sunnyside unified school district no


[PDF]sunnyside unified school district no - Rackcdn.com10ba4283a7fbcc3461c6-31fb5188b09660555a4c2fcc1bea63d9.r13.cf1.rackcdn.com...

14 downloads 235 Views 114KB Size

INVITATION FOR BID NO. B-15-10-15 BID DUE DATE: Monday, May 19, 2014 @ 2:00 p.m. LOCATION:

SUNNYSIDE SCHOOL DISTRICT PURCHASING DEPARTMENT 2241 E. WIEDING ROAD TUCSON, ARIZONA 85706 (520) 545-2052

Material and/or Service: The Inspection and Testing of Fire Alarm Systems, their initiating devices, and notification appliances in accordance to NFPA 72 (2002 edition). In accordance with School District Procurement Rules in the Arizona Administrative Code (A.C.C.) promulgated by the State Board of Education pursuant to A.R.S. 15-213, Bids for the material or services specified will be received by the Sunnyside School District, at the above location, until the time and date cited. Bids received by the correct time and date shall be opened and the name of each bidder, the amount of each bid, and other relevant information deemed appropriate by the school district shall be recorded. All other information contained in the Bid shall remain confidential until award is made and the bids submitted by bidders and all information contained within will be available for public inspection. Late bids will not be considered. Bids must be submitted in a sealed envelope and marked plainly on outside of envelope the invitation for bid number, the bidder’s name, and address. Bids must be submitted on the forms provided by this office; otherwise, they will not be considered. SUSD reserves the right to accept or reject any bid or any part thereof; unless specified otherwise, and to waive any informalities in any bid (for any reason whatsoever), deemed by us to be for the best interest of the District. Any questions related to a request for bid shall be directed to the contact person whose name appears below.

CONTACT PERSON: Rick Moreno, Fire Safety Specialist PHONE NUMBER: (520) 867-5584 DATE: 5/2/14 VENDORS ARE STRONGLY ENCOURAGED TO CAREFULLY READ THE ENTIRE INVITATION FOR BID.

Authorization: Debra Helmey, Procurement Specialist EMAIL: [email protected]

1

GENERAL INFORMATION, INSTRUCTIONS AND REQUIREMENTS: Purpose This solicitation is to acquire The Inspection and Testing of Fire Alarm Systems, their initiating devices, and notification appliances in accordance to NFPA 72 (2002 edition) needed for the Sunnyside Unified School District No. 12 in order to comply with the State Fire Code (State Fire Marshal). Terms and Conditions 1. The submission of a bid will indicate that the bidder has read the terms and conditions, understands the requirements and that the bidder can supply items specified. 2.

No contract exists on the part of the school district until a written purchase order is executed. Issuance of a purchase order will be considered sufficient notice of acceptance of contract.

3.

Prices shall be stated in units as specified (excluding sales tax) and the extension (excluding sales tax) on each item in the bid. In the event of conflict between the unit price and extension, the unit price shall govern.

4.

Failure to examine any specifications and/or instructions will be at bidder’s risk.

5.

All prices shall be F.O.B. Sunnyside Unified School District No. 12.

6.

Payments shall comply with the requirements of A.R.S. Titles 35 and 41, Net 30 days. Upon receipt and acceptance of goods or services, the Contractor shall submit a complete and accurate invoice for payment from the School District within thirty (30) days. The Purchase order number must be referenced on the invoice.

7.

Any contract issued from this bid is subject to cancellation pursuant to A.R.S. 38-511.

Samples 1. Samples may be requested after bid opening. Samples must be provided, if requested, within one week of request (unless other arrangements have been made). Otherwise, bidder will not be considered. The samples received will be used to determine quality, durability, and compliance with bid specifications. All sample(s) are to be of the same quality as those to be supplied by the successful bidder(s) upon bid award. They must be tagged showing item number and company name. They shall be free of charge and be submitted and removed by the bidder at their expense. Award samples may be held for comparison with deliveries. The district shall not be held responsible for any sample damaged or destroyed in examination or testing. Samples not removed within thirty days after notice to the bidder will be regarded as abandoned and the School District shall have the right to dispose of them as it’s own property. Brand Name 1. Specific brand of merchandise, supplies, or equipment used in the specifications is done to indicate general character or quality desired, or to match an item already in use. Such references are not intended to limit or restrict bidding by other vendors. 2.

If specific items are not available, please bid on suitable alternates. Bidder must be prepared to submit a sample of alternate at no cost to the District.

3.

Consideration will be given to bids on other brands quoted as “equal”. However, the Sunnyside Unified School District will be the sole judge on the question of “equal quality”. After each item, full brand name, model number, etc., must be written on the bid form by all bidders. If “other brand” is not shown in writing on the bid form, it will be assumed that bidder is quoting on the specified item and bid will be awarded accordingly.

4.

Descriptive literature must accompany all bids.

2

Compliance with Specifications Sunnyside Unified School District reserves the right to cancel order and return any item awarded on bid; if after delivery, it is found not matching minimum specifications, or of poor quality, or not matching sample provided, or delivery is later than specified in bid. Delivery of Bid Item(s): 1.

Delivery to be F.O.B. Sunnyside Unified School District No. 12. Prompt delivery is of the essence and may be a factor in bid award. Bidder must indicate delivery time following receipt of a purchase order on the bid form.

2.

Failure to deliver order within the specified time frame may result in purchase order cancellation.

Price Clause 1.

Prices must be firm for a period of sixty days following opening of sealed bid unless otherwise stated in the terms of the contract period. After initial contract term and prior to any contract renewal, the Sunnyside School District will review fully documented requests for price increases and may at its sole option accept any changes or cancel from the contract those items concerned. The vendor shall likewise offer any published price reduction, during the contract period, to the District concurrent with its announcement to other customers. All price adjustments will be effective upon acceptance of the SUSD Purchasing Department.

2.

In the best interest of the district, we reserve the right to increase or decrease quantities as shown, or to place subsequent orders with successful bidder(s).

Tax Requirements 1.

Bidders located in Arizona shall add sales tax to total of bid. (Do not include tax with individual items).

2.

Bidders located outside of Arizona shall indicate tax charged, and the School District shall pay the tax to bidder.

Bid Protest Any formal protest of bid must be filed with Kenneth Kmak (District Representative), 2238 East Ginter Road, Tucson, Arizona 85706, phone number (520) 545-2043 Protest shall be filed within ten days after the protester knows or should have known the basis of the protest, whichever is earlier. Evaluation Criteria 1.

Bid award(s) to be on a per item, all or none, group of similar item(s) basis, or whatever is in Sunnyside School District’s best interest.

2.

The Sunnyside Unified School District reserves the right to evaluate and/or purchase any item whether offered at a higher or lower price, within reason, if we consider it to be in the best interest of the District. The School District’s decision shall be final. Price alone may not be the sole factor in making bid award(s).

3.

Bid award(s) to be made to the lowest responsible and responsive bidder whose bid conforms in all material respects to the requirements and evaluation criteria set forth in the invitation for bids.

4.

The bid will be initially evaluated for conforming to the requirements of the IFB. All those responsible and responsive bidders who met the technical requirements will then be evaluated for pricing and specifications of products/services.

3

5.

The evaluation criteria for this solicitation are as follows: 1) conformance to the terms and conditions in the solicitation; 2) completeness of the bid and required forms; 3) price; 4) availability of maintenance beyond warranty period: 5) references and past performance information (PPI) review; and 6) other specific evaluations described in R7-2-1031; transportation costs; ownership costs; and/or life cycle costs.

Award Basis 1. The contract shall be awarded to the lowest responsible and responsive bidder whose bid conforms in all material respects to the requirements set forth in the solicitation per R7-2-1031 requirements. 2.

If a vendor receives a contract award, an order is placed and vendor is unable to meet the delivery requirements, meet service requirements, or material that meets the Districts needs as outlined in this Solicitation, or is unable to hold proposal price, or fails to provide product or service within a reasonable period of time, AND/OR fails to provide product complying with the specifications, as determined by the District, the District reserves the right to go to the next lowest proposal price of equal quality which meets specifications. If the item delivered does not meet specifications or is received in an unsatisfactory condition and is in a damaged or unusable condition, or if service is unsatisfactory, vendor must pick up item immediately and replace to each District’s satisfaction at no additional charge, or issue full credit, for service a return visit must be scheduled within 24 hours. Rejected items must be removed from the District’s premises by the vendor upon verbal notification.

TERMINATION FOR CONVENIENCE The school district reserves the right to terminate the contact in whole or in part anytime for the convenience of the school district without penalty recourse. The procurement officer shall give written notice to the contractor of the termination at least thirty days before the effective date of the termination. INSURANCE The successful bidder agrees to obtain and maintain comprehensive general liability insurance with bodily injury limits of $1,000,000 per occurrence, property damage limits of $500,000 per occurrence, including completed operations, personal injury, and contractual coverages. Certificates of Insurance evidencing such coverages will be supplied to SUSD and will have a clause providing that 15 days written notice of proposed action will be given to SUSD by the insurance company before cancellation, reduction, restriction, or limitation of coverage, which notice shall be evidenced by a return receipt of a registered or certified letter. In addition, the successful bidder agrees to obtain and maintain worker’s compensation and employers liability insurance in conformity with state law. INDEMNIFICATION The successful bidder shall indemnify and save harmless SUSD from and against all claims, suits, actions, liability, loss, damage, and expense arising from any negligent action or negligent omission of the vendor or any subcontractor of the vendor under this contract or any of their respective agents or employees in connection with the performance of this contract. SUSPENSION OR DEBARMENT Sunnyside School District may, by written notice to the contractor, immediately terminate this contract if Sunnyside School District determines that the contractor has been disbarred, suspended or otherwise lawfully prohibited from participating in any public procurement unit or other governmental body. Registered Sex Offender Restriction. Pursuant to this bid, the successful bidder by acceptance of award of this bid and a purchase order, agrees by acceptance, that no employee of the successful bidder or a sub contractor of the 4

successful bidder, who has been adjudicated to be a registered sex offender, will perform work on District premises or equipment at any time when District students are, or are reasonably expected to be, present. The successful bidder further agrees by acceptance of this order that a violation of this condition shall be considered a material breach and may result in a cancellation of the order at the District’s discretion. Conflict of Interest. As per A.R.S. #38-503, each bidder is to disclose any substantial interest that they have with a Sunnyside Unified School District employee or Governing Board Member. All parties hereby are put on notice that this Contract is subject to termination if any District employee or Governing Board member has substantial interest in the firm and/or services and has not followed State and District rules governing orders in such interest. Contractor’s Employment Elibility By entering into the contract, contractor warrants compliance with A.R.S. 41-4401, A.R.S. 23-214, The Federal Immigration and Nationality Act (FINA), and all other federal immigration laws and regulations. The District may request verification of compliance from any contractor or subcontractor performing work under this contract. The District reserves the right to confirm compliance in accordance with applicable laws. Should the district suspect or find that the contractor or any of its subcontractors are not in compliance, the District may pursue any and all remedies allowed by law, including, but not limited to: suspension of work, termination of the contract for default, and suspension and/or debarment of the contractor. All costs necessary to verify compliance are the responsibility of the contractor. Terrorism Country Divestments Per A.R.S. 35-392, the School District is prohibited from purchasing from a company that is in violation of the Export Administration Act. Scrutinized Business Operations Per A.R.S. 35-391, the School District is prohibited from purchasing from a company with scrutinized operations in Iran or Sudan. Employee Eligibility Verification Each contractor shall warrant compliance with all federal immigration laws and regulations that relate to their employees and that they have verified employment eligibility of each employee through the E-Verify program. The contractor shall acknowledge that a breach of the warranty shall be deemed a material breach of the contract subject to penalties up to and including termination of the contract. The contractor further acknowledges that the School District retains the legal right to inspect the papers of any contractor or subcontractor employee who works on the contract to ensure compliance by the contractors or subcontractor. Fingerprinting of Employee Requirements A contractor, sub contractor or vendor or any employee of a contractor, subcontractor or vendor, who is contracted to supply services on a regular basis (at least five (5) times during a month) shall at its own expense, obtain a valid fingerprint clearance card in accordance with A.R.S. 41-1758. A copy of the valid fingerprint clearance card shall be supplied to the District upon request. An exception to this requirement may be made as authorized in Governing Board policy. .

5

Bidders who fail to respond to invitations for bids for two consecutive procurements of similar items or services may be removed from the Sunnyside School District master bidder’s list. A notice will be sent if you have not responded to two consecutive bids. SEE PAGE 16 FOR THE OFFER FORM ATTACHED TO THIS SOLICITATION. The top section of this form must be filled out in its entirety with your bid submittal.

Contract Period: It is the intent of the District to award a contract for a one year period beginning July 1, 2014 and ending June 30, 2015 providing all conditions are met during this period of time. The District reserves the right to extend the time of contract as indicated above for thirty (30) day periods up to a maximum of three (3) extensions. Such extensions shall become effective upon mutual written agreement between the District and the vendor(s). SEE PAGE 16 FOR THE OFFER FORM ATTACHED TO THIS SOLICITATION. The top section of this form must be filled out in its entirety with your bid submittal.

PROPOSAL SHEET FIRE ALARM PANELS Please submit bids on a time and material basis for the following: 1.

Simplex Models Hourly rate $_______ Percentage discount off manufacturer's list price for parts

%

Hourly rate for emergency calls after hours $_________ 2.

Edwards Models Hourly rate $__________ Percentage discount off manufacturer's list price for parts

%

Hourly rate for emergency calls after hours $___________

3.

EST Models Hourly rate $________ Percentage discount off manufacturer's list price for parts

%

Hourly rate for emergency calls after hours $__________ 4.

-Siemans Models Hourly rate $_______ Percentage discount off manufacturer’s list price for parts ________% 6

Hourly rate for emergency calls after hours $________________

5.

Notifier Models Hourly rate $__________ Percentage discount off manufacturer’s list price for parts _________% Hourly rate for emergency calls after hours $________________

5.

Hochiki Models Hourly rate $__________ Percentage discount off manufacturer’s list price for parts _________% Hourly rate for emergency calls after hours $________________

Each bidder must provide proof with this bid that they are an authorized factory representative or has been factory trained in the areas being bid of the particular model. Bidder must also be able to provide evidence that they can support any software with the models that are bid upon.

Please indicate your policy for billings over 1 hour but less than 2:

__________________________________________________________________ __________________________________________________________________

SPECIFICATIONS: 1.

Shipping and handling charges will be added onto parts/materials at their costs.

2.

Emergency services are to be furnished at any time.

3.

Service to be performed on an "as needed" basis.

4.

Response time must be within twenty-four (24) hours after

5.

Maintenance is for the period of July 1, 2014 to June 30, 2015.

receipt of call.

SERVICE INFORMATION: Are you a "factory authorized service facility? ____yes ____no

If not, are your service representatives trained to repair Edwards, Simplex, Siemans, Notifier, Hochiki & EST equipment? ____yes ____no

7

Can you support the software of the model you are bidding upon? _____yes ______no

How long will response time be on a service call?______________

Length of time in business in Arizona?_______________________

Is your local technician service staff performing work on fire panels & devices NICET certified?__________________ If so, at what level ______________________ Do you have at least three service staff members locally that can respond to service calls? ____yes ____ no

Name & addresses of Arizona customers using your service for type being bid:

1.________________________________________________________________

2.________________________________________________________________

3.________________________________________________________________

ANNUAL FIRE ALARM INSPECTIONS Sunnyside School District is requesting sealed bids from companies to provide annual inspection of the fire alarm systems in the school district. Inspections shall be performed in full compliance of the State Fire Code with the requirements of NFPA 72(2002edtion) and will be documented using the NFPA 72(2002 edtion) Inspection and Testing Form. Records: A record of all inspections, testing, and maintenance shall be provided to the district in accordance with NFPA 72 (2002 edition). Paper or electronic media shall be permitted. Software-based systems: A copy of any site-specific software that is missing shall be provided to the owner (district). A copy of the software shall be stored in non-volatile non-erasable, non-rewritable memory and shall be stored on-site. Inspections will be performed during normal working hours while school is out of session for summer break (July 1, 2014 through August 10, 2014). This proposal does not include any maintenance or repairs. It is for inspections only.

Indicate your bid proposal below: $_______________________________

8

Qty. 1 1 1 5

Model Simplex 4002 System 3 Universal Alarm Control Simplex 4251-20 Simplex 4251-30 Simplex 2903-9002 Simplex 4080 Simplex 4255-1 Simplex 4050-f

2 5 7 2 5 1 18 22 12 9 1 22 23 18 11 1 9 9 18 6 1 1 1 1

Edwards 4051-25F Edwards Edwards Edwards Edwards 6500 Edwards 4051-25F Edwards Edwards Edwards Simplex 4351-16 N48682 Annunciator Simplex 4050-80 Simplex 4051 Simplex 4259-35 Simplex 4255-5 Simplex WF-5 Simplex OSYS Simplex 3001-9002 Simplex 3009-9801

20

Simplex 2760-9117

2 10 1 1 1 7 20 20

Simplex 810-55 Simplex 4251-30 Simplex 4020 Simplex 4002 Simplex 4315 Simplex 4020 Simplex 4098 – 9601 Simplex 4098 – 9714

Qty. 1 27 27 1 2 8 2

Simplex 4316 Simplex 4251-30 Simplex 4051-60 Simplex 4051-62 Simplex 4255-5 Simplex 4255-6 Simplex 4256-3

2 3 3

Simplex FM 998 Simplex Simplex

28 9 3

Simplex 2099-9201-25 Simplex 2098-9608 Simplex

Simplex 4259-35

Model

Serial # Description

Location

H53336 Fire Alarm Panel

Adminis.

Fire Alarm Panel Pull Station Pull Stations Audio Visual Bells Heat Detectors Horns Batteries Smoke Detectors

Adminis. Adminis. Adminis. Adminis. Adminis. Adminis Adminis. Adminis. Adminis.

Horns P.C.E.C. Pull Stations P.C.E.C. Heat Detectors P.C.E.C. Smoke Detectors P.C.E.C. Fire Alarm Panel M.E.L.C. Horns M.E.L.C. Pull Stations M.E.L.C. Heat Detectors M.E.L.C. Smoke Detectors M.E.L.C. Esperanza Audio Visual Esperanza Horns Esperanza Smoke Detectors Esperanza Heat Detectors Esperanza Water Flow Switch Esperanza Gate Valve Esperanza Security Panel Esperanza Security Control Keypad Esperanza Steel Door Concealed Contact Esperanza Access Station Esperanza Pull Stations Esperanza Esperanza Fire Alarm Panel Sierra M/S Annunciator Sierra M/S Sierra M/S Smoke Detectors Esperanza Smoke Detectors Esperanza

Serial # Description Annunciator Pull Stations Horn/Lamp Comb. Horn/Lamp Comb. Heat Detectors Heat Detectors Explosion Proof Detector Door Holders Water Flow Switch Gate Valves Pull Stations Photo Elec. Det. Water Flow Switch 9

Location Sierra M/S Sierra M/S Sierra M/S Sierra M/S Sierra M/S Sierra M/S Sierra M/S Sierra M/S Sierra M/S Sierra M/S Chaparral Chaparral

19 19 146

Simplex 2091-9803-06 Simplex 2903-9002 Simplex 2098-9464

46 7 11 1 12 12 1

Simplex 2098-9602 Simplex 2098-9464 Simplex 2099-9225 Simplex 2901-9322 Simplex 2903-9101 Simplex 2901-9806 Simplex

1 10 21 1 4

Simplex 4002

& Gate Valves Horns Audio Visual Heat Detectors

Chaparral Chaparral Chaparral Chaparral Gallego Gallego Gallego Gallego Gallego Gallego

Apollo M/S Los Ninos Los Ninos Los Ninos Los Ninos Los Ninos Los Ninos

1 14 1 82 10 8

Auto/Call 4051 Auto/Call 450 WSA-FAA 100 4261-820-802 450 601

Photo Elec. Det. Heat Detectors Pull Stations Bells Audio Visual Horns Water Flow Switch & Gate Valve Fire Alarm Control Horns w/Strobes Pull Stations Annunciator Water Flow Switch & Gate Valve Pull Station Horns w/Strobes Annunciator Smoke Detectors Horns Heat Detectors

6

603

Heat Detectors

Los Ninos

33 10 4 3 24 5

Auto/Call 4051

Pull Stations Horns w/Strobes Smoke Detectors Horns Horn Detectors Horn Detectors

Los Ranch. Los Ranch. Los Ranch. Los Ranch. Los Ranch. Los Ranch.

WSA-FAA 100

Auto/Call 4261-820-802 Auto/Call 450 Auto/Call 601 Auto/Call 603

Qty.

Model

17 6

Auto/Call 450 Simplex 2098-9806

6

Simplex 2098-9649

1 9 1 60 3 18 1 180 4 65

Auto/Call 4051 Auto/Call 450 Auto/Call WSAGA-70 Auto/Call 4261-820-802 Auto/Call 450 Auto/Call 601 Pyrotronics PXL Pyrotronics PE-11 Pyrotronics LED-4 Edwards

30 1 1

Edwards Pytronics CP=35 Simplex WSA

6 1

Simplex 2890-8001 Simplex 2850-8001

1

Simplex 2850-8002

Serial # Description Horns w/Strobes Remote Alarm & Test Station Smoke Detectors Duct Housing Pull Station Horns w/Strobes Annunciator Smoke Detectors Horns Heat Detectors Fire Alarm Panel Smoke Detectors Annunciators Fire Bells w/Exit Signs Pull Stations Firs Alarm Panel SSHS Graphic Annunciator Lighting Controls U75986 Master Signal Generator V40112 Slave Signal 10

Gallego Apollo M/S Apollo M/S Apollo M/S Apollo M/S

Location Los Ranch. Los Ranch. Los Ranch. Santa Clara Santa Clara Santa Clara Santa Clara Santa Clara Santa Clara SSHS SSHS SSHS SSHS SSHS

Desert View Desert View Desert View

1 34 8 144 31 89 92 29 6 1

Simplex 2320-9006V73608 Simplex 2099-9225 Simplex 2904-9101 Simplex 2098-9603 Simplex 2098-9633 Simplex 2903-9101 Simplex 2901-9806 Simplex 2098-9464 Simplex 4020 Kirkland CEF-GR-GP3

1 1 8 20 20 59 23 2 1 17

Simplex 2001-8001X99680 Simplex -3001 Simplex 2099-9225 Simplex 2901-9833 Simplex 2903-9101 Simplex 2098-9636 Simplex 2098-9464 Simplex 2098-9404 Simplex 2901-9322 Simplex 2760-9012

13

Simplex 2761-9155

Qty. 1 1

Model Simplex RSD-GR Kirkland Annunciator Simplex AM-1200 SES COA

1

Simplex T-12220

1 3 1

Simplex 6P-3A Simplex 6R-2 Simplex

13 1 1 8 20 20 56 24 2 1 17 13 1

Simplex 2761-9843 Simplex 2001-8001 X99681 Simplex 3001 Simplex 2099-9225 Simplex 2901-9833 Simplex 2903-9101 Simplex 2098-9636 Simplex 2098-9464 Simplex 2098-9404 Simplex 2901-9322 Simplex 2760-9012 Simplex 2761-9155 Simplex RSD-GR

1

Simplex AM-1200

1

Simplex T-1220

1 3 1

Simplex 6P-3A Simplex 6R-2 Simplex

1 1

Simplex Panel 2001 Simplex Security Control 3001

Generator Code Convertor Pull Stations Visuals Smoke Detectors Duct Detectors Audio Visual Horns Heat Detectors Graphic Annunciator Complete with Alarm Fire Alarm Panel Security Panel Pull Stations Horns Strobes Detectors Heat Detectors Heat Detectors Bells Security Door Switches PIR-Detectors

Serial # Description

Desert View Desert View Desert View Desert View Desert View Desert View Desert View Desert View Desert View Desert View DVHS Drexel Sch. Drexel Sch. Drexel Sch. Drexel Sch. Drexel Sch. Drexel Sch. Drexel Sch. Drexel Sch. Drexel Sch. Drexel Sch. Drexel Sch.

Location Drexel Sch.

Communicator

Drexel Sch.

Transformer NEL-Tech Decoder NEL-Tech Key Pads NEL-Tech Transformer Security Detector Fire Alarm Panel Security Pull Stations Horns Strobes Detectors Heat Detectors Heat Detectors Bells Door Switches PIR-Detectors Kirkland Annunciator SES-COA Communicator SES-COA Transformer NEL-Tech Decoder NEL-Tech Key Pads NEL-Tech Transformer

Drexel Sch. Drexel Sch. Drexel Sch.

SES COA

11

Drexel Sch. Drexel Sch. Craycroft Craycroft Craycroft Craycroft Craycroft Craycroft Craycroft Craycroft Craycroft Craycroft Craycroft Craycroft Craycroft Craycroft Craycroft Craycroft Craycroft Los Amigos Warehouse

1 1

Fire Alarm Control 4002 Simplex 4002-8001 Panel

1

Simplex 4305, 32 Zone

23

Simplex 2098-9636/9637

2

Simplex 2098-9436

5

Simplex 2099-9225

8

Simplex 2903-9102

Qty.

Model Serial #

8 2 1 1

Simplex 2901-9102 Simplex 2901-9322 Simplex 2097-90XX Simplex 2097-9031

1

Simplex 3001-9001

8

Simplex 2761-9158 (D5702)

23

Simplex #724L

5

Simplex #2760-9012

3

Simplex #2760-9071

1

Simplex 4100-8001

1

Kirkland CEF-GR-GP3

19

Simplex 2190-9154

4 10 3 18

Simplex 2190-9159 Simplex 2190-9163 Simplex 2190-9155 Simplex 2099-9225

8

Simplex 2098-9201/9637

17 17

Simplex 2098-9649 Simplex 2098-9806

41 41

Simplex 2901-9836 Simplex 4904-9101

Warehouse CPU w/8 Class A Zones & 2 Class A Signa Circuits Warehouse Annunciator Complete w/System Trouble Light & Lamp Test Warehouse Photo Elec. Smoke Detector & Base Warehouse Explosion Proof Heat Detector at 190 Fixed Temp. Warehouse Double Action Manual Station Warehouse 24 VDC Xenon Strobe Units Warehouse Description

24 VDC Horns 10" 24 VDC Bells Water Flow Switch Gate Valve Supervisory Switch Security Alarm Control Panel Dual Tech. Passive Infrared/Microwave Detector Solid State Piezo Elect. Glass Break Detector Concealed Wire Door Switch Overhead Door Switch Fire Alarm Control Panel Graphic Annunciator Complete w/Alarm led per zone, System Trouble, Audible Alert & Lamp Test Class A Monitor Zam (Zone Addressable Module) Class A Signal Zam Control Zam Class B Monitor Zam Double Action Manual Stations Photo Elec. Smoke Detectors & Base Smoke Duct Housing Remote Test Stations 24 VDC Mini Horns 24 VDC Xenon 12

Location

Warehouse Warehouse Warehouse Warehouse Warehouse

Warehouse

Warehouse Warehouse Warehouse Liberty

Liberty

Liberty Liberty Liberty Liberty Liberty Liberty Liberty Liberty Liberty

8

Simplex 4903-9101

8

Simplex 2088-9529

QTY. 1 1 5 1 3 1 1 1 15 15 9 34 8 8

MODEL Pyrotronics CP-35 Pyrotronics PS-35 Pyrotronics ZU-35DS Pyrotronics MT-30 Pyrotronics AA-30U Pyrotronics AE-30U Pyrotronics SR-32 Pyrotronics BC-35 Pyrotronics SVMT-F Pyrotronics EHM-D Pyrotronics MS-501 Pyrotronics PE-3 Air Products RW-UNI-P Air Products MS-KA/R

2 1 1 1 3 9 18 65 29 71 1 4 22 48 24 9 44 1

Power One JC 12150 Kirkland RSE-GR-GP2 Notifier AFP-400 W/CAB-C3 Notifier LCD-80 Notifier FCPS-24 Notifier CPX-551 Notifier FDX-551 Gentex GXS-4-1575WR Gentex GX905-4-1575WR Notifier BGX-101S Notifier AFP-400 Notifier CPX-551 Notifier FDX-551 Gentex SHG-24-1575WR Gentex GXS-4-1575WR Notifier MA-12/24D W/WBBR Notifier BGX-101L EST Z

77 24 27 14 13 2 1 1 1 4 3 5 2 2 1 6 21 6 7 3

Siga-PS Siga-278 98250 Indoor/Outdoor 98260 98280 EST-2 Fire Alarm AFP-100 LCD 80 411 SDA H12/24K P2430 P2475 S2415 S2430 MB-G10-24-R FST-751 NBG-12L FSP-851 FSD-751P FMM-1

Strobs 24 VDC Xenon Strobes Door Holders

DESCRIPTION Control Panel Power Supply Dual Zone Module Municipal Tie Audible Alarm Mod. Audible Alarm Mod. Relay Module Battery Charger Strobe Horn/Strobe Manual Station Smoke Detector Duct Detector Remote Alarm L.E.D. & Test/Reset Switch Battery Annunciator Control Panel Annunciator Remote Power Supply Smoke Detector Heat Detector Horn Strobe Strobe Manual Pull Station Control Panel Smoke Detector Heat Detector Horn Strobe Strobe Weather Proof Horn Manual Pull Station Fire Alarm Control Panel Smoke Detector Pull Station Temporal Horn Strobe Horn Strobe

Liberty Liberty Liberty

LOCATION Ocotillo Ocotillo Ocotillo Ocotillo Ocotillo Ocotillo Ocotillo Ocotillo Ocotillo Ocotillo Ocotillo Ocotillo Ocotillo Ocotillo Ocotillo Ocotillo Challenger Challenger Challenger Challenger Challenger Challenger Challenger Challenger Elvira Elvira Elvira Elvira Elvira Elvira Elvira

Summit View Summit View Summit View Summit View Summit View Summit View Summit View Fire Alarm Control Panel Star Academy Annunciator Star Academy Communicator Trans. Star Academy Horn Star Academy Horn/Strobe Star Academy Horn/Strobe Star Academy Strobe Star Academy Strobe Star Academy Motor Bell Star Academy Heat Detector Star Academy Pull Station Star Academy Smoke Detector Star Academy Duct Detector Star Academy Monitor Module Star Academy 13

18

FRM

Control Relay

LOCATION OF SCHOOLS:

Administration Building 2238 East Ginter Road Tucson, AZ 85706

Los Amigos Elementary 2200 East Drexel Road Tucson, AZ 85706

Apollo Middle School 265 West Nebraska Street Tucson, AZ 85706

Los Ninos Elementary 5445 South Alvernon Way Tucson, AZ 85706

Chaparral Middle School 3700 East Alvord Road Tucson, AZ 85706

Los Ranchitos Elementary 2054 East Ginter Road Tucson, AZ 85706

Craycroft Elementary 5445 East Littletown Road Tucson, AZ 85706

PCEC 6015 S. Santa Clara Tucson, AZ 85706

Desert View High School 4101 East Valencia Road Tucson, AZ 85706

Mission Manor Elementary 600 W. Santa Rosa Street Tucson, AZ 85706

Drexel Elementary 801 East Drexel Road Tucson, AZ 85706

Ocotillo School 5702 South Campbell Avenue Tucson, AZ 85706

Elvira Elementary 250 West Elvira Road Tucson, AZ 85706

Santa Clara Elementary 6910 South Santa Clara Avenue Tucson, AZ 85706

Esperanza Elementary 2353 East Bantam Road Tucson, AZ 85706

Sierra Middle School 5801 South Del Moral Blvd. Tucson, AZ 85706

Rivera Elementary 5102 South Cherry Avenue Tucson, AZ 85706

Sunnyside High School 1725 East Bilby Road Tucson, AZ 85706

Liberty Elementary 5495 South Liberty Avenue Tucson, AZ 85706

Warehouse 2241 East Wieding Road Tucson, AZ 85706

Challenger M.S. 100 E. Elvira Tucson, AZ 85706

Summit View Elementary School 1900 E. Summit Tucson, Arizona 85706

Star Academy 5093 S. Liberty

Tucson, Arizona 85706

14

Star Academy

PLEASE ANSWER THE FOLLOWING QUESTIONS: 1. Are your technicians factory trained? Yes

No________

If no, explain:______________________________________________ _______________________________________________________________ _______________________________________________________________ 2. How long have you been in business?__________________________

3. Bidder must list names and addresses of three (3) large operations, preferable educational institutes for references: __________________________________________________________________ __________________________________________________________________ __________________________________________________________________ __________________________________________________________________

The following page must be completed and returned with your bid submittal.

15

OFFER AND ACCEPTANCE The undersigned hereby offers and agrees to furnish the material, service or construction in compliance with all terms, conditions, specifications and amendments in the Solicitation and any written exceptions in the offer. Arizona Transaction (Sales) Privilege Tax License No.:

For clarification of this offer, contact:

__________________________________________________ Name:________________________ Federal Employer Identification No. _____________________

Phone:_______________________

__________________________________________________

Fax:_________________________

Tax Rate:__________________________________________

Email:_______________________

__________________________________________________ Company Name

____________________________ Signature of Person Authorized To sign offer

_________________________________________________ Address

____________________________ Printed Name

__________________________________________________ City State Zip

____________________________ Title

CERTIFICATION By signature in the Offer section above, the Bidder certifies: 1. 2. 3.

4.

5. 6. 7.

The submission of the offer did not involve collusion or other anti-competitive practices. The Offeror shall not discriminate against any employee or applicant for employment in violation of Federal Executive Order 99-4 and 2000-4 or A.R.S. 41-1461-1465. The Offeror has not given, offered to give, nor intends to give at any time hereafter any economic opportunity, future employment, gift, loan, gratuity, special discount, trip, favor, or service to a public servant in connection with the submitted offer. Failure to provide a valid signature affirming the stipulations required by this clause shall result in rejection of the offer. Signing the offer with a false statement shall void the offer, any resulting contract and may be subject to legal remedies provided by the law. The offeror warrants that it and all proposed subcontractors will maintain compliance with the Federal Immigration and Nationality Act (FINA), A.R.S. 41-4401 and A.R.S. 23-214 and all other Federal immigration laws and regulations related to the immigration status of its employees which requires compliance with federal immigration laws by employers, contractors and subcontractors in accordance with the E-Verify Employee Eligibilty Verification program. In accordance with A.R.S. 35-391, the offeror is in compliance and shall remain incompliance with the export Administration Act. In accordance with A.R.S. 35-397, the offeror does not have scrutinized business operations in Iran or Sudan. In accordance with A.R.S. 15-512, the offeror shall comply with fingerprinting requirements unless otherwise exempted.

ACCEPTANCE OF OFFER The offer is hereby accepted. The Contractor is now bound to sell the materials or services listed by the attached contract and based upon the solicitation, including all terms, conditions, specifications, amendments, etc. and the Contractor’s Offer as accepted by the school district/Public Entity. This contract shall henceforth be referred to as Contract No. ________________________________. The Contractor has been cautioned not to commence any billable work or to provide any material or service under this contract until Contractor receives purchase order, contract release document, or written notice to proceed. Awarded this_______day of ___________________20____ __________________________________________________ Authorized Signature

16