Loading...
HomeMy WebLinkAbout304651 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 AGREEMENT This AGREEMENT is made and entered into this ___ day of _____ , 2018, by and between the COUNTY OF FRESNO, a political subdivision of the State of California, ("COUNTY"), and Geil Enterprises Inc., dba Valley Security & Alarm, a California corporation, whose address is 1945 N. Helm Ave, STE 102, Fresno, CA 93727, ("CONTRACTOR"). W I TN E S S E T H: WHEREAS, COUNTY has a need for Alarm System -Maintenance, Repair, Inspection, and Monitoring services for County facilities; and WHEREAS, COUNTY issued Request for Quotation 18-061 ("the RFQ"), which solicited bids from qualified vendors to provide Alarm System -Maintenance, Repair, Inspection, and Monitoring services; and WHEREAS, CONTRACTOR submitted the most responsi ve bid for providing the services requested in the "Section 3 -Intrusion Systems" sections of the RFQ and is qualified and willing to perform these services as described in the CONTRACTOR'S response to the RFQ ("the Response"). NOW, THEREFORE, in consideration of the mutual covenants, terms, and conditions herein contai ned, the parties agree as follows: I.OBLIGATIONS OF CONTRACTOR A.CONTRACTOR shall provide services to intrusion alarm systems at various County facilities, as described under the "Section 3 -Intrusion Systems• sections of the RFQ, in accordance with specifications, requirements, terms, and conditions of the RFQ and the Resp onse, which are attached as Attachment "A" and Attachment "B", respectively and incorporated by this reference. B.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 the work to be done. Information pertaining to applicable Prevailing Wage Rates may be found on the Agreement No. 18-652 6th November 1 IN WITNESS WHEREOF, the parties heretp have executed this Agreement as of the 2 day and year first hereinabove_ written. 3 4 CONTRACTOR 5 6 7 .8 9 10 11 '12 13 14 15 16 17 18 19 20 21 22 . 23 24 25 ,26 27 Roy Hernandez, President Geil Enterprises Inc., dba Va ey Security &Alarm 1945 N. Helm Ave, STE 102.:.., Fresno, CA 93_727 FOR ACCOUNTING USE ONLY: ISD -Security ORG No.: 8970-. I Account No.: '7205 Fund: 1035 Subclass: · 10000 28 \' ' 11 COUNTY OF FRESNO s Q. Cli · e . f the Board of Supervisors of the County of Fresno ATT_EST: . Bernice E. Seidel Cierk of the Board of Supervisors County of Fresno, State of California 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.__L. The Request for Quotation (RFQ) has been signed and completed. 2./ Addenda, if any, have been signed and included in the bid package. 3.___L_ The completed Reference List as provided with this RFQ. 4.�The Quotation Schedule as provided with this RFQ has been completed, price reviewed foraccuracy and any corrections initialed. 5. V Indicate all of bidder exceptions to the County's requirements, conditions and specifications--as stated within this RFQ. /\laJ#G 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.V 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. 11. / Return checklist with RFQ response. / Completed RFQ in pdf format, electronically submitted to the Bid Page on Public -- Purchase. 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" 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 officer or employee. Except as noted on individual items, the following will apply to all items in the Quotation Schedule: • A cash discount of N/4 % tJ /(>c days will apply. County does not accept terms less than 15 days.C"ltL t;l'l�[GRJ:fl-l4bi ir/c .. l2!!>A Vkci6y {0('ul!;fi �l A,/dt!Z:ltlCOMPANY t {li§' tJ. U6LM Ai/6. 5urC6 tc>-:zAD RESS 6.1. G�/{o CA C/3 z;;_ 7 CITY "'STATE ZIP CODE .--,.,, ?, (Fl �11 'f_ f3S:-)3 � 0 d c. <-t+'c:S � u .. If Q. '1 kc !:f c: t-...CSIMILE NUMBER E-MAIL ADORE o.. .,,cJ � f" l' ..,._ ' RE <?-o l f:\:e..r...,. 9:.., of L--\,, PRINT N TITLE Purchasing Use: HS:st ORG/Requisition: 8970 / 9701800048 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 .... --.. • C: 0-"' 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) JO RFC 18-061 COMPANY NAME: SIGNATURE: NAME & TITLE: Purchasing Use: HS:st 03- (PRINT) ORG/Requisition: 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, 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 l2) TO RFC 18-061 COMPANY NAME: G, e ,'/ 6·:0 �C! c,a r,�.scJ ,...:C>, c·. d �c.... {)o. II �t .5 er Y.cd:7 "i ,f /4 r-.,(PRINT) � .. SIGNATURE: NAME & TITLE: 1 (PRINT) Purchasing Use: HS:st:yj 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 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, 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. D Yes, we will extend contract terms and conditions to all qualified agencies within the Central Valley Purchasing Group and other tax supported agencies. 121 No, we will not extend contract terms to any agency other than the County of Fresno. ZcsS-(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 S8854 legislation will be complied with. Attached is verification of the DIR registration. (Authorized Signature) Title 100000 <coS''{ DIR Number 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" Quotation No. 18-061 Page 16 VENDOR MUST COMPLETE AND RETURN WITH REQUEST FOR OUOTATION. 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: CO u r{['I Q[ ffL�6tf O Contact: ,[6/2,J2. Y /VJ t: [2._fl I 5 Address: ';). J-;2.. .,. � City: - f_. , .0 Phone No.: { ,57 ) �tQ - / 72:J Date: Service Provided: [3 u.J2&-Lk[t /tk:lr.fll\l\ State: CJl Zip: 1001= 10 . -----L......!��:..=........,,.........._�-.-----State: (! A:·Zip: 9:3 ·7 / ( Phone No.: { :i5!/_ ) :?: :? S--h 3 b.3 Date: :bo Q ;i.., TO Pf2ftf6GA CService Provided: /3 ul2GLPc. 12. kk:Al2&·Lt. .. F,/2¥1" k LA;12/'( t Address: City: Phone No.: Service Provided: Failure to provide a list of at least five (5) customers may be cause for rejection of this RFQ. 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 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 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: No 5LLB to/\lrt2:1v:.rof2 t 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" CONTRACTOR STATE L CENSE BOARD Contractor's License Detail for License # 818340 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 information. Per B&P 7071.17 , only construction related civil judgments reported to the CSLB are disclosed. Arbitrations are not listed unless the contractor fails to comply with the terms of the arbitration. Due to workload, there may be relevant information that has not yet been entered onto the Board's license database. :This license is current and active. I All information below should be reviewed. \C10 -ELECTRICAL Business Information GEIL ENTERPRISES INC dba VALLEY SECURITY & ALARM 1945 N HELM STE 102 FRESNO, CA 93727 Business Phone Number:(559) 495-3000 Entity Corporation Issue Date 03/25/2003 Expire Date 03/31/2019 License Status Classifications Bonding Information Contractor's Bond Data current as of 7/31/2018 12:01 :06 PM !This license filed a Contractor's Bond with AMERICAN CONTRACTORS INDEMNITY COMPANY. !Bond Number: SC1033163 !Bond Amount: $15,000 !Effective Date: 01/01/2016 !Contractor's Bond Histo Bond of Qualifying Individual ffhis license filed Bond of Qualifying Individual number SC1044204 for JEFFREY DEAN STEPHENS in the amount of $12,500 with !AMERICAN CONTRACTORS INDEMNITY COMPANY. iEffective Date: 03/02/2009 iBQl's Bond History Workers' Compensation !This license has workers compensation insurance with the ZURICH AMERICAN INSURANCE COMPANY \Policy Number:WC0381057 /Effective Date: 07/01/2015 !Expire Date: 07/01/2019 lWorkers' Compensation History Attachment "B" 7/31/2018 California Department of lndustri�I Relations -Contact DIR �r,JJ� [Q)@P®�ffl@lrJi! @l! �lrJ©)QJJ�{t�l!)� [R(@�l!){tij@ln)� Labor Law Cal/OSHA -Safety & Health Workers' Comp Self Insurance Apprenticeship Director's Office Boards Public Works Public Works Contractor (PWC) Registration Search Public Works Contractor (PWC) Registration Search Enter at least one search criteria to display registered public works contractor(s) matching your selections. Note: Search results will display all of the public works contractor registrations, both current and expired. Make sure the proper registration fiscal year is selected when performing a search. Registration Fiscal Year: PWC Registration Number: Contractor Legal Name: License Number: County: I 11112018 -6/30/2019 11000006054 !Geil Enterprises, Inc. y] '8 __ 18_3_4_0 _______ ] Contractor License Lookup !FRESNO •] Search Reset This is a listing of PWC registrations pursuant to Division 2, Part 7, Chapter 1 ( commencing with section 1720 of the California Labor Code.) Export as: Excel I PDF Search Results One registered contractor found. 1 Attachment "B" 7/31/2018 California Department of Industrial Relations -Contact DIR i Details Legal Name !R�gistratio� j CountyI I Number j GEIL . j View ENTERPRISES,! 10000060541 FRESNO INC. ! I About DIR Who we are DIR Divisions, Boards & Commissions Contact DIR Bac.k to Top Privacy Policy Disabilif"v h.cc0mmodation Site Help lei� .i i FRESNOI - i- . I -·-..• -I I �::�::mber(s)I �:::1 �:��stration I �:=ration I . �---__ ) -·' --· ·+ . ··-·---ll OTHR:AC05718 1� I I i I OTHR:818340 , Active / 06/01/2018106/30/20191 ' : ! v2.20171120 Work with Us Jobs at DIR Licensing, registrations, certifications & permits Required Notifications Public Records Requests Learn More Acceso al idioma Frequently Asked Questions Site Map Conditions of Use Disclaimer Standard Browser l lsability Features Copyright© 2017 State of California .,,,, Attachment "B" 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 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: 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. COMPLY/ NOT COMPLY C a ,-,, '° I "1 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.Ncr\-Co t1"1'-JO l y 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 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." 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 BIDDER TO COMPLETE THE FOLLOWING: 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. Page 24 COMPLY/ NOT COMPLY 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. /V e1-\:-C. t1 """'-I' (., 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. ,A.J d � Co .-i,e ( l **Please Note: Failure to comply to all services requested will not automatically disqualify any Bidder. 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" VALLEY SECURITY ALARM 1945 N. Helm, Ste. 102 • Fresno, CA 93727-1614 • 559.495.3070 • Fax 559.485.5380 • www.valleysecurityandalarm.com • C-10 #818340 • Lie #AC05718 County of Fresno - RFQ 18-061 Comply/Not Comply Not comply was marked on paragraph numbers 4, 5, 10 and 11. All of those paragraphs relate to Notifier systems and fire alarm systems that Valley Security & Alarm is not bidding on. They �re not applicable to our submission package. 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. LEVELi LEVEL II LEVEL Ill Technician *Regular **Over- Regular Over-Regular Over- � Time Time Time Time Time Time $ /i5�r $ I Bo 1hr $ /35'�r e CA' IC' $ 1eo'1hr Journeymen $ I () ,1hr $ / 3:, 1hr *$ $ $ $ $ $ *$$ $ $ $ $ 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. C ""4. "9 «-5 b �:I\ '-"'� � k'e....c..<..., "\•;,It. 1 �a: v� o.. � ( c:1 c. c. \-:t"' -'"'-d e...'\.J. "" cv-,.a(�-\;tt" ak k"-<t.-...�etc .,,·......,q__ .:� � ;u Q._..; ** Define regular time and overtime in the space provided below. Indicate and define rates other than regular and overtime that might apply. 1L ca� � ( 14.' ,k-,·...,, � i j � Q.....�'-' -c. � � r .'�a �c.'olc:i-, . JJ.l( o kke...( +1 1 "'-E!J ,'"c...l�cl,�j t' .5 Cl ��( +.· .--t_ ' Indicate below any minimum charges that would apply to emergency services. M ."""':II'-""'� ok k-u,o ( .,_ J � o ""'J c__L.c-.r-5 e.J ca� °" (( c:-(/.s. 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" Quotation No. 18-061 Page 44 (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 �lCl-.,L �,Q.. ""'� �Le..l .SQ....('v,·c.e.-� prov·,�J ________ _ ¢...\::::te C k'� o-� sl..-�Q.. 6 p CLC: -,� ,'ff?_t;/ i""\ � �-��--G....-=-=-=---· _____ _ 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 EPrt(ef-/ lJ-v-zAn 'itL.-4:.M N f 712 If 2 2 � �, LL-72.nt:e.6 C:2t1"fh:--r R-&12 v 1fteco ,_ 3o?.. _l _ __,_1_()_!-__ _ Rt0e@ep CB/?'"kr;f l{otlGt<JGkk 10-1.rl(} .,. i � fv,N21< {l&tft:ktcr �1ctr.1R 1/tPLoo{).,JlR"l-f /7 cp 11.J)ftoJD6C�Ct,;R Eo2·ct1 80'-:l. I '-f q o_o (}�J&t 6&:0d{ l)Gr6er.og tto,.f r;tw&LL f{J7�!J I S-0 � ft/fltp €1.carru, eeu l.fo,lf3YuJf;lL ff tr7t>oD f 7-�f'� CoJVfl?oL{eo1ttAu1l1c411z.12 lo5ek{ D2,ct12 G-V'i t '-/7 o �? 1<6'-ll>kD /lo,6�td 12t :;..; s-I ? �f <'J *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.). . -J '°' VO• C.0 -. pc-c: o G:\PUBLIC\RFQ\FY 2017-18 \18-061 ALARM SYSTEMS- MAINTENANCE, REPAIR, INSPECTION, AND MONIT ORING\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. tJ/A 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" 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 445 S. CEDAR 4455 E. KINGS CANYON RD. 500 SO. BARTON CONTROL PANEL CADDX NXB CADDX 8900 CADDX 8900 NAPCO BFC NAPCO BFC NAPCO BFC ADEMC0411 CADDX 8900 ADEMC0411 CADDX RANGER 8900 RANGER 8600 Bosch D7412GV3 Bosch D7412GV3 BOSCH D2212B CADDX NX8E QUOTATION SHEET SECTION 3 INTRUSION SYSTEMS ··10 YR X X X X X X X X X X X Description KEARNEY PARK MAIN OFFICE CARPENTER SHOP GAS\WELDING SHED STORAGE# 1 STORAGE# 2 STORAGE# 6 KEARNEY MANSION CARRIAGE HOUSE KEARNEY MAIN YARD WAREHOUSE TICKET BOOTH DSS STORAGE DSS 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 $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ 18-061 REVISED EXHIBIT C IA ANNUAL INSPECTION /MAINTENANCE (EACH) foi. 00 b 'i, 00 (:, '-It �o I ;2._'J,00 I �'JI t:>Db '-/' 00 ( "2 '6, 6?0 ht/-. {)-0 (:; '-I, GJO I ;z<a .. oo h if, tJ-0 h'i, 00L t.f. l!JOl '7 'i, or() Cf b ., 00 Attachment "B" Intrusion Alarm Systems 16. 17. 18. 19. 20. 21. 22. 23. 24. 25. 26. 27. 28. 29. County Building No. 313 314 315 317 318 320 320-1 326 332 333 334 335 336 343 Address 4449 E. KINGS CANYON RD. 4450 E. KINGS CANYON RD. 4499 E. KINGS CANYON RD. 4441 E. KINGS CANYON RD. 435 BOYD 515 CEDAR 515 S. CEDAR 4411 E. KINGS CANYON RD. 4408 HUNTINGTON 4417 E INYO 4445 E INYO 4447 E. KINGS CANYON 4463 E. KINGS CANYON 4452 E. KINGS CANYON CONTROL PANEL Bosch D7412GV3 CADDX NX8E Bosch D7412GV3 CADDX NX8E Bosch 07412GV3 BOSCH D2212B BOSCH D2212B Bosch D7412GV3 ADEMCO VIST A-20 ADEMCO VISTA-20 ADEMCO VISTA-20 ADEMCO VISTA-20 ADEMCO VISTA 20 ADEMCO VISTA-20 QUOTATION SHEET SECTION 3 INTRUSION SYSTEMS **10 YR X X X X X Description COMMISSARY UPPER/LOWER FLS GARDENER SHOP BARTON BLDG. MAIN MENTAL HEAL TH HUNTINGTON HALL PATHS PLAY AREA MODULAR BUILDING MODULAR A MODULAR B MODULAR C MODULAR E MODULAR F 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) /�&.o o ( ;2 'i IC�/bo,ov 01, cc �tf ,, 00 fo¥., ({)D b'i.D O �'1,00 ��� tJO b''-/, ,;,() hL/. bOl,lf JD D0·'1. ()0bef, 00 Attachment "B" Intrusion Alarm Systems 30. 31. 32. 33. 34. 35. 36. 37. 38. 39. 40. 41. 42. 43. 44. County Building No. 340 341 348 349 400 401 404 406 409 413 415 420 427 433 437-1 Address 4468 E. KINGS CANYON RD. 4468 E. KINGS CANYON RD. 4590 E. KINGS CANYON RD. 4590 E. KINGS CANYON RO. 1721 SO. MAPLE 1721 SO. MAPLE 1730 SO. MAPLE 1731 SO. MAPLE 4551 E. HAMILTON 4552 E. HAMIL TON 4535 E. HAMIL TON 4551 E. HAMILTON 4551 E. HAMIL TON 4551 E. HAMIL TON 4525 E. HAMIL TON CONTROL PANEL Bosch D7412GV3 CADDX NX8V2 CADDX NXBV2 EDISON NETWORX NX-148 Bosch D7412GV3 NETWORK NX6 Bosch D7412GV3 BOSCH 84512 CADDX NX8V2 CADDX NX8E Bosch D7412GV3 NETWORK NXBV2 NETWORK NX-8E CADDX RANGER Bosch D7412GV3 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 8/M CARPENTER SHOP COOPERATIVE EXTENSION LAB / WAREHOUSE 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 2 1 2 1 2 1 1 2 2 2 2 1 $ $ $ $ $ $ $ $ $ $ $ $ $ $ 18-061 REVISED EXHIBIT C IA ANNUAL INSPECTION /MAINTENANCE (EACH) b'-/. O{) b'-1 I 00 l 7-. �, 00 lf fc r CIO /q 2 ,.00h'1, 00btf, 00 I ;i�. ooI ').-'6 i t;;,O ( b·O, co/q2,oo t., 1./. DO I q;;... 00 (s '-I£ ()0 lo i/, 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. HAMIL TON 1730 SO. MAPLE 4525 HAMIL TON 742 SO. 10th 742 SO.10th 808 so. 10th 810 S. 10th 1020 S 10th ST 940 so. 10th 748 SO. 10th 890 SO.10th 1100VAN NESS 2281 TULARE ST. 2281 TULARE ST CONTROL PANEL Bosch D7412GV3 CADDX NX83 Bosch D7412GV3 CADDX NX148 CADDX 8600 & IVONICS FA200 NETWORK NX8V2 ADEMC04219 Bosch D7412GV3 NETWORK NX 8V2 CADDX 8600 NETWORX NX-8E SILENT KNIGHT 1410 NETWORK NX -148 BOSCH D7412GV3 BOSCH D7412GV3 QUOTATION SHEET SECTION 3 INTRUSION SYSTEMS .. 10 YR X X X X X X X X Description WAREHOUSE C-TRAIN AG. COMMISSIONER ANNEX PURCHASING GATED LOT JUVENILE COURT BUILDING MAINTENANCE PROBATION SPECIAL SRVS. ASHTON CENTER COMPUTER SERVICES CSD ANNEX D.A. JUVENILE UNIT JUVENILE PROBATION ADMIN PARK MOOT OFFICE HALL OF RECORDS 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) Cfb i DD 9b,oo { 9�. 00b '-/: OD (;g,{)D hL/, 00 i�,00 { :z '6 t 00 b'1.oo ctb ,00 ( 'J-.� ,00 I q :i ,oo l? 'i' <O()CJ" I O(()h't F oO Attachment "B" Intrusion Alarm Systems 60. 61. 62. 63. 64. 65. 66. 67. 68. 69. 70. 71. 72. 73. 74. County Building No. 603-3 603-4 603-5 603-6 610-1 610-2 610-3 610-4 610-5 610-6 610-7 610-8 612 621 642 Address 2281 TULARE ST. 2281 TULARE 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 BOSCH B4512 BOSCH B4512 BOSCH D7412GV3 BOSCH B5512 CADDX NX8 BOSCH D7412GV3 MOOSE Z1100 CADDX 8900 BOSCH D7412GV3 BOSCH B4512 BOSCH B5512 BOSCH B5512 BOSCH D7412GV4 QUOTATION SHEET SECTION 3 INTRUSION SYSTEMS **10 YR X X X X X X X Description 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 1 1 $ $ $ $ $ $ $ $ $ $ $ $ $ $ 18-061 REVISED EXHIBIT C IA ANNUAL INSPECTION /MAINTENANCE (EACH) b'-1. 00 bt-f . ()0 l,'-/ � 0 (J �L-{"00 fr, '-I� 01) / .7-�, 00b'-1 # 00 b'i�oo b '-I. DO b�, ODb11, DO {;'-{. OD I')_ tjf I DO /1-8 .oo (, L/, oO Attachment "B" Intrusion Alarm Systems 75. 76. 77. 78. 79. 80. 81. 82. 83. 84. 85. 86. 87. 88. 89. County Building No. 649 650 658 662 663 664 716 800 801 802 803 804 805 806 808 Address 333 W PONTIAC WAY 205 W PONTIAC WAY 1925 E DAKOTA 200 W PONTIAC 200 PONTIAC WAY 3500 PELCO WAY 3150 E. Jefferson 2420 MARIPOSA 1155 FIFTH ST., CLOVIS 944 EAST PERRIN AVE., FRESNO 1812 SEVENTH STREET, SANGER 2200 SELMA ST., SELMA 25 EAST FANTZ AVE., EASTON 8781 MAIN ST., SAN JOAQUIN 1130 EAST PARLIER AVE., PARLIER CONTROL PANEL BOSCH 4512 BOSCH 4512 BOSCH 4512 ADEMCO VISTA 20 ADEMC0620P CADDXNX-8 ADEMCO VISTA 32FB CADDX NX-8 CADDXNX-8 ADEMCO VISTA 20P CADDX NX-8 ADEMCO VISTA 20P 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 1 1 1 $ $ $ $ $ $ $ $ 18-061 REVISED EXHIBIT C IA ANNUAL INSPECTION /MAINTENANCE (EACH) I;:_ �;00 (7-9' �DO { ;z_�C 00 I�<£� DO I ;i..�. 6'0 I ;i_'B�DO G q, oo (</2 .00 C/h I OD qt-,� DO 9{,�0 0 qb�orJ 1/a,O() q�, 1Tb 9b� oO 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 Address 1027 E. STREET., 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 629 W. DAKOTA AVE. FRESNO 7170 N. SAN PABLO AVE., PINEDALE 1246 BELMONT AVE., MENDOTA 3821 N CLARK 2025 E DAKOTA 3151 N MILLBROOK 15081 W. KEARNEY PLAZA, KERMAN 13382 S. HENDERSON RD, CARUTHERS CONTROL PANEL CADDXNX-8 ADEMCO VISA-128FB VISTA 50 BOSCH 64512 CADDX NX-8 CADDX NX-8 BOSCH 4512 CADDXNX-8 ADEMCO VISTA 20 RADIONICS BOSCH 4512 BOSCH 4512 BOSCH 4512 ADEMCO VISTA 32FB ADEMCO V50 QUOTATION SHEET SECTION 3 INTRUSION SYSTEMS ··10 YR Description 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 DBH PANIC KERMAN BRANCH LIBRARY CARUTHERS BRANCH LIBRARY SERVICE DESCRIPTION IA 1 1 1 1 1 1 1 1 1 1 1 1 $ $ $ $ $ $ $ $ $ $ $ $ 18-061 REVISED EXHIBIT C IA ANNUAL INSPECTION /MAINTENANCE (EACH) 9h l oo 1'7. (:) f{) 1b�o v CJ·�, O(f}C/ b, (;10C/b .. Do 'j b, OfJq b. €><0 qb,oo C/b,OO b'i, 00 bt/,a? 0 t-/ ,,DO CJ�. oOq � ,OtO Attachment "B" Intrusion Alarm Systems 105. 106. 107. 108. 109. 110. 111. 112. 113. 114. County Building No. L884 923 923-1 965 965-1 975-1 983 983-1 7189 1825 Address 1404 L STREET 3625 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 N CEDAR CONTROL PANEL MAGNUM 900 CADDX 8900 CADDX NX8E CADDX NX8 CADDX NX8E CADDX NX8E CADDX NX8E CADDX NX8 ZANS 400 BOSCH 4512 QUOTATION SHEET SECTION 3 INTRUSION SYSTEMS ••10 YR X X X Description SOCIAL SRVS. "L" STREET AVACADO LAKE WAREHOUSE# 2 TICKET BOOTH LOST LAKE WAREHOUSE LOST LAKE TICKET BOOTH LATON PARK TICKET BOOTH SKAGGS BRIDGE WAREHOUSE SKAGGS BRIDGE TICKET BOOTH AMERICAN AVE DISPOSAL BETTY RODRIGUEZ LIBRARY SERVICE DESCRIPTION IA 1 1 1 1 1 1 1 1 Grand Total $ $ $ $ $ $ $ $ ! 18-061 REVISED EXHIBIT C IA ANNUAL INSPECTION /MAINTENANCE (EACH) 11;.. t 0017 8,oo / 7 8 �o0 /7�.oD 17�.oo I 19�D 0 I 78 ,,DO { 7fJ�D() /7R.on � Cf " " O(jjIL b.32, oo 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: