Upload
others
View
2
Download
0
Embed Size (px)
Citation preview
WINDHAM PUBLIC SCHOOLS
INVITATION TO BID
Fire and Security Alarm Systems Maintenance, Inspection and Monitoring Services
Windham Public Schools is seeking bids for fire and security alarm systems maintenance,
inspection and monitoring services.
Bid Forms may be obtained from the DAS State Contracting Portal website, or Windham Public
Schools website at www.windhamps.org.
An optional pre-bid meeting and site walk through will be held starting at the Maintenance
Building, 355 High Street, Willimantic, CT on May 28, 2015 at 9:00 a.m. Pre-registration is
required to ensure that the group is not larger than five people. If there are more than five
people, a second date will be added as needed. Participants will be required to wear a mask.
The Board of Education reserves the right to waive informalities or reject any part of, or the
entire bid, when said action is deemed to be in the best interest of the Board of Education. All
Sealed Bids must be submitted to the Director of Facilities no later than the time and date
indicated.
The Board of Education is an Affirmative Action/Equal Opportunity Employer. Minority/
Women/ Disadvantaged Business Enterprises are encouraged to bid.
Dawn Thomacos Director of Facilities
WINDHAM PUBLIC SCHOOLS Fire & Security Alarm Maintenance & Monitoring Services INFORMATION FOR BIDDERS
1. All Bid responses to this RFP must be in triplicate in a sealed envelope labeled as
follows: Fire & Security Alarm Systems Maintenance & Monitoring - Bid and received by 10:00 AM on June 4, 2020.
2. Submit Bid Forms to: Dawn Thomacos, Facilities Office, 355 Main Street, Maintenance
Building, Willimantic, Connecticut, 06226. At the designated time of opening, they will be opened, recorded and placed on file.
3. The Bidder shall be responsible for the timely delivery of the Bid; the District shall not be
liable to any Bidder for any delivery or postal delays and postmarking to the bid opening date will not substitute for receipt of the Bid.
4. Whenever it is deemed to be in the best interest of the Board of Education, or
designated representative shall waive informalities in any and all bids. The right is reserved to reject any or all bids, or any part of any bid, when such action is deemed to be in the best interest of the Board of Education.
5. The award will be on the basis of the overall lowest bid total cost including the bidder's
qualifications to perform the requirements of the services herein for a period of a 3-year contract term.
6. Bids will be carefully evaluated as to conformance with stated specifications. 7. Specifications must be submitted complete in every detail and, when requested,
samples shall be provided. If a bid involves any exception from stated specifications, they must be clearly noted as exceptions, underlined, and attached to the bid.
8. The Bid Documents contain the provisions required for the requested item. Information
obtained from an officer, agent, or employee of the Board of Education or any other person shall not affect the risks or obligations assumed by the Bidder or relieve him/her from fulfilling any of the conditions of the bid.
9. Each Bidder is held responsible for the examination and/or to have acquainted
themselves with any conditions at the job site which would affect their work before submitting a bid. Failure to meet these criteria shall not relieve the Bidder of the responsibility of completing the bid without extra cost to the Board of Education.
10. Any bid may be withdrawn prior to the above-scheduled time for the opening of bids or
authorized postponement thereof. Any bid received after the time and the date specified shall not be considered. No Bidder may withdraw a bid within sixty (60) days after the actual date of the opening thereof. Should there be reasons why a bid cannot
WINDHAM PUBLIC SCHOOLS Fire & Security Alarm Maintenance & Monitoring Services INFORMATION FOR BIDDERS
be awarded within the specified period, the time may be extended by mutual agreement between the Board of Education and the Bidder.
11. The Bidder agrees and warrants that in the submission of this sealed Bid, they will not
discriminate or permit discrimination against any person or group of persons on the grounds of race, color, religion, national origin, sex, or physical disability including, but not limited to blindness, unless it is shown by such Bidder that such disability prevents performance of that which must be done to successfully fulfill the terms of this sealed Bid or in any manner which is prohibited by the laws of the United States or the State of Connecticut: and further agrees to provide the Human Relations Commission with such information requested by the Commission concerning the employment practices and procedures of the Bidder. An Affirmative Action Statement is required by the Bidder.
12. Bidder agrees to comply with all of the latest Federal and State Safety Standards and
Regulations and certifies that all work required in this bid will conform to and comply with said standards and regulations. Bidder further agrees to indemnify and hold harmless the Board of Education for all damages assessed against the Board of Education as a result of Bidder's failure to comply with said standards and/or regulations.
13. All correspondence regarding any purchase made by the Board of Education shall
reference the Board of Education purchase order number. 14. Bidder is required to review the Board of Education Code of Ethics. Bidder shall
acknowledge that they have reviewed the document in the area provided on the
bid/proposal response.
15. Bidder shall include on a sheet(s) attached to its proposal a complete disclosure of all
past and ending mediation, arbitration and litigation cases that the bidder or its
principals (regardless of their place of employment) have been involved in for the most
recent five years. Please include a statement of the issues in dispute and their
resolution. Acceptability of Bidder based upon this disclosure shall lie solely with the
Board of Education.
16. Bidder or its principals, regardless of their place of employment, shall not have been
convicted of, nor entered any plea of guilty, or nolo contendere, or otherwise have been
found civilly liable or criminally responsible for any criminal offense or civil action.
Bidder shall not be in violation of any State or local ethics standards or other offenses
arising out of the submission of bids or proposals, or performance of work on public
works projects or contracts.
17. Questions regarding this bid shall be made in writing and directed to Dawn Thomacos,
Director of Facilities at: [email protected]. All questions, answers,
WINDHAM PUBLIC SCHOOLS Fire & Security Alarm Maintenance & Monitoring Services INFORMATION FOR BIDDERS
and/or addenda, as applicable will be posted on the State’s DAS website. The request
must be received no later than June 1, 2020. It is the respondent's responsibility to
check the website for addenda prior to submission of any bid/proposal.
18. The Board of Education reserves the right to award more than one contract.
19. Failure to comply with general rules may result in disqualification of the Bidder.
20. Municipal projects are exempt from Federal Excise Taxes, as well as, State of
Connecticut Sales, Use and Service Taxes and should not be include in the Bidder's
proposal.
WINDHAM PUBLIC SCHOOLS Fire & Security Alarm Maintenance & Monitoring Services GENERAL REQUIREMENTS
1.0 GENERAL REQUIREMENTS
1.1 The Board of Education Facilities Service Department is seeking Bids to provide
inspection, maintenance and repair of their fire and security alarm systems and
monthly monitoring of all fire and security alarms.
1.2 The contract shall be for three years terminating June 30, 2022.
1.3 The respondent shall be qualified in the type of services as described herein,
with a minimum of five (5) years’ experience in the alarm business. A list of three
(3) current accounts of similar size within the last (3) years shall be provided with
the bid to allow the Board of Education to evaluate the respondent's service
record.
1.4 Work must conform to all OSHA standards, including but not limited to confined
space requirements.
1.5 Any damage incurred to the Board of Education's property by the Respondent, as
determined by the Board of Education, shall be repaired or replaced, at the
Respondent's expense.
1.6 The Board of Education shall provide access to all locations where required.
1.7 The respondent will provide a listing of emergency call numbers.
1.8 The respondent will be responsible for providing all tools and equipment
necessary to perform preventative maintenance and repairs, including but not
limited to ladders, test equipment, hand tools, power tools.
1.9 The Respondent is responsible for providing all necessary labor to complete
work. If two workers are required for a particular job, the vendor must provide
both workers. The Board of Education’s sole responsibility will be to provide
access. The only time the Board of Education will assist is if there are alarms on
specialized equipment, then the Board of Education will run equipment to test
alarm function, i.e., run boiler, create low air pressure alarm, etc. and to provide
access.
1.10 All equipment including software installed for the Board of Education shall be
the Board of Education’s property unless there is prior written agreement
between the Board of Education and the Respondent. This includes
programming, access keys and proprietary items.
1.11 All materials, parts and equipment shall be new unless otherwise authorized by
the Board of Education's Representative in writing and shall be compatible with
the equipment so as to not void UL or manufacturer's certification or warranties.
WINDHAM PUBLIC SCHOOLS Fire & Security Alarm Maintenance & Monitoring Services INFORMATION FOR BIDDERS
1.12 There will be a site inspection on May 28, 2020 at 9:00 a.m. beginning at the
Maintenance Building, 355 High St., Willimantic, CT. Pre-registration is required
to ensure that the group is not larger than five people. If there are more than
five people, a second date will be added as needed. Participants will be required
to wear a mask.
1.13 Respondents are encouraged to make site inspections at all locations to
ascertain the exact type, quantity and condition of the equipment. No costs shall
be incurred by the Board of Education for this inspection.
2.0 SCOPE OF SERVICE
2.1 Annual monitoring and service of District Wide Fire and Security alarm systems
including fire alarm control panels, Security alarm panels, batteries, manual pull
stations, alarm bells, magnetic controls, door closers, smoke detectors, heat
detectors, combo detectors, notification appliances, Emergency call boxes,
interlocks, and relays, enunciator panels, Elevator Emergency communications
and related equipment on an as needed basis.
2.2 Weekly testing for Security alarm system monitoring.
2.3 The service shall include annual inspections and all repairs on all fire and security
systems necessary throughout the duration of the contract. The service shall
include programming of all fire and security alarms and their monthly monitoring
at the various facilities.
2.4 The facility and general lists of equipment are shown on the facility and
equipment list. Site inspections are encouraged to accurately determine the
scope of work.
2.5 The Respondent shall be responsible for coordinating all work relating to the
alarm systems to include the telephone company, police/fire dispatcher, alarm
monitoring company and any other company involved in the alarm system
operation.
2.6 Monitoring services must comply with the most recent NFPA 72.
2.7 Provide 24 hours per day, 7 days a week, monitoring on fire alarms transmitted
to the central station and provide appropriate dispatch response to the alarm.
2.8 Provide District all applicable codes and contact lists.
WINDHAM PUBLIC SCHOOLS Fire & Security Alarm Maintenance & Monitoring Services INFORMATION FOR BIDDERS
2.9 Respondent shall respond to all trouble/service requests within 24 hours of
notification for non-emergency repairs and respond to emergency calls within
two (2) hours. Respondent shall have qualified personnel on 24-hour notice,
seven days a week.
2.10 Should the Respondent be unable to correct the problem within twenty-four
hours from their investigation, they shall notify the Board of Education’s
Representative on a preferred course of action until its correction.
2.11 Monitoring service shall be UL listed and conform to all codes and requirements
per NFPA, NSSA, and FM.
2.12 Windham Public Schools do not have standard ILEC (Frontier) POTS lines at any
of the schools. WPS uses RF or Cellular technology.
2.13 It is possible to use network connectivity (need to run a drop) or a Charter POTS
line (would need to be shared with emergency voice usage).
2.14 If a Frontier POTS line is used, it would be at the expense of the bidder.
2.15 It is the responsibility of the bidder to provide any equipment needed to
interface with the Board of Education's Fire and Security Alarm systems in order
to receive all the data transmitted.
2.16 In the event of an alarm, the Respondent will be responsible for notifying the
Board of Education's designated contact by phone according to the procedures
as outlined in an Emergency Standby sheet. (Attachment A)
2.17 Respondent is responsible for coordinating with current vendor for programming
of the control panels.
3.0 TYPE OF SERVICE PROVIDED
3.1 SCHEDULED SERVICE
3.1.1 This type of service will be for periodic inspection and will cover routine schedule service to the entire system including the testing
and cleaning of 100% of the components of the system, per manufacturer's recommendations and specifications.
3.1.2 A written report detailing all work performed including labor and materials, if any, shall be prepared for each location at the time of scheduled service. Written estimates where repairs or improvements
WINDHAM PUBLIC SCHOOLS Fire & Security Alarm Maintenance & Monitoring Services INFORMATION FOR BIDDERS
are recommended shall also be provided. No payment for services will be made without having received these reports.
3.1.3 Respondent will be required to submit a current inventory list which
identifies the Brand, Model Number, and Serial Number for each of the system inspected and will provide the District with a complete and accurate inventory list upon the conclusion of annual inspections.
3.1.4 Fire & Security alarm inspections, testing, certifications and preventative
maintenance work shall be performed annually during the summer months. Inspections must be completed before the third week of August each year.
3.1.5 The inspections once begun shall continue to their completion. The
Respondent shall notify the Board of Education’s Representative at least forty-eight (48) hours in advance for scheduled inspection.
3.1.6 Inspection reports will be delivered to the Director of Facilities no later
than two (2) weeks following the completion of the annual inspection.
3.2 NON-SCHEDULED SERVICE
3.2.1 This type of service will be for emergencies that arise due to failures, interruptions, etc. or for repairs needed that were discovered during the annual inspection.
3.2.2 Regular hourly rate shall be for work performed during the normal
workday, 7:00 A.M. - 5:00 P.M., Monday through Friday or regularly scheduled hours outside those listed., and not to disrupt school functions. Time shall begin on arrival at job site and end upon completion of work and leaving job site.
3.2.3 Overtime hourly rate shall be for work continuing after the normal
workday of 5:00 P.M., Monday through Friday. Time shall begin on arrival at job site and end upon completion of work and leaving job site.
3.2.4 Premium hourly rate shall be for emergency calls other than the normal
workday with certain extenuating circumstances where critical equipment must remain operational. Time shall begin on arrival at job site and end upon completion of work and leaving job site.
3.2.5 Upon arrival and on departure at each location, Respondent must sign in
and out at the school office.
WINDHAM PUBLIC SCHOOLS Fire & Security Alarm Maintenance & Monitoring Services INFORMATION FOR BIDDERS
3.2.6 For quoting purposes, the bid shall be based upon one (1) person
normally responding for non-scheduled service. Should this not be the case, the respondent shall so indicate the total number of technicians that will be responding and include this in the hourly rate.
3.2.7 Travel costs from portal to portal, if applicable per call-out, shall be
indicated. This shall be a lump sum charge and shall include all costs (i.e. labor, mileage etc.).
3.2.8 The vendor shall note in his bid if the Board of Education shall be
required to maintain expensive or unique spare parts. 3.2.9 The Respondent shall indicate any other costs applicable to their work
and not provided for above. No other charges will be considered during the contract.
4.0 BIDDING
4.1 Bid prices shall remain firm during the contract period. 4.2 The Board of Education reserves their right to change quantities and scope of the
bid based on budgetary considerations or other factors. 4.3 Response Time - Indicate your maximum response time. Respondent must be
able to respond within 2 hours and this shall be adhered to during the length of the contract.
4.4 Scheduled Service is price per location for annual servicing including all labor and
travel costs. 4.5 Non-scheduled Service 4.5.1 Regular workday hourly rate
4.5.2 Overtime hourly rate 4.5.3 Premium hourly rate 4.5.4 Travel Costs per call out
4.6 Minimum Charge - Indicate if you have a minimum charge for a service call.
4.7 Other Applicable Costs - The Respondent shall indicate any other costs applicable to their work and not provided for above. No other charges will be considered during the contract.
WINDHAM PUBLIC SCHOOLS Fire & Security Alarm Maintenance & Monitoring Services INFORMATION FOR BIDDERS
4.8 All qualified bids submitted will be accepted and the first offer for service will be
extended to the lowest qualified bid. If that contractor is unable to respond the next lowest qualified contractor will be contacted. This procedure will continue until a contractor is found.
4.9 Suppliers shall be authorized to service and supply equipment that the Board of
Education has installed. 4.10 If there is a programming fee needed in order for the monitoring company to
receive alarms from the Board of Education's equipment indicate the number of locations where they are needed and the cost per location.
4.11 Monthly fee to monitor the fire & security alarms at a facility.
4.12 Quotations will be evaluated based on the overall lowest cost to the Board of
Education for a 3-year period of the contract. 4.15 Quantities in this quotation are estimated based upon historical data for the
purpose of quote evaluation, the Board of Education reserves their right to change quantities and scope of the quotation based on budgetary considerations or other factors. This is not a guarantee of work.
5.0 EVAULATION CRITERIA
5.1 Solicitations will be evaluated based on price; service; and service areas as described below: The considerations that will be looked at when choosing our vendor(s) for our
bid are: a. Price - 80 points b. Service - 20 points • Vendor Credentials (references & capability statement) – 10 points
• Sales & Service – 10 points 6.0 WARRANTY
6.1 The Respondent shall warrant labor for a period of thirty (30) calendar days on
all repairs and one (1) year on all new work from date of acceptance. 6.2 All material/equipment shall be warranted for a period of thirty (30) calendar
days on all repairs and one (1) year on all new work from date of acceptance.
WINDHAM PUBLIC SCHOOLS Fire & Security Alarm Maintenance & Monitoring Services INFORMATION FOR BIDDERS
6.3 Any replacement or repair during this period shall be at no cost to the Board of Education.
7.0 CANCELLATION OF CONTRACT
The Board of Education reserves the right to cancel in part or in its entirety the contract, if it is in the best interests of the Board of Education to do so. The contract may be canceled for just cause (poor quality work, non-response, lack of payment, etc.) should the Board of Education or bidder not meet the requirements as stated herein. Cancellation shall be effective 30 days after written notice is received.
8.0 PAYMENT Purchase Orders will be issued for the Board of Education. Payment shall be made within thirty (30) days after receipt of written invoices directed to:
Lisa Kowalsky, Facilities Administrative Assistant, Windham Public Schools, 355 High Street, Maintenance Building, Willimantic, Ct 06226, [email protected].
9.0 INDEMNIFICATION To the fullest extent permitted by law, the Bidder shall indemnify and hold harmless the Town of Windham and the Board of Education and its consultants, agents, and employees from and against all claims, damages, losses and expenses, direct, indirect or consequential (including but not limited to fees and charges of engineers, attorneys and other professionals and court and arbitration costs) to the extent arising out of or resulting from the performance of the Bidder's work, provided that such claim, damage, loss or expense is caused in whole or in part by any negligent act or omission by the Bidder, or breach of its obligations herein or by any person or organization directly or indirectly employed or engaged by the Bidder to perform or furnish either of the services, or anyone for whose acts the Bidder may be liable.
WINDHAM PUBLIC SCHOOLS Fire & Security Alarm Maintenance & Monitoring Services INSURANCE INFORMATION
10.0 INSURANCE
Contractor shall agree to maintain in force at all times during the contract the following minimum coverages and shall name Town of Windham and Windham Board of Ed as an Additional Insured on a primary and non-contributory basis to all policies, except Workers Compensation. All policies should also include a Waiver of Subrogation. Insurance shall be written with Carriers approved in the State of Connecticut and with a minimum AM Best’s rating of “A-“VIII. (Minimum Limits) General Liability Each Occurrence $1,000,000 General Aggregate $2,000,000
Products/Completed Operations Aggregate $2,000,000 Professional Liability Each Claim or Each Occurrence $2,000,000
Aggregate $2,000,000
Umbrella Each Occurrence $2,000,000 (Excess Liability) Aggregate $2,000,000 If any policy is written on a “Claims Made” basis, the policy must be continually renewed for a minimum of two (2) years from the completion date of this contract. If the policy is replaced and/or the retroactive date is changed, then the expiring policy must be endorsed to extend the reporting period for claims for the policy in effect during the contract for two (2) years from the completion date. Workers’ Compensation and WC Statutory Limits Employers’ Liability EL Each Accident $1,000,000 EL Disease Each Employee $1,000,000 EL Disease Policy Limit $1,000,000 Original, completed Certificates of Insurance must be presented to The Town of Windham and the Windham Board of Ed prior to contract issuance. Contractor agrees to provide replacement/renewal certificates at least 30 days prior to the expiration date of the policies. Should any of the above described policies be cancelled, limits reduced or coverage altered, 30 days’ written notice must be given to the Town of Windham and the Windham Board of Ed.
WINDHAM PUBLIC SCHOOLS Fire & Security Alarm Maintenance & Monitoring Services WRITTEN CODE OF CONDUCT
Written Code of Conduct
Windham Public Schools Regulations: 2 CFR Part 200.318, formerly 7 CFR Part 3016.36(b)(3) and Windham Public Schools local purchasing requirements. Procedures: Windham Public Schools seeks to conduct all procurement procedures:
in compliance with stated regulations; and
to prohibit conflicts of interest and actions of employees engaged in the selection, award and administration of contracts.
No employee, officer, or agent may participate in the selection, award, or administration of a contract supported by a federal, state, or local award if he or she has a real or apparent conflict of interest. Such a conflict of interest would arise when the employee, officer, or agent, any member of his or her immediate family, his or her partner, or an organization which employs or is about to employ any of the parties indicated herein, has a financial or other interest in or a tangible personal benefit from a firm considered for a contract. The officers, employees, and agents of the non-federal entity may neither solicit nor accept gratuities, favors, or anything of monetary value from contractors or parties to subcontracts. However, non-federal entities may set standards for situations in which the financial interest is not substantial or the gift is an unsolicited item of nominal value. The standards of conduct must provide for disciplinary actions to be applied for violations of such standards by officers, employees, or agents of the non-federal entity. Based on the severity of the infraction, the penalties could include a written reprimand to their personnel file, a suspension with or without pay, or termination. For questions and concerns regarding procurement solicitations, contract evaluations, and award, contact: Purchasing Contacts: Dawn Thomacos, Facilities Director, 860-465-2336
WINDHAM PUBLIC SCHOOLS Fire & Security Alarm Maintenance & Monitoring Services BID PROPOSAL
NAME OF PROJECT: Fire & Security Alarm Maintenance & Monitoring Services
DATE DUE: June 4, 2020 TIME DUE: 10:00 AM
In compliance with this Invitation to Bid, the Bidder hereby proposes to provide goods and/or services
as per this solicitation in strict accordance with the Bid Documents, within the time set forth therein,
and at the prices submitted with their bid response.
It is the responsibility of the Bidder to clearly mark the outside of the bid envelope with the Bid Project
Name, Date and Time of Bid Opening, and it also THE RESPONSIBILITY OF THE BIDDER TO CHECK THE
STATE'S DAS WEBSITE BEFORE SUBMITTING BID FOR ADDENDA POSTED PRIOR TO BID OPENING.
THE BIDDER ACKNOWLEDGES RECEIPT OF THE FOLLOWING ADDENDA AS REQUIRED:
Addendum #1 _____ (Initial/Date) Addendum #2 _____ (Initial/Date) Addendum #3 _____ (Initial/Date)
CODE OF ETHICS:
I/ We have reviewed a copy of the Board of Education’s Code of Ethics. Yes ___ No ____ *
I/we agree to submitting an Affirmative Action Statement if awarded contract. Yes ___ No ____ *
*Bidder is advised the Windham Public schools will not consider any bid or proposal where the bidder has not agreed to the
above statement.
Print Name, Title of Individual Doing Business as (Trade Name)
Signature of Individual Street Address Date City, State, Zip Code Email Address Telephone Number
(Seal – If bid is by a Corporation) Attest
Tracy A. Youngberg, EdD. Acting Superintendent
355 High Street, Unit B Willimantic, CT 06226 Phone: (860) 465-2310
Fax: (860) 465-2311
Dawn Thomacos
Director of Facilities
Phone: (860) 465-2336
Fax: (860) 465-2337
Every student, every day, in
every classroom!
Tracy Youngberg, Ed.D. Acting Superintendent
Superintendent
355 High Street Unit B
Willimantic, CT 06226
Phone (860) 465-2310 Fax (860) 465-2311
Attachment A - SAMPLE
Every student, every day, in every classroom!
To: Alarm Monitoring Company From: Dawn Thomacos, Director of Facilities Date: Re: Emergency Standby The following is a list of personnel who are available by telephone for emergency calls.
The first person on the list for a particular school should be contacted. If the first person does not
respond within 15 minutes of being paged, contact the second person on the list. Continue
through the list allowing 15 minutes between calls until contact is made.
Windham High School 355 High Street Willimantic, CT 06226
1. 2. 3.
Windham Middle School 123 Quarry Road Willimantic, CT 06226
1. 2. 3.
Charles H Barrows STEM Academy 141 Tuckie Road North Windham, CT 06256
1. 2. 3.
Natchaug Elementary School 123 Jackson Street Willimantic, CT 06226
1. 2. 3.
Sweeney Elementary School 60 Oak Hill Drive Willimantic, CT 06226
1. 2. 3.
North Windham Elementary School 112 Jordan Lane North Windham, CT 06256
1. 2. 3.
Windham Center Elementary School 45 North Road, Route 14 Windham Center, CT 06226
1. 2. 3.
Kramer Building 322 Prospect Street Willimantic, CT 06226
1. 2. 3.
Dawn Thomacos Director of Facilities
Phone: 860-465-2335
Fax: 860-465-2337
www.windhamps.org
WINDHAM PUBLIC SCHOOLS Fire & Security Alarm Maintenance & Monitoring Services BID PROPOSAL
A. Indicate Fire & Security System 24/7 Monitoring Service Cost for each location in the spaces
provided below. Please include Weekly Test of Security alarm systems. Monthly cost Annual cost 1. Windham High School (incl. Admin.) $ $ 2. Windham Middle School $ $ 3. Charles H. Barrows STEM Academy $ $ 4. Natchaug Elementary School $ $ 5. Sweeney Elementary School $ $ 6. North Windham Elementary School $ $ 7. Windham Center Elementary School $ $ 8. Maintenance Building $ $ 9. Kramer Building (West)* $ $
TOTAL PRICE $ $
WINDHAM PUBLIC SCHOOLS Fire & Security Alarm Maintenance & Monitoring Services BID PROPOSAL
B. Indicate Fire & Security System Test & Inspection Cost for each location in the spaces
provided below. Most systems require annual inspections however Smoke detectors
sensitivity test is Bi-Annual.
1. Windham High School Quantity Frequency Gamewell E3 (Fire Alarm Panel) 2 Annual Napco – Magnum Alert (Burglar Alarm Panel) 1 Annual Heat Detectors (Test/Inspect) 20 Annual
Smoke Detectors (Clean/Test/Inspect) 146 Annual Smoke Detectors (Sensitivity Test) 146 Bi-Annual
Key Pads (Test/Inspect) 4 Annual Pull Stations (Test/Inspect) 37 Annual Door Magnets (Test/Inspect) 16 Annual Emergency Call Box (Test/Inspect) 3 Annual Elevator Emergency Communication (Test/Inspect) 1 Annual Ansul (Test/Inspect) 2 Annual Horn/Strobe (Test/Inspect) 56 Annual Horn only (Test/Inspect) 8 Annual Strobe only (Test/Inspect) 4 Annual TOTAL COST TESTING & INSPECTION $ 2. Windham Middle School Quantity Frequency Edward EST 3 (Fire Alarm Panel) 1 Annual Napco – Magnum Alert (Burglar Alarm Panel) 1 Annual Heat Detectors (Test/Inspect) 2 Annual
Smoke Detectors (Clean/Test/Inspect) 30 Annual Smoke Detectors (Sensitivity Test) 30 Bi-Annual Key Pads (Test/Inspect) 3 Annual
Pull Stations (Test/Inspect) 45 Annual Door Magnets (Test/Inspect) 30 Annual
Supervisory (Test/Inspect) 4 Annual Waterflow (Test/Inspect) 3 Annual Tamper (Test/Inspect) 2 Annual FCPS (Test/Inspect) 2 Annual LED Ann (Test/Inspect) 1 Annual Duct Sensors (Test/Inspect) 14 Annual Elevator Emergency Communication (Test/Inspect) 2 Annual
WINDHAM PUBLIC SCHOOLS Fire & Security Alarm Maintenance & Monitoring Services BID PROPOSAL
(Windham Middle School continued) Quantity Frequency
Ansul (Test/Inspect) 2 Annual NAC Booster (Test/Inspect) 7 Annual
AES (Test/Inspect) 11 Annual Door Holder Supply (Test/Inspect) 2 Annual Security PS (Test/Inspect) 1 Annual Horn/Strobe (Test/Inspect) 150 Annual Speaker/Strobe (Test/Inspect) 17 Annual Strobe only (Test/Inspect) 48 Annual Bell (Test/Inspect) 3 Annual
TOTAL COST TESTING & INSPECTION $ 3. Charles H. Barrows STEM Academy Quantity Frequency Gamewell E3 (Fire Alarm Panel) 1 Annual VISTA-128BPT (Burglar Alarm Panel) 1 Annual Heat Detectors (Test/Inspect) 7 Annual
Smoke Detectors (Clean/Test/Inspect) 26 Annual Smoke Detectors (Sensitivity Test) 26 Bi-Annual
Key Pads (Test/Inspect) 4 Annual Pull Stations (Test/Inspect) 37 Annual Door Magnets (Test/Inspect) 18 Annual Flow (Test/Inspect) 7 Annual Tamper (Test/Inspect) 10 Annual FCPS (Test/Inspect) 4 Annual VGX (Test/Inspect) 1 Annual Relay (Test/Inspect) 6 Annual Supervisory (Test/Inspect) 1 Annual
Elevator Emergency Communication (Test/Inspect) 1 Annual Duct Sensors (Test/Inspect) 7 Annual Ansul (Test/Inspect) 1 Annual
Speaker/Strobe (Test/Inspect) 70 Annual Strobe only (Test/Inspect) 39 Annual
TOTAL COST TESTING & INSPECTION $
WINDHAM PUBLIC SCHOOLS Fire & Security Alarm Maintenance & Monitoring Services BID PROPOSAL 4. Natchaug Elementary School Quantity Frequency Silent Knight 5207 (Fire Alarm Panel) 1 Annual Napco – Magnum Alert (Burglar Alarm Panel) 1 Annual Heat Detectors (Test/Inspect) 23 Annual
Smoke Detectors (Clean/Test/Inspect) 25 Annual Smoke Detectors (Sensitivity Test) 25 Bi-Annual
Key Pads (Test/Inspect) 1 Annual Pull Stations (Test/Inspect) 9 Annual Elevator Emergency Communication (Test/Inspect) 1 Annual Ansul (Test/Inspect) 1 Annual Horn Strobe (Test/Inspect) 11 Annual TOTAL COST TESTING & INSPECTION $ 5. Sweeney Elementary School Quantity Frequency Silent Knight 5204 (Fire Alarm Panel) 1 Annual Gemini (Burglar Alarm Panel) 1 Annual Heat Detectors (Test/Inspect) 1 Annual
Smoke Detectors (Clean/Test/Inspect) 21 Annual Smoke Detectors (Sensitivity Test) 21 Bi-Annual
Key Pads (Test/Inspect) 1 Annual Pull Stations (Test/Inspect) 16 Annual Door Magnets (Test/Inspect) 4 Annual ANN (Test/Inspect) 1 Annual Ansul (Test/Inspect) 1 Annual
Horn/Strobe (Test/Inspect) 13 Annual Strobe only (Test/Inspect) 5 Annual
TOTAL COST TESTING & INSPECTION $
WINDHAM PUBLIC SCHOOLS Fire & Security Alarm Maintenance & Monitoring Services BID PROPOSAL 6. North Windham Elementary School Quantity Frequency Silent Knight 5207 (Fire Alarm Panel) 1 Annual Napco – Magnum Alert (Burglar Alarm Panel) 1 Annual Heat Detectors (Test/Inspect) 10 Annual
Smoke Detectors (Clean/Test/Inspect) 43 Annual Smoke Detectors (Sensitivity Test) 43 Bi-Annual
Key Pads (Test/Inspect) 1 Annual Pull Stations (Test/Inspect) 25 Annual Door Magnets (Test/Inspect) 6 Annual Ansul (Test/Inspect) 1 Annual
Horn Strobe (Test/Inspect) 30 Annual TOTAL COST TESTING & INSPECTION $ 7. Windham Center Elementary School Quantity Frequency Silent Knight 5207 (Fire Alarm Panel) 1 Annual AES (Burglar Alarm Panel) 2 Annual Heat Detectors (Test/Inspect) 5 Annual
Smoke Detectors (Clean/Test/Inspect) 25 Annual Smoke Detectors (Sensitivity Test) 25 Bi-Annual
Key Pads (Test/Inspect) 2 Annual Pull Stations (Test/Inspect) 12 Annual Door Magnets (Test/Inspect) 10 Annual Ansul (Test/Inspect) 1 Annual
Horn/Strobe (Test/Inspect) 13 Annual Horn only (Test/Inspect) 3 Annual
TOTAL COST TESTING & INSPECTION $
8. Maintenance Garage Quantity Frequency Gamewell S3 (Fire & Burglar Alarm Panel) 1 Annual (Burglar Alarm Panel) 1 Annual Heat/Smoke Detectors (Test/Inspect) 8 Annual Key Pads (Test/Inspect) 2 Annual Horn/Strobe (Test/Inspect) 5 Annual TOTAL COST TESTING & INSPECTION $
WINDHAM PUBLIC SCHOOLS Fire & Security Alarm Maintenance & Monitoring Services BID PROPOSAL 5. Kramer Building Quantity Frequency Silent Knight 5204 (Fire Alarm Panel) 1 Annual Gemini (Burglar Alarm Panel) 1 Annual Duct/Smoke (Test/Inspect) 2 Annual
Smoke/ Heat (Test/Inspect) 2 Annual Smoke (Clean/Test/Inspect) 43 Annual
Smoke Detectors (Sensitivity Test) 43 Bi-Annual Key Pads (Test/Inspect) 1 Annual
Pull Stations (Test/Inspect) 16 Annual Door Magnets (Test/Inspect) 4 Annual Security (Test/Inspect) 5 Annual Aes (Test/Inspect) 3 Annual Ann (Test/Inspect) 1 Annual
Ansul (Test/Inspect) 1 Annual Horn/Strobe (Test/Inspect) 21 Annual
TOTAL COST TESTING & INSPECTION $
WINDHAM PUBLIC SCHOOLS Fire & Security Alarm Maintenance & Monitoring Services BID PROPOSAL
C. Indicate RATES FOR NON-SCHEDULED SERVICE – REPAIRS AND EMERGENCIES in the spaces
provided below. Do not leave any blank items. If the cost is included in the above prices or there is no charge, please indicate this with N/A.
SEC. NO.
3.2.2 REGULAR HOURLY RATE $ /HR 3.2.3 OVERTIME HOURLY RATE $ /HR 3.2.4 PREMIUM HOURLY RATE $ /HR 3.2.7 TRAVEL COST PER CALL OUT $ /CALL 4.3 MAXIMUM RESPONSE TIME /HR(S) 4.6 MINIMUM CHARGE FOR SERVICE $ /CALL 4.7 SPECIFY OTHER APPLICABLE COSTS:
(must be specific) UNIT ANNUAL UNIT PRICE
________________________________________ $ _______________ $ _____________________ _______________________ $ ___________ $ _______________
EMERGENCY CONTACTS: List Individual’s Full Name and Title: Phone No. Email NORMAL HOURS:
__________________________________ _____________________ ___________________ AFTER HOURS: __________________________________ _____________________ _________________________ Name of Bidder: ____________________________________________________________________
WINDHAM PUBLIC SCHOOLS Fire & Security Alarm Maintenance & Monitoring Services BID PROPOSAL Other Items Required with Submission of Bid Proposal The following bid checklist describes items required for inclusion with the above-referenced bid proposal package. It is provided for the convenience of the bidders and, therefore, should not be assumed to be a complete list. _____ List of five (5) similar projects completed within last three (3) years.
_____ Acknowledgement of Addendums in Bid Proposal (as applicable).
_____ Acknowledgement of Code of Ethics in Bid Proposal.
_____ Sealed bids, one original and one copy.
_____ Disclosure of past and pending mediation, arbitration and litigation cases that the Bidder or its
principals have been involved in for the most recent five years (if applicable).