealing transactions that they are a party to by completing and signing a
Fresno County Self-Dealing Transaction Disclosure Form and submitting it to the County prior to
commencing with the self-dealing transaction or immediately thereafter.
HOLD HARMLESS CLAUSE: Contractor agrees to indemnify, save, hold harmless and at County's request,
defend the County, its officers, agents and employees, from any and all costs and expenses (including
attorney’s fees and costs), damages, liabilities, claims and losses occurring or resulting to County in
connection with the performance, or failure to perform, by Contractor, its officers, agents or employees under
this Agreement and from any and all costs and expenses (including attorney’s fees and costs), damages,
liabilities, claims and losses occurring or resulting to any person, firm or corporation who may be injured or
damaged by the performance, or failure to perform, of Contractor, its officers, agents or employees under
this Agreement.
MATERIALS TO BE NEW: All materials shall be new and of merchantable grade, free from defect. No bid
will be considered unless it is accompanied by a complete list of manufacturer's catalog numbers of the
items, which the bidder proposes to furnish, together with full descriptive literature on all items so
enumerated. If item proposed differs from these specifications, bidder shall present specific explanation of
functioning and structural characteristics for those details which differ from the specifications listed herein.
SAFETY DATA SHEETS: With the invoice or within twenty-five (25) days of delivery, the seller must
provide to the County a Safety Data Sheet for each product, which contains any substance on “The List of
800 Hazardous Substances”, published by the State Director of Industrial Relations. (See Hazardous
Substances Information and Training Act, California State Labor Code Sections 6360 through 6399.7.)
RECYCLED PRODUCTS/MATERIALS: Vendors are encouraged to provide and quote (with
documentation) recycled or recyclable products/materials which meet stated specifications.
EXAMINATION OF SITE: Where work is to be performed on County site, each bidder shall have examined
the site of work before bidding and shall be responsible for having acquired full knowledge of the job and of
all problems affecting it. No variations or allowance from the contract sum will be made because of lack of
such examination.
Attachment "A"
Quotation No. 18-061 Page 9
G:\PUBLIC\RFQ\FY 2017-18\18-061 ALARM SYSTEMS - MAINTENANCE, REPAIR, INSPECTION, AND MONITORING\18-061 ALARM SYSTEMS - MAINTENANCE, REPAIR, INSPECTION, AND MONITORING.DOCX
DAMAGE TO EXISTING WORK: Damage to existing construction, equipment, planting, etc., by the
contractor in the performance of his work shall be replaced or repaired and restored to original condition by
the contractor.
CLEAN UP: The Contractor shall at all times, keep the premises clean from accumulation of waste
materials or rubbish caused by his employees or work and shall remove all resulting work debris from the job
site.
WATER, POWER & TOILET FACILITIES: Successful bidder may use County owned water, power and
toilet facilities at job site (when existing) at no expense to the successful bidder. Successful bidder will be
required, however, to provide piping, fittings and other items as necessary to bring water and power from
existing service to job site.
COORDINATE WORK WITH OWNER: Successful bidder shall coordinate and schedule the work with the
County so that any interruption to the normal business operations be kept to a minimum.
INSPECTION: All material and workmanship shall be subject to inspection, examination and test by the
County at any and all times during which manufacture and/or construction are carried on. The County shall
have the right to reject defective material and workmanship or require its correction.
SUPERVISION: The Contractor shall give efficient supervision to the work, using therein the skill and
diligence for which he is remunerated in the contract price. He shall carefully inspect the site and study and
compare all drawings, specifications and other instructions, as ignorance of any phase of any of the features
or conditions affecting the contract will not excuse him from carrying out its provisions to its full intent.
STANDARD OF PERFORMANCE: All work shall be performed in a good and workmanlike manner.
SAFEGUARDS: The successful bidder shall provide, in conformity with all local codes and ordinances and
as may be required, such temporary walls, fences, guardrails, barricades, lights, danger signs, enclosures,
etc., and shall maintain such safeguards until all work is completed.
SB 854: California law (SB854) now requires public works contractors subject to prevailing wage
requirements to register annually with the Department of Industrial Relations (DIR) and pay an annual fee.
The County of Fresno will not accept public works bids from contractors and subcontractors who have not
registered with the DIR and have not met this requirement. Please refer to http://www.dir.ca.gov/Public-
Works/PublicWorksSB854.html for more information.
This requirement, found in Labor Code Sections 1725.5 and 1770-1777.7, now applies to all public works
projects.
Contractor must submit verification of DIR registration with their quotation. Failure to submit verification may
result in their quotation being considered non-responsive.
PREVAILING WAGES: The work to be done on this project will involve the repair, alteration, maintenance,
installation, rehabilitation, demolition, construction or reconstruction of public buildings, streets, utilities,
and/or other public works. In accordance with Labor Code section 1770, et seq., the Director of the
Department of Industrial Relations of the State of California has determined the general prevailing wages
rates and employer payments for health and welfare pension, vacation, travel time and subsistence pay as
provided for in Section 1773.1, apprenticeship or other training programs authorized by Section 3093, and
similar purposes applicable to this public work project.
The prevailing wage rates for all hours worked, including holiday and overtime rates, on this project are on
file with the Purchasing Department, 4525 E. Hamilton Avenue, Fresno, California 93702, and are herein
incorporated by this reference. Information pertaining to applicable Prevailing Wage Rates may be found on
the website for the State of California – Department of Industrial Relations:
http://www.dir.ca.gov/oprl/PWD/index.htm. Information pertaining to applicable prevailing wage rates for
apprentices may be found on the website for the State of California – Department of Industrial Relations:
http://www.dir.ca.gov/oprl/pwappwage/PWAppWageStart.asp
Attachment "A"
Quotation No. 18-061 Page 10
G:\PUBLIC\RFQ\FY 2017-18\18-061 ALARM SYSTEMS - MAINTENANCE, REPAIR, INSPECTION, AND MONITORING\18-061 ALARM SYSTEMS - MAINTENANCE, REPAIR, INSPECTION, AND MONITORING.DOCX
It shall be mandatory upon the Contractor herein and upon any subcontractor to pay not less than the
prevailing wage rates, including overtime and holiday rates, to all workers, laborers, or mechanics employed
on this public work project, including those workers employed as apprentices. Further, Contractor and each
subcontractor shall comply with Labor Code sections 1777.5 and 1777.6 concerning the employment of
apprentices. A copy of the above-mentioned prevailing wage rates shall be posted by the Contractor at the
job site where it will be available to any interested party.
Contractor shall comply with Labor Code section 1775 and forfeit as a penalty to County Two Hundred
Dollars ($200.00) for each calendar day or portion thereof, for each worker paid less than the prevailing
wage rates for the work or craft in which the worker is employed for any work done under this project by
Contractor or by any subcontractor under Contractor in violation of Labor Code section 1770, et seq. In
addition to the penalty, the difference between the prevailing wage rates and amount paid to each worker for
each calendar day or portion thereof for which each worker was paid less than the prevailing wage rate shall
be paid to each worker by the Contractor or subcontractor.
Contractor and each subcontractor shall keep an accurate record showing the names, address, social
security number, work classification, straight time and overtime hours worked each day and week, and the
actual per diem wages paid to each journeyman, apprentice, worker, or other employee employed by him or
her in connection with this public work project. In accordance with Labor Code section 1776, each payroll
record shall be certified and verified by a written declaration under penalty of perjury stating that the
information within the payroll record is true and correct and that the Contractor or subcontractor complied
with the requirements of Labor Code sections 1771, 1811 and 1815 for any work performed by its employees
on this public work project. These records shall be open at all reasonable hours to inspection by the County,
its officers and agents, and to the representatives of the State of California – Department of Industrial
Relations, including but not limited to the Division of Labor Standards Enforcement.
PERFORMANCE BOND: The successful bidders may be required to furnish a faithful performance bond.
BONDING COMPANY: The company issuing bonds shall be a corporate surety admitted by the California
Insurance Commissioner to do business in the State of California with an A.M Best rating of B++ VIII or
better.
COORDINATION AND COMPLETION: The successful bidder shall contact and meet with the County
Coordinator at the job site prior to commencement and completion of any work.
Successful bidder shall complete the job as instructed and described in writing by the contract, bid or
amendment. Any problem or questions that arise in the scope of work, the County must be contacted and
the appropriate written amendment generated.
NOTICE TO PROCEED: Following execution of the agreement by both parties (County and Contractor), the
County will issue a written Notice to Proceed for the project specified herein. The completion period as
defined below, shall commence upon the date that the Notice to Proceed is delivered to the Contractor.
GUARANTEE: The successful bidder shall fully guarantee all aspects of the project for the minimum period
of one (1) year. Such one (1) year period shall commence upon the date of final acceptance by County. The
guarantee shall include but in no way be limited to workmanship, equipment and materials.
DISPUTE RESOLUTION: The ensuing contract shall be governed by the laws of the state of California.
Any claim which cannot be amicably settled without court action will be litigated in the U.S. District Court for
the Eastern District of California in Fresno, CA or in a state court for Fresno County.
DEFAULT: In case of default by the selected bidder, the County may procure the services from another
source and may recover the loss occasioned thereby from any unpaid balance due the selected bidder, or by
any other legal means available to the County.
Regardless of F.O.B. point, vendor agrees to bear all risks of loss, injury or destruction to goods and
materials ordered herein which occur prior to delivery and such loss, injury or destruction shall not release
vendor from any obligation hereunder
Attachment "A"
Quotation No. 18-061 Page 11
G:\PUBLIC\RFQ\FY 2017-18\18-061 ALARM SYSTEMS - MAINTENANCE, REPAIR, INSPECTION, AND MONITORING\18-061 ALARM SYSTEMS - MAINTENANCE, REPAIR, INSPECTION, AND MONITORING.DOCX
ASSIGNMENTS: The ensuing proposed contract will provide that the vendor may not assign any payment
or portions of payments without prior written consent of the County of Fresno.
ASSURANCES: Any contract awarded under this RFQ must be carried out in full compliance with the Civil
Rights Act of 1964, the Americans With Disabilities Act of 1990, their subsequent amendments, and any and
all other laws protecting the rights of individuals and agencies. The County of Fresno has a zero tolerance
for discrimination, implied or expressed, and wants to ensure that policy continues under this RFQ. The
contractor must also guarantee that services, or workmanship, provided will be performed in compliance with
all applicable local, state, or federal laws and regulations pertinent to the types of services, or project, of the
nature required under this RFQ. In addition, the contractor may be required to provide evidence
substantiating that their employees have the necessary skills and training to perform the required services or
work.
OBLIGATIONS OF CONTRACTOR: Contractor warrants on behalf of itself and all subcontractors
engaged for the performance of the ensuing contract that only persons authorized to work in the United
States pursuant to the Immigration Reform and Control Act of 1986 and other applicable laws shall be
employed in the performance of the work hereunder.
TIE BIDS: With all other factors being equal, the contract shall be awarded to the Fresno County vendor
or, if neither or both are Fresno County vendors, the tied vendors will be granted the opportunity to submit
new bids or the entire bid may be rejected and re-bid. If the General Requirements of the RFQ state that
they are applicable, the provisions of the Fresno County Local Vendor Preference shall take priority over
this paragraph.
DATA SECURITY: Individuals and/or agencies that enter into a contractual relationship with the County for
the purpose of providing services must employ adequate controls and data security measures, both internally
and externally to ensure and protect the confidential information and/or data provided to contractor by the
County, preventing the potential loss, misappropriation or inadvertent access, viewing, use or disclosure of
County data including sensitive or personal client information; abuse of County resources; and/or disruption
to County operations.
Individuals and/or agencies may not connect to or use County networks/systems via personally owned
mobile, wireless or handheld devices unless authorized by County for telecommuting purposes and provide a
secure connection; up to date virus protection and mobile devices must have the remote wipe feature
enabled. Computers or computer peripherals including mobile storage devices may not be used (County or
Contractor device) or brought in for use into the County’s system(s) without prior authorization from County’s
Chief Information Officer and/or designee(s).
No storage of County’s private, confidential or sensitive data on any hard-disk drive, portable storage device
or remote storage installation unless encrypted according to advance encryption standards (AES of 128 bit
or higher).
The County will immediately be notified of any violations, breaches or potential breaches of security related
to County’s confidential information, data and/or data processing equipment which stores or processes
County data, internally or externally.
County shall provide oversight to Contractor’s response to all incidents arising from a possible breach of
security related to County‘s confidential client information. Contractor will be responsible to issue any
notification to affected individuals as required by law or as deemed necessary by County in its sole
discretion. Contractor will be responsible for all costs incurred as a result of providing the required
notification.
AUDITS AND RETENTION: The Contractor shall maintain in good and legible condition all books,
documents, papers, data files and other records related to its performance under this contract. Such records
shall be complete and available to Fresno County, the State of California, the federal government or their
duly authorized representatives for the purpose of audit, examination, or copying during the term of the
contract and for a period of at least three (3) years following the County's final payment under the contract or
Attachment "A"
Quotation No. 18-061 Page 12
G:\PUBLIC\RFQ\FY 2017-18\18-061 ALARM SYSTEMS - MAINTENANCE, REPAIR, INSPECTION, AND MONITORING\18-061 ALARM SYSTEMS - MAINTENANCE, REPAIR, INSPECTION, AND MONITORING.DOCX
until conclusion of any pending matter (e.g., litigation or audit), whichever is later. Such records must be
retained in the manner described above until all pending matters are closed.
EPAYMENT OPTION: The County of Fresno provides an Epay Program which involves payment of invoices
by a secure Visa account number assigned to the supplier after award of contract. Notification of payments
and required invoice information are issued to the supplier's designated Accounts Receivable contact by e-
mail remittance advice at time of payment. To learn more about the benefits of an Epay Program, how it
works, and obtain answers to frequently asked questions, click or copy and paste the following URL into your
browser: www.bankofamerica.com/epayablesvendors or call Fresno County Accounts Payable, 559-600-
3609.
Attachment "A"
Quotation No. 18-061 Page 13
G:\PUBLIC\RFQ\FY 2017-18\18-061 ALARM SYSTEMS - MAINTENANCE, REPAIR, INSPECTION, AND MONITORING\18-061 ALARM SYSTEMS - MAINTENANCE, REPAIR, INSPECTION, AND MONITORING.DOCX
INSURANCE REQUIREMENTS
INSURANCE: Without limiting the County’s right to obtain indemnification from Contractor or any third
parties, Contractor, at its sole expense, shall maintain in full force and effect, the following insurance policies
or a program of self-insurance, including but not limited to, an insurance pooling arrangement or Joint
Powers Agreement (JPA) throughout the term of the Agreement:
A. Commercial General Liability: Commercial General Liability Insurance with limits of not less than Two
Million Dollars ($2,000,000.00) per occurrence and an annual aggregate of Four Million Dollars
($4,000,000.00). This policy shall be issued on a per occurrence basis. County may require specific
coverage including completed operations, product liability, contractual liability, Explosion-Collapse-
Underground, fire legal liability or any other liability insurance deemed necessary because of the
nature of the contract.
B. Automobile Liability: Comprehensive Automobile Liability Insurance with limits of not less than One
Million Dollars ($1,000,000.00) per accident for bodily injury and for property damages. Coverage
should include any auto used in connection with this Agreement.
C. Professional Liability: If Contractor employs licensed professional staff, (e.g., Ph.D., R.N., L.C.S.W.,
M.F.C.C.) in providing services, Professional Liability Insurance with limits of not less than One Million
Dollars ($1,000,000.00) per occurrence, Three Million Dollars ($3,000,000.00) annual aggregate.
This coverage shall be issued on a per claim basis. Contractor agrees that it shall maintain, at its sole
expense, in full force and effect for a period of three years following the termination of this Agreement,
one or more policies of professional liability insurance with limits of coverage as specified herein.
D. Worker's Compensation: A policy of Worker's Compensation insurance as may be required by the
California Labor Code.
Additional Requirements Relating to Insurance:
Contractor shall obtain endorsements to the Commercial General Liability insurance naming the County of
Fresno, its officers, agents, and employees, individually and collectively, as additional insured, but only
insofar as the operations under this Agreement are concerned. Such coverage for additional insured shall
apply as primary insurance and any other insurance, or self-insurance, maintained by County, its officers,
agents and employees shall be excess only and not contributing with insurance provided under Contractor's
policies herein. This insurance shall not be cancelled or changed without a minimum of thirty (30) days
advance written notice given to County.
Contractor hereby waives its right to recover from County, its officers, agents, and employees any amounts
paid by the policy of worker’s compensation insurance required by this Agreement. Contractor is solely
responsible to obtain any endorsement to such policy that may be necessary to accomplish such waiver of
subrogation, but Contractor’s waiver of subrogation under this paragraph is effective whether or not
Contractor obtains such an endorsement.
Within thirty (30) days from the date Contractor executes this Agreement, Contractor shall provide
certificates of insurance and endorsement as stated above for all of the foregoing policies, as required
herein, to the County of Fresno, ISD Business Office, 333 W. Pontiac Way, Clovis, CA 93612, stating
that such insurance coverage have been obtained and are in full force; that the County of Fresno, its officers,
agents and employees will not be responsible for any premiums on the policies; that such Commercial
General Liability insurance names the County of Fresno, its officers, agents and employees, individually and
collectively, as additional insured, but only insofar as the operations under this Agreement are concerned;
that such coverage for additional insured shall apply as primary insurance and any other insurance, or
self-insurance, maintained by County, its officers, agents and employees, shall be excess only and not
contributing with insurance provided under Contractor's policies herein; and that this insurance shall not be
cancelled or changed without a minimum of thirty (30) days advance, written notice given to County.
In the event Contractor fails to keep in effect at all times insurance coverage as herein provided, the County
may, in addition to other remedies it may have, suspend or terminate this Agreement upon the occurrence of
such event.
Attachment "A"
Quotation No. 18-061 Page 14
G:\PUBLIC\RFQ\FY 2017-18\18-061 ALARM SYSTEMS - MAINTENANCE, REPAIR, INSPECTION, AND MONITORING\18-061 ALARM SYSTEMS - MAINTENANCE, REPAIR, INSPECTION, AND MONITORING.DOCX
All policies shall be with admitted insurers licensed to do business in the State of California. Insurance
purchased shall be purchased from companies possessing a current A.M. Best, Inc. rating of A FSC VII or
better.
Attachment "A"
Quotation No. 18-061 Page 15
G:\PUBLIC\RFQ\FY 2017-18\18-061 ALARM SYSTEMS - MAINTENANCE, REPAIR, INSPECTION, AND MONITORING\18-061 ALARM SYSTEMS - MAINTENANCE, REPAIR, INSPECTION, AND MONITORING.DOCX
BIDDER TO COMPLETE THE FOLLOWING:
PARTICIPATION
The County of Fresno is a member of the Central Valley Purchasing Group. This group consists of Fresno,
Kern, Kings, and Tulare Counties and all governmental, tax supported agencies within these counties.
Whenever possible, these and other tax supported agencies co-op (piggyback) on contracts put in place by
one of the other agencies.
Any agency choosing to avail itself of this opportunity, will make purchases in their own name, make
payment directly to the contractor, be liable to the contractor and vice versa, per the terms of the original
contract, all the while holding the County of Fresno harmless. If awarded this contract, please indicate
whether you would extend the same terms and conditions to all tax supported agencies within this group as
you are proposing to extend to Fresno County.
Yes, we will extend contract terms and conditions to all qualified agencies within the Central Valley
Purchasing Group and other tax supported agencies.
No, we will not extend contract terms to any agency other than the County of Fresno.
(Authorized Signature)
Title
DIR ACKNOWLEDGEMENT
I acknowledge in accordance with labor Code Sections 1725.5 and 1770-1777.7, that I have registered with
the Department of Industrial Relations (DIR) and all Certified Payroll Records will be uploaded to the DIR
Website. Any additional requirements that materialize from the SB854 legislation will be complied with.
Attached is verification of the DIR registration.
(Authorized Signature)
Title
DIR Number
Attachment "A"
Quotation No. 18-061 Page 16
G:\PUBLIC\RFQ\FY 2017-18\18-061 ALARM SYSTEMS - MAINTENANCE, REPAIR, INSPECTION, AND MONITORING\18-061 ALARM SYSTEMS - MAINTENANCE, REPAIR, INSPECTION, AND MONITORING.DOCX
VENDOR MUST COMPLETE AND RETURN WITH REQUEST FOR QUOTATION.
Firm:
REFERENCE LIST
Provide a list of at least five (5) customers for whom you have recently provided similar
products/services. If you have held a contract for similar services with the County of Fresno within
the past seven (7) years, list the County as one of your customers. Please list the person most
familiar with your contract. Be sure to include all requested information.
Reference Name: Contact:
Address:
City: State: Zip:
Phone No.: ( ) Date:
Service Provided:
Reference Name: Contact:
Address:
City: State: Zip:
Phone No.: ( ) Date:
Service Provided:
Reference Name: Contact:
Address:
City: State: Zip:
Phone No.: ( ) Date:
Service Provided:
Reference Name: Contact:
Address:
City: State: Zip:
Phone No.: ( ) Date:
Service Provided:
Reference Name: Contact:
Address:
City: State: Zip:
Phone No.: ( ) Date:
Service Provided:
Failure to provide a list of at least five (5) customers may be cause for rejection of this RFQ.
Attachment "A"
Quotation No. 18-061 Page 17
G:\PUBLIC\RFQ\FY 2017-18\18-061 ALARM SYSTEMS - MAINTENANCE, REPAIR, INSPECTION, AND MONITORING\18-061 ALARM SYSTEMS - MAINTENANCE, REPAIR, INSPECTION, AND MONITORING.DOCX
SCOPE OF WORK
REQUIREMENTS/CONDITIONS/SPECIFICATIONS
INTRODUCTION
The County of Fresno is soliciting bids to provide all labor, materials, equipment, etc., to perform
maintenance, repair, inspection, and monitoring for the County’s fire and intrusion alarm systems. The
County of Fresno has approximately one hundred fifteen (115) facilities with intrusion alarm systems, eighty-
one (81) facilities with fire alarm systems, and fifty-one (51) facilities that require monitoring services located
throughout the County of Fresno. The intent of this RFQ is to identify vendor(s) that are interested in
performing contracted maintenance and repair services as well as quarterly and annual inspections for fire
alarm systems, annual inspections for intrusion alarm systems, testing of each of those systems and
monitoring of those facilities identified in the RFQ. The County of Fresno’s delivery of service to the citizens
and employees of the County is dependent upon the reliable operation of the identified systems.
This RFQ is divided into four (4) separate sections; Notifier alarm systems, General fire alarm systems,
Intrusion alarm systems, and alarm monitoring. Vendors will not have to bid on all four sections of this
RFQ; to be considered for the award of a contract in one specific section.
NOTE: County reserves the right to award each service type separately. The bidder must state if
his/her proposal for one section is contingent upon award of one or more other section as defined
under the Scope of Work.
OVERVIEW
This Request for Quotation provides information required to prepare and submit quotations for scheduled
maintenance, annual, semi-annual, or quarterly inspections, repairs, and system monitoring. The bidders
shall submit information pertaining to their ability to perform the specified services in reliable, practical, cost-
effective manner, while maintaining the highest technical standards regardless of the day or time. The
County has identified standards for new installations for both fire and intrusion alarm systems. Any fire
system that is no longer deemed reliable, has been deemed non-repairable, or has outlived its useful life will
be replaced by a NOTIFIER system by Honeywell. In addition, any intrusion system that has been deemed
unreliable, non-repairable, or has outlived its useful life will be replaced by a BOSCH intrusion system.
Bidders should demonstrate their knowledge and familiarity with all aspects of those systems.
GENERAL REQUIREMENTS
Provide all labor, materials, appliances, tools, transportation, taxes, equipment, etc. required to complete
scheduled system maintenance, testing, inspection, and repair of all fire alarm systems.
Provide written quarterly or annual detailed inspection and testing reports to the Director of Internal
Services or his/her designee within thirty (30) days of the completion of the testing and/or inspection.
Invoices for inspection and testing services will NOT be paid until inspection and testing reports are
received and approved by the COUNTY.
All work shall be in full compliance with current rules and regulations of all applicable codes. Nothing in
this RFQ is to be construed to permit work not conforming to these codes. Applicable codes and
regulations include, but are not limited to, the following:
1. National Fire Protection Association - NFPA
2. Uniform Building Code (Latest Edition)
3. American Society of Mechanical Engineers - ASME
4. American Society for Testing and Materials - ASTM
5. National Electrical Code - NEC (Latest Edition)
Attachment "A"
Quotation No. 18-061 Page 18
G:\PUBLIC\RFQ\FY 2017-18\18-061 ALARM SYSTEMS - MAINTENANCE, REPAIR, INSPECTION, AND MONITORING\18-061 ALARM SYSTEMS - MAINTENANCE, REPAIR, INSPECTION, AND MONITORING.DOCX
6. National Electrical Manufacturer’s Association - NEMA
7. Title 24, Building Safety, C.C.R.
8. Occupational Safety and Health Act - OSHA
9. Underwriters Laboratory - UL
10. All Local Codes
COMMENCEMENT AND DURATION OF CONTRACT
Services to be performed under the contract(s) shall commence as specified and continue for a period of
three (3) years with an option for two (2) additional one (1) year extensions upon written approval of both
parties. The County may terminate any contract by giving the contractor thirty (30) days advance written
notice of intent.
DIRECTOR OF INTERNAL SERVICES - RIGHTS AND RESPONSIBILITIES
The term “Director of Internal Services” shall refer to the Director of the Internal Services Department (ISD)
of the County of Fresno or his agent acting for him in the supervision of any contract resulting from this
RFQ.
It will be the duty of the Director of Internal Services to supervise the work as it progresses as well as to
inspect materials which are used in the work. The duty of inspectors acting under the Director of Internal
Services shall not only report deviations from the specifications, but they shall have the power to stop the
work pending a decision by the Director of Internal Services. The inspector shall have no power to alter
the specifications. Advice or directions given to the Contractor by the inspector shall not be binding upon
the Director of Internal Services; neither shall it release the Contractor from his responsibilities as herein
stated.
It will be the right of the Director of Internal Services at any time to stop defective work or to stop the entire
work by the Contractor if he is not complying with the rules, specifications, and contract entered into
between the County of Fresno and the Contractor.
The Director of Internal Services shall have the right to require the Contractor to remove at any time any
employee of the Contractor who shall be employed on this job and who appears to be incompetent, who
acts in a disorderly, unsafe or improper manner, or fails to follow established protocols, including county
rules and regulations and such person shall not again be put to work on this job without written consent of
the Director of Internal Services.
The Director of Internal Services without invalidating the Contract, may order extra work or make changes
by altering, adding to or deducting from the work only by written Orders, initiated by the Director of Internal
Services or his/her agent and properly approved and authorized and setting forth the amount of money to
be added or deducted.
DELIVERY REQUIREMENTS
The County of Fresno Internal Services Department - Security Division, will be responsible for the
administration of the work requested under this Request for Quotation (RFQ), and shall be the Director of
Internal Services designee for all work performed under the terms of any contract resulting from this RFQ.
Coordination and communication with the ISD Security Division will be essential to the successful
completion of this work. All facilities will remain in full normal operation for the duration of the agreement
and any need for disruption of the services provided in these facilities shall be presented with the
quotation.
Maintenance and any system component or parts replacement shall be approved by Director of Internal
Services or his designee prior to the start of work and be so indicated in writing on the approved service
form.
Attachment "A"
Quotation No. 18-061 Page 19
G:\PUBLIC\RFQ\FY 2017-18\18-061 ALARM SYSTEMS - MAINTENANCE, REPAIR, INSPECTION, AND MONITORING\18-061 ALARM SYSTEMS - MAINTENANCE, REPAIR, INSPECTION, AND MONITORING.DOCX
CONTROL OF WORK AND INSTRUCTIONS
The contractor shall provide diligent supervision of the work to the satisfaction of the Director of Internal
Services.
Contractor shall confine storage of materials to such limits as may be directed by the Director of Internal
Services and shall not unreasonably encumber the premises with materials and equipment. Contractor
shall enforce any instructions of the Director of Internal Services regarding signs, advertising, fire, danger
signals, barricades, and smoking, and shall require all persons employed on the work to comply with all
building regulations while on the premises.
SCHEDULING OF WORK
All maintenance service shall be scheduled subject to the review and approval of the Security Division.
The contractor(s) shall be required to provide yearly schedules of the work within 30 days of contract
execution and on or before January 1, of the subsequent years. These schedules must be adhered to
throughout the term of the agreement.
No work shall interfere with the operation of the existing facilities on or adjacent to the site. Normal Facility
hours are, Monday to Friday, 7:00 AM to 6:00 PM
Work may be scheduled outside of normal working hours as approved by the Director of Internal Services.
Contractor shall provide for approval by the Director of Internal Services within 30 days of contract
execution the contractors report of service form. This form will be required to document services
rendered. The form at a minimum shall include, date of service, time of arrival/departure, printed name
and signature of technician providing the service, building number, location in the building, type of service
(preventative/corrective/extra services), corrective action taken, location of devices serviced or repaired,
parts utilization, status of service/repair, printed name and signature of County representative authorizing
the work, completion of work County representative printed name and signature.
SAFEGUARDS
The Contractor shall provide, in conformity with all local codes and ordinances and as may be required,
lock-outs, fences, guardrails, barricades, lights, danger signs, enclosures, etc. and maintain such
safeguards until work is complete.
Any fire hazardous operation shall have proper fire extinguisher, furnished by the contractor, close by and
the adjacent area shall be policed before starting or stopping work for the day. The contractor shall be
responsible for all costs incurred by the County as a result of damage caused by the contractors
operations, including costs associated with false fire alarms caused by the contractor.
The contractor shall ensure that the health and welfare of occupants of the building will not be effected by
noise and fumes produced by the work. The Director of Internal Services reserves the right to halt any
work at any time he feels it adversely affects the building occupants.
Any asbestos removal shall be by the County. If the contractor discovers asbestos, which has not been
removed, the contractor shall immediately cease work in that area and promptly notify the Director of
Internal Services or his representative.
MATERIALS & WORKMANSHIP
Materials and equipment shall be new unless otherwise approved by the Director of Internal Services.
Materials and equipment of a given type shall be of the same manufacture. Materials and equipment shall
be free of dents, scratches, marks, shipping tags, and all defacing features.
Attachment "A"
Quotation No. 18-061 Page 20
G:\PUBLIC\RFQ\FY 2017-18\18-061 ALARM SYSTEMS - MAINTENANCE, REPAIR, INSPECTION, AND MONITORING\18-061 ALARM SYSTEMS - MAINTENANCE, REPAIR, INSPECTION, AND MONITORING.DOCX
All material, equipment, devices, etc., shall be installed in accordance with the recommendations of the
manufacture of the particular item. The Contractor shall be responsible for all installations contrary to the
manufacture’s recommendations. The contractor shall make all necessary changes and revisions
necessary for compliance. Manufacturer’s installations instructions shall be delivered to and maintained
on the job site through the duration of the project.
Any work which is done as an addition, expansion, or remodel to an existing system or system component
shall be compatible with that system and be approved prior to the installation.
Workmanship shall be to the best of trade practices, performed by workers thoroughly trained and familiar
with the respective systems. NOTIFIER fire alarm systems shall be maintained and serviced by
Technicians who are expressly authorized by NOTIFIER in the maintenance, testing, inspection, and
repair of NOTIFIER fire alarm systems. All defective workmanship shall be corrected by the contractor, at
the contractor’s expense.
The contractor shall thoroughly clean all of his work, removing all debris, stain, and marks resulting from
his work. This includes but is not limited to building surfaces, piping, and equipment. Surfaces shall be
free of dirt, grease, labels, tags, tape, rust, and all foreign material.
Contractor shall ensure that before testing or servicing the systems notification is given to the appropriate
County representative(s). Contractor shall be responsible for all costs associated with alarms or signals
that result in interruption of business or unplanned evacuation.
Wiring in panel boards, and cabinets shall be neatly installed. Wiring shall be grouped, laced, or clipped
and fanned out to wiring terminals.
Wiring in all cabinets, panel boards, control panels shall be identified and clearly marked at termination.
Installation of conduit, junction boxes, and associated equipment shall be done in a neat manner secured
to the structure or suspended on conduit hangers.
All wiring and construction prints or diagrams of systems covered under this contract are the property of
the County and upon termination of this contract shall be delivered to the Director of Internal Services.
Absolutely no changes are to be made to the circuitry or mechanical systems without prior approval of the
Director of Internal Services. Any changes without prior approval may be considered a breach of contract.
All changes in circuitry made by Contractor shall be properly recorded on the diagrams, including date of
change and name of person making same. It is the responsibility of the Contractor to maintain clean,
legible, readable, and accurate schematics and wiring diagrams at all times. Prints and diagrams are to
remain on the job site.
RESPONSIBILITY OF CONTRACTOR
Contractor shall take responsibility for the work, and shall bear all losses resulting to him on account of the
negligence of the Contractor. Contractor shall be responsible for all work of subcontractors and shall
assume the defense of and indemnify and save harmless the County of Fresno and any of its officers and
their agents from claims of any kind arising from the negligent performance of this Contract by the
Contractor or any of his subcontractors. Contractor shall not be liable for injuries or damage to persons or
property except those directly due to his own acts or omissions, and the responsibility of the County for
injuries or damage to persons or property while on or about the equipment being maintained hereunder is
in no way affected by this Agreement. Contractor shall not be liable for any loss, damage, or delay caused
by strikes, lock-outs, fire, explosion, theft, floods, riot, civil commotion, war, malicious mischief, act of God,
or any cause beyond his reasonable control.
No equipment requiring repair shall be allowed to remain out of service due to the lack of diligent effort by
the Contractor. Any part or equipment locally available will be purchased locally if necessary to expedite
the job. Repairs shall be begun and carried to completion as soon as possible unless other arrangements
are approved by the Director of Internal Services.
Attachment "A"
Quotation No. 18-061 Page 21
G:\PUBLIC\RFQ\FY 2017-18\18-061 ALARM SYSTEMS - MAINTENANCE, REPAIR, INSPECTION, AND MONITORING\18-061 ALARM SYSTEMS - MAINTENANCE, REPAIR, INSPECTION, AND MONITORING.DOCX
Contractor shall in no case allow the performance of work by subcontract unless the subcontractor has
been approved by the Director of Internal Services, and in no case shall the use of subcontractors in any
way alter the position of the Contractor or his sureties with relation to his Contract with County of Fresno.
When a subcontractor is used the responsibility for every portion of the work shall still remain with the
Contractor.
Contractor shall obtain prior approval of the Director of Internal Services in writing for any area or space
required for the Contractor’s storage during operations. This space will be maintained in a clean and
orderly fashion.
Materials, equipment, etc., shall not be piled or stored in any location which shall interfere with the conduct
of the normal functions of the building or property. All required safety precautions such as barricades,
signs, danger signals, etc., shall be furnished and installed by the Contractor during operations.
Upon demand of the Director of Internal Services the Contractor shall correct any dangerous or hazardous
situations that the Director of Internal Services may indicate.
Contractor shall completely protect against damage from either materials or equipment all surfaces,
equipment and facilities, adjoining his work, including, but not limited to woodwork, walls, and floors. All
repair or replacement costs resulting from this damage shall be borne by the Contractor. At the conclusion
of each day’s work, the Contractor shall remove refuse, debris, or waste materials and leave the premises
in an orderly condition as required by the Director of Internal Services.
Contractor must specify the degree of support the County may be required to furnish to accomplish the
requirements of this agreement, if any. Specify the man-hours required, and the nature of County’s
participation within the scope of the agreement.
Contractor shall provide sufficient technicians for the service of the systems listed in this agreement in
accordance with the specifications herein. Technicians utilized for fire alarm systems shall be qualified
and experienced in the inspection, testing, programming and maintenance of fire alarm systems.
Technicians utilized for intrusion alarm systems shall be qualified and experienced in the inspection,
testing, programming and maintenance of intrusion alarm systems. Contractor may be required at any
time to provide substantiation and verification of qualifications of their employee(s) upon request of the
Director of Internal Services.
Contractor shall provide, for approval by the Director of Internal Services, the procedure to be followed for
requesting services provided in this agreement. This procedure will include, method of requesting service,
ability to provide estimated arrival time of technician to site, reporting of call completion, communication
with requesting staff and technician servicing the contract, etc.
Contractor shall submit written quarterly, semi-annual, and annual inspection reports to the Director of
Internal Services or his/her designee within thirty (30) calendar days of the actual date of the inspection.
Invoices for inspection and testing services will NOT be paid until inspection and testing reports
are received and approved by the COUNTY.
EXTRA WORK - CHANGE IN WORK
The County, without invalidating the Contract, may order extra work or make changes by altering, adding
to, or deducting from the work only by written Orders, initiated by the Director of Internal Services and
properly approved and authorized and setting forth the amount of money to be added or deducted.
SPECIAL CONDITIONS
In the event that the County will withdraw any equipment from service, or the usefulness of any equipment
shall end, during the term of this Contract, the Contractor shall agree to negotiate an acceptable reduction
of cost for services for the balance of the duration of said Contract.
Attachment "A"
Quotation No. 18-061 Page 22
G:\PUBLIC\RFQ\FY 2017-18\18-061 ALARM SYSTEMS - MAINTENANCE, REPAIR, INSPECTION, AND MONITORING\18-061 ALARM SYSTEMS - MAINTENANCE, REPAIR, INSPECTION, AND MONITORING.DOCX
MANNER AND TIME OF CONDUCTING THE WORK
All work shall be performed by skilled fire/intrusion/duress system technicians and helpers directly
employed and supervised by the Contractor. Only qualified system technicians with a minimum of 4 years
journeyman experience shall be allowed to perform service or maintenance work. Helpers must work
under the direct supervision of a journeyman technician.
Except for emergency callback service and minor repairs and/or adjustments hereinafter provided
for, all work shall be performed during regular working hours and days. Regular working hours are
from 7:00 a.m. until 6:00 p.m. Monday through Friday. County holidays excluded.
All equipment shutdowns for regular maintenance or extra examinations shall be scheduled in advance
with the designated County representative and approved by the Director of Internal Services so as not to
interfere with building operations during the peak usage times. Shutdowns in excess of one hour may
require scheduling outside of normal business hours. No extra charges will be incurred because of a
scheduled shutdown regardless of day or time.
EMERGENCY WORK
All work of a callback nature or trouble calls shall be treated as an emergency and work commenced shall
be carried through to completion without delay.
Provide 24-hour emergency callback service for all equipment maintained hereunder. Emergency callback
service shall consist of prompt response to requests from the Director of Internal Services or his
authorized representatives for emergency services on any day of the week, at any hour of the day or night.
An emergency call-back is defined as any necessity for maintenance, minor repair and/or adjustment of
equipment between regular service calls to restore normal equipment operation. Emergency call backs
will be categorized as follows:
LEVEL I Requires onsite response in one (1) hours or less.
LEVEL II Requires onsite response in four (4) hours or less.
LEVEL III Requires onsite response at 0700 hrs. the next normal working day.
Determination of call level is at the sole discretion of the Director of Internal Services or his authorized
representative. Failure to furnish emergency call-back service within the above specified time of
notification of need may result in termination of contract, withholding of payment, and/or another contractor
to be hired to complete the work at the current contractor’s expense.
Attachment "A"
Quotation No. 18-061 Page 23
G:\PUBLIC\RFQ\FY 2017-18\18-061 ALARM SYSTEMS - MAINTENANCE, REPAIR, INSPECTION, AND MONITORING\18-061 ALARM SYSTEMS - MAINTENANCE, REPAIR, INSPECTION, AND MONITORING.DOCX
COMPLY/NOT COMPLY
The importance of maintaining the identified equipment in a safe and efficient operating condition
at all times demands that service be performed by a company who has satisfactorily maintained
equipment of similar grade to the degree specified herein.
Compliance and understanding of the specification is to be noted by marking “COMPLY” on the
line provided to the right of the specification. Non-compliance is to be indicated by marking
“NOT COMPLY” on the line. A detailed statement explaining why they fail to meet the stated
specification or requirement must accompany all non-compliant items.
Failure to mark this page could result in your quotation being non-responsive.
BIDDER TO COMPLETE THE FOLLOWING: COMPLY/
NOT COMPLY
1. Satisfactorily performed other contracts, of similar nature and magnitude.
Five (5) references must be provided.
2. Adequate capital to maintain business operations throughout the contract period
and satisfactory business standing as required by the work.
3. The requisite organization of technicians thoroughly trained in the inspection,
testing, maintenance and repair of fire/duress system and device repair under
his direct employment and supervision.
4. The County has many NOTIFIER fire alarm systems. The bidding organization
shall be authorized by NOTIFIER to perform maintenance, testing, inspection
and repair services, and shall employ technicians who are authorized by
NOTIFIER to perform maintenance, testing, inspection and repair services to
NOTIFIER fire alarm systems. NOTIFIER certification is only required to work on
NOTIFIER systems.
5. In addition to the NOTIFIER alarm systems emplaced in County facilities, the
County utilizes OnyxWorks as a redundant monitoring system to identify troubles
with those systems. The bidding organization must have technicians who are
authorized by NOTIFIER to program and troubleshoot the OnyxWorks system
where applicable.
6. The County utilizes a Bosch Connettix D6100i alarm receiver to monitor the
intrusion alarms installed in County facilities. This receiver utilizes both standard
copper telephone lines and IP communication protocols. Bidders wanting to bid
on the intrusion alarm portion of this RFQ must have the ability to work with
traditional systems utilizing standard copper pairs and the ability to program
alarm systems utilizing IP communication. In addition, those bidders must have
the ability to use the ReadyKey Pro software for the D6100i as well as Remote
Programming Software (RPS) for the Bosch systems installed.
7. The necessary facilities and plant, including parts inventory located within a
distance from the County sites involved, in order to adequately respond to
emergency requests as defined in the section titled, “EMERGENCY WORK.”
Attachment "A"
Quotation No. 18-061 Page 24
G:\PUBLIC\RFQ\FY 2017-18\18-061 ALARM SYSTEMS - MAINTENANCE, REPAIR, INSPECTION, AND MONITORING\18-061 ALARM SYSTEMS - MAINTENANCE, REPAIR, INSPECTION, AND MONITORING.DOCX
BIDDER TO COMPLETE THE FOLLOWING: COMPLY/
NOT COMPLY
8. Toll free communication facilities on a 24 hour-per-day, 365 days-per-year basis
so vendor staff can be reached and will respond as specified herein.
9. All proprietary information and diagnostic tools necessary to properly maintain,
troubleshoot, and adjust the County’s systems.
10. The County understands that not every bidder will have expertise in every
system installed in County facilities. However, bidders must address which
subcontractors will be used for those systems where the expertise is not
sufficient for repairs, maintenance, inspection, and programming. Systems that
may be cause for a subcontractor for subcontractor work include, Gamewell,
Edwards EST, Simplex-Grinnell, etc. as well as gas suppression systems such
as Sapphire, FM-200, and Halon as listed in sections 1 and 2 of the quotation
schedule.
Bidders that are planning on bidding on the NOTIFIER section of this RFQ must
be authorized by NOTIFIER for repairs, maintenance, inspection, and
programming. Due to the fact that a majority of NOTIFIER systems are installed
in County facilities that are more critical in nature; subcontracted work on these
systems is not acceptable.
In addition the County has several facilities that utilize legacy dual fire/intrusion
systems. Bidders should be competent to address those systems or have the
means to use a subcontractor in cases that the technical issues are outside the
expertise of the bidder. Any subcontract work or agreements between the
bidder and subcontractor will be subject to approval by the County and must
meet all requirements contained within this RFQ. Prices indicated on the
quotation schedule must take into account whether the bidder will be
subcontracting the work and will be subject to the RFQ requirements and any
contract resulting from this RFQ.
11. Listed in section 1 of the quotation schedule is building 700. Building 700 is the
Juvenile Justice Campus located at 3333 E. American Ave. Fresno Ca. 93725.
This campus consists of County facilities 701-712. A majority of these facilities
are considered detention facilities and thus are labeled as no-hostage facilities;
meaning that employees will not bargain for the release of hostages. In addition
to the working environment, due to design and location of this facility, the Notifier
system in these buildings experiences higher trouble rates with the smoke
detectors in these facilities. Technicians assigned to this area will spend an
inordinate amount of time cleaning and replacing smoke detectors. Technicians
will be on call 24 hours per day due to the nature of this facility.
**Please Note: Failure to comply to all services requested will not automatically disqualify any
Bidder.
Attachment "A"
Quotation No. 18-061 Page 25
G:\PUBLIC\RFQ\FY 2017-18\18-061 ALARM SYSTEMS - MAINTENANCE, REPAIR, INSPECTION, AND MONITORING\18-061 ALARM SYSTEMS - MAINTENANCE, REPAIR, INSPECTION, AND MONITORING.DOCX
QUOTATION SCHEDULES
All labor, materials, appliances, tools, transportation, taxes, equipment, etc. to provide scheduled
maintenance, corrective maintenance and monitoring, as specified herein.
NOTE: The “Service Descriptions” as stated on the Quotation Schedules indicate the scope of services to
be provided at each location. Refer to the appropriate service designation (i.e. FA-1, FA-2, etc.), as stated
under the “SERVICE REQUIREMENTS” section of this RFQ, for specifics.
Section 1 – Notifier Systems
Section 2 – General Fire Alarm System
Section 3 – Intrusion Alarm Systems
Section 4 – Alarm Monitoring
Attachment "A"
Quotation No. 18-061 Page 26
G:\PUBLIC\RFQ\FY 2017-18\18-061 ALARM SYSTEMS - MAINTENANCE, REPAIR, INSPECTION, AND MONITORING\18-061 ALARM SYSTEMS - MAINTENANCE, REPAIR, INSPECTION, AND MONITORING.DOCX
SECTION 1 – NOTIFIER SYSTEMS
Attachment "A"
Quotation No. 18-061 Page 27
G:\PUBLIC\RFQ\FY 2017-18\18-061 ALARM SYSTEMS - MAINTENANCE, REPAIR, INSPECTION, AND MONITORING\18-061 ALARM SYSTEMS - MAINTENANCE, REPAIR, INSPECTION, AND MONITORING.DOCX
SERVICE REQUIREMENTS - FIRE ALARM SYSTEMS
FIRE ALARMS
FA-1 Conducted during normal hours.
*Quarterly:
Inspection and testing of 25% of all life safety devices in the facility including, but not limited to, smoke
detectors, manual pull stations, duct type smoke detectors, magnetic hold open devices, duress signal
devices, audible devices, visible devices, speakers, water flow devices, roll down doors, heat detectors,
initiating devices, duress alarm pushbuttons, etc. per NFPA 72.
*Annually:
Annual inspections shall be coordinated with the County representative in conjunction with the required
annual inspection by the Fresno City Fire Department when applicable.
Inspect and test all functions of the system including operation in various alarm and trouble modes in
accordance with the manufacturer’s instructions.
Inspect and test all interfaced equipment per NFPA 72.
Check and replace standby batteries per NFPA 72.
Test and verify operation of trouble panel signals per NFPA 72.
Inspect and test remote annunciators per NFPA 72.
*One quarterly inspection and annual inspection to be performed during the same service call.
FA-2 Conducted after normal hours.
*Quarterly:
Inspection and testing of 25% of all life safety devices in the facility including, but not limited to, smoke
detectors, manual pull stations, duct type smoke detectors, magnetic hold open devices, audible devices,
duress signal devices, visible devices, speakers, water flow devices, roll down doors, heat detectors,
initiating devices, duress alarm pushbuttons, etc. per NFPA 72.
*Annually:
Annual inspections shall be coordinated with the County representative in conjunction with the required
annual inspection by the Fresno City Fire Department when applicable.
Inspect and test all functions of the system including operation in various alarm and trouble modes in
accordance with the manufacturer’s instructions.
Inspect and test all interfaced equipment per NFPA 72.
Check and replace standby batteries per NFPA 72.
Test and verify operation of trouble panel signals per NFPA 72.
Inspect and test remote annunciators per NFPA 72.
*One quarterly inspection and annual inspection to be performed during the same service call.
FA-3 Conducted during normal hours.
Annually:
Annual inspections shall be coordinated with the County representative in conjunction with the required
annual inspection by the Fresno City Fire Department when applicable.
Inspection and testing of all life safety devices in the facility including, but not limited to, smoke detectors,
manual pull stations, duct type smoke detectors, magnetic hold open devices, audible devices, duress
Attachment "A"
Quotation No. 18-061 Page 28
G:\PUBLIC\RFQ\FY 2017-18\18-061 ALARM SYSTEMS - MAINTENANCE, REPAIR, INSPECTION, AND MONITORING\18-061 ALARM SYSTEMS - MAINTENANCE, REPAIR, INSPECTION, AND MONITORING.DOCX
signal devices, visible devices, speakers, water flow devices, roll down doors, heat detectors, initiating
devices, duress alarm pushbuttons, etc. per NFPA 72.
Inspect and test all functions of the system including operation in various alarm and trouble modes in
accordance with the manufacturer’s instructions.
Inspect and test all interfaced equipment per NFPA 72.
Check and replace standby batteries per NFPA 72.
Test and verify operation of trouble panel signals per NFPA 72.
Inspect and test remote annunciators per NFPA 72.
FA-4 Conducted after normal hours.
Annually:
Annual inspections shall be coordinated with the County representative in conjunction with the required
annual inspection by the Fresno City Fire Department when applicable.
Inspection and testing of all life safety devices in the facility including, but not limited to, smoke detectors,
manual pull stations, duct type smoke detectors, magnetic hold open devices, audible devices, duress
signal devices, visible devices, speakers, water flow devices, roll down doors, heat detectors, initiating
devices, duress alarm pushbuttons, etc. per NFPA 72.
Inspect and test all functions of the system including operation in various alarm and trouble modes in
accordance with the manufacturer’s instructions.
Inspect and test all interfaced equipment per NFPA 72.
Check and replace standby batteries per NFPA 72.
Test and verify operation of trouble panel signals per NFPA 72.
Inspect and test remote annunciators per NFPA 72.
SPECIAL HAZARD EQUIPMENT
SHE-1 Conducted during normal hours.
Semi-annual testing and inspection of Special Hazard Systems per NFPA 72; Equipment shall include but
not be limited to pre-action and deluge sprinkler, Halon systems, FM-200 systems, and dry chemical
systems.
DIGITAL ALARM COMMUNICATOR TRANSMITTERS RECEIVERS
DACT -1 Conducted during normal hours.
Provide, maintain, and monitor Digital Alarm Communicator Transmitters and Receivers per NFPA 72.
TEMPERATURE SENSING DEVICES
TSD-1 Conducted during normal hours.
Provide annual inspection and testing of identified devices.
DEVICE COUNTS
See Attachment A for device counts. These counts may periodically change as the County vacates and
occupies new buildings. The awarded bidder will be provided with the latest available device counts.
Attachment "A"
Quotation No. 18-061 Page 29
G:\PUBLIC\RFQ\FY 2017-18\18-061 ALARM SYSTEMS - MAINTENANCE, REPAIR, INSPECTION, AND MONITORING\18-061 ALARM SYSTEMS - MAINTENANCE, REPAIR, INSPECTION, AND MONITORING.DOCX
BIDDER TO COMPLETE (NOTIFIER FIRE SYSTEMS)
CONTRACTOR'S LICENSE:
Bidder to possess appropriate license for the project in accordance with current regulations/statutes.
The bidder shall possess a current State of California contractor’s License, Class C-7 (Low Voltage
System Contractor) or another license class that covers the work to be performed. The proposal must
indicate the license held by the bidder, which enables him/her to perform the work.
If the license is other than a Class C-7, the bidder must explain why his/her license(s) is acceptable. The
County will review and determine if acceptable.
Number and Class:
Date of Issue:
Bidder must also submit verification of Contractor’s License from the Department of Consumer Affairs –
Contractors’ State License Board. Failure to submit verification may result in bidder’s response being
considered non-responsive.
Public Contract Code Section 7028.15: Where the State of California requires a Contractor’s license, it is
a misdemeanor for any person to submit a bid unless specifically exempted.
SUBCONTRACTORS:
List all subcontractors that would perform work in excess of one/half of one percent of the total amount of
your bid, and state general type of work such subcontractor would be performing. The primary contractor is
not relieved of any responsibility by virtue of using a subcontractor:
To bid on this Section, please complete Exhibit A – Quotation Sheet – Section 1
Notifier Systems.
Attachment "A"
Quotation No. 18-061 Page 30
G:\PUBLIC\RFQ\FY 2017-18\18-061 ALARM SYSTEMS - MAINTENANCE, REPAIR, INSPECTION, AND MONITORING\18-061 ALARM SYSTEMS - MAINTENANCE, REPAIR, INSPECTION, AND MONITORING.DOCX
SECTION 2 – GENERAL FIRE ALARM SYSTEMS
Attachment "A"
Quotation No. 18-061 Page 31
G:\PUBLIC\RFQ\FY 2017-18\18-061 ALARM SYSTEMS - MAINTENANCE, REPAIR, INSPECTION, AND MONITORING\18-061 ALARM SYSTEMS - MAINTENANCE, REPAIR, INSPECTION, AND MONITORING.DOCX
SERVICE REQUIREMENTS - FIRE ALARM SYSTEMS
FIRE ALARMS
FA-1 Conducted during normal hours.
*Quarterly:
Inspection and testing of 25% of all life safety devices in the facility including, but not limited to, smoke
detectors, manual pull stations, duct type smoke detectors, magnetic hold open devices, duress signal
devices, audible devices, visible devices, speakers, water flow devices, roll down doors, heat detectors,
initiating devices, duress alarm pushbuttons, etc. per NFPA 72.
*Annually:
Annual inspections shall be coordinated with the County representative in conjunction with the required
annual inspection by the Fresno City Fire Department when applicable.
Inspect and test all functions of the system including operation in various alarm and trouble modes in
accordance with the manufacturer’s instructions.
Inspect and test all interfaced equipment per NFPA 72.
Check and replace standby batteries per NFPA 72.
Test and verify operation of trouble panel signals per NFPA 72.
Inspect and test remote annunciators per NFPA 72.
*One quarterly inspection and annual inspection to be performed during the same service call.
FA-2 Conducted after normal hours.
*Quarterly:
Inspection and testing of 25% of all life safety devices in the facility including, but not limited to, smoke
detectors, manual pull stations, duct type smoke detectors, magnetic hold open devices, audible devices,
duress signal devices, visible devices, speakers, water flow devices, roll down doors, heat detectors,
initiating devices, duress alarm pushbuttons, etc. per NFPA 72.
*Annually:
Annual inspections shall be coordinated with the County representative in conjunction with the required
annual inspection by the Fresno City Fire Department when applicable.
Inspect and test all functions of the system including operation in various alarm and trouble modes in
accordance with the manufacturer’s instructions.
Inspect and test all interfaced equipment per NFPA 72.
Check and replace standby batteries per NFPA 72.
Test and verify operation of trouble panel signals per NFPA 72.
Inspect and test remote annunciators per NFPA 72.
*One quarterly inspection and annual inspection to be performed during the same service call.
FA-3 Conducted during normal hours.
Annually:
Annual inspections shall be coordinated with the County representative in conjunction with the required
annual inspection by the Fresno City Fire Department when applicable.
Inspection and testing of all life safety devices in the facility including, but not limited to, smoke detectors,
manual pull stations, duct type smoke detectors, magnetic hold open devices, audible devices, duress
Attachment "A"
Quotation No. 18-061 Page 32
G:\PUBLIC\RFQ\FY 2017-18\18-061 ALARM SYSTEMS - MAINTENANCE, REPAIR, INSPECTION, AND MONITORING\18-061 ALARM SYSTEMS - MAINTENANCE, REPAIR, INSPECTION, AND MONITORING.DOCX
signal devices, visible devices, speakers, water flow devices, roll down doors, heat detectors, initiating
devices, duress alarm pushbuttons, etc. per NFPA 72.
Inspect and test all functions of the system including operation in various alarm and trouble modes in
accordance with the manufacturer’s instructions.
Inspect and test all interfaced equipment per NFPA 72.
Check and replace standby batteries per NFPA 72.
Test and verify operation of trouble panel signals per NFPA 72.
Inspect and test remote annunciators per NFPA 72.
FA-4 Conducted after normal hours.
Annually:
Annual inspections shall be coordinated with the County representative in conjunction with the required
annual inspection by the Fresno City Fire Department when applicable.
Inspection and testing of all life safety devices in the facility including, but not limited to, smoke detectors,
manual pull stations, duct type smoke detectors, magnetic hold open devices, audible devices, duress
signal devices, visible devices, speakers, water flow devices, roll down doors, heat detectors, initiating
devices, duress alarm pushbuttons, etc. per NFPA 72.
Inspect and test all functions of the system including operation in various alarm and trouble modes in
accordance with the manufacturer’s instructions.
Inspect and test all interfaced equipment per NFPA 72.
Check and replace standby batteries per NFPA 72.
Test and verify operation of trouble panel signals per NFPA 72.
Inspect and test remote annunciators per NFPA 72.
SPECIAL HAZARD EQUIPMENT
SHE-1 Conducted during normal hours.
Semi-annual testing and inspection of Special Hazard Systems per NFPA 72; Equipment shall include but
not be limited to pre-action and deluge sprinkler, Halon systems, FM-200 systems, and dry chemical
systems.
DIGITAL ALARM COMMUNICATOR TRANSMITTERS RECEIVERS
DACT -1 Conducted during normal hours.
Provide, maintain, and monitor Digital Alarm Communicator Transmitters and Receivers per NFPA 72.
TEMPERATURE SENSING DEVICES
TSD-1 Conducted during normal hours.
Provide annual inspection and testing of identified devices.
DEVICE COUNTS
See Attachment A for device counts. These counts may periodically change as the County vacates and
occupies new buildings. The awarded bidder will be provided with the latest available device counts.
Attachment "A"
Quotation No. 18-061 Page 33
G:\PUBLIC\RFQ\FY 2017-18\18-061 ALARM SYSTEMS - MAINTENANCE, REPAIR, INSPECTION, AND MONITORING\18-061 ALARM SYSTEMS - MAINTENANCE, REPAIR, INSPECTION, AND MONITORING.DOCX
BIDDER TO COMPLETE (GENERAL FIRE SYSTEMS)
CONTRACTOR'S LICENSE:
Bidder to possess appropriate license for the project in accordance with current regulations/statutes.
The bidder shall possess a current State of California contractor’s License, Class C-7 (Low Voltage
System Contractor) or another license class that covers the work to be performed. The proposal must
indicate the license held by the bidder, which enables him/her to perform the work.
If the license is other than a Class C-7, the bidder must explain why his/her license(s) is acceptable. The
County will review and determine if acceptable.
Number and Class:
Date of Issue:
Bidder must also submit verification of Contractor’s License from the Department of Consumer Affairs –
Contractors’ State License Board. Failure to submit verification may result in bidder’s response being
considered non-responsive.
Public Contract Code Section 7028.15: Where the State of California requires a Contractor’s license, it is
a misdemeanor for any person to submit a bid unless specifically exempted.
SUBCONTRACTORS:
List all subcontractors that would perform work in excess of one/half of one percent of the total amount of
your bid, and state general type of work such subcontractor would be performing. The primary contractor is
not relieved of any responsibility by virtue of using a subcontractor:
To bid on this Section, please complete Exhibit B – Quotation Sheet – Section 2
General Fire Systems.
Attachment "A"
Quotation No. 18-061 Page 34
G:\PUBLIC\RFQ\FY 2017-18\18-061 ALARM SYSTEMS - MAINTENANCE, REPAIR, INSPECTION, AND MONITORING\18-061 ALARM SYSTEMS - MAINTENANCE, REPAIR, INSPECTION, AND MONITORING.DOCX
QUOTATION SCHEDULE (FIRE ALARM SYSTEMS)
EMERGENCY SERVICES
Bidder to quote hourly labor rates for emergency service. The service levels (I, II and III) are as
previously defined under the ‘EMERGENCY WORK” section of this RFQ.
LEVEL I LEVEL II LEVEL III
Technician
Type
*Regular
Time
**Over-
Time
Regular
Time
Over-
Time
Regular
Time
Over-
Time
Journeymen $ /hr $ /hr $ /hr $ /hr $ /hr $ /hr
* $ $ $ $ $ $
* $ $ $ $ $ $
Indicate when hourly charge begins and ends and the smallest portion of an hour for which a
charge will be made.
* If other than journeymen state type and define below.
** Define regular time and overtime in the space provided below. Indicate and define rates other
than regular and overtime that might apply.
Indicate below any minimum charges that would apply to emergency services.
Attachment "A"
Quotation No. 18-061 Page 35
G:\PUBLIC\RFQ\FY 2017-18\18-061 ALARM SYSTEMS - MAINTENANCE, REPAIR, INSPECTION, AND MONITORING\18-061 ALARM SYSTEMS - MAINTENANCE, REPAIR, INSPECTION, AND MONITORING.DOCX
(FIRE ALARM SYSTEMS) OTHER CHARGES
Charges for services other than those specified under this RFQ.
Labor Rates
State hourly labor rate for each type of technician (i.e. apprentice, journeyman, etc.) for each category of
work hours (i.e. standard time, overtime, holidays, etc.). Attach a description of each technician type
(training and duties) and define each category of work hours.
TECHNICIAN TYPE WORK HOUR CATEGORY HOURLY RATE
Indicate when hourly charge begins and ends and the smallest portion of an hour for which a charge will
be made.
Parts Price List
*List commonly used repair parts and indicate contract price.
DESCRIPTION BRAND & PART NUMBER PRICE
*Use an attachment for additional items.
State method for determining cost of parts and materials not indicated above (i.e. cost plus, list price
less?%, etc.).
Attachment "A"
Quotation No. 18-061 Page 36
G:\PUBLIC\RFQ\FY 2017-18\18-061 ALARM SYSTEMS - MAINTENANCE, REPAIR, INSPECTION, AND MONITORING\18-061 ALARM SYSTEMS - MAINTENANCE, REPAIR, INSPECTION, AND MONITORING.DOCX
Miscellaneous
State all other charges that may at some time be applicable.
Attachment "A"
Quotation No. 18-061 Page 37
G:\PUBLIC\RFQ\FY 2017-18\18-061 ALARM SYSTEMS - MAINTENANCE, REPAIR, INSPECTION, AND MONITORING\18-061 ALARM SYSTEMS - MAINTENANCE, REPAIR, INSPECTION, AND MONITORING.DOCX
QUOTATION SCHEDULE (FIRE ALARM SYSTEMS)
PER DEVICE SERVICE
Provide all labor, materials, taxes etc. to perform specified services on various devices comprising the
subject fire alarm systems. This list provides commonly replaced parts but IS NOT INCLUSIVE OF EVERY
POSSIBLE PART OF A FIRE ALARM SYTSTEM.
DEVICE DESCRIPTION UNIT COST
1. ANALOG DUCT SMOKE DETECTORS $
2. ANALOG SMOKE DETECTORS $
3. HEAT DETECTORS $
4. PULL STATION-SINGLE ACTION $
5. AUDIO/VISUAL SIGNAL DEVICE $
6. AUDIBLE SIGNAL $
7. VISUAL ONLY SIGNAL $
8. WATER FLOW $
9. PHOTO SMOKE DETECTOR $
10. TELEPHONE DIALER $
11. BELL $
12. SPRINKLER WATER FLOW VALVE $
13. RATE OF RISE HEAT DETECTOR $
14. HORN $
15. SPEAKER $
16. PANIC BUTTONS $
17. SPRINKLER TAMPER SWITCH $
18. WATER PRESSURE SWITCH $
19. STOVE ANSUL SYSTEM $
20. CONTROL MODULE $
21. CHIME STROBE $
22. DUCT DETECTOR $
23. THERMAL DETECTOR $
24. MANUAL PULL STATION $
25. STROBE $
26. SMOKE DETECTOR $
27. TAMPER SWITCH $
28. WATER FLOW $
29. ADDRESSABLE SMOKE DETECTOR $
30. ADDRESSABLE DUCT DETECTOR $
31. ANALOG MONITORING MODULE $
Attachment "A"
Quotation No. 18-061 Page 38
G:\PUBLIC\RFQ\FY 2017-18\18-061 ALARM SYSTEMS - MAINTENANCE, REPAIR, INSPECTION, AND MONITORING\18-061 ALARM SYSTEMS - MAINTENANCE, REPAIR, INSPECTION, AND MONITORING.DOCX
SAPPHIRE SYSTEM PARTS
32. SAPPHIRE CAS PNEUMATIC CONTROL $
33. SAPPHIRE CAS ELECTRONIC CONTROL $
34. SAPPHIRE CAS AGENT REFILL $
35. SSD IONIZATION SENSOR $
36. BASIC SUPPRESSION RELEASE PERIPHERAL $
37. COIL SUPERVISION MODULE $
38. ABORT SWITCH $
39. ENCAPSULATED RELAY PAM-SD $
40. MAINTENANCE SWITCH W/INDICATOR LIGHT $
Attachment "A"
Quotation No. 18-061 Page 39
G:\PUBLIC\RFQ\FY 2017-18\18-061 ALARM SYSTEMS - MAINTENANCE, REPAIR, INSPECTION, AND MONITORING\18-061 ALARM SYSTEMS - MAINTENANCE, REPAIR, INSPECTION, AND MONITORING.DOCX
SECTION 3 – INTRUSION ALARM SYSTEM
Attachment "A"
Quotation No. 18-061 Page 40
G:\PUBLIC\RFQ\FY 2017-18\18-061 ALARM SYSTEMS - MAINTENANCE, REPAIR, INSPECTION, AND MONITORING\18-061 ALARM SYSTEMS - MAINTENANCE, REPAIR, INSPECTION, AND MONITORING.DOCX
SERVICE REQUIREMENTS - INTRUSION ALARM
SYSTEMS
DIGITAL ALARM COMMUNICATOR TRANSMITTERS RECEIVERS
DACT-1 Conducted during normal hours.
Provide, maintain, and monitor Digital Alarm Communicator Transmitters and Receivers per NFPA
72.
TEMPERATURE SENSING DEVICES
TSD-1 Conducted during normal hours.
Provide annual inspection and testing of identified devices.
INTRUSION ALARM
IA-1. Conducted during normal hours.
Annual preventative maintenance of intrusion alarms systems shall at minimum include the
following:
1. Check all zip plates for proper operation and stability.
2. Check all line voltage connections.
3. Replace standby batteries as necessary.
4. Clean interior and exterior of enclosures.
5. Test operation of all digital dialers and line test features.
6. Inspect alarm cables for damage.
7. Check operation and align photo-electric cells.
8. Check operation and adjust all door/window contacts as necessary.
9. Walk test all sonic detection sensors/systems for serviceability and make necessary
adjustments.
10. Test all interior and exterior microwave system operation and adjust to manufacturer’s
specifications as required.
Attachment "A"
Quotation No. 18-061 Page 41
G:\PUBLIC\RFQ\FY 2017-18\18-061 ALARM SYSTEMS - MAINTENANCE, REPAIR, INSPECTION, AND MONITORING\18-061 ALARM SYSTEMS - MAINTENANCE, REPAIR, INSPECTION, AND MONITORING.DOCX
IA-2. Conducted after normal hours.
Annual preventative maintenance of intrusion alarms systems shall at minimum include the
following:
1. Check all zip plates for proper operation and stability.
2. Check all line voltage connections.
3. Replace standby batteries as necessary.
4. Clean interior and exterior of enclosures.
5. Test operation of all digital dialers and line test features.
6. Inspect alarm cables for damage.
7. Check operation and align photo-electric cells.
8. Check operation and adjust all door/window contacts as necessary.
9. Walk test all sonic detection sensors/systems for serviceability and make necessary
adjustments.
10. Test all interior and exterior microwave system operation and adjust to manufacturer’s
specifications as required.
Attachment "A"
Quotation No. 18-061 Page 42
G:\PUBLIC\RFQ\FY 2017-18\18-061 ALARM SYSTEMS - MAINTENANCE, REPAIR, INSPECTION, AND MONITORING\18-061 ALARM SYSTEMS - MAINTENANCE, REPAIR, INSPECTION, AND MONITORING.DOCX
BIDDER TO COMPLETE (INTRUSION SYSTEMS)
IF A SUBCONTRACTOR WILL BE USED TO COMPLETE WORK ON INTRUSTION SYSTEMS
Bidder shall list all subcontractors that would perform work in excess of one-half of one percent of the total
amount of your bid, and state general type of work such subcontractor would be performing:
CONTRACTOR'S LICENSE:
Bidder to possess appropriate license for the project in accordance with current regulations/statutes.
The vendor shall possess a current State of California contractor’s License, Class C-7 (Low Voltage
System Contractor) or another license class that covers the work to be performed. The proposal must
indicate the license held by the bidder, which enables him/her to perform the work.
If the license is other than a Class C-7, the bidder must explain why his/her license(s) is acceptable. The
County will review and determine if acceptable.
Number and Class:
Date of Issue:
Bidder must also submit verification of Contractor’s License from the Department of Consumer Affairs –
Contractors’ State License Board. Failure to submit verification may result in bidder’s response being
considered non-responsive.
Public Contract Code Section 7028.15: Where the State of California requires a Contractor’s license, it is
a misdemeanor for any person to submit a bid unless specifically exempted.
SUBCONTRACTORS:
List all subcontractors that would perform work in excess of one/half of one percent of the total amount of
your bid, and state general type of work such subcontractor would be performing. The primary contractor is
not relieved of any responsibility by virtue of using a subcontractor:
To bid on this Section, please complete Exhibit C – Quotation Sheet – Section 3 Intrusion Systems.
Attachment "A"
Quotation No. 18-061 Page 43
G:\PUBLIC\RFQ\FY 2017-18\18-061 ALARM SYSTEMS - MAINTENANCE, REPAIR, INSPECTION, AND MONITORING\18-061 ALARM SYSTEMS - MAINTENANCE, REPAIR, INSPECTION, AND MONITORING.DOCX
QUOTATION SCHEDULE
(INTRUSION ALARM SYSTEMS)
EMERGENCY SERVICES
Bidder to quote hourly labor rates for emergency service. The service levels (I, II and III) are as
previously defined under the ‘EMERGENCY WORK” section of this RFQ.
LEVEL I LEVEL II LEVEL III
Technician
Type
*Regular
Time
**Over-
Time
Regular
Time
Over-
Time
Regular
Time
Over-
Time
Journeymen $ /hr $ /hr $ /hr $ /hr $ /hr $ /hr
* $ $ $ $ $ $
* $ $ $ $ $ $
Indicate when hourly charge begins and ends and the smallest portion of an hour for which a
charge will be made.
* If other than journeymen state type and define below.
** Define regular time and overtime in the space provided below. Indicate and define rates other
than regular and overtime that might apply.
Indicate below any minimum charges that would apply to emergency services.
Attachment "A"
Quotation No. 18-061 Page 44
G:\PUBLIC\RFQ\FY 2017-18\18-061 ALARM SYSTEMS - MAINTENANCE, REPAIR, INSPECTION, AND MONITORING\18-061 ALARM SYSTEMS - MAINTENANCE, REPAIR, INSPECTION, AND MONITORING.DOCX
(INTRUSION ALARM SYSTEMS) OTHER CHARGES
Charges for services other than those specified under this RFQ.
Labor Rates
State hourly labor rate for each type of technician (i.e. apprentice, journeyman, etc.) for each category of
work hours (i.e. standard time, overtime, holidays, etc.). Attach a description of each technician type
(training and duties) and define each category of work hours.
TECHNICIAN TYPE WORK HOUR CATEGORY HOURLY RATE
Indicate when hourly charge begins and ends and the smallest portion of an hour for which a charge will
be made.
Parts Price List
*List commonly used repair parts and indicate contract price.
DESCRIPTION BRAND & PART NUMBER PRICE
*Use an attachment for additional items.
State method for determining cost of parts and materials not indicated above (i.e. cost plus, list price
less?%, etc.).
Attachment "A"
Quotation No. 18-061 Page 45
G:\PUBLIC\RFQ\FY 2017-18\18-061 ALARM SYSTEMS - MAINTENANCE, REPAIR, INSPECTION, AND MONITORING\18-061 ALARM SYSTEMS - MAINTENANCE, REPAIR, INSPECTION, AND MONITORING.DOCX
Miscellaneous
State all other charges that may at some time be applicable.
Attachment "A"
Quotation No. 18-061 Page 46
G:\PUBLIC\RFQ\FY 2017-18\18-061 ALARM SYSTEMS - MAINTENANCE, REPAIR, INSPECTION, AND MONITORING\18-061 ALARM SYSTEMS - MAINTENANCE, REPAIR, INSPECTION, AND MONITORING.DOCX
SECTION 4 – ALARM MONITORING
Attachment "A"
Quotation No. 18-061 Page 47
G:\PUBLIC\RFQ\FY 2017-18\18-061 ALARM SYSTEMS - MAINTENANCE, REPAIR, INSPECTION, AND MONITORING\18-061 ALARM SYSTEMS - MAINTENANCE, REPAIR, INSPECTION, AND MONITORING.DOCX
BIDDER TO COMPLETE (ALARM MONITORING)
CONTRACTOR'S LICENSE:
Bidder to possess appropriate license for the project in accordance with current regulations/statutes.
The bidder shall possess a current State of California contractor’s License, Class C-7 (Low Voltage
System Contractor) or another license class that covers the work to be performed. The proposal must
indicate the license held by the bidder, which enables him/her to perform the work.
If the license is other than a Class C-7, the bidder must explain why his/her license(s) is acceptable. The
County will review and determine if acceptable.
Number and Class:
Date of Issue:
Bidder must also submit verification of Contractor’s License from the Department of Consumer Affairs –
Contractors’ State License Board. Failure to submit verification may result in bidder’s response being
considered non-responsive.
Public Contract Code Section 7028.15: Where the State of California requires a Contractor’s license, it is
a misdemeanor for any person to submit a bid unless specifically exempted.
SUBCONTRACTORS:
List all subcontractors that would perform work in excess of one/half of one percent of the total amount of
your bid, and state general type of work such subcontractor would be performing. The primary contractor is
not relieved of any responsibility by virtue of using a subcontractor:
To bid on this Section, please complete Exhibit D – Quotation Sheet – Section 4
Alarm Monitoring.
Attachment "A"
Quotation No. 18-061 Page 48
G:\PUBLIC\RFQ\FY 2017-18\18-061 ALARM SYSTEMS - MAINTENANCE, REPAIR, INSPECTION, AND MONITORING\18-061 ALARM SYSTEMS - MAINTENANCE, REPAIR, INSPECTION, AND MONITORING.DOCX
CHECK LIST
This Checklist is provided to assist the vendors in the preparation of their bid response. Included in this list,
are important requirements and is the responsibility of the bidder to submit with the bid package in order to
make the bid compliant. Because this checklist is just a guideline, the bidder must read and comply with the
bid in its entirety.
Check off each of the following:
1. The Request for Quotation (RFQ) has been signed and completed.
2. Addenda, if any, have been signed and included in the bid package.
3. The completed Reference List as provided with this RFQ.
4. The Quotation Schedule as provided with this RFQ has been completed, price reviewed for
accuracy and any corrections initialed.
5. Indicate all of bidder exceptions to the County’s requirements, conditions and specifications
as stated within this RFQ.
6. The Participation page as provided within this RFQ has been signed and included
7. Bidder to Complete page as provided with this RFQ.
8. Verification of Department of Industrial Relations Contractor Registration.
9. Verification of Contractor’s License and the Department of Consumer Affairs – Contractors’
State License Board.
10. Return checklist with RFQ response.
11. Completed RFQ in pdf format, electronically submitted to the Bid Page on Public
Purchase.
Attachment "A"
Quotation No. 18-061 Page 49
G:\PUBLIC\RFQ\FY 2017-18\18-061 ALARM SYSTEMS - MAINTENANCE, REPAIR, INSPECTION, AND MONITORING\18-061 ALARM SYSTEMS - MAINTENANCE, REPAIR, INSPECTION, AND MONITORING.DOCX
ATTACHMENTS
A. Device Counts
B. Fire/Intrusion DACT Inventory for Monitoring
C. Additional Information Regarding the Performance of Maintenance, Repair, and Inspection in
Correctional Facilities
Attachment "A"
Quotation No. 18-061 Page 50
G:\PUBLIC\RFQ\FY 2017-18\18-061 ALARM SYSTEMS - MAINTENANCE, REPAIR, INSPECTION, AND MONITORING\18-061 ALARM SYSTEMS - MAINTENANCE, REPAIR, INSPECTION, AND MONITORING.DOCX
EXHIBITS
A. Section 1 – Notifier Systems Quotation Sheet
B. Section 2 – General Fire Alarm Systems Quotation Sheet
C. Section 3 – Intrusion Alarm System Quotation Sheet
D. Section 4 – Alarm Monitoring Quotation Sheet
Attachment "A"
QUOTATION SHEET
SECTION 1 NOTIFIER SYSTEMS
*FA - Fire Alarm
SHE - Special Hazard System
DACT - Digital Alarm Communicator Transmitter
TSD - Temperature Sensing Device
IA - Intrusion Alarm
**Include panic with fire alarm 18-061 Exhibit A.xls
A B C
SHE TSD COLUMNS
County
Building No.Address BLDG Description Control Panel Type
*
FA
*
SHE
*
DACT
*
TSD
*
IA
QUARTERLY
INSPECTIONS
(FOUR EA.)
ANNUAL
INSPECTION
(EA.)
TOTAL
FA
ANNUAL
INSPECTION
(TWO EA.)
ANNUAL
INSPECTION
(EA.)A, B, & C
1 319
4411 E. KINGS
CANYON PHF BUILDING NOTIFIER $$$$$=$
2 435 4555 E. HAMILTON
AVE.EMS BUILDING NOTIFIER 3 $$$$$=$
3 501 744 S. TENTH ST.JUV. DETENTION FAC.NOTIFIER 3 $$$$$=$
4 509 1020 S. TENTH
STREET COMPUTER SERVICES NOTIFIER 1 X $$$$$=$
5 603 2281 TULARE ST.HALL OF RECORDS NOTIFIER 4 4 $$$$$=$
6 610 2220 TULARE ST.FRESNO COUNTY PLAZA NOTIFIER 2 X 2 $$$$$=$
7 610 2220 TULARE ST.FRESNO COUNTY PLAZA NOTIFIER
ONYXWorks $$$$$=$
8 610-1 2220 TULARE ST FRESNO COUNTY PLAZA 21ST FLOOR
COMP.RM 1 $$$$$=$
9 610-2 2220 TULARE ST FRESNO COUNTY PLAZA 21ST FLOOR COMP.
RM 2 $$$$$=$
10 610-3 2220 TULARE ST.ELECTIONS NOTIFIER 4 4 $$$$$=$
11 611 1221 FULTON MALL HEALTH DEPT. BRIX
BLDG.NOTIFIER 4 $$$$$=$
12 611-1 1221 FULTON MALL HEALTH DEPT. MERCER
BLDG.NOTIFIER 3
**2
panic $$$$$=$
13.630 200 H STREET CENTRAL KITCHEN NOTIFIER 3 X $$$$$=$
14.649 333 W. PONTIAC WAY ISD ADMIN. BLDG NOTIFIER $$$$$=$
15.700 3333 W. AMERICAN
AVE JUV. JUSTICE CAMPUS NOTIFIER 1 1 $$$$$=$
16.702 3333 W. AMERICAN
AVE INSTITUTIONAL CORE NOTIFIER $$$$$=$
17.703 3333 W. AMERICAN
AVE DETENTION UNIT NOTIFIER $$$$$=$
18.704 3333 W. AMERICAN
AVE COMM. ADMIN UNIT NOTIFIER $$$$$=$
19.705 3333 W. AMERICAN
AVE COMM. SCHOOL NOTIFIER $$$$$=$
20.706 3333 W. AMERICAN
AVE COMM. HOUSING NOTIFIER $$$$$=$
21.707 3333 W. AMERICAN
AVE COMM. HOUSING NOTIFIER $$$$$=$
22.708 3333 W. AMERICAN
AVE COMM. HOUSING NOTIFIER $$$$$=$
23.709 3333 W. AMERICAN
AVE
HIGH SECURITY COMM.
HOUSING NOTIFIER $$$$$=$
24.710 3333 W. AMERICAN
AVE
WATER TREATMENT
BLDG. FIRE PUMP NOTIFIER $$$$$=$
25.711 3333 W. AMERICAN
AVE
COMMUNITY WASTE
TREATMENT BLDG NOTIFIER $$$$$=$
26.712 3333 W. AMERICAN
AVE CENTRAL PLANT NOTIFIER $$$$$=$
Fire Alarm Systems
DESCRIPTION [FA ]
18-061 ATTACHMENT A
Attachment "A"
QUOTATION SHEET
SECTION 1 NOTIFIER SYSTEMS
*FA - Fire Alarm
SHE - Special Hazard System
DACT - Digital Alarm Communicator Transmitter
TSD - Temperature Sensing Device
IA - Intrusion Alarm
**Include panic with fire alarm 18-061 Exhibit A.xls
A B C TOTAL
SHE TSD COLUMNS
County
Building No.Address BLDG Description Control Panel Type
*
FA
*
SHE
*
DACT
*
TSD
*
IA
QUARTERLY
INSPECTIONS
(FOUR EA.)
ANNUAL
INSPECTION
(EA.)
TOTAL
FA
**SEMI-
ANNUAL
INSPECTION
(TWO EA.)
ANNUAL
INSPECTION
(EA.)A, B, & C
27.712
3333 W. AMERICAN
AVE
CENTRAL PLANT
SERVER ROOM NOTIFIER $$$$$=$
28.716 3150 E. JEFFERSON COUNTY MORGUE NOTIFIER $$$$$=$
29.800 2420 MARIPOSA CENTRAL LIBRARY NOTIFIER 3 3 $$$$$=$
30 814 306 S. SEVENTH,
FOWLER
FOWLER BRANCH
LIBRARY NOTIFIER AFP-200 3 3 $$$$$=$
31 824 1246 BELMONT AVE.
MENDOTA
MENDOTA BRANCH
LIBRARY NOTIFIER NFS-640 3 3 $$$$$=$
32 864 2135 FRESNO ST.CROCKER BLDG NOTIFIER 3 X 3 $$$$$=$
33 1812 815 PARK BLVD ORANGE COVE NOTIFIER $$$$$=$
34 1887 25561 WEST
WILLIAMS TRANQUILITY LIBRARY NOTIFIER $$$$$=$
GRAND TOTAL $
Fire Alarm Systems
SERVICE [ FA ]
18-061 ATTACHMENT A
Attachment "A"
G:\Public\RFQ\FY 2017-18\18-061 Alarm Systems - Maintenance, Repair, Inspection, and Monitoring\18-061 Attachment B.doc
FIRE/INTRUSION DACT INVENTORY FOR MONITORING
309 445 S. CEDAR UMC-BOILER ROOM EDWARDS QUICK START F INTERNAL
311 4455 E KINGS CANYON RD DSS MAIN BUILDING RADIONICS D2071A F EXTERNAL
313 4459 E. KINGS CANYON RD DSS COMMISSARY RADIONICS D2071A F EXTERNAL
315 4499 E. KINGS CANYON RD DSS BARTON BUILDING RADIONICS D2071A F EXTERNAL
317 4441 E. KINGS CANYON MAIN MENTAL HEALTH RADIONICS D2071A F EXTERNAL
318 435 S. BOYD HUNTINGTON HALL EDWARDS QUICK START F INTERNAL
319 4411 E. KINGS CANYON
PSYCHIATRIC HEALTH
FACILITY (PACT-PHF-CIS) RADIONICS D2071A F EXTERNAL
331 4460 E. HUNTINGTON CHILDREN'S CLINIC EDWARDS QUICK START F INTERNAL
332 4409 E. INYO MODULAR-A EDWARDS QUICK START F INTERNAL
333 4417 E. INYO MODULAR-B EDWARDS QUICK START F INTERNAL
334 4445 E. INYO MODULAR-C EDWARDS QUICK START F INTERNAL
435 4555 E. HAMILTON EMS-DISPATCH BLDG RADIONICS D2071A F EXTERNAL
509 1020 S. TENTH ST COMPUTER SERVICES HONEYWELL 5110XM F EXTERNAL
603 2281 TULARE ST. HALL OF RECORDS BLDG RADIONICS D2071A F EXTERNAL
610 2220 TULARE ST. COUNTY PLAZA BLDG HONEYWELL 5110XM F EXTERNAL
611 1221 FULTON MALL BRIX-MERCER BLDG HONEYWELL FIREWATCH411 F EXTERNAL
716 3150 E JEFFERSON COUNTY MORGUE HONEYWELL FIREWATCH411 F EXTERNAL
800 2420 MARIPOSA CENTRAL LIBRARY SILENT KNIGHT 5207 F EXTERNAL
801 1155 FIFTH ST., CLOVIS CLOVIS BRANCH LIBRARY PRYOTRONICS CP-70 F INTERNAL
802 944 EAST PERRIN, FRESNO
WOODWARD BRANCH
LIBRARY GAMEWELL FLEX 4/FL8 F INTERNAL
803 1812 SEVENTH ST, SANGER SANGER BRANCH LIBRARY CADDX NX-8 I INTERNAL
804 2200 SELMA ST., SELMA SELMA BRANCH LIBRARY RADIONICS D2071A F EXTERNAL
805 25 EAST FANTZ AVE., EASTON EASTON BRANCH LIBRARY ADEMCO VISTA-20 I INTERNAL
806 8781 MAIN ST., SAN JOAQUIN
SAN JOAQUIN BRANCH
LIBRARY CADDX NX-8 I INTERNAL
808
1130 EAST PARLIER AVE.,
PARLIER PARLIER BRANCH LIBRARY ADEMCO VISTA-20 I INTERNAL
811 1027 E STREET, REEDLEY REEDLEY BRANCH LIBRARY CADDX NX-8 I INTERNAL
814 306 S. SEVENTH, FOWLER FOWLER BRANCH LIBRARY ADEMCO 5110XM F EXTERNAL
815 6313 DEWOODY ST., LATON LATON BRANCH LIBRARY EDWARDS EST1-2Z6 F INTERNAL
817 4150 E. CLINTON AVE., FRESNO
CEDAR-CLINTON BRANCH
LIBRARY CADDX NX-8 I INTERNAL
819 5771 N. FIRST, FRESNO POLITI BRANCH LIBRARY CADDX NX-8 I INTERNAL
820 3071 W. BULLARD AVE., FRESNO
FIG GARDEN BRANCH
LIBRARY SILENT KNIGHT 5104 F INTERNAL
821
5566 E. KINGS CANYON,
FRESNO
SUNNYSIDE BRANCH
LIBRARY AES INTELLINET 7788F F INTERNAL
822 629 W. DAKOTA AVE., FRESNO GILLIS BRANCH LIBRARY CADDX NX-8 I INTERNAL
823
7170 N. SAN PABLO AVE.,
PINEDALE PINEDALE BRANCH LIBRARY RADIONICS I INTERNAL
824 1246 BELMONT AVE., MENDOTA MENDOTA BRANCH LIBRARY NOTIFIER NFS-20 F INTERNAL
864 2135 FRESNO STREET CROCKER BLDG RADIONICS D2071A F EXTERNAL
889
15081 W. KEARNEY PLAZA,
KERMAN KERMAN BRANCH LIBRARY ADEMCO VISTA-32 I INTERNAL
899
13382 S. HENDERSON RD.,
CARUTHERS
CARUTHERS BRANCH
LIBRARY BOSCH FPD-7024 F INTERNAL
18-061 ATTACHMENT B
Attachment "A"
ADDITIONAL INFORMATION REGARDING THE PERFORMANCE OF
MAINTENANCE, REPAIR, AND INSPECTION IN CORRECTIONAL
FACILITIES
“CONTRACTOR shall comply with all Prison Rape Elimination (PREA) Act standards for
juvenile correctional facilities. Training will be provided by Probation at no charge to
CONTRACTOR.”
“CONTRACTOR will ensure that all staff assigned to work at the Juvenile Justice Campus (JJC)
undergo a pre-employment Live Scan and criminal background security clearance by the
Probation Department at no charge to CONTRACTOR. No alcoholic beverages/drugs will be
brought into any facility. Nor will anyone under the influence of alcoholic beverages or drugs be
allowed inside. In the event of any disturbance inside the facilities, the CONTRACTOR’S
employees will immediately follow the orders of the Facility Administrator or his/her
designees. CONTRACTOR shall comply with all Probation Department Policies and
Procedures. In the event of a dispute involving COUNTY staff and the contract employee, the
on-duty Facility Administrator will have the final decision.”
INFORMATION ON THE PRISON RAPE ELIMINATION ACT CAN BE FOUND HERE:
http://www.prearesourcecenter.org/
18-061 ATTACHMENT C
Attachment "A"
QUOTATION SHEET
SECTION 1 NOTIFIER SYSTEMS
*FA - Fire Alarm
SHE - Special Hazard System
DACT - Digital Alarm Communicator Transmitter
TSD - Temperature Sensing Device
IA - Intrusion Alarm
**Include panic with fire alarm 18-061 Exhibit A.xls
A B C
SHE TSD COLUMNS
County
Building No.Address BLDG Description Control Panel Type
*
FA
*
SHE
*
DACT
*
TSD
*
IA
QUARTERLY
INSPECTIONS
(FOUR EA.)
ANNUAL
INSPECTION
(EA.)
TOTAL
FA
ANNUAL
INSPECTION
(TWO EA.)
ANNUAL
INSPECTION
(EA.)A, B, & C
1 319
4411 E. KINGS
CANYON PHF BUILDING NOTIFIER $$$$$=$
2 435 4555 E. HAMILTON
AVE.EMS BUILDING NOTIFIER 3 $$$$$=$
3 501 744 S. TENTH ST.JUV. DETENTION FAC.NOTIFIER 3 $$$$$=$
4 509 1020 S. TENTH
STREET COMPUTER SERVICES NOTIFIER 1 X $$$$$=$
5 603 2281 TULARE ST.HALL OF RECORDS NOTIFIER 4 4 $$$$$=$
6 610 2220 TULARE ST.FRESNO COUNTY PLAZA NOTIFIER 2 X 2 $$$$$=$
7 610 2220 TULARE ST.FRESNO COUNTY PLAZA NOTIFIER
ONYXWorks $$$$$=$
8 610-1 2220 TULARE ST FRESNO COUNTY PLAZA 21ST FLOOR
COMP.RM 1 $$$$$=$
9 610-2 2220 TULARE ST FRESNO COUNTY PLAZA 21ST FLOOR COMP.
RM 2 $$$$$=$
10 610-3 2220 TULARE ST.ELECTIONS NOTIFIER 4 4 $$$$$=$
11 611 1221 FULTON MALL HEALTH DEPT. BRIX
BLDG.NOTIFIER 4 $$$$$=$
12 611-1 1221 FULTON MALL HEALTH DEPT. MERCER
BLDG.NOTIFIER 3
**2
panic $$$$$=$
13.630 200 H STREET CENTRAL KITCHEN NOTIFIER 3 X $$$$$=$
14.649 333 W. PONTIAC WAY ISD ADMIN. BLDG NOTIFIER $$$$$=$
15.700 3333 W. AMERICAN
AVE JUV. JUSTICE CAMPUS NOTIFIER 1 1 $$$$$=$
16.702 3333 W. AMERICAN
AVE INSTITUTIONAL CORE NOTIFIER $$$$$=$
17.703 3333 W. AMERICAN
AVE DETENTION UNIT NOTIFIER $$$$$=$
18.704 3333 W. AMERICAN
AVE COMM. ADMIN UNIT NOTIFIER $$$$$=$
19.705 3333 W. AMERICAN
AVE COMM. SCHOOL NOTIFIER $$$$$=$
20.706 3333 W. AMERICAN
AVE COMM. HOUSING NOTIFIER $$$$$=$
21.707 3333 W. AMERICAN
AVE COMM. HOUSING NOTIFIER $$$$$=$
22.708 3333 W. AMERICAN
AVE COMM. HOUSING NOTIFIER $$$$$=$
23.709 3333 W. AMERICAN
AVE
HIGH SECURITY COMM.
HOUSING NOTIFIER $$$$$=$
24.710 3333 W. AMERICAN
AVE
WATER TREATMENT
BLDG. FIRE PUMP NOTIFIER $$$$$=$
25.711 3333 W. AMERICAN
AVE
COMMUNITY WASTE
TREATMENT BLDG NOTIFIER $$$$$=$
26.712 3333 W. AMERICAN
AVE CENTRAL PLANT NOTIFIER $$$$$=$
Fire Alarm Systems
DESCRIPTION [FA ]
18-061 EXHIBIT A
Attachment "A"
QUOTATION SHEET
SECTION 1 NOTIFIER SYSTEMS
*FA - Fire Alarm
SHE - Special Hazard System
DACT - Digital Alarm Communicator Transmitter
TSD - Temperature Sensing Device
IA - Intrusion Alarm
**Include panic with fire alarm 18-061 Exhibit A.xls
A B C TOTAL
SHE TSD COLUMNS
County
Building No.Address BLDG Description Control Panel Type
*
FA
*
SHE
*
DACT
*
TSD
*
IA
QUARTERLY
INSPECTIONS
(FOUR EA.)
ANNUAL
INSPECTION
(EA.)
TOTAL
FA
**SEMI-
ANNUAL
INSPECTION
(TWO EA.)
ANNUAL
INSPECTION
(EA.)A, B, & C
27.712
3333 W. AMERICAN
AVE
CENTRAL PLANT
SERVER ROOM NOTIFIER $$$$$=$
28.716 3150 E. JEFFERSON COUNTY MORGUE NOTIFIER $$$$$=$
29.800 2420 MARIPOSA CENTRAL LIBRARY NOTIFIER 3 3 $$$$$=$
30 814 306 S. SEVENTH,
FOWLER
FOWLER BRANCH
LIBRARY NOTIFIER AFP-200 3 3 $$$$$=$
31 824 1246 BELMONT AVE.
MENDOTA
MENDOTA BRANCH
LIBRARY NOTIFIER NFS-640 3 3 $$$$$=$
32 864 2135 FRESNO ST.CROCKER BLDG NOTIFIER 3 X 3 $$$$$=$
33 1812 815 PARK BLVD ORANGE COVE NOTIFIER $$$$$=$
34 1887 25561 WEST
WILLIAMS TRANQUILITY LIBRARY NOTIFIER $$$$$=$
GRAND TOTAL $
Fire Alarm Systems
SERVICE [ FA ]
18-061 EXHIBIT A
Attachment "A"
A B C TOTAL
SHE TSD COLUMNS
County
Building
No.Address BLDG Description Control Panel Type
*
FA
*
SHE
*
DACT
*
TSD
*
IA
** QUARTERLY
INSPECTIONS/
MAINTENANCE
(FOUR EA.)
ANNUAL
INSPECTION/
MAINTENANCE
(EA.)
TOTAL
FA
**SEMI-
ANNUAL
INSPECTION
(TWO EA.)
ANNUAL
INSPECTION
(EA.)A, B, & C
1.307 445 S. CEDAR AVE UMC MAINT. SHOP EDWARDS SYSTEM 3 $+$=$+$+$=$
2.308 445 S. CEDAR AVE SECURITY/JANITORIAL EDWARDS SYSTEM 3 $+$=$+$+$=$
3.309 445 S. CEDAR AVE UMC BOILER ROOM EDWARDS SYSTEM 3 $+$=$+$+$=$
4.310 445 S. CEDAR AVE CHILLER PLANT EDWARDS SYSTEM 3 $+$=$+$+$=$
5.311 4455 E. KINGS CANYON RD.MAIN E&TA BLDG
GAMEWELL FIREFORCE-
8 3 $+$=$+$+$=$
6.313-1 4459 E. KINGS CANYON RD.COMMISSARY 1ST FLR
GAMEWELL FIREFORCE-
8 3 $+$=$+$+$=$
7.315 4499 E. KINGS CANYON RD.BARTON BLDG
GAMEWELL FIREFORCE-
8 3 $+$=$+$+$=$
8.317 4441 E. KINGS CANYON RD.MAIN MENTAL HEALTH SIMPLEX 4002 4 3 $+$=$+$+$=$
9.318 435 BOYD HUNTINGTON HALL EDWARDS SYS. EST-2 3 $+$=$+$+$=$
10.320 515 S. CEDAR AVE PATHS PROGRAM BLDG EDWARDS SYSTEM 3 $+$=$+$+$=$
11.324 445 S. CEDAR AVE UMC HOSPITAL EDWARDS SYSTEM $+$=$+$+$=$
General Fire Alarm Systems
SERVICE
DESCRIPTION
[FA ]
QUOTATION SHEET
SECTION 2 GENERAL FIRE SYSTEMS
*FA - Fire Alarm
SHE - Special Hazard System
DACT - Digital Alarm Communicator transmitter TSD - Temperature Sensing Device
IA - Intrusion Alarm
**Include panic with fire alarm
18-061 EXHIBIT B
Attachment "A"
A B C TOTAL
SHE TSD COLUMNS
County
Building
No.Address BLDG Description Control Panel Type
*
FA
*
SHE
*
DACT
*
TSD
*
IA
** QUARTERLY
INSPECTIONS/
MAINTENANCE
(FOUR EA.)
ANNUAL
INSPECTION/
MAINTENANCE
(EA.)
TOTAL
FA
**SEMI-
ANNUAL
INSPECTION
(TWO EA.)
ANNUAL
INSPECTION
(EA.)A, B, & C
12.332 4408 HUNTINGTON MODULE A EDWARDS SYS. EST-2 3 $+$=$+$+$=$
13.333 4416 HUNTINGTON MODULE B EDWARDS SYS. EST-2 3 $+$=$+$+$=$
14.334 4444 HUNTINGTON MODULE C EDWARDS SYS. EST-2 3 $+$=$+$+$=$
15.335 4447 E. KINGS CANYON RD.MODULE E EDWARDS SYS. EST-2 3 $+$=$+$+$=$
16.336 4463 E. KINGS CANYON RD.MODULE F EDWARDS SYS 1-223R 3 $+$=$+$+$=$
17.340 4468 E. KINGS CANYON RD.E&TA INTAKE BLDG
EDWARDS SYS.
QUICKSTART 3 $+$=$+$+$=$
18.341 4468 E. KINGS CANYON RD.INTAKE ANNEX HONEYWELL 3 $+$=$+$+$=$
19.343 4452 E. KINGS CANYON RD.MODULE D EDWARDS SYSTEM 3 $+$=$+$+$=$
20.400 1721 S. MAPLE FARM AND HOME Bosch D7412GV3 3 $+$=$+$+$=$
21.404 1730 S. MAPLE AG COMMISSIONER Bosch D7412GV3 3 $+$=$+$+$=$
22.415 4535 E. HAMILTON WEIGHTS & MEASURES Bosch D7412GV3 3 $+$=$+$+$=$
General Fire Alarm
SERVICE
DESCRIPTION
[FA ]
QUOTATION SHEET
SECTION 2 GENERAL FIRE SYSTEMS
*FA - Fire Alarm
SHE - Special Hazard System
DACT - Digital Alarm Communicator transmitter TSD - Temperature Sensing Device
IA - Intrusion Alarm
**Include panic with fire alarm
18-061 EXHIBIT B
Attachment "A"
A B C TOTAL
SHE TSD COLUMNS
County
Building
No.Address BLDG Description Control Panel Type
*
FA
*
SHE
*
DACT
*
TSD
*
IA
** QUARTERLY
INSPECTIONS/
MAINTENANCE
(FOUR EA.)
ANNUAL
INSPECTION/
MAINTENANCE
(EA.)
TOTAL
FA
**SEMI-
ANNUAL
INSPECTION
(TWO EA.)
ANNUAL
INSPECTION
(EA.)A, B, & C
23.420 4551 E. HAMILTON AVE.FLEET SERVICES NETWORK NX8V2 3 $+$=$+$+$=$
24.433 4551 E. HAMILTON AVE.RADIO SHOP CADDX RANGER 3 $+$=$+$+$=$
25.437-2 4525 E. HAMILTON AVE
PURCHASING-MACHINE
ROOM RANGER 8980 3 3 $+$=$+$+$=$
26.438 1730 S. MAPLE AG. ANNEX
SIMPLEX SILENT
KNIGHT 3 $+$=$+$+$=$
27.502 742 S. TENTH STREET JUVENILE COURT SIMPLEX 4 $+$=$+$+$=$
28.509-1 1020 S. TENTH STREET
COMPUTER SERVICES
SAPPHIRE
SIMPLEX-SAPPHIRE
SYS.CONTROL 3 X $+$=$+$+$=$
29.514 748 S. TENTH STREET ADULT PROBATION MAGNUM ALERT 800 3 $+$=$+$+$=$
30.515 890 S. TENTH
JUVENILE PROBATION
ADMIN EST 3 $+$=$+$+$=$
31.610-1 2220 TULARE ST.
21st FLR. COMPUTER
ROOM #1
SIMPLEX-SAPPHIRE
SYS.CONTROL 4 1 $+$=$+$+$=$
32.610-2 2220 TULARE ST.
21st FLR. COMPUTER
ROOM #2
FIRE SUPRESSIONS
SIMPLEX 4 1 $+$=$+$+$=$
33.621 844 VAN NESS GRAPHIC COMM.MYRTONE 3 X $+$=$+$+$=$
General Fire Alarm Systems
SERVICE
DESCRIPTION
[FA ]
QUOTATION SHEET
SECTION 2 GENERAL FIRE SYSTEMS
*FA - Fire Alarm
SHE - Special Hazard System
DACT - Digital Alarm Communicator transmitter TSD - Temperature Sensing Device
IA - Intrusion Alarm
**Include panic with fire alarm
18-061 EXHIBIT B
Attachment "A"
A B C TOTAL
SHE TSD COLUMNS
County
Building
No.Address BLDG Description Control Panel Type
*
FA
*
SHE
*
DACT
*
TSD
*
IA
** QUARTERLY
INSPECTIONS/
MAINTENANCE
(FOUR EA.)
ANNUAL
INSPECTION/
MAINTENANCE
(EA.)
TOTAL
FA
**SEMI-
ANNUAL
INSPECTION
(TWO EA.)
ANNUAL
INSPECTION
(EA.)A, B, & C
34.658 1925 E. DAKOTA SIERRA BUILDING EST 3 X $+$=$+$+$=$
35.801 1155 FIFTH ST., CLOVIS
CLOVIS BRANCH
LIBRARY RADIONICS D2071A 3 3 $+$=$+$+$=$
36.802 944 EAST PERRIN AVE
WOODWARD BRANCH
LIBRARY ADEMCO 5110XM 3 3 $+$=$+$+$=$
37.804 2200 SELMA ST., SELMA
SELMA BRANCH
LIBRARY EDWARDS 3 3 $+$=$+$+$=$
38.815 6313 DEWOODY, LATON
LATON BRANCH
LIBRARY EDWARDS 3 3 $+$=$+$+$=$
39.820 3071 W.BULLARD
FIG GARDEN
LIBRARY SILENT KNIGHT $+$=$+$+$=$
40.821 5566 E. KINGS CANYON
SUNNYSIDE BRANCH
LIBRARY ADEMCO 5110XM 3 3 $+$=$+$+$=$
41.823 7170 N. SAN PABLO, PINEDALE
PINEDALE BRANCH
LIBRARY ADEMCO 5110XM 3 3 $+$=$+$+$=$
42.889
15081 W. KEARNEY PLAZA,
KERMAN
KERMAN BRANCH
LIBRARY
NAPCO GEMINI GEM-
RP3DGTL 3 3 $+$=$+$+$=$
43.899
13382 S. HENDERSON RD.,
CARUTHERS
CARUTHERS BRANCH
LIBRARY FCI FC-6324 3 3 $+$=$+$+$=$
44.1825 3040 N. CEDAR
BETTY RODRIGUEZ
LIBRARY SILENT KNIGHT 5820L $+$=$+$+$=$
GRAND TOTAL $
General Fire Alarm Systems
SERVICE
DESCRIPTION
[FA ]
QUOTATION SHEET
SECTION 2 GENERAL FIRE SYSTEMS
*FA - Fire Alarm
SHE - Special Hazard System
DACT - Digital Alarm Communicator transmitter TSD - Temperature Sensing Device
IA - Intrusion Alarm
**Include panic with fire alarm
18-061 EXHIBIT B
Attachment "A"
SERVICE DESCRIPTION IA
County
Building
No.Address CONTROL PANEL
**10
YR Description IA
ANNUAL INSPECTION
/MAINTENANCE (EACH)
1.200 6725 W. KEARNEY BLVD.CADDX NX8 KEARNEY PARK MAIN OFFICE 1 $
2.202 6725 W. KEARNEY BLVD.CADDX 8900 x CARPENTER SHOP 1 $
3.203 6725 W. KEARNEY BLVD.CADDX 8900 x GAS\WELDING SHED 1 $
4.205 6725 W. KEARNEY BLVD.NAPCO BFC x STORAGE # 1 1 $
5.206 6725 W. KEARNEY BLVD.NAPCO BFC x STORAGE # 2 1 $
6.210 6725 W. KEARNEY BLVD.NAPCO BFC x STORAGE # 6 1 $
7.221 6725 W. KEARNEY BLVD.ADEMCO 411 x KEARNEY MANSION 1 $
8.221-1 6725 W. KEARNEY BLVD.CADDX 8900 CARRIAGE HOUSE 1 $
9.224 6725 W. KEARNEY BLVD.ADEMCO 411 x KEARNEY MAIN YARD 1 $
10.229 6725 W. KEARNEY BLVD.CADDX RANGER 8900 x WAREHOUSE 1 $
11.229-1 6725 W. KEARNEY BLVD.RANGER 8600 x TICKET BOOTH 1 $
12.307 445 S. CEDAR Bosch D7412GV3 DSS STORAGE 1 $
13.308 445 S. CEDAR Bosch D7412GV3 DSS STORAGE 1 $
14.311 4455 E. KINGS CANYON RD.BOSCH D2212B x MAIN SOCIAL SERVICES 2 $
15.312 500 SO. BARTON CADDX NX8E x BARTON MOTOR POOL 1 $
Intrusion Alarm Systems
QUOTATION SHEET
SECTION 3 INTRUSION SYSTEMS
18-061 EXHIBIT C
Attachment "A"
SERVICE DESCRIPTION IA
County
Building
No.Address CONTROL PANEL
**10
YR Description IA
ANNUAL INSPECTION
/MAINTENANCE (EACH)
16.313 4449 E. KINGS CANYON RD.Bosch D7412GV3 x COMMISSARY UPPER/LOWER FLS 2 $
17.314 4450 E. KINGS CANYON RD.CADDX NX8E GARDENER SHOP 1 $
18.315 4499 E. KINGS CANYON RD.Bosch D7412GV3 x BARTON BLDG.1 $
19.317 4441 E. KINGS CANYON RD.CADDX NX8E x MAIN MENTAL HEALTH 2 $
20.318 435 BOYD Bosch D7412GV3 x HUNTINGTON HALL 1 $
21.320 515 CEDAR BOSCH D2212B PATHS 1 $
22.320-1 515 S. CEDAR BOSCH D2212B PLAY AREA 1 $
23.324 445 S. CEDAR BOSCH UMC HOSPITAL BASEMENT 1 $
24.326 4411 E. KINGS CANYON RD.Bosch D7412GV3 x MODULAR BUILDING 2 $
25.332 4408 HUNTINGTON ADEMCO VISTA-20 MODULAR A 2 $
26.333 4417 E INYO ADEMCO VISTA-20 MODULAR B 2 $
27.334 4445 E INYO ADEMCO VISTA-20 MODULAR C 2 $
28.335 4447 E. KINGS CANYON ADEMCO VISTA-20 MODULAR E 2 $
29.336 4463 E. KINGS CANYON ADEMCO VISTA 20 MODULAR F
30.343 4452 E. KINGS CANYON ADEMCO VISTA-20 MODULAR D 2 $
Intrusion Alarm Systems
QUOTATION SHEET
SECTION 3 INTRUSION SYSTEMS
18-061 EXHIBIT C
Attachment "A"
SERVICE DESCRIPTION IA
County
Building
No.Address CONTROL PANEL
**10
YR Description IA
ANNUAL INSPECTION
/MAINTENANCE (EACH)
31.340 4468 E. KINGS CANYON RD.Bosch D7412GV3 x SOCIAL SERVICES INTAKE 2 $
32.341 4468 E. KINGS CANYON RD.CADDX NX8V2 x S/S INTAKE ANNEX 2 $
33.348 4590 E. KINGS CANYON RD.CADDX NX8V2 BUILDING MAINTENANCE 2 $
34.349 4590 E. KINGS CANYON RD.EDISON NETWORX NX-148 B/M CARPENTER SHOP 1 $
35.400 1721 SO. MAPLE Bosch D7412GV3 x COOPERATIVE EXTENSION 2 $
36.401 1721 SO. MAPLE NETWORK NX6 LAB / WAREHOUSE 1 $
37.404 1730 SO. MAPLE Bosch D7412GV3 x AG COMMISSIONER 2 $
38.406 1731 SO. MAPLE BOSCH B4512 RODENT & WEED CONTROL 1 $
39.409 4551 E. HAMILTON CADDX NX8V2 x P.W. TRAFFIC SIGN SHOP 1 $
40.413 4552 E. HAMILTON CADDX NX8E x MATERIALS TESTING LAB 2 $
41.415 4535 E. HAMILTON Bosch D7412GV3 x AG WEIGHT & MEASURES 2 $
42.420 4551 E. HAMILTON NETWORK NX8V2 FLEET-OFFICE, PARTS, REPAIR 2 $
43.427 4551 E. HAMILTON NETWORK NX-8E STORAGE TRAILERS
44.433 4551 E. HAMILTON CADDX RANGER x RADIO SHOP 2 $
45.437-1 4525 E. HAMILTON Bosch D7412GV3 x PURCHASING OFFICE 1 $
Intrusion Alarm Systems
QUOTATION SHEET
SECTION 3 INTRUSION SYSTEMS
18-061 EXHIBIT C
Attachment "A"
SERVICE DESCRIPTION IA
County
Building
No.Address CONTROL PANEL
**10
YR Description IA
ANNUAL INSPECTION
/MAINTENANCE (EACH)
46.437-2 4525 E. HAMILTON Bosch D7412GV3 x WAREHOUSE 1 $
47.437-3 4525 E. HAMILTON CADDX NX83 C-TRAIN 1 $
48.438 1730 SO. MAPLE Bosch D7412GV3 x AG. COMMISSIONER ANNEX 1 $
49.439 4525 HAMILTON CADDX NX148 PURCHASING GATED LOT
50.502 742 SO. 10th CADDX 8600 & IVONICS FA200 x JUVENILE COURT 2 $
51.505 742 SO. 10th NETWORK NX8V2 BUILDING MAINTENANCE 1 $
52.507 808 SO. 10th ADEMCO 4219 x PROBATION SPECIAL SRVS.2 $
53.508 810 S. 10th Bosch D7412GV3 x ASHTON CENTER 2 $
54.509 1020 S 10th ST NETWORK NX 8V2 COMPUTER SERVICES 1 $
55.512 940 SO. 10th CADDX 8600 CSD ANNEX 1 $
56.514 748 SO. 10th NETWORX NX-8E x D.A. JUVENILE UNIT 2 $
57.515 890 SO. 10th SILENT KNIGHT 1410 x JUVENILE PROBATION ADMIN 2 $
58.601-1 1100 VAN NESS NETWORK NX -148 PARK MOOT OFFICE
59.603-1 2281 TULARE ST.BOSCH D7412GV3 x HALL OF RECORDS BASEMENT 2 $
60.603-2 2281 TULARE ST BOSCH D7412GV3 HALL OF RECORDS 1ST FL 2 $
Intrusion Alarm Systems
QUOTATION SHEET
SECTION 3 INTRUSION SYSTEMS
18-061 EXHIBIT C
Attachment "A"
SERVICE DESCRIPTION IA
County
Building
No.Address CONTROL PANEL
**10
YR Description IA
ANNUAL INSPECTION
/MAINTENANCE (EACH)
61.603-3 2281 TULARE ST.BOSCH D7412GV3 x HALL OF RECORDS 2ND FL 2 $
62.603-4 2281 TULARE ST.BOSCH D7412GV3 x HALL OF RECORDS 3RD FL 2 $
63.603-5 2281 TULARE ST.BOSCH B4512 HALL OF RECORDS BOARD PANICS 2 $
64.603-6 2281 TULARE ST BOSCH B4512 HALL OR RECORDS CAO PANICS 2 $
65.610-1 2220 TULARE ST.BOSCH D7412GV3 x ELECTIONS CLERKS, PLAZA 1 $
66.610-2 2220 TULARE ST.BOSCH B5512 x FAMILY SUPPORT 1 $
67.610-3 2221 KERN ST CADDX NX8 ELECTIONS 1 $
68.610-4 2221 KERN ST BOSCH D7412GV3 ELECTIONS BALLOT ROOM 1 $
69.610-5 2221 KERN ST MOOSE Z1100 ELECTIONS PANIC 1 $
70.610-6 2233 KERN ST CADDX 8900 WITNESS SERVICES 1 $
71.610-7 2220 TULARE ST BOSCH D7412GV3 x PUBLIC WORKS UPPER 1 $
72.610-8 2220 TULARE ST BOSCH B4512 COUNTY COUNSEL 1 $
73.612 1221 FULTON MALL BOSCH B5512 x BRIX MERCER BUILDING 1 $
74.621 844 VAN NESS BOSCH B5512 x GRAPHIC COMMUNICATIONS 1 $
75.642 1250 VAN NESS BOSCH D7412GV4 RECORDERS OFFICE
Intrusion Alarm Systems
QUOTATION SHEET
SECTION 3 INTRUSION SYSTEMS
18-061 EXHIBIT C
Attachment "A"
SERVICE DESCRIPTION IA
County
Building
No.Address CONTROL PANEL
**10
YR Description IA
ANNUAL INSPECTION
/MAINTENANCE (EACH)
76.649 333 W PONTIAC WAY BOSCH 4512 ISD ADMIN
77.650 205 W PONTIAC WAY BOSCH 4512 DSS ADMIN
78.658 1925 E DAKOTA BOSCH 4512 SIERRA BLDG DSS
79.662 200 W PONTIAC DSS
80.663 200 PONTIAC WAY DSS
81.664 3500 PELCO WAY DSS
82.716 3150 E. Jefferson ADEMCO VISTA 20 COUNTY MORGUE 1 $
83.800 2420 MARIPOSA ADEMCO 620P CENTRAL LIBRARY
84.801 1155 FIFTH ST., CLOVIS CADDX NX-8 CLOVIS BRANCH LIBRARY 1 $
85.802
944 EAST PERRIN AVE.,
FRESNO ADEMCO VISTA 32FB WOODWARD BRANCH LIBRARY 1 $
86.803
1812 SEVENTH STREET,
SANGER CADDX NX-8 SANGER BRANCH LIBRARY 1 $
87.804 2200 SELMA ST., SELMA CADDX NX-8 SELMA BRANCH LIBRARY 1 $
88.805 25 EAST FANTZ AVE., EASTON ADEMCO VISTA 20P EASTON BRANCH LIBRARY 1 $
89.806 8781 MAIN ST., SAN JOAQUIN CADDX NX-8 SAN JOAQUIN BRANCH LIBRARY 1 $
90.808
1130 EAST PARLIER AVE.,
PARLIER ADEMCO VISTA 20P PARLIER BRANCH LIBRARY 1 $
Intrusion Alarm Systems
QUOTATION SHEET
SECTION 3 INTRUSION SYSTEMS
18-061 EXHIBIT C
Attachment "A"
SERVICE DESCRIPTION IA
County
Building
No.Address CONTROL PANEL
**10
YR Description IA
ANNUAL INSPECTION
/MAINTENANCE (EACH)
91.811 1027 E. STREET., REEDLEY CADDX NX-8 REEDLEY BRANCH LIBRARY 1 $
92.814 306 S. SEVENTH., FOWLER ADEMCO VISA-128FB FOWLER BRANCH LUBRARY 1 $
93.815 6313 DEWOODY ST., LATON VISTA 50 LATON BRANCH LIBRARY 1 $
94.817 4150 E. CLINTON BOSCH B4512 CEDAR-CLINTON BRANCH LIBRARY 1 $
95.819.5771 N. FIRST., FRESNO CADDX NX-8 POLITI BRANCH LIBRARY 1 $
96.820
3071 W. BULLARD AVE.,
FRESNO CADDX NX-8 FIG GARDEN BRANCH LIBRARY 1 $
97.821
5566 E. KINGS CANYON,
FRESNO BOSCH 4512 SUNNYSIDE BRANCH LIBRARY 1 $
98.822 629 W. DAKOTA AVE. FRESNO CADDX NX-8 GILLIS BRANCH LIBRARY 1 $
99.823
7170 N. SAN PABLO AVE.,
PINEDALE ADEMCO VISTA 20 PINEDALE BRANCH LIBRARY 1 $
100.824
1246 BELMONT AVE.,
MENDOTA RADIONICS MENDOTA BRANCH LIBRARY 1 $
101.835 3821 N CLARK BOSCH 4512 SEQUOIA PANIC
102.836 2025 E DAKOTA BOSCH 4512 SRC PANIC
103.848 3151 N MILLBROOK BOSCH 4512 DBH PANIC
104.889
15081 W. KEARNEY PLAZA,
KERMAN ADEMCO VISTA 32FB KERMAN BRANCH LIBRARY 1 $
105.899
13382 S. HENDERSON RD,
CARUTHERS ADEMCO V50 CARUTHERS BRANCH LIBRARY 1 $
Intrusion Alarm Systems
QUOTATION SHEET
SECTION 3 INTRUSION SYSTEMS
18-061 EXHIBIT C
Attachment "A"
SERVICE DESCRIPTION IA
County
Building
No.Address CONTROL PANEL
**10
YR Description IA
ANNUAL INSPECTION
/MAINTENANCE (EACH)
106.L884 1404 L STREET MAGNUM 900 x SOCIAL SRVS. "L" STREET 1 $
107.923 3625 NO. PIEDRA RD.CADDX 8900 x AVACADO LAKE WAREHOUSE # 2 1 $
108.923-1 3625 NO. PIEDRA RD.CADDX NX8E TICKET BOOTH 1 $
109.965 16385 NO. FRIANT RD.CADDX NX8 x LOST LAKE WAREHOUSE 1 $
110.965-1 16385 NO. FRIANT RD.CADDX NX8E LOST LAKE TICKET BOOTH 1 $
111.975-1 20055 SO. FOWLER, LATON CADDX NX8E LATON PARK TICKET BOOTH 1 $
112.983 5901 MADERA AVE. KERMAN CADDX NX8E SKAGGS BRIDGE WAREHOUSE 1 $
113.983-1 5901 MADERA AVE. KERMAN CADDX NX8 SKAGGS BRIDGE TICKET BOOTH 1 $
114.7189 18950 AMERICAN AVE ZANS 400 AMERICAN AVE DISPOSAL
115.1825 3040 N CEDAR BOSCH 4512 BETTY RODRIGUEZ LIBRARY
Grand Total $
Intrusion Alarm Systems
QUOTATION SHEET
SECTION 3 INTRUSION SYSTEMS
18-061 EXHIBIT C
Attachment "A"
Sec 4. Monitoring
Alarm System Monitoring
County Building No.Address Description MONTHLY FEE TOTAL
1.153 29595 W. LATTA CANTUA CREEK VACANT CANTUA CREEK $x 12 =
2.309 445 S. CEDAR UMC-BOILER ROOM
3.311 4455 E KINGS CANYON RD DSS MAIN BUILDING
4.313 4449 E. KINGS CANYON DSS COMMISSARY
5.315 4499 E. KINGS CANYON RD DSS BARTON BUILDING
6.317 4441 E. KINGS CANYON MAIN MENTAL HEALTH
7.318 435 S. BOYD HUNTINGTON HALL
8.319 4411 E. KINGS CANYON PSYCHIATRIC HEALTH FACILITY (PACT-PHF-CIS)
9.326 445 S. CEDAR MODULAR BLDG. DSS
10.331 4460 E. HUNTINGTON CHILDREN'S CLINIC
11.332 4409 E. INYO MODULAR-A
12.333 4417 E. INYO MODULAR-B
13.334 4445 E. INYO MODULAR-C
14.335 4447 E. KINGSCANYON RD MODULAR E
15.435 4555 E. HAMILTON EMS-DISPATCH BLDG
16.445 18950 WEST AMERICAN AVE HOUSEHOLD HAZARDOUS WASTE FAC
17.501 VACANT
18.502 VACANT
19.509 VACANT
20.515 VACANT
21.603 2281 TULARE ST.HALL OF RECORDS BLDG
22.610 2220 TULARE ST.COUNTY PLAZA BLDG
23.611 1221 FULTON MALL BRIX-MERCER BLDG
24.621 844 VAN NESS GRAPHICS
25.658 1925 E. DAKOTA SIERRA BUILDING
26.716 3150 E JEFFERSON COUNTY MORGUE
27.800 2420 MARIPOSA CENTRAL LIBRARY
28.801 1155 FIFTH ST., CLOVIS CLOVIS BRANCH LIBRARY
29.802 944 EAST PERRIN, FRESNO WOODWARD BRANCH LIBRARY
30.803 1812 SEVENTH ST, SANGER SANGER BRANCH LIBRARY
31.804 2200 SELMA ST., SELMA SELMA BRANCH LIBRARY
32.805 25 EAST FANTZ AVE., EASTON EASTON BRANCH LIBRARY
33.806 8781 MAIN ST., SAN JOAQUIN SAN JOAQUIN BRANCH LIBRARY
QUOTATION SHEET
SECTION 4 ALARM MONITORING
18-061 EXHIBIT D
Attachment "A"
Sec 4. Monitoring
Alarm System Monitoring
County Building No.Address Description MONTHLY FEE TOTAL
34.808 1130 EAST PARLIER AVE., PARLIER PARLIER BRANCH LIBRARY
35.811 1027 E STREET, REEDLEY REEDLEY BRANCH LIBRARY
36.814 306 S. SEVENTH, FOWLER FOWLER BRANCH LIBRARY
37.815 6313 DEWOODY ST., LATON LATON BRANCH LIBRARY
38.817 4150 E. CLINTON AVE., FRESNO CEDAR-CLINTON BRANCH LIBRARY
39.819 5771 NORTH FIRST POLITI BRANCH LIBRARY
40.820 3071 W. BULLARD AVE., FRESNO FIG GARDEN BRANCH LIBRARY
41.821 5566 E. KINGS CANYON, FRESNO SUNNYSIDE BRANCH LIBRARY
42.822 629 W. DAKOTA AVE., FRESNO GILLIS BRANCH LIBRARY
43.823 7170 N. SAN PABLO AVE., PINEDALE PINEDALE BRANCH LIBRARY
44.824 1246 BELMONT AVE., MENDOTA MENDOTA BRANCH LIBRARY
45.864 2135 FRESNO STREET CROCKER BLDG
46.889 15081 W. KEARNEY PLAZA, KERMAN KERMAN BRANCH LIBRARY
47.1800 2420 MARIPOSA CENTRAL LIBRARY
48.1812 815 PARK BLVD.ORANGE COVE LIBRARY
49.1825 3040 NORTH CEDAR AVE B RODRIGUEZ
50.1887 25561 WILLIAMS TRANQUILLITY LIBRARY
51.1899 13382 S. HENDERSON RD., CARUTHERS CARUTHERS BRANCH LIBRARY x 12 =$
Grand Total Section IV
QUOTATION SHEET
SECTION 4 ALARM MONITORING
18-061 EXHIBIT D
Attachment "A"
G:\PUBLIC\RFQ\FY 2017-18\18-061 ALARM SYSTEMS - MAINTENANCE, REPAIR, INSPECTION, AND MONITORING\18-061 ADDENDUM 1.DOCX
COUNTY OF FRESNO
ADDENDUM NUMBER: ONE (1)
RFQ NUMBER: 18-061
ALARM SYSTEMS - MAINTENANCE, REPAIR,
INSPECTION, AND MONITORING
Issue Date: June 29, 2018
CLOSING DATE: AUGUST 2, 2018 AT 2:00 P.M.
Submit all Questions and Quotations on the Bid Page at Public Purchase.
For assistance contact Heather Stevens at (559) 600-7110.
NOTE THE FOLLOWING AND ATTACHED ADDITIONS, DELETIONS AND/OR CHANGES TO THE
REQUIREMENTS OF REQUEST FOR QUOTATION NUMBER: 18-061 AND INCLUDE THEM IN YOUR
RESPONSE. PLEASE SIGN AND RETURN THIS ADDENDUM WITH YOUR QUOTATION.
Please replace Attachment A in its entirety with Attachment A – Device Counts.
ACKNOWLEDGMENT OF ADDENDUM NUMBER ONE (1) TO RFQ 18-061
COMPANY NAME: (PRINT)
SIGNATURE:
NAME & TITLE: (PRINT)
Purchasing Use: HS:st ORG/Requisition: 8970 / 9701800048
Attachment "A"
County Building No. Department Address Fire Alarm PanelC MS CH DD HD ADD ASD PSSA SPPB SPKR VSIG A/V HALON GSS HORN HD DIAL RRHD ASIG WF PSD BELL SWFV XTRP STS WPS ANSUL PSDDESCRIPTION OF DEVICES 307 UMC Maint. Shop 445 S. CEDAR AVEEdwards42CH CHIME STROBE308 DSS Storage 445 S. CEDAR AVEEdwards1DD DUCT DETECTOR309 Boiler Room 445 S. CEDAR AVEEdwards2HD THERMAL DETECTOR310Chiller Room 445 S. CEDAR AVEEdwards1MS MANUAL PULL STATION311 Main E&TA 4455 E. KINGS CANYON RD.Gamewell Fireforce91742ASDANALOG SMOKE DETECTORS313Comminsary 4459 E. KINGS CANYON RD.Gamewell Fireforce71340HD HEAT DETECTORS315Barton4499 E. KINGS CANYON RD.Gamewell Fireforce11 1342PSSAPULL STATION-SINGLE ACTION317Main Mental Health 4441 E. KINGS CANYON RD.Simplex 4002 3 7 20 1A/VAUDIO/VISUAL SIGNAL DEVICE318 Huntington Hall 435 BOYDEdwards 2S STROBE319 PACT & PHF 4411 E. KINGS CANYON RD.Edwards 2 9 13 34 1 96 1 1 1 SD SMOKE DETECTOR320 PATHS 515 S. CEDAR AVEEdwards 9 3 11 30TS TAMPER SWITCH324UMC Hospital 445 S. CEDAR AVE.Edwards 307 3 52 1 88 1 9 14 544 WF WATER FLOW332Mod A 4408 HUNTINGTONEdwards 2 311ASIGAUDIBLE SIGNAL333Mod B 4416 HUNTINGTON Edwards 2 31 1 VSIG VISUAL ONLY SIGNAL334Mod C 4444 HUNTINGTONEdwards 2 31 1 WF WATER FLOW335Mod E 4447 E. KINGS CANYON RD.Edwards 3 19 1DIAL TELEPHONE DIALER336Mod F 4463 E. KINGS CANYON RD.Edwards 1 1SWFVSPRINKLER WATER FLOW VALVE340E&TA Intake 4468 E. KINGS CANYON RD.Edwards 3 8 14RRHD RATE OF RISE HEAT DETECTOR341Intake Annex 4468 E. KINGS CANYON RD.Honeywell 4 1 1HORN HORN343Mod D 4452 E. KINGS CANYON RD.Edwards210 1SPPB PANIC BUTTONS400Farm & Home 1721 S. MAPLENapco-CC1 5 4 2STS SPRINKLER TAMPER SWITCH404AG Commissioner 1723 S. MAPLEBosch D7412GV3 10 4 1415Wieghts & Measures 4535 E. HAMILTONNapco-CC1 4 2 1ANSUL STOVE ANSUL SYSTEM419Training Trailer 4535 E. HAMILTONNetworx NY-8E420Fleet Services 4551 E. HAMILTON AVE.Napco-CC1 7 7 5 25GSS Gas Suppression System other than Halon425Paint Shop 4551 E. HAMILTON AVE.Networx NY-8E 2C CONTROL MODULE433 Radio Shop 4551 E. HAMILTON AVE.Model 866 4 3 2ADDANALOG DUCT DETECTOR435EMS Building 4555 E. HAMILTON AVENotifier8 42 712 1PSD PHOTO DETECTORS437Purchasing Machine Rm.4525 E. HAMILTON AVERanger 89801438Ag. Annex 1730 S. MAPLEBosch D7412GV33 33501Juv Detention Fac 744 S. TENTH STREETNotifier502Juv. Court 742 S. TENTH STREETSimplex12 54509Computer services 1020 S. TENTH STREETNotifier411181 36514Adult Probation 748 S. TENTH STREETMagnum 8005 2515 Probation 890 S. TENTHSimplex44 1192603Hall of Records 2281 TULARE ST.Notifier6 145 18133536610Plaza2220 Tulare St.Notifier6 463 74 35 83 94 7823 2 1 62610-1Plaza 21st Floor 2220 Tulare St.Simplex Sapphire system contro1611/612Health Dept Brix 1221 Fulton MallNotifier27 221 31 720 7231621Graphic Communications844 VAN NESSMYRTONE2 17 111 2630Central Kitchen 200 H. St.Notifier1 512 123700Juvenile Justice Campus3333 W. American AveNotifier1773 4812813 3536716County Morgue 3150 E. JEFFERSONNotifier800Central Library 2420 MariposaNotifier35 11410801 Clovis Library 1155 FIFTH ST., CLOVISRadionics13 00802Woodward Library 944 EAST PERRIN AVEADEMCO 51101 11804Selma Library 2200 SELMA ST., SELMARadionics22 54814Fowler Library 306 S. Seventh St.Notifier815Laton Library 6313 DEWOODY, LATONEdwards 4 3 3821Sunnyside Library 5566 E. KINGS CANYONADEMCO 51106 512824Mendota Library 1246 Belmont Ave. MendotaNotifier26 418864Crocker Building 2135 Fresno St.Notifier899Caruthers Library13382 S. HENDERSON RD., CARUTHERSFCI FC 632420 5 12 4Sub-Total2 40 13 382 15 42 2979 359 42 95 171 360 1 2 53 176 2 126 0 59 38 76 0 0 92 1 5 544Device Counts18-061 ATTACHMENT AAttachment "A"
G:\PUBLIC\RFQ\FY 2017-18\18-061 ALARM SYSTEMS - MAINTENANCE, REPAIR, INSPECTION, AND MONITORING\18-061
REVISED ADDENDUM 2.DOC
COUNTY OF FRESNO
ADDENDUM NUMBER: TWO (2)
RFQ NUMBER: 18-061
ALARM SYSTEMS - MAINTENANCE, REPAIR,
INSPECTION, AND MONITORING
Issue Date: July 31, 2018
CLOSING DATE: AUGUST 14, 2018 AT 2:00 P.M.
Submit all Questions and Quotations on the Bid Page at Public Purchase.
For assistance contact Heather Stevens at (559) 600-7110.
NOTE THE FOLLOWING AND ATTACHED ADDITIONS, DELETIONS AND/OR CHANGES TO THE
REQUIREMENTS OF REQUEST FOR QUOTATION NUMBER: 18-061 AND INCLUDE THEM IN YOUR
RESPONSE. PLEASE SIGN AND RETURN THIS ADDENDUM WITH YOUR QUOTATION.
Questions and Answers
Revised Attachment A, Exhibit B, and Exhibit C
Revised Page 29 – Notifier Fire Systems
The closing date of this RFQ has been extended to August 14, 2018 at 2:00 PM.
ACKNOWLEDGMENT OF ADDENDUM NUMBER TWO (2) TO RFQ 18-061
COMPANY NAME: (PRINT)
SIGNATURE:
NAME & TITLE: (PRINT)
Purchasing Use: HS:st:yj ORG/Requisition: 8970 / 9701800048
Attachment "A"
Addendum No. TWO (2) Page 2
Request for Quotation Number: 18-061
July 31, 2018
G:\PUBLIC\RFQ\FY 2017-18\18-061 ALARM SYSTEMS - MAINTENANCE, REPAIR, INSPECTION, AND MONITORING\18-061 REVISED ADDENDUM 2.DOC
QUESTIONS AND ANSWERS
Q1. Can you provide the testing dates for all inspections?
A1. Testing dates are to be proposed by the awarded vendor, with approval, by the County.
Inspections can be done in any month as long as the required quarterly, semi-annual, and
annual inspections are completed.
Q2. What are the Fire Alarm device counts for the special hazard systems such as the
Simplex Sapphire System?
A2. Twelve (12) smoke detectors and one (1) manual pull station in location 610-1, 610-2
(Same room).
Q3. What are the device counts for the temperate sensing device (TSD)?
A3. Please refer to “Revised Attachment A” Device Counts under “HD-Thermal Detector”, “HD-
Heat Detector”, and “RRHD - Rate of Heat Rise Detector”
Q4. Building 419 does not list any Fire Alarm devices. Can you confirm this is correct?
A4. Building 419 should be deleted from any list. This facility is no longer required.
Q5. Should there be something listed on Exhibit B "Service Description" for Building
324,820 and 1825?
A5. (1) Building 324 should be deleted from any list. This facility is no longer required.
(2) Building 820 is a leased building. This should not be included in Exhibit B list.
(3) Building 1825 in Service Description should read: FA/3 and DACT 3.
Q6. Building 820 and 1825 are not listed on the Device Count list. Can you please provide
these counts if they are to be included in the Scope of Work for testing?
A6. Building 820 is a leased building and should be removed from Exhibit list B.
Device count for Building 1825: Two (2) manual pull stations, ten (10) smoke detectors,
and nineteen (19) Photo Sensors.
Q7. 610-2 is listed on Exhibit B, but not on the device count list. Can you please provide
the fire alarm device counts?
A7. 610-1 and 610-2 were separated on Exhibit sheet B to distinguish that in this room there is
a general fire alarm system as well as a Sapphire system.
Twelve (12) smoke detectors and one (1) manual pull station in location 610-1, 610-2.
(Same room)
Q8. Is the old UMC Hospital included in this?
A8. No, The UMC Hospital has been decommissioned
Q9. Can you provide device counts for the Intrusion systems? Do you test the intrusion
systems or the devices?
A9. We do not have a full count of devices for Intrusion systems. Intrusion system maintenance
shall focus more on preventative maintenance rather than a full test and inspection.
Attachment "A"
Addendum No. TWO (2) Page 3
Request for Quotation Number: 18-061
July 31, 2018
G:\PUBLIC\RFQ\FY 2017-18\18-061 ALARM SYSTEMS - MAINTENANCE, REPAIR, INSPECTION, AND MONITORING\18-061 REVISED ADDENDUM 2.DOC
Q10. Can you provide the wage determination number to be used for per system and the
specific category?
A10. Perennial Wages
Q11. What determines when we will have to furnish a performance bond?
A11. The County of Fresno will not be requiring a performance bond for this contract.
Q12. Can you provide the testing dates for all intrusion inspections?
A12. Intrusion and General Fire inspections are required once a year. Vendor will determine
when and provide department will a schedule.
Q13. Page 40 Item 1: Can you please clarify what zip plates are?
A13. This item will be removed. No systems currently installed use these
Q14. Please confirm if you are wishing us to test devices as described in item 8, 9, 10
under service requirements on page 40? If so, we will need device counts?
A14. These inspections are visual in nature unless the panel is indicating a trouble state.
Q15. Who is the original provider for the AES Intellinet 7788F DACT for the Sunnyside
Branch Library?
A15. Sebastian is the previous provider.
Q16. Will the county allow us to remove this device and replace it with a new non
propriety Cellular DACT in its place?
A16. This can be replaced but will need to be compatible with the awarded monitoring company.
Q17. How does the County anticipate compensating for the reprogramming fees
necessary for the monitoring?
A17. Standard labor hour rate agreed to once agreement is entered into between the County
and Vendor.
Q18. Can you please include the sign in sheets from the Vendor Conference?
A18. Yes, please see attached.
Additions/Deletions/Changes:
All prices shall include labor, materials, taxes, etc.
Please delete, in its entirety, page 29 “Bidder to Complete (Notifier Systems)” and replace with
attached “Revised Bidder to Complete (Notifier Systems).
Please delete, in its entirety, “Attachment A Device Counts” and replace with the attached
“Revised Attachment A Device Counts”, which has been revised to include the changes from the
answers above.
Please delete, in its entirety, “Exhibit B Quotation Sheet Section 2 General Fire Systems” and
replace with the attached “Revised Exhibit B Quotation Sheet Section 2 General Fire Systems”,
which has been revised to include the changes from the answers above.
Please delete, in its entirety, “Exhibit C Quotation Sheet Section 3 Intrusion Systems” and
replace with the attached “Revised Exhibit C Quotation Sheet Section 3 Intrusion Systems”,
which has been revised to include the changes from the answers above.
Attachment "A"
DEVICE COUNTS 18-061 REVISED ATTACHMENT A
County
Building
No. Department Address Fire Alarm Panel C MS CH DD HD ADD ASD PSSA SPPB SPKR VSIG A/V HALON GSS HORN HD DIAL RRHD ASIG WF PSD BELL SWFV XTRP STS WPS ANSUL PSD DESCRIPTION OF DEVICES
307 UMC Maint. Shop 445 S. CEDAR AVE Edwards 4 2 CH CHIME STROBE
308 DSS Storage 445 S. CEDAR AVE Edwards 1 DD DUCT DETECTOR
309 Boiler Room 445 S. CEDAR AVE Edwards 2 HD THERMAL DETECTOR
310 Chiller Room 445 S. CEDAR AVE Edwards 1 MS MANUAL PULL STATION
311 Main E&TA 4455 E. KINGS CANYON RD.Gamewell Fireforce 9 17 42 ASD ANALOG SMOKE DETECTORS
313 Comminsary 4459 E. KINGS CANYON RD.Gamewell Fireforce 7 13 40 HD HEAT DETECTORS
315 Barton 4499 E. KINGS CANYON RD.Gamewell Fireforce 11 13 42 PSSA PULL STATION-SINGLE ACTION
317 Main Mental Health 4441 E. KINGS CANYON RD.Simplex 4002 3 7 20 1 A/V AUDIO/VISUAL SIGNAL DEVICE
318 Huntington Hall 435 BOYD Edwards 2 S STROBE
319 PACT & PHF 4411 E. KINGS CANYON RD.Edwards 2 9 13 34 1 96 1 1 1 SD SMOKE DETECTOR
320 PATHS 515 S. CEDAR AVE Edwards 9 3 11 30 TS TAMPER SWITCH
332 Mod A 4408 HUNTINGTON Edwards 2 3 1 1 ASIG AUDIBLE SIGNAL
333 Mod B 4416 HUNTINGTON Edwards 2 3 1 1 VSIG VISUAL ONLY SIGNAL
334 Mod C 4444 HUNTINGTON Edwards 2 3 1 1 WF WATER FLOW
335 Mod E 4447 E. KINGS CANYON RD.Edwards 3 19 1 DIAL TELEPHONE DIALER
336 Mod F 4463 E. KINGS CANYON RD.Edwards 1 1 SWFV SPRINKLER WATER FLOW VALVE
340 E&TA Intake 4468 E. KINGS CANYON RD.Edwards 3 8 14 RRHD RATE OF RISE HEAT DETECTOR
341 Intake Annex 4468 E. KINGS CANYON RD.Honeywell 4 1 1 HORN HORN343Mod D 4452 E. KINGS CANYON RD.Edwards 2 10 1 SPPB PANIC BUTTONS
400 Farm & Home 1721 S. MAPLE Napco-CC1 5 4 2 STS SPRINKLER TAMPER SWITCH
404 AG Commissioner 1723 S. MAPLE Bosch D7412GV3 10 4 1
415 Wieghts & Measures 4535 E. HAMILTON Napco-CC1 4 2 1 ANSUL STOVE ANSUL SYSTEM
420 Fleet Services 4551 E. HAMILTON AVE.Napco-CC1 7 7 5 25 GSS Gas Suppression System other than Halo
425 Paint Shop 4551 E. HAMILTON AVE.Networx NY-8E 2 C CONTROL MODULE
433 Radio Shop 4551 E. HAMILTON AVE.Model 866 4 3 2 ADD ANALOG DUCT DETECTOR
435 EMS Building 4555 E. HAMILTON AVE Notifier 8 4 2 7 1 2 1 PSD PHOTO DETECTORS
437
Purchasing Machine
Rm.4525 E. HAMILTON AVE Ranger 8980 1
438 Ag. Annex 1730 S. MAPLE Bosch D7412GV3 3 3 3
501 Juv Detention Fac 744 S. TENTH STREET Notifier
502 Juv. Court 742 S. TENTH STREET Simplex 12 5 4
509 Computer services 1020 S. TENTH STREET Notifier 4 1 1 1 8 1 36
514 Adult Probation 748 S. TENTH STREET Magnum 800 5 2
515 Probation 890 S. TENTH Simplex 4 4 119 2
603 Hall of Records 2281 TULARE ST.Notifier 6 145 18 13 35 36
610 Plaza 2220 Tulare St.Notifier 6 463 74 35 83 94 78 23 2 1 6 2
610-1/
610-2 Plaza 21st Floor 2220 Tulare St.
Simplex Sapphire
system control 1 12 1
611/612 Health Dept Brix 1221 Fulton Mall Notifier 27 221 31 7 20 7 2 31
621
Graphic
Communications 844 VAN NESS MYRTONE 2 17 1 1 1 2
630 Central Kitchen 200 H. St.Notifier 1 5 12 12 3
700
Juvenile Justice
Campus 3333 W. American Ave Notifier 1773 48 128 13 35 36
716 County Morgue 3150 E. JEFFERSON Notifier
800 Central Library 2420 Mariposa Notifier 35 11 4 10
801 Clovis Library 1155 FIFTH ST., CLOVIS Radionics 13 0 0
802 Woodward Library 944 EAST PERRIN AVE ADEMCO 5110 1 1 1
804 Selma Library 2200 SELMA ST., SELMA Radionics 22 5 4
814 Fowler Library 306 S. Seventh St.Notifier
815 Laton Library 6313 DEWOODY, LATON Edwards 4 3 3
821 Sunnyside Library 5566 E. KINGS CANYON ADEMCO 5110 6 5 12
824 Mendota Library 1246 Belmont Ave. Mendota Notifier 26 4 18
864 Crocker Building 2135 Fresno St.Notifier
899 Caruthers Library
13382 S. HENDERSON RD.,
CARUTHERS FCI FC 6324 20 5 12 4
1825
Betty Rodriguez
Library 3040 N. Cedar Silent Knight 2 10 19
Sub-Total 2 43 13 75 12 42 3001 307 42 95 170 272 0 2 53 176 2 126 0 50 38 76 0 0 78 1 5 19
Attachment "A"
QUOTATION SHEET
SECTION 2 GENERAL FIRE SYSTEMS
18-061 REVISED EXHIBIT B
*FA- Fire Alarm
*SHE- Special hazard System
*DACT- Digital Alarm Communicator transmitter
*TSD- Temperature Sensing Device
*IA- Intrusion Alarm
**Include panic with fire alarm
A B C TOTAL
SHE COLUMNS
County
Building
No.Address BLDG Description Control Panel Type * FA * SHE * DACT * TSD * IA
TOTAL
FA A, B, & C
1.307 445 S. CEDAR AVE UMC MAINT. SHOP EDWARDS SYSTEM 3 $+$=$+$+$=$
2.308 445 S. CEDAR AVE SECURITY/JANITORIA
L EDWARDS SYSTEM 3 $+$=$+$+$=$
3.309 445 S. CEDAR AVE UMC BOILER ROOM EDWARDS SYSTEM 3 $+$=$+$+$=$
4.310 445 S. CEDAR AVE CHILLER PLANT EDWARDS SYSTEM 3 $+$=$+$+$=$
5.311 4455 E. KINGS CANYON RD.MAIN E&TA BLDG GAMEWELL FIREFORCE-
8 3 $+$=$+$+$=$
6.313-1 4459 E. KINGS CANYON RD.COMMISSARY 1ST
FLR
GAMEWELL FIREFORCE-
8 3 $+$=$+$+$=$
7.315 4499 E. KINGS CANYON RD.BARTON BLDG GAMEWELL FIREFORCE-
8 3 $+$=$+$+$=$
8.317 4441 E. KINGS CANYON RD.MAIN MENTAL
HEALTH SIMPLEX 4002 4 3 $+$=$+$+$=$
9.318 435 BOYD HUNTINGTON HALL EDWARDS SYS. EST-2 3 $+$=$+$+$=$
10.320 515 S. CEDAR AVE PATHS PROGRAM
BLDG EDWARDS SYSTEM 3 $+$=$+$+$=$
General Fire Alarm Systems
SERVICE
DESCRIPTION
[ FA ] TSD
** QUARTERLY
INSPECTIONS/
MAINTENANCE
(FOUR EA.)
ANNUAL
INSPECTION/
MAINTENANCE
(EA.)
**SEMI- ANNUAL
INSPECTION
(TWO EA.)
ANNUAL
INSPECTION
(EA.)
Attachment "A"
QUOTATION SHEET
SECTION 2 GENERAL FIRE SYSTEMS
18-061 REVISED EXHIBIT B
*FA- Fire Alarm
*SHE- Special hazard System
*DACT- Digital Alarm Communicator transmitter
*TSD- Temperature Sensing Device
*IA- Intrusion Alarm
**Include panic with fire alarm
A B C TOTAL
SHE COLUMNS
County
Building
No.Address BLDG Description Control Panel Type * FA * SHE * DACT * TSD * IA
TOTAL
FA A, B, & C
11.332 4408 HUNTINGTON MODULE A EDWARDS SYS. EST-2 3 $+$=$+$+$=$
12.333 4416 HUNTINGTON MODULE B EDWARDS SYS. EST-2 3 $+$=$+$+$=$
13.334 4444 HUNTINGTON MODULE C EDWARDS SYS. EST-2 3 $+$=$+$+$=$
14.335 4447 E. KINGS CANYON RD.MODULE E EDWARDS SYS. EST-2 3 $+$=$+$+$=$
15.336 4463 E. KINGS CANYON RD.MODULE F EDWARDS SYS 1-223R 3 $+$=$+$+$=$
16.340 4468 E. KINGS CANYON RD.E&TA INTAKE BLDG EDWARDS SYS.
QUICKSTART 3 $+$=$+$+$=$
17.341 4468 E. KINGS CANYON RD.INTAKE ANNEX HONEYWELL 3 $+$=$+$+$=$
18.343 4452 E. KINGS CANYON RD.MODULE D EDWARDS SYSTEM 3 $+$=$+$+$=$
19.400 1721 S. MAPLE FARM AND HOME Bosch D7412GV3 3 $+$=$+$+$=$
20.404 1730 S. MAPLE AG COMMISSIONER Bosch D7412GV3 3 $+$=$+$+$=$
21.415 4535 E. HAMILTON WEIGHTS &
MEASURES Bosch D7412GV3 3 $+$=$+$+$=$
ANNUAL
INSPECTION
(EA.)
General Fire Alarm Systems
TSD
[ FA ] SERVICE
DESCRIPTION **SEMI- ANNUAL
INSPECTION
(TWO EA.)
ANNUAL
INSPECTION/
MAINTENANCE
(EA.)
** QUARTERLY
INSPECTIONS/
MAINTENANCE
(FOUR EA.)
Attachment "A"
QUOTATION SHEET
SECTION 2 GENERAL FIRE SYSTEMS
18-061 REVISED EXHIBIT B
*FA- Fire Alarm
*SHE- Special hazard System
*DACT- Digital Alarm Communicator transmitter
*TSD- Temperature Sensing Device
*IA- Intrusion Alarm
**Include panic with fire alarm
A B C TOTAL
SHE COLUMNS
County
Building
No.Address BLDG Description Control Panel Type * FA * SHE * DACT * TSD * IA
TOTAL
FA A, B, & C
22.420 4551 E. HAMILTON AVE.FLEET SERVICES NETWORK NX8V2 3 $+$=$+$+$=$
23.433 4551 E. HAMILTON AVE.RADIO SHOP CADDX RANGER 3 $+$=$+$+$=$
24.437-2 4525 E. HAMILTON AVE PURCHASING-
MACHINE RANGER 8980 3 3 $+$=$+$+$=$
25.438 1730 S. MAPLE AG. ANNEX SIMPLEX SILENT
KNIGHT 3 $+$=$+$+$=$
26.502 742 S. TENTH STREET JUVENILE COURT SIMPLEX 4 $+$=$+$+$=$
27.509-1 1020 S. TENTH STREET COMPUTER
SERVICES
SIMPLEX-SAPPHIRE
SYS.CONTROL 3 X $+$=$+$+$=$
28.514 748 S. TENTH STREET ADULT PROBATION MAGNUM ALERT 800 3 $+$=$+$+$=$
29.515 890 S. TENTH JUVENILE
PROBATION EST 3 $+$=$+$+$=$
30.610-1 2220 TULARE ST.21st FLR. COMPUTER
ROOM #1
SIMPLEX-SAPPHIRE
SYS.CONTROL 4 1 $+$=$+$+$=$
31.610-2 2220 TULARE ST.21st FLR. COMPUTER
ROOM #2
FIRE SUPRESSIONS
SIMPLEX 4 1 $+$=$+$+$=$
32.621 844 VAN NESS GRAPHIC COMM.MYRTONE 3 X $+$=$+$+$=$
** QUARTERLY
INSPECTIONS/
MAINTENANCE
(FOUR EA.)
ANNUAL
INSPECTION/
MAINTENANCE
(EA.)
General Fire Alarm Systems
SERVICE
DESCRIPTION
[ FA ] TSD
**SEMI- ANNUAL
INSPECTION
(TWO EA.)ANNUAL
INSPECTION
(EA.)
Attachment "A"
QUOTATION SHEET
SECTION 2 GENERAL FIRE SYSTEMS
18-061 REVISED EXHIBIT B
*FA- Fire Alarm
*SHE- Special hazard System
*DACT- Digital Alarm Communicator transmitter
*TSD- Temperature Sensing Device
*IA- Intrusion Alarm
**Include panic with fire alarm
A B C TOTAL
SHE COLUMNS
Building
No.Address BLDG Description Control Panel Type * FA * SHE * DACT * TSD * IA
TOTAL
FA A, B, & C
33.658 1925 E. DAKOTA SIERRA BUILDING EST 3 X $+$=$+$+$=$
34.801 1155 FIFTH ST., CLOVIS CLOVIS BRANCH
LIBRARY RADIONICS D2071A 3 3 $+$=$+$+$=$
35.802 944 EAST PERRIN AVE WOODWARD
BRANCH ADEMCO 5110XM 3 3 $+$=$+$+$=$
36.804 2200 SELMA ST., SELMA SELMA BRANCH
LIBRARY EDWARDS 3 3 $+$=$+$+$=$
37.815 6313 DEWOODY, LATON LATON BRANCH
LIBRARY EDWARDS 3 3 $+$=$+$+$=$
38.821 5566 E. KINGS CANYON SUNNYSIDE BRANCH
LIBRARY ADEMCO 5110XM 3 3 $+$=$+$+$=$
39.823 7170 N. SAN PABLO, PINEDALE PINEDALE BRANCH
LIBRARY ADEMCO 5110XM 3 3 $+$=$+$+$=$
40.889 15081 W. KEARNEY PLAZA,
KERMAN
KERMAN BRANCH
LIBRARY
NAPCO GEMINI GEM-
RP3DGTL 3 3 $+$=$+$+$=$
41.899 13382 S. HENDERSON RD.,
CARUTHERS
CARUTHERS BRANCH
LIBRARY FCI FC-6324 3 3 $+$=$+$+$=$
42.1825 3040 N. CEDAR BETTY RODRIGUEZ
LIBRARY SILENT KNIGHT 5820L 3 3 $+$=$+$+$=$
TSD
** QUARTERLY
INSPECTIONS/
MAINTENANCE
(FOUR EA.)
ANNUAL
INSPECTION/
MAINTENANCE
(EA.)
**SEMI- ANNUAL
INSPECTION
(TWO EA.)
ANNUAL
INSPECTION
General Fire Alarm Systems
SERVICE
DESCRIPTION
[ FA ]
Attachment "A"
QUOTATION SHEET
SECTION 3 INTRUSION SYSTEMS
18-061 REVISED EXHIBIT C
SERVICE DESCRIPTION IA
County
Building No.Address CONTROL PANEL
**10
YR Description IA
ANNUAL INSPECTION
/MAINTENANCE (EACH)
1.200 6725 W. KEARNEY BLVD.CADDX NX8 KEARNEY PARK MAIN OFFICE 1 $
2.202 6725 W. KEARNEY BLVD.CADDX 8900 x CARPENTER SHOP 1 $
3.203 6725 W. KEARNEY BLVD.CADDX 8900 x GAS\WELDING SHED 1 $
4.205 6725 W. KEARNEY BLVD.NAPCO BFC x STORAGE # 1 1 $
5.206 6725 W. KEARNEY BLVD.NAPCO BFC x STORAGE # 2 1 $
6.210 6725 W. KEARNEY BLVD.NAPCO BFC x STORAGE # 6 1 $
7.221 6725 W. KEARNEY BLVD.ADEMCO 411 x KEARNEY MANSION 1 $
8.221-1 6725 W. KEARNEY BLVD.CADDX 8900 CARRIAGE HOUSE 1 $
9.224 6725 W. KEARNEY BLVD.ADEMCO 411 x KEARNEY MAIN YARD 1 $
10.229 6725 W. KEARNEY BLVD.CADDX RANGER 8900 x WAREHOUSE 1 $
11.229-1 6725 W. KEARNEY BLVD.RANGER 8600 x TICKET BOOTH 1 $
12.307 445 S. CEDAR Bosch D7412GV3 DSS STORAGE 1 $
13.308 445 S. CEDAR Bosch D7412GV3 DSS STORAGE 1 $
14.311 4455 E. KINGS CANYON RD.BOSCH D2212B x MAIN SOCIAL SERVICES 2 $
15.312 500 SO. BARTON CADDX NX8E x BARTON MOTOR POOL 1 $
Intrusion Alarm Systems
Attachment "A"
QUOTATION SHEET
SECTION 3 INTRUSION SYSTEMS
18-061 REVISED EXHIBIT C
SERVICE DESCRIPTION IA
County
Building No.Address CONTROL PANEL
**10
YR Description IA
ANNUAL INSPECTION
/MAINTENANCE (EACH)
16.313 4449 E. KINGS CANYON RD.Bosch D7412GV3 x COMMISSARY UPPER/LOWER FLS 2 $
17.314 4450 E. KINGS CANYON RD.CADDX NX8E GARDENER SHOP 1 $
18.315 4499 E. KINGS CANYON RD.Bosch D7412GV3 x BARTON BLDG.1 $
19.317 4441 E. KINGS CANYON RD.CADDX NX8E x MAIN MENTAL HEALTH 2 $
20.318 435 BOYD Bosch D7412GV3 x HUNTINGTON HALL 1 $
21.320 515 CEDAR BOSCH D2212B PATHS 1 $
22.320-1 515 S. CEDAR BOSCH D2212B PLAY AREA 1 $
23.326 4411 E. KINGS CANYON RD.Bosch D7412GV3 x MODULAR BUILDING 2 $
24.332 4408 HUNTINGTON ADEMCO VISTA-20 MODULAR A 2 $
25.333 4417 E INYO ADEMCO VISTA-20 MODULAR B 2 $
26.334 4445 E INYO ADEMCO VISTA-20 MODULAR C 2 $
27.335 4447 E. KINGS CANYON ADEMCO VISTA-20 MODULAR E 2 $
28.336 4463 E. KINGS CANYON ADEMCO VISTA 20 MODULAR F
29.343 4452 E. KINGS CANYON ADEMCO VISTA-20 MODULAR D 2 $
Intrusion Alarm Systems
Attachment "A"
QUOTATION SHEET
SECTION 3 INTRUSION SYSTEMS
18-061 REVISED EXHIBIT C
SERVICE DESCRIPTION IA
County
Building No.Address CONTROL PANEL
**10
YR Description IA
ANNUAL INSPECTION
/MAINTENANCE (EACH)
30.340 4468 E. KINGS CANYON RD.Bosch D7412GV3 x SOCIAL SERVICES INTAKE 2 $
31.341 4468 E. KINGS CANYON RD.CADDX NX8V2 x S/S INTAKE ANNEX 2 $
32.348 4590 E. KINGS CANYON RD.CADDX NX8V2 BUILDING MAINTENANCE 2 $
33.349 4590 E. KINGS CANYON RD.EDISON NETWORX NX-148 B/M CARPENTER SHOP 1 $
34.400 1721 SO. MAPLE Bosch D7412GV3 x COOPERATIVE EXTENSION 2 $
35.401 1721 SO. MAPLE NETWORK NX6 LAB / WAREHOUSE 1 $
36.404 1730 SO. MAPLE Bosch D7412GV3 x AG COMMISSIONER 2 $
37.406 1731 SO. MAPLE BOSCH B4512 RODENT & WEED CONTROL 1 $
38.409 4551 E. HAMILTON CADDX NX8V2 x P.W. TRAFFIC SIGN SHOP 1 $
39.413 4552 E. HAMILTON CADDX NX8E x MATERIALS TESTING LAB 2 $
40.415 4535 E. HAMILTON Bosch D7412GV3 x AG WEIGHT & MEASURES 2 $
41.420 4551 E. HAMILTON NETWORK NX8V2 FLEET-OFFICE, PARTS, REPAIR 2 $
42.427 4551 E. HAMILTON NETWORK NX-8E STORAGE TRAILERS
43.433 4551 E. HAMILTON CADDX RANGER x RADIO SHOP 2 $
44.437-1 4525 E. HAMILTON Bosch D7412GV3 x PURCHASING OFFICE 1 $
Intrusion Alarm Systems
Attachment "A"
QUOTATION SHEET
SECTION 3 INTRUSION SYSTEMS
18-061 REVISED EXHIBIT C
SERVICE DESCRIPTION IA
County
Building No.Address CONTROL PANEL
**10
YR Description IA
ANNUAL INSPECTION
/MAINTENANCE (EACH)
45.437-2 4525 E. HAMILTON Bosch D7412GV3 x WAREHOUSE 1 $
46.437-3 4525 E. HAMILTON CADDX NX83 C-TRAIN 1 $
47.438 1730 SO. MAPLE Bosch D7412GV3 x AG. COMMISSIONER ANNEX 1 $
48.439 4525 HAMILTON CADDX NX148 PURCHASING GATED LOT
49.502 742 SO. 10th CADDX 8600 & IVONICS FA200 x JUVENILE COURT 2 $
50.505 742 SO. 10th NETWORK NX8V2 BUILDING MAINTENANCE 1 $
51.507 808 SO. 10th ADEMCO 4219 x PROBATION SPECIAL SRVS.2 $
52.508 810 S. 10th Bosch D7412GV3 x ASHTON CENTER 2 $
53.509 1020 S 10th ST NETWORK NX 8V2 COMPUTER SERVICES 1 $
54.512 940 SO. 10th CADDX 8600 CSD ANNEX 1 $
55.514 748 SO. 10th NETWORX NX-8E x D.A. JUVENILE UNIT 2 $
56.515 890 SO. 10th SILENT KNIGHT 1410 x JUVENILE PROBATION ADMIN 2 $
57.601-1 1100 VAN NESS NETWORK NX -148 PARK MOOT OFFICE
58.603-1 2281 TULARE ST.BOSCH D7412GV3 x HALL OF RECORDS BASEMENT 2 $
59.603-2 2281 TULARE ST BOSCH D7412GV3 HALL OF RECORDS 1ST FL 2 $
Intrusion Alarm Systems
Attachment "A"
QUOTATION SHEET
SECTION 3 INTRUSION SYSTEMS
18-061 REVISED EXHIBIT C
SERVICE DESCRIPTION IA
County
Building No.Address CONTROL PANEL
**10
YR Description IA
ANNUAL INSPECTION
/MAINTENANCE (EACH)
60.603-3 2281 TULARE ST.BOSCH D7412GV3 x HALL OF RECORDS 2ND FL 2 $
61.603-4 2281 TULARE ST.BOSCH D7412GV3 x HALL OF RECORDS 3RD FL 2 $
62.603-5 2281 TULARE ST.BOSCH B4512 HALL OF RECORDS BOARD PANICS 2 $
63.603-6 2281 TULARE ST BOSCH B4512 HALL OR RECORDS CAO PANICS 2 $
64.610-1 2220 TULARE ST.BOSCH D7412GV3 x ELECTIONS CLERKS, PLAZA 1 $
65.610-2 2220 TULARE ST.BOSCH B5512 x FAMILY SUPPORT 1 $
66.610-3 2221 KERN ST CADDX NX8 ELECTIONS 1 $
67.610-4 2221 KERN ST BOSCH D7412GV3 ELECTIONS BALLOT ROOM 1 $
68.610-5 2221 KERN ST MOOSE Z1100 ELECTIONS PANIC 1 $
69.610-6 2233 KERN ST CADDX 8900 WITNESS SERVICES 1 $
70.610-7 2220 TULARE ST BOSCH D7412GV3 x PUBLIC WORKS UPPER 1 $
71.610-8 2220 TULARE ST BOSCH B4512 COUNTY COUNSEL 1 $
72.612 1221 FULTON MALL BOSCH B5512 x BRIX MERCER BUILDING 1 $
73.621 844 VAN NESS BOSCH B5512 x GRAPHIC COMMUNICATIONS 1 $
74.642 1250 VAN NESS BOSCH D7412GV4 RECORDERS OFFICE
Intrusion Alarm Systems
Attachment "A"
QUOTATION SHEET
SECTION 3 INTRUSION SYSTEMS
18-061 REVISED EXHIBIT C
SERVICE DESCRIPTION IA
County
Building No.Address CONTROL PANEL
**10
YR Description IA
ANNUAL INSPECTION
/MAINTENANCE (EACH)
75.649 333 W PONTIAC WAY BOSCH 4512 ISD ADMIN
76.650 205 W PONTIAC WAY BOSCH 4512 DSS ADMIN
77.658 1925 E DAKOTA BOSCH 4512 SIERRA BLDG DSS
78.662 200 W PONTIAC DSS
79.663 200 PONTIAC WAY DSS
80.664 3500 PELCO WAY DSS
81.
716 3150 E. Jefferson ADEMCO VISTA 20 COUNTY MORGUE
1 $
82.
800 2420 MARIPOSA ADEMCO 620P CENTRAL LIBRARY
83.801 1155 FIFTH ST., CLOVIS CADDX NX-8 CLOVIS BRANCH LIBRARY 1 $
84.802
944 EAST PERRIN AVE., FRESNO
ADEMCO VISTA 32FB WOODWARD BRANCH LIBRARY 1 $
85.803
1812 SEVENTH STREET, SANGER
CADDX NX-8 SANGER BRANCH LIBRARY 1 $
86.804 2200 SELMA ST., SELMA CADDX NX-8 SELMA BRANCH LIBRARY 1 $
87.805 25 EAST FANTZ AVE., EASTON ADEMCO VISTA 20P EASTON BRANCH LIBRARY 1 $
88.806 8781 MAIN ST., SAN JOAQUIN CADDX NX-8 SAN JOAQUIN BRANCH LIBRARY 1 $
89.808 1130 EAST PARLIER AVE., PARLIER ADEMCO VISTA 20P PARLIER BRANCH LIBRARY 1 $
Intrusion Alarm Systems
Attachment "A"
QUOTATION SHEET
SECTION 3 INTRUSION SYSTEMS
18-061 REVISED EXHIBIT C
SERVICE DESCRIPTION IA
County
Building No.Address CONTROL PANEL
**10
YR Description IA
ANNUAL INSPECTION
/MAINTENANCE (EACH)
90.811 1027 E. STREET., REEDLEY CADDX NX-8 REEDLEY BRANCH LIBRARY 1 $
91.814 306 S. SEVENTH., FOWLER ADEMCO VISA-128FB FOWLER BRANCH LUBRARY 1 $
92.815 6313 DEWOODY ST., LATON VISTA 50 LATON BRANCH LIBRARY 1 $
93.817 4150 E. CLINTON BOSCH B4512 CEDAR-CLINTON BRANCH LIBRARY 1 $
94.819.5771 N. FIRST., FRESNO CADDX NX-8 POLITI BRANCH LIBRARY 1 $
95.820
3071 W. BULLARD AVE., FRESNO
CADDX NX-8 FIG GARDEN BRANCH LIBRARY 1 $
96.821
5566 E. KINGS CANYON, FRESNO
BOSCH 4512 SUNNYSIDE BRANCH LIBRARY 1 $
97.822 629 W. DAKOTA AVE. FRESNO CADDX NX-8 GILLIS BRANCH LIBRARY 1 $
98.823
7170 N. SAN PABLO AVE., PINEDALE
ADEMCO VISTA 20 PINEDALE BRANCH LIBRARY 1 $
99.824
1246 BELMONT AVE., MENDOTA
RADIONICS MENDOTA BRANCH LIBRARY 1 $
100.835 3821 N CLARK BOSCH 4512 SEQUOIA PANIC
101.836 2025 E DAKOTA BOSCH 4512 SRC PANIC
102.848 3151 N MILLBROOK BOSCH 4512 DBH PANIC
103.889 15081 W. KEARNEY PLAZA,
KERMAN ADEMCO VISTA 32FB KERMAN BRANCH LIBRARY 1 $
104.899 13382 S. HENDERSON RD,
CARUTHERS ADEMCO V50 CARUTHERS BRANCH LIBRARY 1 $
Intrusion Alarm Systems
Attachment "A"
QUOTATION SHEET
SECTION 3 INTRUSION SYSTEMS
18-061 REVISED EXHIBIT C
SERVICE DESCRIPTION IA
County
Building No.Address CONTROL PANEL
**10
YR Description IA
ANNUAL INSPECTION
/MAINTENANCE (EACH)
105.L884 1404 L STREET MAGNUM 900 x SOCIAL SRVS. "L" STREET 1 $
106.923 3625 NO. PIEDRA RD.CADDX 8900 x AVACADO LAKE WAREHOUSE # 2 1 $
107.923-1 3625 NO. PIEDRA RD.CADDX NX8E TICKET BOOTH 1 $
108.965 16385 NO. FRIANT RD.CADDX NX8 x LOST LAKE WAREHOUSE 1 $
109.965-1 16385 NO. FRIANT RD.CADDX NX8E LOST LAKE TICKET BOOTH 1 $
110.975-1 20055 SO. FOWLER, LATON CADDX NX8E LATON PARK TICKET BOOTH 1 $
111.983 5901 MADERA AVE. KERMAN CADDX NX8E SKAGGS BRIDGE WAREHOUSE 1 $
112.983-1 5901 MADERA AVE. KERMAN CADDX NX8 SKAGGS BRIDGE TICKET BOOTH 1 $
113.7189 18950 AMERICAN AVE ZANS 400 AMERICAN AVE DISPOSAL
114.1825 3040 N CEDAR BOSCH 4512 BETTY RODRIGUEZ LIBRARY
Grand Total $
Intrusion Alarm Systems
Attachment "A"
Quotation No. 18-061 Page 29
REVISED - BIDDER TO COMPLETE (NOTIFIER FIRE
SYSTEMS)
CONTRACTOR'S LICENSE:
Bidder to possess appropriate license for the project in accordance with current regulations/statutes.
The bidder shall possess a current State of California contractor’s License, Class C-7 (Low Voltage
System Contractor) or another license class that covers the work to be performed. The proposal must
indicate the license held by the bidder, which enables him/her to perform the work.
If the license is other than a Class C-7, the bidder must explain why his/her license(s) is acceptable.
The County will review and determine if acceptable.
Number and Class:
Date of Issue:
Bidder must also submit verification of Contractor’s License from the Department of Consumer Affairs –
Contractors’ State License Board. Failure to submit verification may result in bidder’s response being
considered non-responsive.
Public Contract Code Section 7028.15: Where the State of California requires a Contractor’s license, it
is a misdemeanor for any person to submit a bid unless specifically exempted.
To bid on this Section, please complete Exhibit A – Quotation Sheet – Section 1
Notifier Systems.
Attachment "A"
Attachment "A"
Attachment "A"
Quotation No. 18-061 Page 48
CHECK LIST
This Checklist is provided to assist the vendors in the preparation of their bid response. Included in this list,
are important requirements and is the responsibility of the bidder to submit with the bid package in order to
make the bid compliant. Because this checklist is just a guideline, the bidder must read and comply with the
bid in its entirety.
Check off each of the following:
1.� The Request for Quotation (RFQ) has been signed and completed.
2.� Addenda, if any, have been signed and included in the bid package.
3.� The completed Reference List as provided with this RFQ.
4.V---The Quotation Schedule as provided with this RFQ has been completed, price reviewed for
accuracy and any correc tions initialed.
5........--Indicate all of bidder exceptions to the County's requirements, conditions and specifications
as stated within this RFQ.
6.V-The Participation page as provided within this RFQ has been signed and included
7.� Bidder to Complete page as provided with this RFQ.
8.� Verification of Department of Industrial Relations Contractor Registration.* ( t) \ tL}
9.�Verific �tion of Contractor's License and the Department of Consumer Affairs -Contractors' K
State License Board.
10./ Return checklist with RFQ response.
11.,._.,,.,--Completed RFQ in pdf format, electronically submitted to the Bid Page on Public
--Purchase.
G:\PUBLICIRFQ\FY 2017-18\18-061 ALARM SYSTEMS -MAINTENANCE, REPAIR, INSPECTION, AND MONITORING\18--061 ALARM SYSTEMS -
MAINTENANCE, REPAIR, INSPECTION, AND MONITORING.DOCX
Attachment "B"
COUNTY OF FRESNO •
REQUEST FOR QUOTATION
NUMBER: 18-061
ALARM SYSTEMS -MAINTENANCE, REPAIR,
INSPECTION, AND MONITORING
Issue Date: June 28, 2018
Closing Date: AUGUST 2, 2018 AT 2:00 P .M.
All Questions and Responses must be electronically submitted on the Bid Page on Public Purchase.
For assistance, contact Heather Stevens at Phone (559) 600-7110.
BIDDER TO COMPLETE
Undersigned agrees to furnish the commodity or service stipulated in the attached response at the prices and terms stated in this RFO.Bid must be signed and dated by an authorized off'tcer or employee.
Except as noted on in dividu al items, the following will apply to aH items in the Quotation Schedule:
• A cash discount of 'Q % 3,-:> days will apply. County does not accept terms less than 15 days.
\.\ c.. \ <;:,. c,,+� ....,..,,,, ,\.'\ \:. COMPANY
ADDRESS
CITY
( t·,�1) u·L�111 1.
SIGNATURE
PRJNTNAME
Purchasing Use: HS:st
., \'\m-""'-"
FACSIMILE NUMBER
TITLE
( ·"'
STATE ZIP CODE
).,. ""'·...-�2(0�c·?:\�·h�fV'j .�..\-
E-MAIL ADDRESS
ORG/Requisitlon: 897019701800048
G;\Pubfic\RFQ\FY 2017 • 18\ 18-061 Alann Systems -Mairrtenance, Repair, Inspection. and Monitoring\ 18--061 Alann Systems -Maintenance, Repair, Inspection, and Moniloring.daex
Attachment "B"
COUNTY OF FRESNO
ADDENDUM NUMBER: ONE (1}
RFQ NUMBER: 18-061
ALARM SYSTEMS -MAINTENANCE, REPAIR,
INSPECTION, AND MONITORING
Issue Date: June 29, 2018
CLOSING DATE: AUGUST 2, 2018 AT 2:00 P.M.
Submit all Questions and Quotations on the Bid Page at Public Purchase.
For assistance contact Heather Stevens at (559) 600-7110.
NOTE THE FOLLOWING AND ATTACHED ADDITIONS, DELETIONS AND/OR CHANGES TO THE
REQUIREMENTS OF REQUEST FOR QUOTATION NUMBER: 18-061 AND INCLUDE THEM IN YOUR
RESPONSE. PLEASE SIGN AND RETURN THIS ADDENDUM WITH YOUR QUOTATION.
� Please replace Attachment A in its entirety with Attachment A -Device Counts.
ACKNOWLEDGMENT OF ADDENDUM NUMBER ONE (1) TO RFO 18-061
COMPANY NAME:
SIGNATURE:
NAME & TITLE:
Purchasing Use: HS:st
------�RINT)
Ben Moore, General Manager
(PRINT)
ORGJRequisition: 8970 / 9701800048
G:\PUBLIC\RFQ\FY 2017-18\18-061 ALARM SYSTEMS -MAINTENANCE, REPAIR, INSPECTION, AND MONITORING\18-061 ADDENDUM 1.DOCX
Attachment "B"
COUNTY OF FRESNO
ADDENDUM NUMBER: TWO (2)
RFQ NUMBER: 18-061
ALARM SYSTEMS -MAINTENANCE, REPAIR,
INSP ECTION, AND MONITORING
Issue Date: July 31, 2018
CLOSING DATE: AUGUST 14, 2018 AT 2:00 P.M.
Submit all Questions and Quotations on the Bid Page at Public Purchase.
For assistance contact Heather Stevens at (559) 600-7110.
NOTE THE FOLLOWING AND ATTACHED ADDITIONS, DELETIONS AND/OR CHANGES TO THE
REQUIREMENTS OF REQUEST FOR QUOTATION NUMBER: 18-061 AND INCLUDE THEM IN YOUR
RESPONSE. PLEASE SIGN AND RETURN THIS ADDENDUM WITH YOUR QUOTATION.
»Questions and Answers
»Revised Attachment A, Exhibit B, and Exhibit C
»Revised Page 29 -Notifier Fire Systems
»The closing date of this RFQ has been extended to August 14, 2018 at 2:00 PM.
ACKNOWLEDGMENT OF ADDENDUM NUMBER TWO (2) TO RFO 18-061
HCI Systems Inc. COMPANY NAME:
SIGNATURE:
NAME & TITLE:
Purchasing Use: HS:st:yj
(PRINT)
--==-
Ben Moore, General Manager
(PRINT)
ORG/Requisition: 8970 / 9701800048
G:\PUBLIC\RFQ\FY 2017-18\18-061 ALARM SYSTEMS-MAINTENANCE, REPAIR, INSPECTION, AND MONITORING\18-061
REVISED ADDENDUM 2.DOC
Attachment "B"
Quotation No. 18-061
VENDOR MUST COMPLETE AND RETURN WITH REQUEST FOR OUOTATION,
Firm: HCI Systems Inc.
REFERENCE LIST
Page 16
Provide a list of at least five (5) customers for whom you have recently provided similar
products/services. If you have held a contract for similar services with the County of Fresno within
the past seven (7) years, list the County as one of your customers. Please list the person most
familiar with your contract. Be sure to include all requested information.
Reference Name: Delaware North Contact: Steve Ullman -----------Address: 63204 Lodgepole Rd
City: Sequoia National Park state: _C_A __ Zip : 93262 Phone No.: { 209 ) 602-07 49 Date: _C _u _rr _e _n _t _______ _Service Provided: Fire Alarm, Fire Extinguishers and Kitchen hood inspections for
mu ltiple sites in Kings Canyon National Park and Sequoia National
r� •: •. Reference Name:
Address:
Park . . - -··t:/A Diagnostics 'Center
1818 W. Ashlan Ave
City: Fresno State: ..... C .....A ____ Zip: 93705
Phone No.: { 559..... ) 978-5904 Date:
service Provided: Eire Alarm and Sprinkler Inspection
Current
-Reference Na.me: ... --Fresenju's'l1edi.cal Center Contact: .-'-,R=a�y_V"-'a=· r ..... e=la..__ _____ _ Address: 6737 N. Willow Ave City: Fresno State: CA Zip: .;::.9 ..::..3..:....7..:....1 O.;:.__ __ _
Phone No.: { 559 ) 892-8640 Date: _C_u_rr_e_n _t --------Service Provided: Fire Alarm. Fire Extin guishers, Fire Sprinkler and Fire Dampers for
multiple locations.
Refe��n� Name: ' . the Gap GIObar su'pply Chain Cont�ct: linfCervahtes .. '
Address: 3400 N. Gap Drive
City: Fresno state: CA Zip: ....,9....,3...,_7-=;2:.:..7 __ _
Phone No.: { 559 ) 346-2909 Date: _C_u_rr_e_n_t _______ _Service Provided: Fire Alarm, Fire Extinguishers, Fire Sprinklers, Fire Pump,
Backflows an d Fire Door for their two buildings.
Reference Name:
Address:
/. . '. � .:...P.:.;::le=a=s=an:..:.:t,_V=-=a=ll=e,1,.y ...a..P...a..ri=s=on:..:..... __ Contact: 24863 W. Jayne Ave
Richard Perez
City: Coalinga
Phone No.: { 559 ) 935-4958 Date:
State: CA Zip: _-=9:.;,:3 ,=2..:..;1 O...___,,__-==-November 2016-November 2018
Service Provided: Eire Al arm inspectjons and service,
Failure to provide a list of at least five (5) customers may be cause for rejection of this RFQ.
G:IPUBLIC\RFQ\FY 2017-18\18-061 ALARM SYSTEMS· MAINTENANCE, REPAIR, INSPECTION, ANO MONITORING\18-061 ALARM SYSTEMS. MAINTENANCE, REPAIR, INSPECTION, ANO MONITORING.DOCX
Attachment "B"
General Fire Alarm Systems
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
County
Bulldlng
No.
307
308
309
310
311
313-1
315
317
318
320
*FA· Fire Alarm
Address
445 S. CEDAR AVE
445 S. CEDAR AVE
445 S. CEDAR AVE
445 S. CEDAR AVE
4455 E. KINGS CANYON RD.
4459 E. KINGS CANYON RD.
4499 E. KINGS CANYON RD.
4441 E. KINGS CANYON RD.
435BOYD
515 S. CEDAR AVE
*SHE-Special hazard System
*DACT • Digital Alarm Cornnunicator transmitter
*TSO· Temperature Sensing Device
*IA-Intrusion Alarm
"Include panic with fire alarm
BLDG Description
UMC MAINT. SHOP
SECURITY/JANITORIA
L
UMC BOILER ROOM
CHILLER PLANT
MAIN E&TA BLDG
COMMISSARY 1ST
FLR
BARTON BLDG
MAIN MENTAL
HEALTH
HUNTINGTON HALL
PATHS PROGRAM
BLDG
QUOTATION SHEET
SECTION 2 GENERAL FIRE SYSTEMS
Control Panel Type
EDWARDS SYSTEM
EDWARDS SYSTEM
EDWARDS SYSTEM
EDWARDS SYSTEM
GAMEWELL FIREFORCE
8
GAMEWELL FIREFORCE
8
GAMEWELL FIREFORCE
8
SIMPLEX 4002
EDWARDS SYS. EST-2
EDWARDS SYSTEM
SERVICE
DESCRIPTION
* FA * SHE * DACT • TSD • IA
3
3
3
3
3
3
3
4 3
3
3
.. QUARTERLY
INSPECTIONS/
MAINTENANCE
(FOUREA.)
$
$
$
$
$
$
$
$
$
$
A
FA
B
SHE
ANNUAL
INSPECTION/
MAINTENANCE
(EA.)
TOTAL
FA
**SEMI-ANNUAL
INSPECTION
(TWOE,..)
+ $
+ $
+ $
+ $
+ $
+ $
+ $
+ $
+ $
+ $
347.00 = $ 347.00+ $
347.00 = $347.00 + $
322. 00 = $ 322.00+ $
347.00 = $ 347.00+ $
652. 00 = $ 652.00+ $
652.00 = $652.00 + $
652. 00 = $ 652·00 + $
840.00 = $840.00 + $
347.00 = $347.00 + $
897 .00 = s897.00 + s
18-061 REVISED EXHIBIT B
C
.rm
ANNUAL
INSPECTION ..!E!-L.
+ $
+ $
+$
+ $
+ s
+ s
+S
+$ 1.00
+$
+$
=$
=$
•$
=$
=$
=$
=$
=$
=$
=$
TOTAL
COLUMNS
A,S,&C
347.00
347.00
322.00
347.00
652.00
652.00
652.00
841.00
347.00
897.00
Attachment "B"
Genera/ Fire Alarm Systems
11.
12.
13.
14.
15.
16.
17.
18.
19.
20.
21.
County
Bulldlng
No.
332
333
334
335
336
340
341
343
400
404
415
*FA-Fire Alarm
Address
4408 HUNTINGTON
4416 HUNTINGTON
4444 HUNTINGTON
4447 E. KINGS CANYON RD.
4463 E. KINGS CANYON RD.
4468 E. KINGS CANYON RD.
4468 E. KINGS CANYON RD.
4452 E. KINGS CANYON RD.
1721 S. MAPLE
1730 S. MAPLE
4535 E. HAMIL TON
"SHE· Special hazard System
"DACT-Digital Alann Com1111Jnicator transmitter
'TSO-Temperature Sensing Device
*IA-Intrusion Alarm
**lnciuda panic with fire alarm
QUOTATION SHEET
SECTION 2 GENERAL FIRE SYSTEMS
BLDG Description Control Panel Type
MODULE A EDWARDS SYS. EST-2
MODULES EDWARDS SYS. EST-2
MODULEC EDWARDS SYS. EST-2
MODULE E EDWARDS SYS. EST-2
MODULEF EDWARDS SYS 1-223R
E&TAINTAKEBLDG EDWARDS SYS.
QUICKSTART
INTAKE ANNEX HONEYWELL
MODULED EDWARDS SYSTEM
FARM AND HOME Bosch D7412GV3
AG COMMISSIONER Bosch D7412GV3
WEIGHTS& Bosch D7412GV3 MEASURES
SERVICE
DESCRIPTION
"FA "SHE "DACT "TSO "IA
3
3
3
3
3
3
3
3
3
3
3
FA
"QUARTERLY ANNUAL
INSPECTIONS/ INSPECTION/
MAINTENANCE MAINTENANCE
(FOUR EA) (EA.I
$ + s 652.00
$ +S652.00
$ +$ 652.00
$ •$ 897.00
$ + S347.00
$ .. 5 652.00
$ + s 347.00
$ + s 652.00
$ + s408.00
$ +s652.00
$ + s408.00
A 8
SHE
.. SEMI-ANNUAL
INSPECTION
TOTAL {TWOEA.)
FA
= $ 652.00+ $
= $652.00 + $
= $ 652.00 + s
= s 897.00+ s
= $ 347.00+ $
= $ 652.00 + s
= $ 347.00+ $
= $ 652.00 + s
= $ 408.00 + $
= s652.00 + s
= $408.00 + s
18..061 REVISED EXHIBIT B
C
TSO
ANNUAL
INSPECTION
(EA.)
+$
+$
+$
+$
+$
+$
+$
+$
+$
+$
+$
TOTAL
COLUMNS
A,B,&C
=$ 652.00
•$ 652.00
=$ 652.00
=$ 897.00
=$ 347.00
=$ 652.00
=$ 347.00
•$ 652.00
=$ 408.00
=$ 652.00
=$ 408.00
Attachment "B"
General Fire Alarm Systems
22.
23.
24.
25.
26.
27.
28.
29.
30.
31.
32.
County
Bulldlng
No.
420
433
437-2
438
502
509-1
514
515
610-1
610-2
621
"FA· Fire Alarm
Address
4551 E. HAMIL TON AVE.
4551 E. HAMIL TON AVE.
4525 E. HAMILTON AVE
1730 S. MAPLE
742 S. TENTH STREET
1020 S. TENTH STREET
748 S. TENTH STREET
890S. TENTH
2220 TULARE ST.
2220 TULARE ST.
844 VAN NESS
"SHE-Spacial hazard Sys1em
"OACT- Dlgllal Alarm Communicator transmitter
"TSD-Temperature Sensing Device
"IA-ln1rusion Alarm
""Include panic with fire alarm
QUOTATION SHEET
SECTION 2 GENERAL FIRE SYSTEMS
SERVICE
DESCRIPTION
BLDG Description Control Panel Type • FA • SHE • DACT • TSO • IA
FLEET SERVICES NETWORK NX8V2 3
RADIO SHOP CADDX RANGER 3
PURCHASING-
MACHINE RANGER8980 3 3
SIMPLEX SILENT AG.ANNEX KNIGHT 3
JUVENILE COURT SIMPLEX 4
COMPUTER SIMPLEX-SAPPHIRE
SERVICES SYS.CONTROL 3 X
ADULT PROBATION MAGNUM ALERT 800 3
JUVENILE
FA
**QUARTERLY ANNUAL
INSPECTIONS/ INSPECTION/
MAINTENANCE MAINTENANCE
(FOUREA.) (EA.)
$ + s 652.00
$ + s 347.00
$ +s 347.00
$ •$ 347.00
$ .. s 840.00
$ + $
$ • s 347.00
A B
SHE
**SEMI-ANNUAL
INSPECTION
TOTAL (TWOEA.)
FA
= s 652.00+ $
= $ 347.00+ $
= $ 347.00+ $
= $ 347.00+ $
= $ 840.00+ $
=$ +$ 880.00
=$ + $
PROBATION EST 3 $ + •1 875.00 = s + $
21 s1 FLR. COMPUTER SIMPLEX-SAPPHIRE
ROOM#1 SYS.CONTROL 4 1 $ + $ =$ +$ 880.00
21st FLR. COMPUTER FIRE SUPRESSIONS
+$ 880.00 ROOM#2 SIMPLEX 4 1 $ + $ =$
GRAPHIC COMM. MYRTONE 3 X $ • s 652.00 =$+$ 880.00
18-061 REVISED EXHIBIT B
C
TSO
ANNUAL
INSPECTION
(EA.)
+$
+ $
+ $ 1.00
+$
+$
+$
+$
+$
+$ 1.00
+ $ 1.00
+ $
TOTAL
COLUMNS
A.B,&C
=$ 652.00
=$ 347.00
=$ 348.00
.. s 347.00
=$ 840.00
=$ 880.00
=$
=s 1,875.00
= s 881.00
= s881.00
= s 1,532.00
Attachment "B"
General Fire Alarm Systems .aw
33.
34.
35.
36.
37.
38.
Building No.
658
801
802
804
815
821
Addre&&
1925 E. DAKOTA
1155 FIFTH ST., CLOVIS
944 EAST PERRIN AVE
2200 SELMA ST., SELMA
6313 DEWOODY, LATON
5566 E. KINGS CANYON
39. 823 7170 N. SAN PABLO, PINEDALE
15081 W. KEARNEY PLAZA, 40. 889 KERMAN
13382 S. HENDERSON RD., 41. 899 CARUTHERS
42. 1825 3040 N. CEDAR
"FA-Fire Alarm 'SHE· Special hazard System
'DACT-Digital Alarm Communicator transmitter
"TSD-Temperature Sensing Device •1A-Intrusion Alarm
"Include panic with fire alarm
QUOTATION SHEET
SECTION 2 GENERAL FIRE SYSTEMS
SERVICE DESCRIPTION
.. QUARTERLY INSPECTIONS/ MAINTENANCE BLDG Desc:rtptlon Control Panel Type • FA • SHE • DACT • TSD • IA (FOUR EA.)
SIERRA BUILDING EST 3 X $
CLOVIS BRANCH
LIBRARY RADIONICS 02071 A 3 3 $
WOODWARD
BRANCH AOEMC05110XM 3 3 $
SELMA BRANCH
LIBRARY EDWARDS 3 3 $
LATON BRANCH $ LIBRARY EDWARDS 3 3
SUNNYSIDE BRANCH $ LIBRARY ADEMCO 5110XM 3 3
PINEDALE BRANCH
LIBRARY AOEMCO 5110XM 3 3 $
KERMAN BRANCH NAPCO GEMINI GEM·
LIBRARY RP3DGTL 3 3 $
CARUTHERS BRANCH $ LIBRARY FCI FC-6324 3 3
BETTY RODRIGUEZ
LIBRARY SILENT KNIGHT 5820L 3 3 $
FA
ANNUAL INSPECTION/ MAINTENANCE
(EA.)
•$ 652.00
+ s 652.00
+ s 347.00
+s R�2.00
+ s 448.00
+s 652.00
+s 652.00
+s 652.00
+s 775.00
+ s 897.00
18-061 REVISED EXHIBIT B
A B SHE C Im
.. SEMI-ANNUAL
=$
TOTAL
FA
+$
= $652.00 + $
= $ 347.oo+ $
= $ 652.00+ s
= s 44e.oo• s
= $ 652.00+ $
=$ +$
=$ +$
= $775.00 + $
= $897.00 + $
INSPECTION ANNUAL
(TWO EA.) INSPECTION
880.00 +$
+$
+$
+ $
+ $
+ $
+ $
+ $
+$
+ $
TOTAL COLUMNS
A.B,&C
=S 1,532.00
=$ 652.00
=$ 347.00
=$ 652.00
=$ 448.00
=$ 652.00
=$ 652.00
=$ 652.00
=$ 775.00
•S 897.00
Attachment "B"
Quotation No. 18-061 Page 34
QUOTATION SCHEDULE {FIRE ALARM SYSTEMS)
EMERGENCY SERVICES
Bidder to quote hourly labor rates for emergency service. The service levels (I, II and 111) are as
previously defined under the 'EMERGENCY WORK" section of this RFQ.
LEVELi
Technician *Regular **Over-
Type Time Time
Journeymen $125.00/hr $150.00/hr
*$$
*$$
LEVEL II
Regular
Time
$115.00 /hr
$
$
Over-
Time
$150.00/hr
$
$
LEVEL Ill
Regular Over-
Time Time
$115.00/hr $150.00/hr
$ $
$ $
Indicate when hourly charge begins and ends and the smallest portion of an hour for which a
charge will be made.
*If other than journeymen state type and define below.
Hourly charge begins when technician leaves Fresno shop. Charge ends when the
technicians leaves the site.
Billing is in quarter hour increments.
** Define regular time and overtime in the space provided below. Indicate and define rates other
than regular and overtime that might apply.
Regular time: 8 a.m. - 5 p.m. Monday -Friday excluding holidays and weekends.
Overtime: Anytime before 8 a.m. and after 5 p.m. on weekdays, holidays and
we ekends.
Indicate below any minimum charges that would apply to emergency services.
2 hour minimum charge.
G:\PUBLIC\RFQ\FY 2017 -18\ 18--061 ALARM SYSTEMS· MAINTENANCE, REPAIR, INSPECTION, AND MONITORING\ 18-061 ALARM SYSTEMS •
MAINTENANCE, REPAIR, INSPECTION, AND MONITORING.DOCX
Attachment "B"
Quotation No. 18-061 Page 35
(FIRE ALARM SYSTEMS) OTHER CHARGES
Charges for services other than those specified under this RFQ.
Labor Rates
State hourly labor rate for each type of technician (i.e. apprentice, journeyman, etc.) for each category of
work hours (i.e. standard time, overtime, holidays, etc.). Attach a description of each technician type
(training and duties) and define each category of work hours.
TECHNICIAN TYPE
Programmer
Programmer
WORK HOUR CATEGORY
Standard Time
Over Time
HOURLY RATE
150.00
175.00
Indicate when hourly charge begins and ends and the smallest portion of an hour for which a charge will
be made. Hourly charge begins when technician leaves Fresno shop. Charge ends when the
P P . tec thnicians leave the site. Billing is in quarter hour increments. Minimum is 2 hours. arts nee [1s
*List commonly used repair parts and indicate contract price.
DESCRIPTION BRAND & PART NUMBER PRICE
*Use an attachment for additional items.
State method for determining cost of parts and materials not indicated above (i.e. cost plus, list price
less?%, etc.).
List price
G:\PUBLIC\RFO\FY 2017-18\18-061 ALARM SYSTEMS -MAINTENANCE, REPAIR, INSPECTION, AND MONITORING\ 18-061 ALARM SYSTEMS -
MAINTENANCE, REPAIR, INSPECTION, AND MONITORING.DO CX
Attachment "B"
Quotation No. 18-061 Page 36
Miscellaneous
State all other charges that may at some time be applicable.
G:\PUBLIC\RFQ\FY 2017-18\18-061 ALARM SYSTEMS-MAINTENANCE, REPAIR, INSPECTION, AND MONITORING\18-061 ALARM SYSTEMSMAINTENANCE, REPAIR, INSPECTION, AND MONITORING.DOCX
Attachment "B"
�HCI (:I':# Systems Inc.
Ontario • Saa Diego • lrville • Hayward• Freuo
Saarame11to• Bmbank
Telephone: (559) 233-2008 • Fax: (559) 233-2009
State Contmc:tors License C-7, C-lO. C-16#905493
Fire Alarm Systems Other Charges
Programmer (Journeyman) Technician who uses factory software and unique training to make
system database operational changes.
Standard time -8 a.m. to 5 p.m. on weekdays. Monday-Friday.
Overtime -Any time before 8 a.m. and after 5 p.m. on weekdays, weekends and holidays.
Attachment "B"
Quotation No. 18-061 Page 37
QUOTATION SCHEDULE (FIRE ALARM SYSTEMS)
PER DEVICE SERVICE
Provide all labor, materials, taxes etc. to perform specified services on various devices comprising the
subject fire alarm systems. This list provides commonly replaced parts but IS NOT INCLUSIVE OF EVERY
POSSIBLE PART OF A FIRE ALARM SYTSTEM.
DEVICE DESCRIPTION UNIT COST
1.ANALOG DUCT SMOKE DETECTORS $ 563.00
2.ANALOG SMOKE DETECTORS $ 186.00
3.HEAT DETECTORS $137.00
4.PULL STATION-SIN GLE ACTION $181.00
5.AUDIONISUAL SIGNAL DEVICE $ 197.00
6.AUDIBLE SIGNAL $ 181.00
7.VISUAL ONLY SIGNAL $ 181.00
8.WATER FLOW $ 541.00
9.PHOTO SMOKE DETECTOR $186.00
10.TELEPHONE DIALER $ 672.00
11.BELL $154.00
12.SPRINKLER WATER FLOW VALVE $1.278.00
13.RATE OF RISE HEAT DETECTOR $ 137.00
14.HORN $ 154.00
15.SPEAKER $ 181.00
16.PANIC BUTIONS $ 137.00
17.SPRINKLER TAMPER SWITCH $ 426.00
18.WATER PRESSURE SWITCH $ 426.00
19.STOVE ANSUL SYSTEM $ 12,000.00
20.CONTROL MODULE $ 236.00
21.CHIME STROBE $ 284.00
22.DUCT DETECTOR $563.00
23.THERMAL DETECTOR $2 03.00
24.MANUAL PULL STATION $ 246.00
25.STROBE $181.00
26.SMOKE DETECTOR $186.00
27.TAMPER SWITCH $ 426.00
28.WATER FLOW $ 541.00
29.ADDRESSABLE SMOKE DETECTOR $ 235.00
30.ADDRESSABLE DUCT DETECTOR $ 678.00
31.ANALOG MONITORING MODULE $204.00
G:\PUBLIC\RFQ\FY 2017-18\18--061 ALARM SYSTEMS· MAINTENANCE, REPAIR, INSPECTION, AND MONITORING\18--061 ALARM SYSTEMS·
MAINTENANCE, REPAIR, INSPECTION, AND MONITORING.DOCX
Attachment "B"
l
Quotation No. 18-061 Page 38
SAPPHIRE SYSTEM PARTS
32.SAPPHIRE CAS PN EUMATIC CONTROL $ 635.00
33.SAPPHIRE CAS ELECTRONIC CONTROL $ 11473.00
34.SAPPHIRE CAS AGENT REFILL $ 154.00 eer lb
35.SSD IONIZATION SENSOR $ ;326.00
36.BASIC SUPPRESSION RELEASE PERIPHERAL $ 213.00
37.COIL SUPERVISION MODULE $ 145.00
38.ABORT SWITCH $ 285.00
39.ENCAPSULATED RELAY PAM-SD $ 161.00
40.MAINTENANCE SWITCH W/INDICATOR LIGHT $ 418.00
G:\PUBUC\RFQ\FY 2017 -18\18-061 ALARM SYSTEMS • MAINTENANCE, REPAIR, INSPECTION, AND MONITORING\ 18-061 ALARM SYSTEMS • MAINTENANCE, REPAIR, INSPECTION, AND MONITORING.DOCX
Attachment "B"
Intrusion Alarm Systems
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
13.
14.
15.
County
Building No.
200
202
203
205
206
210
221
221-1
224
229
229-1
307
308
311
312
Address
6725 W. KEARNEY BLVD.
6725 W. KEARNEY BLVD.
6725 W. KEARNEY BLVD.
6725 W. KEARNEY BLVD.
6725 W. KEARNEY BLVD.
6725 W. KEARNEY BLVD.
6725 W. KEARNEY BLVD.
6725 W. KEARNEY BLVD.
6725 W. KEARNEY BLVD.
6725 W. KEARNEY BLVD.
6725 W. KEARNEY BLVD.
445 S. CEDAR
445S. CEDAR
4455 E. KINGS CANYON RD.
500 SO. BARTON
CONTROL PANEL
CADDX NXB
CADDX 6900
CADDX8900
NAPCOBFC
NAPCOBFC
NAPCOBFC
ADEMC0411
CADDX8900
ADEMC0411
CADDX RANGER 8900
RANGER8600
Bosch D7412GV3
Bosch D7412GV3
BOSCH D2212B
CADDXNXBE
QUOTATION SHEET
SECTION 3 INTRUSION SYSTEMS
-io
YR
X
X
X
X
X
X
X
X
X
X
X
Descr1pllon
KEARNEY PARK MAIN OFFICE
CARPENTER SHOP
GASIWELDING SHED
STORAGE#1
STORAGE# 2
STORAGE# 6
KEARNl;Y MANSIOfll
CARRIAGE HOUSE
KEARNEY MAIN YARD
WAREHOUSE
nCKETB00TH
DSS STORAGE
OSS STORAGE
MAIN SOCIAL SERVICES
BARTON MOTOR POOL
SERVICE DESCRIPTION
IA
1
1
1
1
1
1
1
1
1
1
1
1
1
2
1
18-C61 REVISED EXHIBIT C
IA
ANNUAL INSPECTION
/MAINTENANCE(EACH)
$ 306.00
s 306.00
s 306.00
s 306.00
s 306.00
s 306.00
$ 306.00
s 306.00
s 306.00
s 306.00
s 306.00
$ 249.00
$ 249.00
$ 319.00
s 249.00
Attachment "B"
Intrusion Alarm Systems
16.
17.
18.
19.
20.
21.
22.
23.
24.
25.
28.
27.
28.
29.
County
Building No.
313
314
315
317
318
320
3W-1
326
332
333
334
335
336
343
Address
4449 E. KINGS CANYON RO.
4450 E. KINGS CANYON RO.
4499 E. KINGS CANYON RD.
4441 E. KINGS CANYON RD.
435 BOYD
515CEOAR
51SS.CEOAR
4411 E. KINGS CANYON RO.
4406 HUNTINGTON
4417EINYO
4445E INYO
4447 E. KINGS CANYON
4463 E. KINGS CANYON
4452 E. KINGS CANYON
CONTROL PANEL
Bosch 07412GVJ
CAOOXNXSE
Bosch D7412GV3
CADOXNXSE
Bosch 07412GV3
BOSCH 022128
BOSCH 022128
Bosch 07412GV3
AOEMCO VISTA-20
AOEMCO VISTA-20
AOEMCO VISTA-20
ADEMCO VISTA-aO
AOEMCO VISTA 20
ADEMCO VISTA-20
QUOTATION SHEET
SECTION 3 INTRUSION SYSTEMS
"10
YR
X
X
X
X
X
Deacription
COMMISSARY UPPER/LOWER FLS
GARDENER SHOP
BARTON BLOG.
MAIN MENTAL HEAL TH
HUNTINGTON HALL
PATHS
PLAY AREA
MODULAR BUILDING
MODULAR A
MOOULARB
MOOULARC
MOOULARE
MOOULARF
MODULAR D
SERVICE DESCRIPTION
IA
2
1
1
2
1
1
1
2
2
2
2
2
2
18-061 REVISED EXHIBIT C
IA
ANNUAL INSPECTION
/MAINTENANCE (EACH)
$ 319.00
s 249.00
s 249.00
s 319.00
s 249.00
s 249.00
s 249.00
s 319.00
$ 319.00
$ 319.00
s 319.00
s 319.00
249.00
s319.00
Attachment "B"
Intrusion Alarm Systems
30,
31.
32.
33.
34.
35.
36.
37.
38.
39.
40.
41.
42.
43.
44.
County
Building No.
340
341
348
349
400
401
404
408
409
413
415
42 0
427
433
437-1
Addl'HS
4468 E. KINGS CANYON RD.
4468 E. KINGS CANYON RD.
4590 E. KINGS CANYON RD.
4590 E. KINGS CANYON RD.
1721 SO . MAPLE
1721 SO. MAPLE
1730 SO. MAPLE
1731 SO. MAPLE
4551 E. HAMIL TON
4552 E. HAMIL TON
4535 E. HAMIL TON
4551 E. HAMILTON
4551 E. HAMIL TON
455 1 E. HAMIL TON
452 5 E. HAMIL TON
CONTROL PANEL
Bosch D7412GV3
CADD XNX8V2
CADDXNX8V 2
EDISON NETWORX NX•148
Bosch D7412GV3
NE1WORKNX6
Bosch D7412GV3
BOSCH B4512
CADDXNX8V2
CADDXNXSE
Bosch D7412GV3
NETWORK NXBV2
NElWORK NX-l!E
CADDX RANGER
Bosch D7412GV 3
QUOTATION SHEET
SECTION 3 INTRUSION SYSTEMS
-10
YR
X
X
X
X
X
X
X
X
X
Description
SOCIAL SERVICES INTAKE
S/S INTAKE ANNEX
BUILDING MAINTENANCE
BIM CARPENTER SHOP
COOPlcRAllVE EXTENSION
LAB I WAREHO USE
AG COMMISSIONER
RODENT & WEED CONTROL
P.W. TRAFFIC SIGN SHOP
MATERIALS TESTING LAB
AG WEIGHT & MEASURES
FLEET-OFFICE, PARTS, REPAIR
STORAGE TRAILERS
RADIO SHOP
PURCHASING OFFICE
SERVICE DESCRIPTION
IA
2
2
i
1
2
1
2
1
1
2
2
2
2
1
18-061 REVISED EXHIBIT C
IA
ANNUAL INSPECTION
/MAINTENANCE (EACH)
$ 319.00
$ 319.00
s 319.00
s 249.00
s 319.00
$ 249.00
s 319.00
s 249.00
s 249.00
$ 319.00
s 319.00
s 319.00
249.00
s 319.00
s 249.00
Attachment "B"
Intrusion Alarm Systems
45.
46.
47.
48.
49.
50.
51.
52.
53.
54.
55.
56.
57.
58,
59.
County
Building No.
437-2
437-3
438
439
502
505
507
508
509
512
514
515
601-1
603,-1
603,-2
Address
4525 E. HAMIL TON
4525 E. HAMILTON
1730 SO. MAPLE
4525 HAMILTON
742S0.10th
742SO. 10th
808 SO.10th
810 S. 10th
1020 S 10th ST
940 $0.1DU,
748 SO .10th
890 so. 10th
11DO VAN NESS
2281 TULARE ST.
22 81 TULARE ST
CONTROL PANEL
Bosch D7412GV3
CADDXNX83
Booch D7412GV3
CADDXNX148
CADDX 8600 & IVONICS FA 200
NETWORK NX8V2
ADEMC04219
Bosch D7412GV3
NETWORK NX 8V2
CADDX 880D
NETWORX NX-8E
SILENT KNIGHT 1410
NETWORKNX-148
BOSCH 07412GV3
BOSCH D7412GV3
QUOTATION SHEET
SECTION 3 INTRUSION SYSTEMS
.. ,oYR
X
X
X
X
X
X
X
X
Deacrlptlon
WAREHOUSE
C-TRAIN
AG. COMMISSIONER ANNEX
PURCHASIN G GATE D LOT
JUVENILE COURT
BUILDING MAINTENANCE
PROBATION SPECIAL SRVS.
ASHTON CENTER
COMPUTER SERVICES
CSDANNEX
D.A. JWENILE UNIT
JUVENILE PROBATION ADMIN
PARK MOOT OFFICE
HALL OF RECOR DS BASEMENT
HALL OF RECORDS 1ST FL
SERVICE DESCRIPTION
IA
1
1
1
2
1
2
2
1
1
2
2
2
2
18-061 REVISED EXHIBIT C
IA
ANNUAL INSPECTION
/MAINTENANCE (EACH)
$ 249.00
$ 249.00
s 249.00
249.00
$ 319.00
$ 249.00
s 319.00
s 319.00
$ 249.00
$ 249.00
s 319.00
s 319.00
249.00
s319.00
s 319.00
Attachment "B"
Intrusion Alarm Systems
60.
61.
62.
63.
64.
65.
66.
67.
66.
69.
70.
71.
72.
73.
74.
County
Building No.
603-3
603-4
603-5
603-6
610-1
610-l
610-3
610-4
610-5
610-6
610-7
610-3
612
621
642
Address
2261 TULARE ST.
2261 T\JLARE ST.
2281 TULARE ST.
2281 TULARE ST
2220 TULARE ST.
2220 TULARE ST.
2221 KERN ST
2221 KERN ST
2221 KERN ST
2233 KERN ST
2220 TULARE ST
2220 TULARE ST
1221 FULTON MALL
844 VAN NESS
1250 VAN NESS
CONTROL PANEL
BOSCH D7412GV3
BOSCH D7412GV3
BOSCHB4512
BOSCH B4512
BOSCH D7412GV3
BOSCH B5512
CADDXNXB
BOSCH D7412GV3
MOOSEZ1100
CADOX 8900
BOSCH D7412GV3
BOSCH 84512
BOSCH B5512
BOSCH B5512
BOSCH 07412GV4
QUOTATION SHEET
SECTION 3 INTRUSION SYSTEMS
-io
YR
X
X
X
X
X
X
X
DescrlpUon
HALL OF RECORDS 2ND FL
HALL OF RECORDS 3RD FL
HALL OF RECORDS BOARD PANICS
HALL OR RECORDS CAO PANICS
ELECTIONS CLERKS, PLAZA
FAMILY SUPPORT
ELECTIONS
ELECTIONS BALLOT ROOM
ELECTIONS PANIC
WITNESS SERVICES
PUBLIC WORKS UPPER
COUNTY COUNSEL
BRIX MERCER BUILDING
GRAPHIC COMMUNICATIONS
RECORDERS OFFICE
SERVICE DESCRIPTION
IA
2
2
2
2
1
1
1
,
'
1
1
1
1
1
s
18-061 REVISED EXHIBIT C
IA
ANNUAL INSPECTION
/MAINTENANCE (EACH)
319.00
$ 319.00
$ 319.00
s 319.00
s 249.00
s 249.00
$ 249.00
$ 249.00
$ 249.00
$ 249.00
$ 249.00
$ 249.00
$ 249.00
s 249.00
249.00
Attachment "B"
Intrusion Alarm Systems
75,
76.
77.
78.
79.
80.
81.
82.
83,
84.
85.
86.
87.
88.
89,
County
Building No.
649
650
658
662
663
864
716
800
801
802
ll03
804
805
806
808
Address
333 W PONTIAC WAY
205 W PONTIAC WAY
1925 E DAKOTA
200 W PONTIAC
200 PONTIAC WAY
3500 PELCO WAY
31SO E. Jeffer,on
2420 MARIPOSA
1155 FIFTH ST., CLOVIS
944 EAST PERRIN AVE .. FRESNO
1812 SEVENTH STREET, SANGER
2200 SELMA ST., SELMA
25 EAST FANlZ AVE., EASTON
8781 MAIN ST., SAN JOAQUIN
1130 EAST PARLIER AVE., PARLIER
CONTROL PANEL
BOSCH 4512
B0SCH4512
BOSCH4512
ADEMCO VISTA 20
ADEMC0620P
CADDX NX.a
ADEMCO VISTA 32FB
CADDXNX-8
CADDXNX-8
ADEMCO VISTA 20P
CADDXNX.a
ADEMCO VISTA 2llP
QUOTATION SHEET
SECTION 3 INTRUSION SYSTEMS
-10
YR Description
ISD ADMIN
DSS ADMIN
SIERRA BLDG DSS
DSS
DSS
DSS
COUNTY MORGUE
CENTRAL LIBRARY
CLOVIS BRANCH LIBRARY
WOODWARD BRANCH LIBRARY
SANGER BRANCH LIBRARY
SELMA BRANCH LIBRARY
EASTON BRANCH LIBRARY
SAN JOAQUIN BRANCH LIBRARY
PARLIER BRANCH LIBRARY
SERVICE DESCRIPTION
IA
,
1
1
1
,
1
1 ,
$
$
$
$
s
$
$
$
18-061 REVISED EXHIBIT C
IA
ANNUAL INSPECTION
/MAINTENANCE (EACH)
249.00
249.00
249.00
249.00
249.00
249.00
249.00
249.00
306.00
249.00
306.00
306.00
306.00
306.00
306.00
Attachment "B"
Intrusion Alarm Systems
90.
91.
92.
93.
94.
95.
96.
97.
98.
99.
100.
101.
102.
103.
104.
County
Building No.
811
814
815
817
819.
820
821
822
823
824
835
836
848
889
899
Addreas
1027 E. ST REET., REEDLEY
306 S. SEVENTH .. FOWLER
6313 DEWOODY ST .. LATON
4150 E. CLINTON
5771 N. FIRST .. FRESNO .
3071 W. BULLARD AVE., FRESNO
5566 E. KINGS CANYON, FRESNO
629W. DAKOTA AVE. FRESNO
7170 N. SAN PABLO AVE .. PINEDALE
1246 BELMONT AVE .. MENDOTA
3821 N CLARK
2025 E DAKOTA
3151 N MILLBROOK
15031 W. KEARNEY PLAZA,
KERMAN
13382 S. HENDERSON RD,
CARUTHERS
CONTROL PANEL
CADDXNX-8
ADEMCO V1SA·128FB
VISTA 50
BOSCH 84512
CADDXNX-ll
CAODXNX-ll
BOSCH 4512
CADDXNX-ll
ADEMCO VISTA 20
RADIONICS
B0SCH4512
BOSCH4512
BOSCH4512
ADEMCO VISTA 32FB
ADEMCO V50
QUOTATION SHEET
SECTION 3 INTRUSION SYSTEMS
�10
YR Deacription
REEDLEY BRANCH LIBRARY
FOWLER BRANCH LUBRARY
LATON BRANCH LIBRARY
CEDAR-CLINTON BRANCH LIBRARY
POLITI BRANCH LIBRARY
FIG GARDEN BRANCH LIBRARY
SUNNYSIDE BRANCH LIBRARY
GILLIS BRANCH LIBRARY
PINEDALE BRANCH LIBRARY
MENDOTA BRANCH LIBRARY
SEQUOIA PANIC
SRC PANIC
DBHPANIC
KERMAN BRANCH LIBRARY
CARUTHERS BRANCH LIBRARY
SERVICE DESCRIPTION
IA
1
I
1
1
1
1
1
1
1
1
1
1
$
$
$
$
$
$
$
$
$
$
$
$
18-061 REVISED EXHIBIT C
IA
ANNUAL INSPECTION
/MAINTENANCE (EACH)
306.00
306.00
306.00
249.00
249.00
249.00
249.00
249.00
249.00
306.00
249.00
249.00
249.00
306.00
306.00
Attachment "B"
Intrusion Alarm Systems
105.
106.
107.
108.
109.
110,
111.
112.
113.
114.
County
Building No.
L88 4
923
923-1
965
985-1
97>1
983
98�1
7189
1825
Addren
1404 L STREET
3825 NO. PIEDRA RD.
3625 NO. PIEDRA RD.
16385 NO. FRIANT RD.
16385 NO. FRIANT RD.
20055 SO, FOWLER. LATON
5901 MADERA AVE. KERMAN
5901 MADERA AVE. KERMAN
18950 AMERICAN AVE
3040 NCEDAR
CONTROL PANEL
MAGNUM900
CADDX 8900
CADDXNXBE
CADDXNXB
CADDXNXBE
CADDXNXBE
CADDX NX8E
CADDXNXB
ZANS 400
B0SCH4512
QUOTATION SHEET
SECTION 3 INTRUSION SYSTEMS
"10
YR
X
X
X
De•cription
SOCIAL SRVS. "L" STREET
AVACAD0 LAKE WAREHOUSE# 2
TICKET BOOTH
LOST LAKE WAREHOUSE
LOST LAKE TICKET BOOTH
LATON PARK TICKET BOOTH
SKAGGS BRIDGE WAREHOUSE
SKAGGS BRlDGE TICKET BOOTH
AMERICA N AVE DISPOSAL
BETIY RODRIGUEZ LIBRARY
SERVICE DESCRIPTION
IA
1
1
1
1
1
1
1
'
Grand Total
$
$
$
$
$
$
$
$
18-061 REVISED EXHIBIT C
IA
ANNUAL INSPECTION
/MAINTENANCE {EACH)
249.00
306.00
306.00
306.00
306.00
306.00
306.00
306.00
306.00
249.00 s aJ,) loS
Attachment "B"
Quotation No. 18-061 Page44
(INTRUSION ALARM SYSTEMS) OTHER CHARGES
Charges for services other than those specified under this RFQ.
Labor Rates
State hourly labor rate for each type of technician (i.e. apprentice, journeyman, etc.) for each category of
work hours (i.e. standard time, overtime, holidays, etc.). Attach a description of each technician type
(training and duties) and define each category of work hours.
TECHNICIAN TYPE
Programmer
Programmer
WORK HOUR CATEGORY
Standard Time
Ovetime
HOURLY RATE
$150.00
$175.00
Indicate when hourly charge begins and ends and the smallest portion of an hour for which a charge will
be made. Hourly charge begins when technician leaves Fresno shop. Charge ends when the
technicians leave the site. Billing is in quarter hour increments. Minimum is 2 hours. Parts Price List
*List commonly used repair parts and indicate contract price.
DESCRIPTION
Door Contact
Motion Detector
Glass Break
Battery
Key Pad
BRAND & PART NUMBER
Hone�well 94 7
Honeywell 5800PIR
Hone�ell 1625
Honevwell PR022BAT
Honeywell 6150RF
*Use an attachment for additional items.
PRICE
$21.00
$101.00
$108.00
$34.00
$151.00
State method for determining cost of parts and materials not indicated above (i.e. cost plus, list price
less?%, etc.).
List Price
G:\PUBLICIRFQ\FY 2017-18\18-061 ALARM SYSTEMS-MAINTENANCE, REPAIR, INSPECTION, AND MONITORING\18-061 ALARM SYSTEMS· MAINTENANCE, REPAIR, INSPECTION, AND MONITORING.DOCX
Attachment "B"
Quotation No. 18-061
QUOTATION SCHEDULE
(INTRUSION ALARM SYSTEMS)
EMERGENCY SERVICES
Page 43
Bidder to quote hourly labor rates for emergency service. The service levels (I, II and Ill) are as
previously defined under the 'EMERGENCY WORK" section of this RFQ.
Technician
Journeymen
"
1>
LEVELi
*Regular
Time
$125.00 /hr
$
$
LEVEL II
**Over-Regular
Time Time
$150.00 /hr $115.00 /hr
$ $
$ $
LEVEL Ill
Over-Regular Over-
Time Time Time
$150.00/hr $115.00/hr $150.00/hr
$ $ $
$ $ $
Indicate when hourly charge begins and ends and the smallest portion of an hour for which a
charge will be made.
*If other than journeymen state type and define below.
Hourly charge begins when technician leaves Fresno shop. Charge ends when the
technicians leaves the site.
Billing is in quarter hour increments.
** Define regular time and overtime in the space provided below. Indicate and define rates other
than regular and overtime that might apply.
Regular time: 8 a.m. - 5 p.m. Monday -Friday excluding holidays and weekends.
Overtime: Anytime before 8 a.m. and after 5 p.m. on weekdays, holidays and
weekends.
Indicate below any minimum charges that would apply to emergency services.
2 hour minimum charge.
G:IPUBLIC\RFQ\FY 2017-18\18-061 ALARM SYSTEMS -MAINTENANCE, REPAIR, INSPECTION, AND MONITORING\18-061 ALARM SYSTEMS -
MAINTENANCE, REPAIR, INSPECTION, AND MONITORING.DOCX
Attachment "B"
Quotation No. 18-061 Page 45
Miscellaneous
State all other charges that may at some time be applicable.
G:\PUBUC\RFQ\FY 2017 -18118--061 ALARM SYSTEMS -MAINTENANCE, REPAIR, INSPECTION, AND MONITORING\16-061 ALARM SYSTEMS -MAINTENANCE, REPAIR, INSPECTION, AND MONITORING.DOCX
Attachment "B"
l
Ontario • San Diego• Imne • Hayward• Fnsao
Sacramento• Bubank
Telephone: (559) 233-2008 • Fax: (559) 233-2009
State Colltractols LiceJJSe C-7, C-10, C-16 #90S493
Intrusion Alarm Systems Other Charges
Programmer (Journeyman) Technician who uses factory software and unique training to make
system database operational changes.
Standard time -8 a.m. to 5 p.m. on weekdays. Monday -Friday.
Overtime -Any time before 8 a.m. and after 5 p.m. on weekdays, weekends and holidays.
Attachment "B"
Alarm system Monitoring
Counlv Bulldlnca No. Address
,. 153 29595 W. LATIA CANTUA CREEK
2..,,.,445S.CEDAR
3. 311 4455 E KINGS CANYON RD
4. 313 4449 E. KINGS CANYON
5. 315 4499 E. KINGS CANYON RD
6. 317 4441 E. KINGS CANYON
7. 318 435 S. BOYD
8. 319 4411 E. KINGa CANYnN
9. 326 4456. CEDAR
10 331 4460 E. HUNTINGTON
11. 332 4409 E. INYO
12. 333 4417 E. INYO
13. 334 4445 E. INYO
14. 335 4447 E. KINGSCANY nN RD
15. 435 4555 E. HAMIL TON
16. 445 1895() WEST AMERICAN AVE
17. 5()1 VACAflfT
18. 502 VACANT
19. cnn VACANT
20. 515 VACANT
21. 603 2281 TULARE ST .
22. 610 2220 TULARE ST.
23. 611 1221 FULTON MALL
24. c21 844 VAN NESS
25. 658 102• E DAKnTA
26. 716 3150 E JEFFERSON
27. 800 2420 MARIPOSA
28. 801 1155 FIFTH ST. CLOVIS
29. 802 944 EAST PERRIN FRESNO
30. 803 1812 SEVENTH ST SANGER
31. 804 2200 SELMA ST. SELMA
32. 805 25 CAaT FANTZ AVE . EASTON
33. 806 8781 MAIN ST. SAN JOA.DUIN
Sec 4, Monitoring
QUOTATION SHEET
SECTION 4 ALARM MONITORING
De&cribUon MONTHLY FEE
VACANTCAflfTUA CREEK It $32.00
UMC-BOILER ROOM $32.00
DSS MAIN BUILDING $32.00
I r,aa rnMMISSARY $32.00
DSS BARTON BUILDING $32.00
MAIN MENTAL HEAL TH !t32.00
HUNTINGTON HAU. $32.00
PSYCHIAlRIC HEALTH FACILITY •PACT.PHF-CISl $32.00
MODULAR BLDG. DSS $32.00
CHILDREN'S CLINIC $32.00
MODULAR-A $32.00
MODULAR-B $32.00
MODULAR-<:: $32.00
MODULAR E $32.00
EMS-DISPATCH BLDG $32.00
HOUSEHOLD HAZARDOUS WASTE FAC $32.00
$32.00
$32.00
$32.00
$32.00
lu., L "F RECORDS BLDG $32.00
COUflfTY PLAZA BLDG $32.00
BRIX-r..ERCER BLDG $32.00
GRAPHICS $32.00
SIERRA BUILDINC.: $32.00
lroUNTY MORGUE $32.00
CENTRAL LIBRARY $32.00
CLOVIC BRANCH LIBRARY $32.00
WOODWARD BRANCH LIBRARY $32.00
SANGER BRANCH LIBRARY $32.00
SELMA l!RANCH LIBRARY $32.00
EASTON BRANCH LIBRARY $32.00
l<>AN 10A"' IN l!RANCH Lll!RARY $32.00
18-061 EXHIBIT D
X 12 •
TOTAL
!i:.�AA nn
$384.00
$384.00
$384.00
$384.00
$384.00
$384.00
$384.00
$384.00
$384.00
$384.00
$384.00
$384.00
$384.00
$384.00
$384.00
$384.00
$384.00
$384.00
$384.00
$384.00
$384.00
$384.00
$384.00
$384.00
$384.00
$384.00
$384.00
$384.00
$384.00
$384.00
$384.00
$384.00
Attachment "B"
Alarm System Monitoring
Countv Bulldtnn No. Addrus
34. 808 1130 EAST PARLIER AVE. PARLIER
35. 811 1027 E STREET REEDLEY
36. 814 306 S. <tEVENTH FOWLER
37. 815 6313 DEWOODY ST. LATON
38. 817 4150 E. CLINTON AVE. FRESNO
39. 819 5771 NORTH FIRST
40. 820 3071 W. BULLARD AVE. FRESNO
41. 821 5566 E. KINGS CANYON FRESNO
42. 822 629W. DAKOTA AVE. FRESNO
43. 823 7170 N. SAN PABLO AVE. PINEDALE
44. 824 1246 BELMONT AVE. MENDOTA
45. 864 2135 FRESNO STREET
46. 889 15081 W. KEARNEY PLAZA KERt.lAN
47. 1800 2420 MARIPOSA
43. 1812 815 PARK BLVD.
49. 1825 3040 NORTH CEDAR AVE
50. 1887 25561 WILLIAMS
51. 1899 13382 S. HENDERSON RD. CARUTHERS
See 4. Monito�ng
QUOTATION SHEET
SECTION 4 ALARM MONITORING
D&scrlDtlon MONTHLY FEE
PARLIER BRANCH LIBRARY $32.00
$32.00
REEDLEY BRANCH LIBRARY
FOWLER BRANCH LIBRARY $32.00
LATON BRANCH LIBRARY $32.00
CEDAR-CLINTON BRANCH LIBRARY $32.00
POLITI BRANCH LIBRARY $32.00
FIG GARDEN BRANCH LIBRARY ��?00
SUNNYSIDE BRANCH LIBRARY s;1�� on
GILLIS BRANr.H LIBRARY $32.00
PINEDALE BRANCH LIBRARY $32.00
MENDOTA BRANCH LIBRARY $32.00
CROCKER BLDG $32.00
KERMAN IIRANCH LIBRARY $32.00
CENTRAL LIBRARY $32.00
ORANGE COVE LIBRARY $32.00
BRODRIGUEZ $32.00
TRANQUILLITY LIBRARY $32.00
CARUTHERS BRANCH LIIIRARY $32.00
18-061 EXHIBIT D
TOTAL
$384.00
$384.00
$384.00
$384.00
$384.00
$384.00
$384.00
$1,632.00
$384.00
$384.00
$384.00
$384.00
$384.00
$384.00
$384.00
$384.00
$384.00
X 12 *$384.00
Grand Total Ser:ttan rv __ $.;...2_0.;.,8_3_2_._o_o __
Attachment "B"
l
Quotation No. 18-061 Page 23
COMPLY/NOT COMPLY
The importance of maintaining the identified equipment in a safe and efficient operating condition
at all times demands that service be performed by a company who has satisfactorily maintained
equipment of similar grade to the degree specified herein.
Compliance and understanding of the specification is to be noted by marking "COMPLY" on the
line provided to the right of the specification. Non-compliance is to be indicated by marking
"NOT COMPLY" on the line. A detailed statement explainin g why they fail to meet the stated
specification or requirement must accompany all non-compliant items.
Failure to mark this page could result in your quotation being non-respons ive.
BIDDER TO COMPLETE THE FOLLOWING:
1.Satisfactorily performed other contracts, of similar nature and magnitude.
Five (5) references must be provided.
2.Adequate capital to maintain business operations throughout the contract period
and satisfactory business standing as required by the work.
3.The requisite organization of technicians thoroughly trained in the inspection,
testing, maintenance and repair of fire/duress system and device repair under
his direct employment and supervision.
4.The County has many NOTIFIER fire alarm systems. The bidding organization
shall be authorized by NOTIFIER to perform maintenance, testing, inspection
and repair services, and shall employ technicians who are authorized by
NOTIFIER to perform maintenance, testing, inspection and repair services to
NOTIFIER fire alarm systems. NOTIFIER certification is only required to work on
NOTIFIER systems.
5.In addition to the NOTIFIER alarm systems emplaced in County facilities, the
County utilizes OnyxWorks as a redundant monitoring system to identify troubles
with those systems. The bidding organization must have technicians who are
authorized by NOTIFIER to program and troubleshoot the OnyxWorks system
where app licable.
6.The County utilizes a Bosch Connettix D61 OOi alarm receiver to monitor the
intrusion alarms installed in County facilities. This receiver utilizes both standard
copper telephone lines and IP communication protocols. Bidders wanting to bid
on the intrusion alarm portion of this RFQ must have the ability to work with
traditional systems utilizing standard copper pairs and the ability to program
alarm systems utilizing IP communication. In addition, those bidders must have
the ability to use the ReadyKey Pro software for the D61 OOi as well as Remote
Programming Software (RPS) for the Bosch systems installed.
7.The necessary facilities and plant, including parts inventory located within a
distance from the County sites involved, in order to adequately respond to
emergency requests as defined in the section titled, "EMERGENCY WORK.D
COMPLY/
NOT COMPLY
Comply
Comply
Comply
Not Comply
Not Comply
Comply
Comply
G:IPUBLICIRFQIFY 2017-18\18-061 ALARM SYSTEMS-MAINTENANCE, REPAIR, INSPECTION, AND MONITORING\18-061 AlARM SYSTEMS MAINTENANCE, REPAIR, INSPECTION, AND MONITORING.DOCX
Attachment "B"
Quotation No. 18-061
BIDDER TO COMPLETE THE FOLLOWING:
B.Toll free communication facilities on a 24 hour-per-day, 365 days-per-year basis
so vendor staff can be reached and will respond as specified herein.
9.All proprietary information and diagnostic tools necessary to properly maintain,
troubleshoot, and adjust the County's systems.
10.The County understands that not every bidder will have expertise in every
system installed in County facilities. However, bidders must address which
subcontractors will be used for those systems where the expertise is not
sufficient for repairs, maintenance, inspection, and programming. Systems that
may be cause for a subcontractor for subcontractor work include, Gamewell,
Edwards EST, Simplex-Grinnell, etc. as well as gas suppression systems such
as Sapphire, FM-200, and Halon as listed in sections 1 and 2 of the quotation
schedule.
Bidders that are planning on bidding on the NOTIFIER section of this RFQ must
be authorized by NOTIFIER for repairs, maintenance, inspection, and
programming. Due to the fact th at a majority of NOTIFIER systems are installed
in County facilities that are more critical in nature; subcontracted work on these
systems is not acceptable.
In addition the County has several facilities that utilize legacy dual fire/intrusion
systems. Bidders should be competent to address those systems or have the
means to use a subcontractor in cases that the technical issues are outside the
expertise of the bidder. Any subcontract work or agreements between the
bidder and subcontractor will be subject to approval by the County and must
meet all requirements contained within this RFQ. Prices indicated on the
quotation schedule must take into account whether the bidder will be
Page 24
COMPLY/
NOT COMPLY
Comply
Comply
subcontracting the work and will be subject to the RFQ requirements and any Comply contract resulting from this RFQ.
11.Listed in section 1 of the quotation schedule is building 700. Building 700 is the
Juvenile Justice Campus located at 3333 E. American Ave. Fresno Ca. 93725.
This campus consists of County facilities 701-712. A majority of these facilities
are considered detention facilities and thus are labeled as no-hostage facilities;
meaning that employees will not bargain for the release of hostages. In addition
to the working environment, due to design and location of this facility, the Notifier
system in these buildings experiences higher trouble rates with the smoke
detectors in these facilities. Technicians assigned to this area will spend an
inordinate amount of time cleaning and replacing smoke detectors. Technicians
will be on call 24 hours per day due to the nature of this facility.Not Comply
**Please Note: Failure to comply to all services requested will not automatically disqualify any
Bidder .
G:\PUBLICIRFQIFY 2017 -18\18-061 ALARM SYSTEMS -MAINTENANCE, REPAIR, INSPECTION, AND MON ITORING\18-061 ALARM SYSTEMS -MAINTENANCE, REPAIR, INSPECTION, AND MONITORING.DOCX
Attachment "B"
Quotation No. 18-061 Page 15
BIDDER TO COMPLETE THE FOLLOWING:
PARTICIPATION
The County of Fresno is a member of the Central Valley Purchasing Group. This group consists of Fresno,
Kem, Kings, and Tulare Counties and all governmental, tax supported agencies within these counties.
Whenever possible, these and other tax supported agencies co-op (piggyback) on contracts put in place by
one of the other agencies.
Any agency choosing to avail itself of this opportunity, will make purchases In their own name, make
payment directly to the contractor, be liable to the contractor and vice versa, per the terms of the original
contract, all the while holding the County of Fresno harmless. If awarded this contract, please indicate
whether you would extend the same terms and conditions to all tax supported agencies within this group as
you are proposing to extend to Fresno County. D Yes, we will extend contract terms and conditions to all qualified agencies within the Central Valley
Purchasing Group and other tax supported agencies.
[J No. we will not extend contract !e':'1s � any agency other than the County of Fresno.
··�\--�·
(Aulhorized Signature)
Title
DIR ACKNOWLEDGEMENT
I acknowledge in accordance with labor Code Sections 1725.5 and 1770-1777. 7, that J have registered with
the Department of Industrial Relations (CIR} and all Certified Payroll Records will be uploaded to the DIR
Website. Any additional requirements that materialize from the SB854 legislation will be complied with.
Attached is verification of the DIR registration.
{Authorized Signature)
Title
DIR Number
G:\PUBUC\RFO\FY 2017-18\18-061 Al.ARM SYSTEMS· MAINTENANCE. REPAIR, INSPECTION. AND MONrTORING\18-061 Al.ARM SYSTEMS · MAINTENANCE. REPAIR, INSPECTION, AND MONITORING.DOCX
Attachment "B"
Quotation No. 18-061 Page 33
BIDDER TO COMPLETE (GENERAL FIRE SYSTEMS)
CONTRACTOR'S LICENSE:
Bidder to possess appropriate license for the project in accordance with current regulations/statutes.
The bidder shall possess a current State of California contractor's License, Class C-7 (Low Voltage
System Contractor) or another license class that covers the work to be performed. The proposal must
indicate the license held by the bidder, which enables him/her to perform the work.
If the license is other than a Class C-7, the bidder must explain why his/her license(s) is acceptable. The
County will review and determine if acceptable.
Number and Class: Lie. #905493 C-7, C-10, C-16
Date of Issue: October 24, 2007
Bidder must also submit verification of Contractor's License from the Department of Consumer Affairs -
Contractors' State License Board. Failure to submit verification may result in bidder's response being
considered non-responsive.
Public Contract Code Section 7028.15: Where the State of California requires a Contractor's license, it is
a misdemeanor for any person to submit a bid unless specifically exempted.
SUBCONTRACTORS:
List all subcontractors that would perform work in excess of one/half of one percent of the total amount of
your bid, and state general type of work such subcontractor would be performing. The primary contractor is
not relieved of any responsibility by virtue of using a subcontractor:
Johnson Controls -Simplex, DigiTecb Integration -Gamewell, Matson Alarm -Notifier
Alarm, Siemen's-Fire Alarm. Central CAL Electronics - FCL Sunrise Systems -
Gamewell, Sebastian - Mirtone
To bid on this Section, please complete Exhibit B -Quotation Sheet -Section 2
General Fire Systems.
G:IPUBLICIRFQIFY 2017-18\18-061 ALARM SYSTEMS· MAINTENANCE, REPAIR, INSPECTION, AND MONITORING\18-061 Al.ARM SYSTEMS·
MAINTENANCE, REPAIR, INSPECTION, AND MONITORING.DOCX
Attachment "B"
Quotation No. 18-061 Page 42
BIDDER TO COMPLETE (INTRUSION SYSTEMS)
IF A SUBCONTRACTOR WILL BE USED TO COMPLETE WORK ON INTRUSTION SYSTEMS
Bidder shall list all subcontractors that would perfonn work in excess of one-half of one percent of the total
amount of your bid, and state general type of work such subcontractor would be performing:
CONTRACTOR'S LICENSE:
Bidder to possess appropriate license for the project in accordance with current regulations/statutes.
The vendor shall possess a current State of California contractor's License, Class C-7 (Low Voltage
System Contractor) or another license class that covers the work to be performed. The proposal must
indicate the license held by the bidder, which enables him/her to perform the work.
If the li cense is other than a Class C-7, the bidder must explain why his/her license(s) is acceptable. The
County will review and determine if acceptable.
Number and Class: Lie. #905493 C-7, C-10, C16
Date of Issue: October 24, 2007
Bidder must also submit verification of Contractor's License from the Department of Consumer Affairs -
Contractors' State License Board. Failure to submit verification may result in bidder's response being
considered non-responsive.
Public Contract Code Section 7028.15: Where the State of California requires a Contractor's license, it is
a misdemeanor for any person to submit a bid unless specifically exempted.
SUBCONTRACTORS:
List all subcontractors that would perform work in excess of one/half of one percent of the total amount of
your bid, and state general type of work such subcontractor would be performing. The primary contractor is
not relieved of any responsibility by virtue of using a subcontractor:
Matson Alarm -Alarm Service, Wes-Jech Systems -Alarm Services, Tyco IS -Alarm
Services, Hoffman -Alarm Services, Red Wave -Alarm Services
To bid on this Section, please complete Exhibit C - Quotation Sheet -Section 3 Intrusion Systems.
G:\PUBLIC\RFQ\FY 2017-18\18-061 ALARM SYSTEMS -MAINTENANCE, REPAIR, INSPECTION, AND MONITORING\18-061 ALARM SYSTEMS
MAINTENANCE, REPAIR, INSPECTION, AND MONITORING.DOCX
Attachment "B"
Legal Name Registration Number County City
HCI SYSTEMS, INC. 1000000046 SAN BERNARDINO ONTARIO
License Type!Number(s) I Current Status
CSLB:905493 I Active
Registration Date
06/26/2018
Expirabon Date
06/30/2019
Attachment "B"
•• CONTRACTORS STATE LICENSE BOARD
Contractor's License Detail for License # 905493
DISCLAIMER: A license status check provides information taken from the CSLB license database. Before relying on this information, you should be aware of the following limitations.
CSLB complaint disclosure is restricted by law (B&P 7124.6) If this entity is subject to public complaint disclosure, a link for complaint disclosure will appear below. Click on the
link or button to obtain complaint and/or legal action lnfonnation.
Per B&P 7071.17 , only construction related civil judgments reported to the CSLB are disclosed.
Arbitrations are not listed unless the contractor falls to comply with the tenns of the arbitration.
Due to workload, there may be relevant infonnatlon that has not yet been entered onto the Board's license database.
his license is current and active.
II Information below should be reviewed.
----·-·--··
10 -ELECTRICAL
7 -LOW VOLTAGE SYSTEMS
16-FIRE PROTECTION CONTRACTOR
ond Amount: $15,000
ffectlve Data: 01/01/2016
Business Information
H C I SYSTEMS INC
1354 S PARKSIDE PL
ONTARIO, CA 91761
Business Phone Number:(909) 628-m3
Entity Corporation
Issue Data 10/24/2007
Reissue Data 02/20/2008
Expire Date 02 /29/2020
License Status
Classifications
Bonding Information
Contractor's Bond
Data current as of 8/6/2018 9:00:06 AM
�
.is.license fiiedaCo-ntractor's Bond with WESTERN SURETY COMPANY.
ond Number: 70439167
ontractor's Bond Histo�·---------------------------J
Bond of Quallfylng Individual
The qualifying individual H ANY IBRAHIM DIMITRY certified that he/she owns 10 percent or more of the voting stock/membership
interest of this company; therefore, the Bond of Qualifying Individual is not required.
Effective Date: 02/20/2008
The qualifying individual CURTIS WAYNE VANCE certified that he/she owns 10 percent or more of the voting stock/membership
interest of this company; therefore, the Bond of Qualifying Individual is not required.
Effective Data: 07/16/2018
Workers' Comgensation
__J
Attachment "B"
This license has workers compensation insurance with the FEDERAL INSURANCE COMPANY
Policy Number:54309498
Effective Date: 09/01/2017
Expire Date: 09/01/2018
Workers' Compensation History
Miscellaneous Information
02/20/2008 -LICENSE REISSUED TO ANOTHER ENTITY
Personnel listed on this license (current or disassociated) are listed on other licenses.
Attachment "B"
c:::1Ci3
Dh>AATM!NT OF CONBUM6A �FAlflll
ALARM
License No. AC07180
Receipt No. 886
HCI SYSTEMS, INC.
1354 S PARKSIDE PL
ONTARIO, CA 91761
·111· a·ccordanc� with the ·provisions of : Division: )., Chap.u,r 1.1.8. Df fb'e B.o�iness ... aii� Prof�ss_ions Code, the comp�ny . r.iam-ed hereo¥\ is·-lssu·ed �n Alarm.. ·Company Opeoiitof License RsnewaJ.. . .
NON-TRANSFERABLE - - - --POST IN PUBLIC VIEW -- - - -
r·i:� bS
�9H6 V':J 'Ol�Vl.NO llZOOOO ·1d 3QIS>t�Vd S ;,g£ � 11!1·oNI ·s�31SAS l':JH �
WPIACO 101201!
Z006-86lg6 V':J OlN31/'J�OVS lS3M zoo686 xoa Od S30IA�3S 3/\11 VElU.S3/\NI ONV ,Ul�no3S ::10 mt3�ns
Attachment "B"
1
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
Attachment C
SELF-DEALING TRANSACTION DISCLOSURE FORM
In order to conduct business with the County of Fresno (hereinafter referred to as “County”),
members of a contractor’s board of directors must disclose any self-dealing transactions that
they are a party to while providing goods, performing services, or both for the County. A self-
dealing transaction is defined below:
“A self-dealing transaction means a transaction to which the corporation is a party and in
which one or more of its board members has a material financial interest”
The definition above will be utilized for purposes of completing this disclosure form.
INSTRUCTIONS
(1) Enter board member’s name, job title (if applicable), and date this disclosure is being
made.
(2) Enter the board member’s company/agency name and address.
(3) Describe in detail the nature of the self-dealing transaction that is being disclosed to
the County. At a minimum, include a description of the following:
a. The name of the agency/company with which the corporation has the
transaction; and
b. The nature of the material financial interest in the Corporation’s transaction that
the board member has.
(4) Describe in detail why the self-dealing transaction is appropriate based on applicable
provisions of the Corporations Code.
(5) Form must be signed by the board member that is involved in the self-dealing
transaction described in Sections (3) and (4).
2
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
(1) Company Board Member Information:
Name: Date:
Job Title:
(2) Company/Agency Name and Address:
(3) Disclosure (Please describe the nature of the self-dealing transaction you are a party to):
(4) Explain why this self-dealing transaction is consistent with the requirements of Corporations Code 5233 (a):
(5) Authorized Signature
Signature: Date: