REQUEST FOR PROPOSALS FOR FIRE AND SECURITY ALARM INSTALLATION, MONITORING, MAINTENANCE, REPAIR, INSPECTION, AND TESTING PROJECT NO.

Similar documents
REQUEST FOR PROPOSALS FOR FIRE AND SECURITY ALARM INSTALLATION, MONITORING, MAINTENANCE, REPAIR, INSPECTION, AND TESTING PROJECT NO.

Annual Fire Systems and Backflow Preventers Testing

Rancho Cucamonga Fire Protection District Prevention Bureau Standard

REQUEST FOR PROPOSALS CLEANING SERVICES

SUWANNEE RIVER WATER MANAGEMENT DISTRICT REQUEST FOR BID NO. 15/16-003AO FIRE ALARM SYSTEM INSTALLATION AND MONITORING.

DEPARTMENT OF PUBLIC SAFETY DIVISION OF FIRE PREVENTION AND CONTROL

INVITATION TO BID. Allendale Elementary School 3670 Penniman Avenue, Oakland, CA 94619

TEXAS DEPARTMENT OF TRANSPORTATION PORTABLE FIRE EXTINGUISHER SERVICES ANNUAL INSPECTION MAINTENANCE, REPAIR, AND RECHARGING

COUNTY OF ROCKLAND Department of General Services Purchasing Division

REQUEST FOR QUALIFICATIONS

WOONASQUATUCKET RIVER WATERSHED COUNCIL REQUEST FOR PROPOSALS DESIGN OF GREENWAY PALETTE, SIGNAGE AND AMENITIES

Mr. Burke presented the Airport and Boeing s badging process and public safety issues as outlined in the attached meeting agenda.

Public Notice of Amendment to New Shoreham General Ordinances Chapter 5 Fire Prevention and Protection New Article IV Fire Alarm Ordinance

INVITATION TO QUOTE. Page 1 of 7. Fire & Emergency Safety Plan Control Number: 2018-CFS-003 Issue Date: March 7, Purpose

DOCUMENT ADVERTISEMENT FOR BIDS

OF AIRPORT COMMISSIONERS

Authorized individuals to be notified. Include two (2) persons with access to the premises to allow emergency access.

Request for Proposals (RFP) for: Columbia County Facilities Fire Detection and Security Improvements

ROSWELL INDEPENDENT SCHOOL DISTRICT P.O. Box 1437 Roswell, New Mexico General Bid Conditions

GATEWAY BUILDING ELEVATOR AND ESCALATOR SERVICES

Request for Qualifications. Knowledge Park Pedestrian/Cyclist Connectivity Planning and Design

Contact Phone Number: (609) Fax: (609)

Carson Street Streetscape Improvements. Request for Proposals

1. Delete BID FORM in its entirety and replace with the BID FORM attached to this Addendum.

SECTION WET-PIPE SPRINKLER SYSTEMS

RFP REQUEST FOR PROPOSALS CITY OF PORTSMOUTH, NH. DESIGN ENGINEERING SERVICES North Mill Pond Trail and Greenway

Request for Proposals Design Services for Kitchen Remodel and Second Floor Layout

Article 3: Police Regulated Occupations and Businesses. Division 37: Burglary, Robbery and Emergency Alarm Systems

Advokatfirmaet BAHR AS - ENGAGEMENT TERMS

11 CONTRACT AWARD FOR SECURITY SERVICES

cbever LY) \HILLS/ AGENDA REPORT

FIRE & LIFE SAFTEY STANDARD

Western Pennsylvania Conservancy Clairton & Harrison Community Greening Assessment Projects Request for Proposals July 2018

Majis Industrial Services SAOC TENDER NO. MISCP/09/2014

NOTICE TO CONTRACTORS

REQUEST FOR PROPOSAL

CITY OF EAU CLAIRE, WISCONSIN REQUEST FOR PROPOSALS

REQUEST FOR PROPOSAL. Grounds Maintenance

CLARK COUNTY FIRE DEPARTMENT Fire Prevention Bureau

CITY OF SOCORRO, TEXAS REQUEST FOR QUALIFICATIONS FOR PROFESSIONAL LANDSCAPE DESIGN SERVICES FOR PROPOSED MAURO ROSAS PARK

Sec False alarms.

BYLAW 5542 *******************************************************************************

REQUIREMENTS. For FIRE DEPARTMENTS. State of West Virginia. Bob Wise Governor THE DEPARTMENT OF MILITARY AFFAIRS AND PUBLIC SAFETY

NORTHWESTERN UNIVERSITY PROJECT NAME JOB # ISSUED: 03/29/2017

REQUEST FOR PROPOSAL RFP PRESERVATION MASTER PLAN FOR THE ELAM MARTIN FARMSTEAD CITY OF WATERLOO RIM PARK TERMS OF REFERENCE

Sidney, Ohio 1204 FORMAL ISSUANCE OF CERTIFICATE OF SUBSTANTIAL COMPLETION... ON OR BEFORE JULY 30, 2015.

Request for Qualifications For Administration of the 2016 Summer Sprout Program

ARTICLE II FALSE ALARMS

PROJ. NO SECTION PAGING, SPEAKERS AND HARD-WIRED CLOCK SYSTEMS

marta 2424 Piedmont Rd. N.E. Atlanta, GA

BUILDING, FIRE, AND LIFE SAFETY CODE ENFORCEMENT AND CERTIFICATION OF INSPECTORS FOR HEALTH FACILITIES LICENSED BY THE STATE OF COLORADO

SPECIFICATIONS FOR TENDER # SUPPLY OF A FIRE ALARM SYSTEMS SERVICE AGREEMENT FOR WESTERN HEALTH

THIS ORDINANCE ONLY AFFECTS EXISTING FIRE ALARM SYSTEMS.

OPERATIONAL PERMIT STORAGE MAGAZINE PERMIT APPLICATION

Request for Proposals For the purchase and redevelopment of Cityowned property in the Historic Downtown. 109 South Boyd Street

COMMERCIAL (IBC) FIRE ALARM SUBMITTAL GUIDE

Chapter ALARM SYSTEMS

Council Action: Route To: Department/Individual: Initials/Date: Remarks:

City of Regina Alarm Bylaw

COMMISSION ORDER. IT IS FURTHER ORDERED that the Request for Bid and Notice to Bidders be displayed on the Franklin County website.

"This is only the scope of work for the project. For more information, interested parties should contact Procurement at

FIRE PREVENTION PLAN EMERGENCY ACTION

SMALL WORKS PROJECT REQUEST FOR SEALED BIDS

Emergency Action Fire Prevention Plan

BOARD OF EXAMINERS OF LANDSCAPE ARCHITECTS

MUNICIPALITY OF GREENSTONE BOX 70, 1800 Main Street Geraldton, Ontario P0T 1M0 Telephone Facsimile

Request for Proposal (RFP) for Gutter Cleaning, Repair and Leaf Guard Installation

RFP-FQ18063/KKB-Replace Three Roofs, DC, MD AND VA GREETINGS

STATEMENT OF WORK ELECTRICAL REPAIR / MAINTENANCE BUILDING PROJECT FDC RACCOON CREEK STATE PARK (BEAVER COUNTY)

RULES OF DEPARTMENT OF COMMERCE AND INSURANCE DIVISION OF FIRE PREVENTION CHAPTER FIRE EXTINGUISHERS TABLE OF CONTENTS

BID PROPOSAL-REVISED

City of Ashland. Attn: Laura Loucks; Sustainability Intern 601 Main Street West Ashland, WI

Tennessee Code/TITLE 62 PROFESSIONS, BUSINESSES AND TRADES/CHAPTER 32 FIRE PROTECTION/PART 1 FIRE PROTECTION SPRINKLER SYSTEMS

RULES OF DEPARTMENT OF COMMERCE AND INSURANCE DIVISION OF FIRE PREVENTION CHAPTER FIRE PROTECTION SPRINKLER SYSTEM CONTRACTORS

PIKES PEAK REGIONAL BUILDING DEPARTMENT Fire Alarm Contractor License Application

Round Rock Independent School District

Princeton Joint Unified School District Invitation for Bid Installation of District-Wide Lighting Occupancy Sensors

ARTICLE 4-13 ALARM SYSTEMS * Division 1. Generally

NEW YORK CITY FIRE DEPARTMENT. Notice of Public Hearing and Opportunity to Comment on Proposed Rule

RULES OF THE TENNESSEE ALARM SYSTEMS CONTRACTORS BOARD CHAPTER GENERAL PROVISIONS TABLE OF CONTENTS

Town of Borden-Carleton

Austin Independent School District Police Department Policy and Procedure Manual

Florida Senate SB 982 By Senator Bennett

Pre-Bid Meeting Minutes 2018 A & E RFP February 6, :00 a.m.

SPE Exhibitor Appointed Contractor Manual

CITY OF LOCKPORT FIRE SPRINKLER & FIRE ALARM SYSTEM INSTALLATION ASSISTANCE PROGRAM

CITY OF LONG BEACH Department of Development Services BUILDING AND SAFETY BUREAU FIRE ALARM / ELECTRICAL FIRE PLAN REVIEW CHECKLIST

CALL TO ARTISTS Expression of Interest (EOI)

In March 2012, the County of Yolo was awarded a grant from the California State Department of Parks

Cannabis Business License Project Description

Westerville, OH Code of Ordinances. CHAPTER 969 Alarm Systems

"This is only the scope of work for the project. For more information, interested parties should contact Procurement at

Moreno Valley Fire Department Fire Prevention Bureau. New and Existing Fire Alarm & Signaling Systems Guideline

DEPARTMENT OF PUBLIC SAFETY. Division of Fire Prevention and Control 8 CCR

EXPRESSION OF INTEREST CONSULTANCY SERVICES FOR GIVING FACELIFT TO BHEL GATES & LAND SCAPING OF SOUTH AVENUE AT BHEL-R.C.

ORDINANCE NO

Bold items are particular to the City of Euless

Request for Proposal

I. Scope: II. Environmental Health and Safety Fire Alarm System Impairment Program - Guideline Revision Date: April, 2018

ADDENDUM #1: MODIFICATIONS AND ADDITIONS TO CONTRACT DOCUMENTS

Transcription:

REQUEST FOR PROPOSALS FOR FIRE AND SECURITY ALARM INSTALLATION, MONITORING, MAINTENANCE, REPAIR, INSPECTION, AND TESTING PROJECT NO. OM-19-032 Issued by: City of Stockton Public Works Department 22 E. Weber Avenue, Room 301 Stockton, CA 95202 Date Issued: January 3, 2019 Job Walk: January 23, 24, & 25, 2019 Date Proposals Due: February 14, 2019 by 3:00 p.m. LATE SUBMITTALS WILL NOT BE ACCEPTED

1.0 INTRODUCTION The City of Stockton (City) is soliciting proposals from qualified Alarm Company Operators (Contractor) for Fire and Security Alarm System Installation, Monitoring, Maintenance, Repair, Inspection, and Testing. These services should be efficient and economical; adhere to industry standards and best practices; and utilize the latest available non-proprietary technology. The City intends to select an operator who is registered and licensed in the State of California to provide comprehensive alarm service at various City facilities. The City will award a Contract to the Contractor whose offer represents the best value to the City, price and other factors considered. It is recognized that any one potential contractor may not service all types of equipment listed in Attachments 4 and 5. The City of Stockton may elect to award the contract to one or more vendors if one vendor cannot meet all Fire and Security needs of the City. 2.0 BACKGROUND The City currently conducts business with Alamo Alarm, Bay Alarm, Charlie s Day and Nite, Quality Sound, Sonitrol, and Tyco to provide fire and security alarm monitoring and system maintenance services. Alarm systems vary widely throughout the City in age and manufacturer. The Facilities Maintenance Division of the Public Works Department manages some but not all alarm systems throughout the City. The Facilities Maintenance Division of the Public Works Department will be responsible for the administration and management of the agreement resulting from this RFP. The alarms and cameras themselves will serve multiple City departments, including the Community Development Department, Community Services Department, Fire Department, Municipal Utilities Department, Police Department, and Public Works. Currently 13 alarm systems are under contract with varying expiration dates after the anticipated start date of this contract. As these contracts expire, the City anticipates adding these sites to the contract resulting from this RFP. 3.0 CONTRACT PERIOD 3.1 Any resultant Contract shall be effective from date of contract execution, and shall remain in full force and effect for a period of five (5) years. The City may terminate the Contract at any time as a result of unsatisfactory performance, or lack of funding. 3.2 Goods and/or services shall not be suspended by the Contractor without 30 day prior written notice to the City s designated Contract Manager.

4.0 PRICE 4.1 Monthly Monitoring Price The monthly price bid for each item listed in Attachment 1, Request for Proposal, shall be in the form of an all-inclusive flat monthly rate for all labor, materials, and equipment as required to meet the service specifications outlined in the Scope of Work. The proposed monthly price bid should include any included maintenance, inspections, testing, reporting, and for Fire Systems should include annual UL certification fees. The monthly monitoring price should not include any cost associated with the Contractor assuming monitoring at the facility. 4.2 Repairs Contractor to provide a separate base hourly rate charge for extra work on the attached price sheet for as needed repairs of equipment not included in the regular maintenance of the systems as defined by the contractor in their proposal. The hourly rate should include all wages, payroll taxes, fringe benefits, insurance, transportation, equipment, materials, supplies, overhead and profit. Extra work will be invoiced on a time and materials basis. Mark-up on parts and materials may not exceed 10% of Contractor s cost as determined by supplier invoice or other evidence of actual cost. Invoices must identify the work performed, cost of labor, parts/materials used, and parts/materials cost. All charges for extra work shall begin at the time when the Contractor arrives at the site and end upon the completion of work at the site. All proposals for extra work must be approved in advance by the City s Facilities Manager or their designee. 5.0 PRICE ADJUSTMENT No price adjustments will be made during the five (5) year term of the Contract to the Monthly Price, unless driven by City requested equipment enhancements/additions or service requirements. No price adjustments will be made during the five (5) year term of the Contract to the hourly rate for extra work. 6.0 SCOPE OF WORK The Contractor shall provide all labor, tools, equipment, materials, hardware, and consumables necessary for the total installation, monitoring, inspection, testing,

maintenance and repair services, for all Security and Fire Alarm Systems covered under this agreement. Alarm monitoring work will be performed 24 hours a day, seven days a week. Inspection, testing, maintenance and repair work is to be performed on an as-needed basis. The Contractor shall respond to all requests for unscheduled emergency repairs as required, 24 hours per day, 365 days per year, including holidays within the required time frame. The costs for labor and materials for these calls shall be included in the proposal. If any additional equipment or replacement of existing equipment is required by Contractor to assume monitoring a facility, the equipment and associated costs (installation, additional phone line, etc.) must be listed on the Request for Sealed Bid Column A with a description included in the detailed work plan. 6.1 Monitoring The Contractor shall provide continuous monitoring services through a UL Certified Central Monitoring Station for the monitoring of all fire and security alarm systems included in this proposal. The monitoring shall be provided twenty-four (24) hours a day, seven (7) days a week. The Central Monitoring Station shall: 6.1.1. Immediately notify the appropriate communications center of the alarm. 6.1.2. Immediately notify the Emergency Contact for that Building. Each building will have a list of contacts and a specific notification order provided to the contractor. If unable to reach the first contact, the Central Monitoring Station shall attempt to contact the second, and so on until someone is reached. 6.1.3. Follow all requirements of applicable NFPA Codes and Standards for Disposition of Signals and Reports. All monitoring services shall be performed in accordance with Federal, State and Local rules and regulations. Monitoring service shall include the recording of all events including alarm reports, open and close reports, test reports and trouble reports. Contractor shall maintain history/reports/logs for easy retrieval for a period of at least three (3) months. Contractor shall archive history/reports/logs for a period of at least five (5) years. Additionally, a nightly test of the phone system that monitors the alarms will be required. 6.2 Inspection, Testing, and Reporting Submittals shall clearly describe a comprehensive inspection plan that accomplishes all stated goals and desired results described within the RFP including scheduled inspections of all systems listed in Attachments 4 and 5.

All inspections and testing will be scheduled through the Facilities Maintenance Division of Public Works for the City of Stockton at least fourteen (14) days in advance of the work. All inspection and testing costs should be included in the monthly rates of the proposal. Scheduled inspection and testing shall typically occur during normal business hours, some exception may apply. The City s normal business hours are 7am 430pm Monday through Friday with alternating closed Fridays. All legal holidays and alternate closed Fridays are observed as non- business hours. Every effort shall be made by the Contractor to avoid after-hours service calls. Contractor personnel shall check in with designated City staff before performing services. 6.2.1 Fire Alarm System Inspection and Testing: The Contractor shall perform: Two (2) Quarterly Inspections; one (1) Semi- Annual Inspection and Testing; and one (1) Annual Inspection and Testing. These tests shall be strictly in accordance with the latest edition of NFPA 72 and California Fire Code. Within seven (7) working days from the completion of each inspection or test the Contractor shall submit a Test Certificate and Inspection report to the Facility Manager or their designee. Test Certificates and Inspection reports shall be available in the online account management. 6.2.2 Security Alarm Inspection and Testing A full functional Test of all devices is to be conducted annually. Within seven (7) working days from the completion of each inspection or test the Contractor shall submit a Test Certificate and Inspection report to the Facility Manager or their designee. Test Certificates and Inspection reports shall be available in the online account management. Your proposal should not include fire sprinkler testing or any quarterly, semiannual, annual inspections. Those services will be part of a separate bid. 6.3 Installation From time to time new systems or new equipment will be required. The City intends these specifications to result in selection of one licensed and capable Contractor. The City intends to use the contract resulting from this RFP to provide new

equipment, monitoring, and installation services as needed. Locations the City desires new alarm installations and monitoring services can be found in Attachment 4. Cost for the proposed new equipment, installation, and monitoring should be included on pages 4 and 5 of Attachment 1 when submitting your proposal. Any new fire alarm system and/or an alteration to an existing fire alarm system will require plans and permitting from the Stockton Fire Department. Contact the Fire Prevention Division at (209) 937-8271 to obtain information on the submittal process and fees. Contractor will provide up to 8 hours of training at no cost to the City on newly installed systems. Training may require multiple training sessions of equal time totaling no more than 8 hours. 6.4 Maintenance and Repair Proposer shall prepare and enclose a detailed written preventative and routine maintenance description in their proposal based on the information provided in Attachments 4 and 5, which notes the building names and current type of panel in use at each one. The proposal shall include full, itemized descriptions of all the service and routine maintenance to be performed and included in the monthly fee in their proposal. Contractor to provide a separate base hourly rate charge on the attached price sheet for as needed repairs not included in the monthly fee as detailed in section 5.0. 6.5 Security Cameras The City currently has 2 types of camera systems 1) CCTV systems at various locations to record events and assist staff in monitoring the facility and 2) motion activated monitored video systems that protect City assets such as pools, HVAC systems, and Storm and Sewer Pump Stations. The City desires a contractor that will be able to maintain and repair current systems, upgrade outdated systems, install new complete systems as requested. At a minimum the vendor should be able to: 7.5.1. Evaluate City facilities upon request and provide a written estimate of the equipment and costs. 7.5.2. Evaluate and recommend internal and external locations in and around City facilities to determine most effective camera placement. 7.5.3. Provide cameras that meet industry standards for resolution and low light conditions. 7.5.4. Provide appropriate onsite data storage to store six months worth of security footage.

7.5.5. Supply all hardware and accessories. 7.5.6. Provide all cabling, configuration, installation, programming, and training. 7.5.7. Design plans for all the above to include individual floor plans and wiring diagrams. 7.5.8. Provide wiring that meets all building and fire codes. As part of the replacement process, the contractor must ensure the items listed below are performed 7.5.9. The contractor will provide a one-year warranty on the installation of all components and devices. 7.5.10. The contractor will provide an annual support option for maintenance and repair of the system. 6.6 Response Times The firm shall respond to non-urgent maintenance items within 24 hours of notification. The firm shall respond to urgent maintenance items within 2 hours of notification. Time to respond shall start when the City calls the problem into the Contractor s designated emergency phone number. The Contractor shall provide a call-back to the City designee within thirty (30) minutes of the initial call if unanswered by the Contractor. The following items will be considered an urgent need for the City: Repeating active fire alarms due to malfunctioning sensors, supervisory alarms related to the fire suppression systems, malfunctioning exterior door security sensors, keypad malfunctions, and other related issues that could result in compromised building security or fire risk. If the above-mentioned response times are exceeded without prior approval from the City, there shall be no labor cost charged for the initial call back. 6.7 Inventory and Assessment Within sixty (60) days of award of this contract provide a review of each facility and catalog, in a form and format acceptable to the City, the fire and security alarm components with appropriate identifying information including but not limited to control panel/communicator, intrusion system key pads, motion detectors, audible devices and door alarms, in a format acceptable to the City. Provide an electronic copy of the catalog to the City and maintain the catalog current throughout the life of the contract. The catalog will be the sole property of the City and all copies of the catalog shall be provided to the City upon written demand and none retained by the Contractor in any form. Provide recommendations and associated budgets for upgrades to equipment and/or systems where appropriate. This is an alternate item to be performed at the City s sole option.

6.8 Online Account Management The City desires, but does not require, that the Contractor provide comprehensive Online Account Management. Online account management features should include but not be limited to Request Alarm Service Update Emergency Call List View Help Screens for systems Control Contact Lists Download Alarm Activity Search Past Alarm Activity View Arm and Disarm Events Facility Management Exceptions Reporting The City desires, but does not require the ability to assign and remove user access codes and set alarm schedules by City personnel via computer. Online account management should be configured so that authorized department users can make changes to their departments systems only. 6.9 Contractor Responsibilities The Contractor shall appoint a Project Manager who shall be responsible for the performance of the work and an alternate(s) who shall act for the Contractor when the Project Manager is absent. The names of these persons shall be designated in writing to the City. For this work, the term Project Manager shall include the alternate as specified above. The Project Manager, or their designee/alternate, shall be available during normal business hours to meet with City representative/s to discuss any problem areas. The Contractor shall employ only workers who are competent and skilled for work under this Contract. The City shall, throughout the term of the Contract or any extension thereof, have the right of reasonable rejection and/or approval of staff assigned to the work by the Contractor. If the City s Contract Manager rejects one of Contractor's staff, the Contractor must provide replacement staff satisfactory to the City at no additional cost to the City. If, in the opinion of the City, any Contractor employee who is incompetent, disorderly, refuses to perform in accordance with the contract specifications, threatens or uses abusive language while on City property, or is otherwise unsatisfactory, shall be removed immediately from work under this contract upon request of the City. Contractor personnel shall check in with designated City staff before performing services. Contractor acknowledges it is an independent contractor and shall not for any purpose be deemed to be an employee, agent, or other representative of the City.

Contractor shall not assign, sublet, transfer or otherwise substitute its interest in this work, or any of its obligations, without the prior written consent of the City. It is the intent of these specifications that all work is to be performed by Contractor's forces. Contractor shall employ a sufficient number of staff to ensure performance of the work described. All work shall be performed by experienced staff directly employed by the Contractor. Each employee of the Contractor shall be identified by photograph identification badge and uniform readily identifying the worker as an employee of the Contractor s firm. Each employee must be so identified at all times while performing work in any City facility. No unauthorized person or persons not employees of the Contractor (i.e., spouse, children, brother, sister, friends, etc.) shall be allowed within the immediate work area during the performance of services under this contract. Contractor shall keep the premises free from the accumulation of waste materials, rubbish, and other debris resulting from the work. At the completion of the work, the Contractor shall remove all waste materials, rubbish and debris from and about the premises as well as all tools, construction equipment, machinery, surplus material, and leave the site clean and ready for occupancy. Contractor will be responsible for the removal, packaging, transportation and proper disposal of all materials deemed as waste per all applicable local, state, and federal regulations. Disposal of contractor project waste in City containers or at City facilities is not allowed. Contractor shall be solely and completely responsible for initiating, maintaining, and supervising all safety precauations and programs in connection with the work. The Contractor shall take all necessary precautions for the safety of, and shall provide the necessary protection to prevent injury to, all employees on the work site and other persons including but not limited to the general public who may be affected thereby. 6.10 Contractor Qualifications Bidder shall be regularly and continuously engaged in the business of providing fire and intrusion alarm monitoring and reporting services for at least five (5) years. Bidder s monitoring facility shall be Underwriters Laboratories (UL) listed and certified under Underwriters Laboratories UUFX Guidelines. Bidder shall possess a C-7 Low Voltage Systems Contractor license through the State of California at the time of bid submittal.

Bidder shall possess a C-10 Electrical Contractor license through the State of California at the time of bid submittal. Bidder shall possess an Alarm Company Operator (ACO) license issued through the State of California Bureau of Investigative Services at the time of bid submittal. Bidder shall possess an Alarm Company Qualified Manager (ACQ) license at the time of bid submittal. Bidder shall possess and maintain throughout the term of the contract all permits, licenses and professional credentials necessary to supply product and perform services as specified under this RFP. 7.0 LOCATIONS The City of Stockton reserves the right to add, modify or cancel services at existing locations without Contractor approval or prior notice. The City reserves the right to add and remove locations at a future date. Such adjustments will be communicated in writing by the Public Works Director or his authorized representative. 8.0 MANDATORY JOB WALK A mandatory job walk will take place on Wednesday, January 23, 2019. Those interested in submitting a proposal must attend the job walk. There will be a sign in sheet at the first site to be filled out by all Contractors. We will visit 33 of the 60 alarm systems to provide each bidder with some basic knowledge of what may be typical for a City fire or security system. Day 1 Participants shall meet in front of the Civic Auditorium on Wednesday, January 23, 2019 at 8:00 a.m. at 525 N. Center St, Stockton CA 95202. Parking is available in the lot on the northwest corner of Oak and Center St. The job walk will visit the following buildings in this order: 1) Civic Auditorium 2) Walk to Chavez Library 3) Walk to City Hall 4) Walk to Permit Center 5) Walk to Stewart-Eberhardt Building and then back to the cars 6) Stribley Community Center 7) Linden Library Break until 1230pm when the job walk will resume at: 8) Fair Oaks Library 9) Sousa Pool 10) Fire Station 12

Day 2 11) Maya Angelou Library 12) Merlo Gymnasium 13) McKinley Community Center 14) Van Buskirk Community Center Participants shall meet in front of the Animal Service Center on Thursday, January 24, 2019 at 8:00 a.m. at 1575 S. Lincoln St, Stockton CA 95206. Parking is available in the lot in front of the Animal Services Center. The job walk will visit the following buildings in this order: 1) Animal Services Center 2) Corp Yard Fleet Heavy Shop 3) Pixie Woods 4) Oak Park Tennis Center 5) Oak Park Senior Center 6) Oak Park Pool 7) Margaret Troke Library 8) Water Field Office Break until 1230pm when the job walk will resume at: 9) Arnold Rue Community Center 10) Fire Station 13 11) Delta Water Supply Project 12) Thornton Library Day 3 Participants shall meet in front of the Fire Station 1 on Friday, January 25, 2019 at 8:00 a.m. at 1818 Fresno Ave, Stockton CA 95206. Parking is available on Fresno Ave in front of the station. The job walk will visit the following buildings in this order: 1) Fire Station 1 2) MUD Stores 3) Arch Rd Sanitary Sewer Pump Station 4) West Lane North Storm Station 5) Well 27 6) 14 M Reservoir Participants will be required to provide their own transportation to each site as most buildings are not within walking distance.

During the job walk the project manager will show the group the fire alarm panel and intrusion alarm panel, if equipped, and a few examples of the type of devices communicating with the panels within the building. Ten to twenty minutes will be the average time spent at each building (at the discretion of the project manager) before the group will move on to the next building on the list in numerical order. The project manager will meet the group at the front entrance of each building, in the order listed above, and will wait up to 3 minutes after project manager s arrival before moving the group into the building and to the panel location. Please contact Colin Scott at (209) 937-8954 or colin.scott@stocktonca.gov if you have questions about the job walk. 9.0 INVOICING Contractor will promptly submit one (1) quarterly itemized invoice for monitoring listing all facilities as a separate line item, no later than fifteen (15) days after the beginning of the first month of the quarter. All invoices should reference the purchase order. Contractor will promptly submit one (1) packet of itemized invoices, no later than fifteen (15) days after the end of the reporting month, for as needed repairs during the month. All invoices should reference the purchase order and a City work order number if provided. 10.0 PROJECT GENERAL INFORMATION 11.1 Proposal Submissions Proposals shall be submitted no later than 3:00 PM on February 14, 2019 to: CITY OF STOCKTON PUBLIC WORKS DEPARTMENT ATTN: COLIN SCOTT 22 E. WEBER AVENUE, ROOM 301 STOCKTON, CA 95202 The proposal should be firmly sealed in a clearly marked envelope with FIRE AND SECURITY ALARM INSTALLATION, MONITORING, MAINTENANCE, REPAIR, INSPECTION, AND TESTING for the City of Stockton (Project OM-19-032). The cost proposal must be in a separate, sealed envelope labeled as Cost Proposal with the Project Name and Number. Late Proposals will not be accepted.

By submitting a proposal, the responding firm represents that it has thoroughly examined and become familiar with the work required in this RFP and that it is capable of performing quality work to achieve the objectives of the RFP. 11.2 Acceptance or Rejection of Proposal The City reserves the right to negotiate an agreement with the firm submitting the highest ranking proposal. Also, the City reserves the right to reject any and all proposals or to waive any irregularity in a proposal if it is deemed to be in the best interest of the City. Failure to submit all requested information could be grounds to reject the proposal. 11.3 Proposal Questions and Requests for Clarification Any question or request for clarification shall be submitted in writing to: Colin.scott@stocktonca.gov Requests for clarification shall be submitted at least ten (10) business days prior to the proposal due date. If a response warrants an addendum to the RFP, such addendum will be posted on Bid Flash at least two (2) business days prior to the proposal due date. It is the proposer s responsibility to check the website for any addendums or responses to questions. The website address is as follows: http://www.stocktongov.com/services/business/bidflash/pw.html?dept=public_wor ks 11.4 Causes for Disqualification Any of the following may be considered cause to disqualify a proponent without further consideration: A. Evidence of collusion among proponents; B. Any attempt to improperly influence any member of the evaluation panel; C. Any attempt to communicate in any manner with a City of Stockton elected official during the RFP/bid process will, and shall be, just cause for disqualification/rejection of proponent s proposal/bid submittal and considered non-responsive. D A proponent's default in any operation of a professional services agreement which resulted in termination of that agreement; and/or E. Existence of any lawsuit, unresolved contractual claim, or dispute between proponent and the City.

F. No person, firm, or corporation shall be allowed to make or file or be interested in more than one bid for the same supplies, services, or both; provided, however, that subcontract bids to the principal bidders are excluded from the requirements of this section: Section 3.68.120 of the Municipal Code. G. Any exceptions to the insurance requirement may result in a nonresponsive proposal. 11.5 Licensing Requirements Contractor shall possess a City of Stockton business license Contractor shall maintain said licenses for the duration of the work. A copy of your company s License must be submitted with your proposal. 11.6 Insurance Requirements The proposer must obtain and maintain the required insurance. Proposer should review Attachment 2, Instructions to Proposers for information regarding insurance, indemnification, Disadvantaged Business Enterprises, prevailing wages, etc. Failure to comply with the Instructions to Proposers may be grounds for rejection. 12.0 REQUIRED PROPOSAL CONTENT The proposal shall contain the following, at a minimum: Cover Letter Table of Contents Executive Summary Project Team Detailed Work Plan Online Account Management Examples of experience with similar types of work References Cost Proposal The Proposal shall be no more than fifty (50) pages (8½ x 11 ), with a minimum font size of 10. Proposer shall submit one (1) electronic pdf copy, and four (4) bound sets of the proposal. 12.1 Cover Letter The letter shall be signed by an official with the authority to negotiate and contractually bind the firm with the City of Stockton. Provide name, title, address, email, and telephone number for this officer. Describe any

subcontract arrangements or licensing agreements. Include any potential conflict of interest. 12.2 Table of Contents The proposal should include a table of contents. 12.3 Executive Summary The Executive Summary shall include a summary of the proposal, emphasizing the approach to be taken and including a work plan, schedule, and description of the capabilities of the Project Manager and key personnel. The summary should convey an understanding of the purpose of the project and the services required for performance. 12.4 Project Team Describe your team organization including the qualifications of the prime Project Manager and any other key personnel related to the project. Provide an organizational chart of the proposed team structure. The following should be addressed: Demonstrate the company s experience in each of the areas of expertise needed to successfully complete the project. This should include a description of prior experience in working with public agencies, including working with City staff. Ability for project team to perform the proposed work within the time limits of the project, considering their current and projected workload and assignments. Ability to provide quality control of all deliverables and be responsive to all issues in a timely manner. Provide project team resumes and applicable license(s) 12.5 Detailed Work Plan Provide a proposed work plan for implementation of the monitoring program to transition each facility without interruption of service from the current provider to the Contractor. Describe the proposed approach and the activities to be accomplished. Describe how the team will complete each task. Alternative approaches to the project can be submitted if a rationale is given for the suggested changes. If any additional equipment or replacement of existing equipment is required by Contractor to assume monitoring a facility, the equipment and associated costs (installation, additional phone line, etc.) must be

listed on the Request for Sealed Bid Column A with a description included in the detailed work plan. Provide a full, itemized description of items and services included in routine maintenance which are covered by the monthly fee. Clearly describe a comprehensive inspection plan that accomplishes all stated goals and desired results described within the RFP including scheduled inspections of all systems listed in Attachments 4 and 5. 12.6 Online Account Management Provide a full, itemized description of items included in the Contractors Online Account management which are covered by the monthly fee. Contractor may provide a brochure or screen shots as an attachment to their proposal. 12.7 Examples of Experience with Similar Types of Work Provide examples of projects similar in scope and size to this project. Detail any involvement, past or current, relative to litigation or other disputes, if any, concerning your performance with any clients to whom your company has provided services. List all contracts canceled or not extended. State any and all instances of being disqualified, removed, or otherwise prevented from completing the terms of any previous contracts over the past five (5) years. Give names, street addresses, and phone numbers and explain the circumstances. 12.8 References Provide three references from clients your firm has served in the past three years, including one client that has newly engaged the firm in the past 36 months and one long-term client. This shall include the name, company, contact information, and description of related work that was provided to the client. No City of Stockton elected officials, appointed officials, or employees may be provided as a reference for this Proposal. Provide two letters of reference for the company, who are familiar with the project manager and other key personnel that will be assigned to the project. 12.9 Cost Proposal The proposed fee for service shall be submitted in a separate, sealed envelope, and include the following information on the template provided in Attachment 1, Request for Sealed Bid. Contractor is encouraged to attend the job walk to inspect areas prior to submitting bid in order to be fully aware of the scope of services required.

Failure to do so will not relieve the successful bidder from performing in strict accordance with the specifications at no additional cost to the City. The cost proposal must be in a sealed envelope separate from the proposal. 13.0 PROPOSAL EVALUATION The Contractor Selection process will follow the timeline shown below Event Date Post Request for Proposals January 3, 2019 Written Questions submitted by January 31, 2019 at 2:00 PM Response to Written Questions February 11, 2019 Proposals Due February 14, 2019 at 3:00 PM Evaluations February 2019 Interviews February 26, 2019 Negotiations March 2019 City Council Approval April 2019 13.1 Proposal Evaluation The selection committee will evaluate all proposals. This is a qualification and cost based selection, so ranking will be in accordance with the attached Evaluation Scoring Worksheet (See Attachment 3). Cost will be a factor in evaluation, but selection is predominately qualifications based. Cost proposals will not be opened until after other categories have been evaluated. Local preference will also be a factor, so Stockton firms are encouraged to propose. Also, non-stockton firms should make an effort to use Stockton consultants whenever possible. 13.2 Negotiations City staff will begin negotiations with the highest ranked firm. If an agreement cannot be reached after a reasonable period of time, as determined by the City, then the City will terminate negotiations with the number one ranked firm and negotiations will be opened with the second ranked firm. The compensation discussed with one prospective Contractor will not be disclosed or discussed with another Contractor. The selected Contractor will be expected to enter into a Professional Services Contract with the City. Proposers should direct their attention to Attachment 2, Instructions to Proposers for the most current insurance and indemnification language. It is expected that the successful proposer will accept these terms without modification.

The contract shall not be in force until the Council approves the contract and the City Manager signs it. Work performed before the issuance of a Notice to Proceed cannot be paid by the City. ATTACHMENTS: Attachment 1 Request for Proposal Attachment 2 Instructions to Proposers Attachment 3 Evaluation Scoring Sheet Attachment 4 Locations and System Information for Security Alarms Attachment 5 Locations and System Information for Fire Alarms