35
NOTICE TO BIDDERS Fire Alarm Testing and Inspection Bid No. 2019-30B Addendum No. 2 June 4, 2019 NOTICE TO BIDDERS: Please note the following changes in red on the page 16 1.01(a) and page 19 (a.3). Three questions were received and the responses are included in this addendum. Addendum No. 2 questions 4 through 9 were received by the deadline date and not included in Addendum No. 1. Please note the changes on page 2 paragraph 3 and 5. Please complete and submit the revised bid documents with your bid. Acknowledgement of these addendums must be included with your bid submittal; failure to acknowledge the addendums is grounds for rejection of your bid by signing and completing the form below. Please also insert the addendum numbers in the space provided on the Bid Form, page 8. Thank you for your attention to this information and your interest in working with the District. Sincerely, Janay Greenlee Director of Purchasing Acknowledgement of Receipt of Addendum No. 1: COMPANY NAME: __________________________________________________________________ BIDDER’S SIGNATURE: ____________________________________ DATE: _____________________ ___________________________________________________________________________________

NOTICE TO BIDDERS Fire Alarm Testing and Inspection Bid No. … · 2019-06-04 · Addendum No. 2 June 4 Please note the following response NOTICE TO BIDDERS Fire Alarm Testing and

  • Upload
    others

  • View
    3

  • Download
    0

Embed Size (px)

Citation preview

NOTICE TO BIDDERS Fire Alarm Testing and Inspection

Bid No. 2019-30B

Addendum No. 2 June 4, 2019 NOTICE TO BIDDERS: Please note the following changes in red on the page 16 1.01(a) and page 19 (a.3). Three questions were received and the responses are included in this addendum. Addendum No. 2 questions 4 through 9 were received by the deadline date and not included in Addendum No. 1. Please note the changes on page 2 paragraph 3 and 5. Please complete and submit the revised bid documents with your bid. Acknowledgement of these addendums must be included with your bid submittal; failure to acknowledge the addendums is grounds for rejection of your bid by signing and completing the form below. Please also insert the addendum numbers in the space provided on the Bid Form, page 8. Thank you for your attention to this information and your interest in working with the District. Sincerely,

Janay Greenlee Director of Purchasing

Acknowledgement of Receipt of Addendum No. 1: COMPANY NAME: __________________________________________________________________ BIDDER’S SIGNATURE: ____________________________________ DATE: _____________________ ___________________________________________________________________________________

NOTICE TO BIDDERS Fire Alarm Testing and Inspection

Bid No. 2019-30B

Question Response Addendum No. 1 Question 1: On page 19 of 32 a. 3 – It is mentioned that the company have (1) Nicet level 4 for this test and inspect only bid. Is this truly the case as I have not seen this requirement before for a testing contract? Response: Paragraph 3 addressing NICET requirements have been removed from the bid. Question 2: Are lifts of any sort going to be needed? If so, does the District supply that or would this be an added cost for the bidder? Response: No, ladders or extension poles will provide access to devices. Question 3: On page 16 of 32 1.01(a) – It is mentioned that a site evaluation visit is required with a detailed list of devices attached and current condition etc. It seems that this would be covered under the actual NFPA testing requirements; hence not requiring an additional site visit prior to testing. Could you please explain? Response: Requirements in paragraph 1.01(a) have been removed from the bid. Addendum No. 2 questions 4 through 9 were received by the deadline and not included in Addendum No. 1. Question 4: Will the District provide staff for access and assistance during fire alarm inspection at all locations? Response: Yes, the inspections are scheduled to that someone will be onsite, typically it’s the custodian. Question 5: Will the District provide most recent annual test and inspection reports for all locations? Response: The District will not be providing the annual test and inspection reports at this time. Question 6: Will the District provide condition report from incumbent. Response: The District will not be providing the condition report from the incumbent at this time. Question 7: Will the District provide a copy of previous incumbent’s bid results and breakdown per site? Response: Bid 2014-03B Fire Alarm Testing & Inspection award bid form to follow. In fiscal year 2016-2017 Design39Campus services were added to the project and the total is now $114,108. Question 8: Over the previous contract duration what were the average number of service calls per year District wide? Response: Approximately 5 service calls per year. A typical reason would be for fire alarm programming Question 9: Page 6, Section 12 states that Bid Securities, Performance Bonds, Payment Bonds are not required for this contract however page 2 paragraphs 3 and 5 contradict and state requires these items. Please clarify. Response: Page 6, Section 12 is accurate. Bid Securities, Performance Bonds, Payment Bonds are not required. The reference for the documents has been removed.

POWAY UNIFIED SCHOOL DISTRICT 13626 Twin Peaks Road, Poway, CA 92064-3034

Telephone: (858) 748-0010 X2544 -Fax (858) 679-8561

INVITATION TO BID

Bid 2019-30B Fire Alarm Testing and Inspection

The Board of Education of the Poway Unified School District invites your firm to participate in the bidding of a contract to furnish the District with:

Fire Alarm Testing and Inspection as shall be specified in the purchase order for the goods and/or services. Bidders shall familiarize themselves with all the bidding conditions and requirements listed within the document. Bids will be received and publicly open at 13626 Twin Peaks Road, Poway, CA, no later than Friday, June 7, 2019, 10:00 a.m. This is a one (1) year contract for the period July 1, 2019 through June 30, 2020 with the right to extend the contract for four (4) additional years at the discretion of the District. The District intends to award this contract to the lowest responsible bidder, by total bid price. Dated this 22nd day of May, 2019.

POWAY UNIFIED SCHOOL DISTRICT Addendum No. 2 Bid 2019-30B Fire Alarm Testing and Inspection Page 2 of 32

NOTICE TO BIDDERS

NOTICE INVITING BIDS

NOTICE IS HEREBY GIVEN that the POWAY UNIFIED SCHOOL DISTRICT (“District”) will receive sealed bids for contracts for Fire Alarm Testing and Inspection, Bid No. 2019-30B, in the Purchasing Department, located at 13626 Twin Peaks Road, Poway, CA 92064, no later than Friday, June 7, 2019, 10:00 a.m., at which time or thereafter said bids will be opened and read aloud. Bids received after this time will be returned unopened. Bids shall be valid for sixty (60) calendar days after the bid opening date. No bidder may withdraw his bid for a period sixty (60) calendar days after the date set for the opening of bids.

Bids must be submitted on the District’s Bid Forms in a sealed envelope clearly marked in accordance with the Information for Bidders. An onsite bid clock shall be used to determine the time.

Bidders may obtain a copy of the Contract Documents on the District’s website at https://www.powayusd.com/en-US/Departments/Business-Support/Purchasing.aspx. To the extent required by Public Contract Code Section 20103.7, the District shall also make the Contract Documents only upon request available for review at one or more plan rooms. Bids must be accompanied by cash, a certified or cashier’s check, or a Bid Bond in favor of the District in an amount not less than ten percent (10%) of the submitted Total Bid Price.

Each bid shall be accompanied by the security referred to in the Contract Documents, the non-collusion declaration, the list of proposed subcontractors, and all additional documentation required by the Information for Bidders.

The successful bidder will be required to furnish the District with a Performance Bond equal to 100% of the successful bid, and a Payment Bond equal to 100% of the successful bid, prior to execution of the Contract. All bonds are to be secured from a surety that meets all of the State of California bonding requirements, as defined in Code of Civil Procedure Section 995.120, and is admitted by the State of California.

Pursuant to Public Contract Code Section 22300, the successful bidder may substitute certain securities for funds withheld by District to ensure his performance under the Contract. At the request and expense of the successful bidder, securities equivalent to any amount withheld shall be deposited at the discretion of District, with either District or a state or federally chartered bank, as the escrow agent, who shall then pay any funds otherwise subject to retention to the successful bidder. Upon satisfactory completion of the Contract, the securities shall be returned to the successful bidder.

The Director of Industrial Relations has determined the general prevailing rate of per diem wages in the locality in which this work is to be performed for each craft or type of worker needed to execute the Contract which will be awarded to the successful bidder, copies of which are on file and will be made available to any interested party upon request at the Office of the District’s Director of Facilities or online at http://www.dir.ca.gov/dlsr. A copy of these rates shall be posted by the successful bidder at the job site. The successful bidder and all subcontractor(s) under him shall comply with all applicable Labor Code provisions, which include, but are not limited to the payment of not less than the required prevailing rates to all workers employed by them in the execution of the Contract, the employment of apprentices, the hours of labor and the debarment of contractors and subcontractors.

POWAY UNIFIED SCHOOL DISTRICT Addendum No. 2 Bid 2019-30B Fire Alarm Testing and Inspection Page 3 of 32

NOTICE TO BIDDERS

Pursuant to Labor Code sections 1725.5 and 1771.1, all contractors and subcontractors that wish to bid on, be listed in a bid proposal, or enter into a contract to perform public work must be registered with the Department of Industrial Relations. http://www.dir.ca.gov/Public-Works/Contractor-Registration.html No bid will be accepted nor any contract entered into without proof of the contractor’s and subcontractors’ current registration with the Department of Industrial Relations to perform public work. If awarded a Contract, the Bidder and its subcontractors, of any tier, shall maintain active registration with the Department of Industrial Relations for the duration of the Project.

This Project is subject to compliance monitoring and enforcement by the Department of Industrial Relations. In bidding on this Project, it shall be the Bidder’s sole responsibility to evaluate and include the cost of complying with all labor compliance requirements under this contract and applicable law in its bid.

Each bidder shall be a licensed contractor pursuant to the Business and Professions Code and shall be licensed in the following appropriate classification(s) of contractor’s license(s), for the work bid upon, and must maintain the license(s) throughout the duration of the Contract: California State License C-10 Electrical Contractor License.

Award of Contract: the District shall award the Contract for the Project to the lowest responsible bidder, by total bid price. The District reserves the right to reject any or all bids or to waive any irregularities or informalities in any bids or in the bidding process. Bid protests, if any, must comply with the requirements set forth in the Information for Bidders in order to be timely and considered by the District.

For further information, contact Janay Greenlee, Director of Purchasing, Poway Unified School District Purchasing Department, [email protected] or 858.748.0010 x2788. The last date to submit questions shall be May 31, 2019, 10:00 a.m. All questions must be submitted in accordance with the procedures set forth in the Information for Bidders.

Dated this 22nd day of May, 2019.

Signed: Ginger Couvrette

Clerk of the Board Poway Unified School District

Published: San Diego Daily Transcript May 22, 2019 and May 29, 2019

END OF DOCUMENT

POWAY UNIFIED SCHOOL DISTRICT Addendum No. 2 Bid 2019-30B Fire Alarm Testing and Inspection Page 4 of 32

TABLE OF CONTENTS

TABLE OF CONTENTS

Page

Notice to Bidders ....................................................................................................................................... 2-3

Instructions for Bidders .............................................................................................................................. 5-7

*Bid Form ................................................................................................................................................. 8-10

*Non-collusion Affidavit ............................................................................................................................. 11

Fingerprinting Requirements ...................................................................................................................... 12

Statement of No Bid .................................................................................................................................... 13

Contract Terms and Conditions ............................................................................................................. 14-15

Special Conditions .................................................................................................................................. 16-18

*Information Required of Bidders ......................................................................................................... 19-24

*UL Listing Certificate of Compliance

*NICET Certificates

* Evidence of DAS Certification

*Workers’ Compensation Certificate .......................................................................................................... 25

Agreement ............................................................................................................................................. 26-29

Site Addresses ............................................................................................................................................ 30

Site Device Counts ................................................................................................................................. 31-32

*These forms are required to be completed and returned prior to the bid deadline on June 7, 2019, 10:00 a.m.

POWAY UNIFIED SCHOOL DISTRICT Addendum No. 2 Bid 2019-30B Fire Alarm Testing and Inspection Page 5 of 32

INSTRUCTIONS FOR BIDDERS

INSTRUCTIONS FOR BIDDERS 1. SECURING DOCUMENTS: Bidders may obtain a copy of the Contract Documents on the District’s website at https://www.powayusd.com/en-US/Departments/Business-Support/Purchasing.aspx. 2. PROPOSALS: Bids to receive consideration shall be made in accordance with the following instructions:

a) Bids shall be made upon the form therefore obtained at the office of the Director of Purchasing properly executed. Bids shall be written in ink or be typed before submission. Bids signing shall be in longhand. The completed form shall be without interlineations, alterations, or erasures. Alternative proposals will not be considered unless requested in the specifications. No oral or telegraphic modifications will be considered. b) Before submitting a bid, bidders shall carefully examine specifications, and the forms of other documents. They shall fully inform themselves as to all existing conditions and limitations, and shall insure that unit cost and total cost is reflected in the bid. No allowance will be made because of lack of such examination or knowledge. c) No bid shall include California sales or use tax, or Federal excise tax. d) All bids on items shall be f.o.b. Poway Unified School District.

e) Bids shall be delivered to Poway Unified School District or its representative, at its office on or before the day and hour set for the opening of bids in the NOTICE TO BIDDERS published in the North County Times. Bids will be opened on this day and hour, bids shall be enclosed in a sealed envelope bearing the description of the bid call, the name of the bidder to see that the bid is received in proper time. Any bids received after the ad closing time for receipt of bids shall be returned to the bidder unopened.

f) When requested, bidders shall submit properly marked samples of each such article, on which bid is made to Poway Unified School District, 13626 Twin Peaks Road, Poway, CA 92064-3034. Each sample submitted must be marked in such manner that the marking is fixed, so that the identification of the sample is assured. Such marking shall state (1) name of bidder, (2) number of bid, (3) item number. Bid and samples must not be sent in the same package.

3. ADDENDA OR BULLETINS: Any addenda or bulletins issued by the Poway Unified School District during the time of bidding or forming a part of the documents issued to the bidder for the preparation of the bid shall be covered in the bid and shall be made a part of the Contract. 4. WITHDRAWAL OF BIDS: Any bidder may withdraw their bid, either personally or by a written request, at any time prior to the scheduled time for opening of bids, but not after. 5. OPENING OF BIDS: Bids will be opened at the time and place scheduled in the NOTICE TO BIDDERS. 6. AWARD OR REJECTION OF BIDS: The Contract will be awarded to the lowest responsive responsible bidder, by total bid price. The Governing Board of the Poway Unified School District,

POWAY UNIFIED SCHOOL DISTRICT Addendum No. 2 Bid 2019-30B Fire Alarm Testing and Inspection Page 6 of 32

INSTRUCTIONS FOR BIDDERS

however, reserves the right to reject any or all bids, to accept or reject anyone or more items of a bid, and to waive any informality in the bids or in the bidding. 7. WITHDRAWAL OF BIDS AFTER OPENING: No bidder may withdraw their bid for a period of sixty (60) days after the date set for the opening thereof. 8. AGREEMENT: The form of agreement, which the successful bidder, as vendor, will be required to execute, is included in the contract documents and should be carefully examined by the bidder. The agreement will be executed in two (2) original counterparts. The complete contract consists of the following documents: The Notice to Bidders, the Information for Bidders, the Accepted Bid, the Contract Terms and Conditions, the Supplemental Bid Form and Specifications, and the Agreement, including all modifications thereof duly incorporated therein. All of the above documents are intended to cooperate and be complementary so that any instructions or requirements called for in one and not mentioned in the other, or vice versa, are to be executed the same as if mentioned in all said documents. The intention of the documents is to include all labor, materials, equipment, transportation and services necessary for the proper delivery and installation of all items called for in the Contract. 9. INTERPRETATION OF DOCUMENTS: If any person contemplating submitting a bid for the proposed Contract is in doubt as to the true meaning of any part of the specifications, or other proposed contract documents, or finds discrepancies in, or omissions from the specifications, they may contact: Janay Greenlee, Director of Purchasing, Poway Unified School District to request an interpretation or correction thereof. The District requires that such request be in writing, in which case the person submitting the request will be responsible for its prompt delivery. Any interpretation or correction of the proposed documents will be made only by Addendum duly issued by said Director of Purchasing and a copy of such Addendum will be mailed or delivered to each person receiving a set of such documents. The Poway Unified School District will not be responsible for any other explanation or interpretation of the proposed documents. All requests for interpretations must be submitted no later than May 31, 2019 at 10:00 a.m. Any requests for information after that date will not be answered. Email contact of the Director of Purchasing is the prefer means of contact. The e-mail address is [email protected]. 10. BIDDERS INTERESTED IN MORE THAN ONE BID: No person, firm, or corporation shall be allowed to make or file or be interested in more than one bid for the same work, unless alternate bids are called for. A person, firm, or corporation submitting a sub-proposal to a bidder, or who has quoted prices on materials to a bidder, is not thereby disqualified from submitting a sub-proposal or quoting prices to other bidders. 11. ASSIGNMENT OF CONTRACT: No assignment by the Vendor of any contract to be entered into hereunder or any part thereof, or of funds to be received there under by the Vendor, will be recognized by the District unless such assignment has had the prior approval of the District and the surety has been given due notice of such assignment in writing and has consented thereto in writing. 12. BID SECURITIES, PERFORMANCE BONDS, PAYMENT BONDS are not required for this contract. 13. DEMONSTRATIONS: If the District considers a need, bidders shall be required to arrange demonstrations of items or services bid. Failure to be able to provide such working demonstration may disqualify the bidder's bid submittal.

POWAY UNIFIED SCHOOL DISTRICT Addendum No. 2 Bid 2019-30B Fire Alarm Testing and Inspection Page 7 of 32

INSTRUCTIONS FOR BIDDERS

Unless otherwise requested by the District, bidders shall be required to provide the requested demonstrations at a Poway Unified School District facility. ALL DEMONSTRATIONS SHALL BE PROVIDED FREE OF CHARGE TO THE DISTRICT. Bidders may be required to reimburse the District for travel to demonstrations not held at a District facility. 14. EQUAL BIDS: When bids are equal, they shall be awarded by a coin toss, and shall be witnessed by two (2) impartial observers. 15. INSPECTION OF SITE: Each prospective bidder shall acquaint itself with the conditions relating to the service required for the execution of the work under the contract. The failure or omission of any bidder to receive or examine any contract documents, or to visit the site and acquaint himself with conditions there existing, shall in no way relieve any bidder form obligations with respect to its bid or to the contract. The submission of a bid shall be taken as prima facie evidence of compliance with this section. Contact the Purchasing Department, Gayle McCormick 858.748.0010 x2133 by May 27 to schedule a site visit in the morning on May 30, 2019.

POWAY UNIFIED SCHOOL DISTRICT Addendum No. 2 Bid 2019-30B Fire Alarm Testing and Inspection Page 8 of 32

BID FORM

BID FORM To: Poway Unified School District, acting by and through its Governing Board, herein called the District:

1. Pursuant to and in compliance with your Notice to Bidders and other documents relating thereto, the undersigned Bidder, having thoroughly familiarized itself with the terms of the Agreement, the Specifications, and all of the Contract Documents, hereby proposes and agrees to perform, within the time stipulated, the Contract, including all of its component parts, and everything required to be performed, all in strict conformity with the specifications and other Contract Documents, including Addenda Nos.____, ____, ____, and ____, on file at the Purchasing Office of the issuing District for the prices set opposite the articles listed herein.

2. It is understood that the District reserves the right to reject this bid in whole or in part; to waive

informalities in the bids or bidding, and that this bid shall remain open and not be withdrawn for a period of sixty (60) days from the date prescribed for the opening of this bid.

3. It is understood that the successful bidder will be required to provide the following services:

Fire Alarm Testing and Inspection Bid 2019-30B

4. This bid is to cover the period of July 1, 2019 through June 30, 2020 with the right to extend the contract for four (4) additional one year terms at the discretion of the District.

5. It is understood and agreed that if written notice of the acceptance of this bid is mailed,

telegraphed, or delivered to the undersigned within sixty (60) days after the opening of the bid, or at any time thereafter before this bid is withdrawn, the undersigned agrees that they will execute and deliver to the District a contract in the form attached hereto in accordance with the bid as accepted, all within five (5) days after the receipt of notification of award, and that performance of the contract shall be commenced immediately by the undersigned bidder, upon due execution and delivery of the contract to the District, and shall be completed by the Contractor in the time and manner specified in the contract documents.

6. Notice of acceptance or requests for additional information should be addressed to the

undersigned at the address stated below. 7. The names of all persons interested in the foregoing proposal as principals are as follows:

8. The individual signing this Agreement warrants that he or she has the full authority of the entity on behalf of which his or her signature is made.

POWAY UNIFIED SCHOOL DISTRICT Addendum No. 2 Bid 2019-30B Fire Alarm Testing and Inspection Page 9 of 32

BID FORM

I____________________________________________, the __________________________________ of the bidder, hereby certify under penalty of perjury under the laws of the State of California, that all of the information submitted by the bidder in connection with this bid and all of the representations made herein are true and correct. Executed on this __________day of ______________ at _________________ County, California

Legal name of Bidder

Signature of Authorized Agent

Name of Authorized Agent (typed or printed)

Title

Address

City/State/Zip Code

Telephone Number

Fax Number

E-Mail Address

Company Website

Should your Company be awarded one or more bid line items, indicate below who is to function as your Company’s listed contact person: Contact’s Name: Contact’s e-mail: Contact’s Phone # Contact’s Fax #: if this address should be used as the delivery address for Purchase Orders Address: City/State/Zip:

POWAY UNIFIED SCHOOL DISTRICT Addendum No. 2 Bid 2019-30B Fire Alarm Testing and Inspection Page 10 of 32

BID FORM

BID SHEET – 2019-30B Fire Alarm Testing and Inspection LOCATION YEARLY INSPECTION COST

Adobe Bluffs $ Canyon View Chaparral Creekside Deer Canyon Del Sur Design 39 Campus Garden Road Highland Ranch Los Penasquitos Midland Monterey Ridge Morning Creek Painted Rock Park Village Pomerado Rolling Hills Shoal Creek Stone Ranch Sundance Sunset Hills Tierra Bonita Turtleback Valley

Westwood Willow Grove Bernardo Heights MS Black Mountain MS Meadowbrook MS Mesa Verde MS Oak Valley MS Twin Peaks MS Abraxas HS Del Norte HS Mt. Carmel HS Poway HS Rancho Bernardo HS Westview HS District Office, Avenue of Science Twin Peaks Center Total Bid Price Contract will be awarded by the Grand Total Amount Bid

$

Submitted by _______________________________________________________

POWAY UNIFIED SCHOOL DISTRICT Addendum No. 2 Bid 2019-30B Fire Alarm Testing and Inspection Page 11 of 32

NON-COLLUSIVE BIDDING DECLARATION

NON-COLLUSIVE BIDDING DECLARATION I, , being first duly sworn, deposes and says that he is

of ______________________ the party making the attached bid; that the bid is

not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association,

organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not

directly or indirectly induced or solicited any other contractor to put in a false or sham bid, and has not

directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a

sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or

indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the

bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of

any other bidder, or to secure any advantage against the public body awarding the contract of anyone

interested in the proposed contract; that all statements contained in the bid are true; and, further, that

the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the

contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to

any corporation, partnership, company association, organization, bid depository, or to any member or

agent thereof to effectuate a collusive or sham bid.

I certify (or declare) under penalty of perjury under the laws of the State of California that the foregoing

is true and correct.

Dated

Company Name

Name Authorized Officer or Agent Signature of Authorized Officer or Agent

Title of Authorized Agent

Date

POWAY UNIFIED SCHOOL DISTRICT Addendum No. 2 Bid 2019-30B Fire Alarm Testing and Inspection Page 12 of 32

FINGERPRINTING REQUIREMENTS

FINGERPRINTING REQUIREMENTS

CONTRACTOR CERTIFICATION

With respect to the Contract dated ___________________ 20___ by and between Poway Unified School District ("District") and __________________________ ("Contractor"), Contractor hereby certifies to the District’s governing board that it has completed the criminal background check requirements of Education Code Section 45125.1 and that none of its employees that may come in contact with District ’s pupils have been convicted of a violent felony listed in Penal Code section 667.5(c) or a serious felony listed in Penal Code section 1192.7(c).

____________________________________ __________________ Contractor’s Representative Date

CONTRACTOR EXEMPTION

Pursuant to Education Code sections 45125.1 and 45125.2, the Poway Unified School District ("District") has determined that _______________________ ("Contractor") is exempt from the criminal background check certification requirements for the Contract dated _____________, 20__ by and between the District and Contractor ("Contract") because:

The Contractor’s employees will have limited contact with District students during the course of the Contract;

Emergency or exceptional circumstances exist; or

With respect to contractors constructing, reconstructing, rehabilitating or repairing a school facility, as provided in Section 45125.2, the Contractor has agreed to ensure the safety of pupils at the school facility by the following method(s) specified in Section 45125.2: ____________________________________________________.

____________________________________ __________________ School District Official Date

POWAY UNIFIED SCHOOL DISTRICT Addendum No. 2 Bid 2019-30B Fire Alarm Testing and Inspection Page 13 of 32

STATEMENT OF NO BID

STATEMENT OF NO BID If you are not bidding on this service/commodity, please complete and return this form via facsimile to 858-679-8561 or mail in time for the bid opening to: Purchasing Department, Poway Unified School District, 13626 Twin Peaks Road, Poway, CA 92064-3034 (please print or type, except signature). Failure to respond may result in deletion of vendor's name from the qualified bidder's list for the Poway Unified School District.

NAME OF COMPANY:

ADDRESS:

CITY:

STATE:

ZIP:

CONTACT PERSON:

PHONE:

REASONS FOR NOT BIDDING AT THIS TIME: (Attach additional page if necessary) We do not offer the product (s) or the equivalent.

Insufficient time to respond to the invitation to bid.

Remove our name from this bid list only.

Our product schedule would not permit us to perform.

Unable to meet bond requirements.

Other. (Specify below)

REMARKS

SIGNATURE: DATE:

POWAY UNIFIED SCHOOL DISTRICT Addendum No. 2 Bid 2019-30B Fire Alarm Testing and Inspection Page 14 of 32

CONTRACT TERMS AND CONDITIONS

CONTRACT TERMS AND CONDITIONS AWARD AND ADMINISTRATION: This contract is being awarded and administered by the Poway Unified School District. TERMS: All terms set forth in the bid shall include but not be limited to price, delivery, applicable discounts, service, and packaging. LENGTH OF CONTRACT: This bid is to cover the period of July 1, 2019 through June 30, 2020 with the right to extend the contract for four (4) additional years at the discretion of the District. INVOICING: Awarded vendors must mail all invoices, in duplicate, directly to the District’s Finance Department. The invoice must show the following information PAYMENT TERMS: Payment terms are net 30 days from receipt of services and receipt of invoice. ESCALATION CLAUSE: By submitting a bid for this contract, vendors agree to the 4 year extension if the District chooses to continue the contract. Price bid is to remain the same through each year extended. FINGERPRINTING REQUIREMENTS: The District has determined under Education Code section 45125.1 Subdivision (C) that in performing services pursuant to this Agreement, Contractor’s employees may have contact with pupils. As required under Education Code Section 45125.1, subdivision (A) Contractor shall require their employees who will provide services pursuant to the Agreement to submit their fingerprints in a manner authorized by the Department of Justice together with a fee determined by the Department of Justice together in order to conduct a criminal background check to determine whether such employees have been convicted of or have charges pending for a felony as defined under Education Code Section 45122.1. Contractor shall not permit any employee or subcontractor’s employee to perform services that may come in Contact with pupils under this agreement until the Department of Justice has determined that the employee has not been convicted of a felony or has no criminal charges pending for a felony as defined in Section 45122.1. Contractor and all subcontractors shall certify in writing to the Board of Education of the District, to the Attention of Janay Greenlee, Director of Purchasing, 13626 Twin Peaks Road, 92064, that all of its employees who may come in contact with pupils have not been convicted of or have no criminal charges pending for a felony as defined in Education Code section 45122.1. Contractor will provide a listing of employees who may come in contact with pupils. Contractor shall defend, indemnify, protect and hold the District and its agents, officers and employees harmless from and against any and all claims asserted or liability established for damages or injuries to any person or property which arise from or are connected with or are caused or claimed to be caused by Contractor’s failure to comply with all of the requirements contained in Education Code section 45122.1,

POWAY UNIFIED SCHOOL DISTRICT Addendum No. 2 Bid 2019-30B Fire Alarm Testing and Inspection Page 15 of 32

CONTRACT TERMS AND CONDITIONS

including but not limited to, the requirement prohibiting Contractor from using employees who may have contact with pupils who have been convicted or have charges pending for a felony as defined in Education Code section 45122.1. INSURANCE: Vendor shall procure and maintain either:

Comprehensive General Liability Insurance With a combined single limit per occurrence of not less than…$2,000,000.00

Or Commercial General Liability and Property Damage Insurance (including automobile insurance) which provides limits of not less than: Per occurrence (combined single limit) $1,000,000.00 Project Specific Aggregate (for this contract only) $2,000,000.00 Products/Completed Operations $1,000,000.00 Personal and Advertising Injury Limit $1,000,000.00 Contractor agrees to name District and its officers, agents and employees as additional insureds

under said policy and to provide an endorsement to this policy evidencing such. In addition, Contractor agrees to provide an endorsement to this policy stating, "Such insurance as is afforded by this policy shall be primary, and any insurance carried by District shall be excess and noncontributory." Contractor will also provide automobile liability insurance with limits of One Million Dollars ($1,000,000) per occurrence combined single limit for bodily injury and property damage. Included with contract submittal, Contractor shall provide District with certificates of insurance evidencing all coverages and endorsements required hereunder including a thirty (30) day written notice of cancellation or reduction in coverage. LABOR RELATIONS: The CONTRACTOR shall comply with the requirements set forth in Division 2, Part 7, Chapter 1 of the Labor Code. The DISTRICT has obtained from the Director of the Department of Industrial Relations the general prevailing rate of per diem wages and the general prevailing rate for holiday and overtime work in the locality in which this work is to be performed for each craft, classification or type of worker needed to execute the contract. These per diem rates, including holiday and overtime work, as well as employer payments for health and welfare, pension, vacation, and similar purposes, are on file at the DISTRICT, and are also available from the Director of the Department of Industrial Relations. Pursuant to California Labor Code Sections 1720 et seq., it shall be mandatory upon the CONTRACTOR to whom the contract is awarded, and upon any subcontractor under such CONTRACTOR, to pay not less than the said specified rates to all workers employed by them in the execution of the contract.

POWAY UNIFIED SCHOOL DISTRICT Addendum No. 2 Bid 2019-30B Fire Alarm Testing and Inspection Page 16 of 32

SPECIAL CONDITIONS

SPECIAL CONDITIONS

SCOPE and Services Required:

Poway Unified School District is seeking qualified bidders to provide NFPA Fire Alarm Testing and Inspection Services. It is the intent of this project to provide a complete Inspection, Testing and System Evaluation Service in accordance with these specifications AND the requirements of the current NFPA Standards and requirements of this specification.

It is the intent of this scope of work to provide and comply with the applicable provisions of the current National Fire Protection Association (NFPA) standards. Specifically, the contractor shall comply with all testing methods and frequencies as outlined in the current NFPA standards and shall also coordinate and comply with all local Authority Having Jurisdiction (AHJ) requirements. In addition to the above requirements the Contractor shall comply with all provisions and requirements stated herein.

1.01 System Evaluation

a. The Contractor shall perform an entire site evaluation prior to commencement of testing and provide the owner with a detailed list of all devices attached to the system and the current condition for each district site. This shall include all device type, location and address. Each device shall be evaluated for its intended function and location with a notation of any discrepancies of such.

b. Contractor is required to inspect each site yearly. Contractor shall contact the project manager thirty (30) days out for scheduling any up-coming inspections.

1.02 System and Device Testing

a. Every Device and Control function associated with the system shall be activated to assure proper operation and functionality as designed. The testing procedures for the equipment shall also comply with the manufacture’s suggested methods.

b. The contractor shall perform real time verification during the entire testing procedure for the control panel operation. This shall include but not limit to all responses, indications and labeling as each device is tested without exception. This shall be performed and verified prior to testing of subsequent devices.

c. Control Panel testing shall include an active test of all device Alarm and Trouble conditions with an itemized report for each event and verification of correct labeling. All input voltages and battery voltages shall be tested for compliance and documented accordingly. Control Panels shall also be tested for correct standby power conditions. Control Panels connected to remote monitoring stations shall be tested for all required reporting activities for each type of device connected to the system and all functionality. The contractor shall coordinate with the central station during all testing to prevent dispatch of emergency personnel.

d. All work performed shall be performed after normal school hours and scheduled to prevent disruption to school personnel or activities.

POWAY UNIFIED SCHOOL DISTRICT Addendum No. 2 Bid 2019-30B Fire Alarm Testing and Inspection Page 17 of 32

SPECIAL CONDITIONS

e. Device testing shall conform to the following:

1. Manual activated Fire Boxes shall be manually activated using the intended method and verified for signal activation. The device shall be verified for correct labeling, correct operation, and correct reporting sequence.

2. Smoke Detectors testing shall utilize an approved method of introducing simulated smoke into the detecting chamber. The device shall be verified for correct labeling, correct operation and correct reporting sequence. Testing with a magnet or other means that does not test the smoke chamber of the device is not acceptable.

3. Heat Detector testing shall utilize an approved method by introducing heat to verify rate of rise condition or by manufactures suggested method. The device shall be verified for correct labeling, correct operation, and correct reporting sequences. Testing with a magnet or other means that does not test the heat element of the device is not acceptable.

4. Waterflow Device testing shall utilize an approved method of activating the inspectors test valve and verifying system alarm activation within the required NFPA time allowances. The device shall be verified for correct labeling, correct operation, and correct reporting sequences.

5. Supervisory Device testing shall utilize an approved method of manually activating the supervised function as intended to verify the fire alarm system is notified accordingly. The device shall be verified for correct labeling, correct operation, and correct reporting sequence.

6. Notification devices shall be tested independently by activating an initiating device and proper operation. Any site locations lacking audibility shall be specifically noted for suggested corrective action. Each device shall be verified for correct operation and noted for type and location.

7. Control Devices shall be independently activated by an associated initiating device and verified of its intended function. The device locations and function shall be documented accordingly.

8. The contractor shall provide and replace all ceiling tiles damaged as a result of this testing. The contractor shall allow a minimum of 20 tiles per in their bid with material and all labor for installation. If the requirement exceeds 20 the district will provide additional material but the contractor shall include all labor for replacement in excess of the allowance.

1.03 Documentation

a. Upon completion, Contractor shall supply all required and applicable information in hard copy and electronic file format for each site.

POWAY UNIFIED SCHOOL DISTRICT Addendum No. 2 Bid 2019-30B Fire Alarm Testing and Inspection Page 18 of 32

SPECIAL CONDITIONS

b. Contractor shall provide completed inspection test reports including, device types, panel addresses, and location/description information within thirty (30) days of completion inspection.

c. Contractor shall provide complete list of deficiencies and discrepancies found during test with recommendation of proper fixes.

d. Contractor shall provide a document stating date, time of test, inspector signature, FACP identification information, site, owner information and attach the document to the cabinet door.

POWAY UNIFIED SCHOOL DISTRICT Addendum No. 2 Bid 2019-30B Fire Alarm Testing and Inspection Page 19 of 32

INFORMATION REQUIRED OF BIDDERS BIDDER QUALIFICATIONS a. The contractor shall comply and submit with the bid package a qualification documentation package that includes the following information. Failure to submit this information will deem the bid incomplete/ non-responsive and immediately rejected. The requirements are as follows?

1. Underwriters Laboratories (UL) listing indicating current status as a UL Listed Central Station Fire Service-Local Service (UUFX-L) Installation Company.

2. Bidder certifies that it is a licensed C10 Electrical Contractor in accordance with the law providing for the registration of Contractors, License No. ______________, Expiration Date ______________.

3. A minimum of four (4) National Institute for Certification in Engineering Technologies (NICET) certificates in “Fire Protection Engineering Technology-Fire Alarm Systems”. NICET certificates shall include at a minimum one (1) level 4, (1) Level Three and (2) Level 2 current employees.

4. Per California codes all individuals involved in the installation or service of the fire alarm system shall hold a valid State of California, Division of Apprenticeship Standards (DAS), Fire/Life Safety Technician Certification. Evidence of DAS certification shall be provided for all employees intending to perform services on this project.

5. The bidder must show satisfactory evidence that he maintains a fully equipped service organization capable of furnishing adequate inspection, service and maintenance of the system(s).

6. The Contractor shall be an established fire alarm systems contractor that has and currently maintains a locally run (within 50 miles of the job site) and operated business for at least ten (10) years.

7. The Contractor shall designate one person to act as the project manager having total responsibility for coordination, communications and project technical integrity. This project manager shall have a minimum of three (3) years experience as a supervisor and installer of the systems specified herein.

8. Provide a minimum of twenty (20) projects on the following form representing your largest customers, preferably School Districts, utilizing the proposed Testing and Inspection Services. Include the following information.

INFORMATION REQUIRED BY BIDDERS

POWAY UNIFIED SCHOOL DISTRICT Addendum No. 2 Bid 2019-30B Fire Alarm Testing and Inspection Page 20 of 32

Project Name and

Organization Contact Name, Title and Email Address

Address, Telephone and Fax Number

Description of Services Provided

INFORMATION REQUIRED BY BIDDERS

POWAY UNIFIED SCHOOL DISTRICT Addendum No. 2 Bid 2019-30B Fire Alarm Testing and Inspection Page 21 of 32

Project Name and Organization

Contact Name, Title and Email Address

Address, Telephone and Fax Number

Description of Services Provided

INFORMATION REQUIRED BY BIDDERS

POWAY UNIFIED SCHOOL DISTRICT Addendum No. 2 Bid 2019-30B Fire Alarm Testing and Inspection Page 22 of 32

INFORMATION ABOUT BIDDER [**Indicate not applicable (“N/A”) where appropriate.**] NOTE: Where Bidder is a joint venture, pages shall be duplicated and information provided for

all parties to the joint venture.

1.0 Name of Bidder: _________________________________________

2.0 Type, if Entity: ________________________________________________

3.0 Bidder Address: _________________________________________

_____________________________________________________________

_____________________________________________________________

_____________________________________________________________ Facsimile Number Telephone Number

4.0 How many years has Bidder’s organization been in business as a Contractor? ______________________________

5.0 How many years has Bidder’s organization been in business under its present name? ________________________

5.1 Under what other or former names has Bidder’s organization operated?:_______________________________________________

6.0 If Bidder’s organization is a corporation, answer the following:

6.1 Date of Incorporation: ______________________________

6.2 State of Incorporation: _____________________________________

6.3 President’s Name: ______________________________

6.4 Vice-President’s Name(s): ______________________________

______________________________

6.5 Secretary’s Name: ______________________________

6.6 Treasurer’s Name: ______________________________

INFORMATION REQUIRED BY BIDDERS

POWAY UNIFIED SCHOOL DISTRICT Addendum No. 2 Bid 2019-30B Fire Alarm Testing and Inspection Page 23 of 32

7.0 If an individual or a partnership, answer the following:

7.1 Date of Organization: ________________________________

7.2 Name and address of all partners (state whether general or limited partnership):

___________________________________________________________

___________________________________________________________

___________________________________________________________

8.0 If other than a corporation or partnership, describe organization and name principals: ___________________________________________________________

___________________________________________________________

9.0 List other states in which Bidder’s organization is legally qualified to do business. ___________________________________________________________

___________________________________________________________

___________________________________________________________

10.0 What type of work does the Bidder normally perform with its own forces?

___________________________________________________________

___________________________________________________________

11.0 Has Bidder ever failed to complete any work awarded to it? If so, note when, where, and why:

___________________________________________________________

___________________________________________________________

12.0 Within the last five years, has any officer or partner of Bidder’s organization ever been an officer or partner of another organization when it failed to complete a contract? If so, attach a separate sheet of explanation:

___________________________________________________________

___________________________________________________________

14.0 List Trade References:

___________________________________________________________

INFORMATION REQUIRED BY BIDDERS

POWAY UNIFIED SCHOOL DISTRICT Addendum No. 2 Bid 2019-30B Fire Alarm Testing and Inspection Page 24 of 32

___________________________________________________________

___________________________________________________________

___________________________________________________________

15.0 List Bank References (Bank and Branch Address):

___________________________________________________________

___________________________________________________________

___________________________________________________________

___________________________________________________________

INFORMATION REQUIRED BY BIDDERS

POWAY UNIFIED SCHOOL DISTRICT Addendum No. 2 Bid 2019-30B Fire Alarm Testing and Inspection Page 25 of 32

CONTRACTOR’S CERTIFICATE REGARDING WORKERS’ COMPENSATION

I am aware of the provisions of Section 3700 of the Labor Code that requires every employer to be insured against liability for workers’ compensation or to undertake self-insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this Contract.

Name of Bidder

Signature

Name

Title

Dated

CONTRACTOR’S CERTIFICATE REGARDING WORKERS’ COMPENSATION

POWAY UNIFIED SCHOOL DISTRICT Addendum No. 2 Bid 2019-30B Fire Alarm Testing and Inspection Page 26 of 32

AGREEMENT

THIS AGREEMENT made and entered into this ________ day of ___________, 2019, by and between the Poway Unified School District, San Diego County, California, hereinafter called the District, and ___________________________________________________________ hereinafter called the Vendor.

WITNESSETH: That the parties hereto have mutually covenanted and agreed, and by these presents do covenant and agree with each other, as follows:

1. THE CONTRACT DOCUMENTS: The complete contract consists of the following documents: The Notice to Bidders, the Instructions to Bidders, the Accepted Bid, the Contract Terms and Conditions, Special Conditions, Information Required By Bidder and the Agreement, including all modifications thereof duly incorporated therein. Any and all obligations of the District and the Vendor are fully set forth and described therein or are reasonably inferable that any work called for in one and not mentioned in the other, or vice versa, is to be executed the same as if mentioned in said documents. The documents comprising the complete Contract are sometimes hereinafter referred to as the Contract Documents, or the Contract.

2. SERVICE: The Vendor agrees to furnish the item or items of the stated bid listed herein, and all transportation, service, labor, and material necessary to furnish and deliver same in good condition, in the manner designated in, and in strict conformity with the specifications and other contract documents, at the price or prices hereinafter set forth. The District shall not be responsible for the care or protection of any property, material, or parts ordered against said contract before date of delivery to the respective district. It is understood by the Vendor that all items or service will be promptly delivered to the District.

3. PAYMENTS: Within thirty (30) days after delivery of any or all of the items hereinabove set forth and their acceptance by the District, the District agrees to pay to the Vendor, and the Vendor agrees to accept in full payment therefore, the sums set opposite each item.

4. TERMINATION:

FOR DEFAULT: If the said Contractor fails or neglects to supply or deliver any of said goods, articles, or service at the prices named and at the times and places above stated, the District may, without further notice or demand, cancel and rescind this contract or may purchase said goods, supplies, or services elsewhere, and hold said Contractor responsible and liable for all damages which may be sustained thereby, or on account of the failure or neglect of said Contractor in performing any of the terms and conditions of this contract; it being specifically provided and agreed that time shall be the essence of this agreement.

FOR CONVENIENCE: The District reserves the right to terminate any contract resulting from this request for bid for any reason with advance thirty (30) day notice. District will be responsible for payment of all fees up to the termination effective date only. If payment has been made for licensing, product use, maintenance or other fees in advance for services that extend beyond the termination date, Vendor shall refund the portion of payment prorated to the termination date.

5. DISTRICT'S RIGHT TO WITHHOLD CERTAIN AMOUNTS AND MAKE APPLICATION THEREOF: The District may withhold a sufficient amount or amounts of any payment otherwise due to the Vendor, as in its judgment may be necessary to cover defective items not remedied, and the District may apply such withheld amount or amounts to the payment of such claims, in its discretion.

AGREEMENT

POWAY UNIFIED SCHOOL DISTRICT Addendum No. 2 Bid 2019-30B Fire Alarm Testing and Inspection Page 27 of 32

6. EXTRA AND/OR ADDITIONAL SPECIFICATIONS AND CHANGES: Should the District at any time during the performance of the Contract, request any alterations, deviations, additions, or omissions from the Specifications or other Contract Documents, it shall be at liberty to do so, and the same shall in no way affect or make void the Contract, but the cost will be added to or deducted from the amount of said Contract price, as the case may be, by a fair and reasonable valuation.

The estimated cost of a proposed change shall be established in one or more of the following methods:

a) By an acceptable lump sum proposal from the Vendor.

b) By unit prices agreed upon by the District and the Vendor.

No change shall be made in any specification of any item under the Contract unless a written statement setting forth the object of the change, its character, amount, and the expense thereof is first submitted to the District and written consent thereto obtained.

7. TIME OF COMPLETION: The Vendor shall begin performance of the Contract promptly upon due execution and delivery to the District of the Contract and Bond (if required). The Vendor is obligated to completely and satisfactorily perform the Contract within the period or periods specified in the Contract documents.

8. SAVE HARMLESS CLAUSE: The Vendor must save, keep, bear harmless and fully indemnify said District and any of its officers or agents from all damages, or claims for damages, costs or expenses in law or equity that may at any time arise or be set up for any infringement of the patent rights, copyright, or trademark of any person or persons in consequence of the use by said District or by any of its officers or agents, or articles to be supplied under this contract.

9. THE DISTRICT'S INSPECTOR: All items shall be subject to the inspection of the ordering district. Inspection of the items shall not relieve the Vendor from any obligation to fulfill this Contract. Defective items shall be made good by the Vendor, and unsuitable items may be rejected, notwithstanding that such defective work and materials have been previously overlooked by the ordering district and accepted. If any item shall be found defective at any time before final acceptance of the complete delivery, the Vendor shall forthwith remedy such defect in a manner satisfactory to the District.

10. REMOVAL OF REJECTED ITEMS: All items rejected by the District at any time prior to final inspection and acceptance shall at once be removed from the place of delivery by the Vendor who shall assume and pay the cost thereof without expense to the District, and shall be replaced by satisfactory items.

11. DELAY DUE TO UNFORESEEN OBSTACLES: The parties to this Contract shall be excused from performance there under during the time and to the extent that they are prevented from obtaining, delivering, or performing by act of God, fire, strike, loss or shortage of transportation facilities, lockout, or commandeering of materials, products, plants or facilities by the government, when satisfactory evidence thereof is presented to the other party, provided that it is also established that the non-performance is not due in part to the fault or neglect of the party not performing.

12. ASSIGNMENT OF CONTRACT: The Vendor shall not assign, transfer, convey, sublet, or otherwise dispose of this Contract or any part thereof, or any right, title, or interest therein, funds to be

AGREEMENT

POWAY UNIFIED SCHOOL DISTRICT Addendum No. 2 Bid 2019-30B Fire Alarm Testing and Inspection Page 28 of 32

received hereunder, or any power to execute the same without the consent in writing of the District.

13. ATTORNEYS' FEES: If suit is brought by either party to this Contract to enforce any of its terms (including all component parts of the contract documents), and the District prevails in such suit, the Vendor shall pay all litigation expenses incurred by the district, including attorneys' fees, court costs, expert witness fees and investigation expenses.

14. HAZARD CONDITIONAL BID: Contractor shall comply with all Environmental Laws and all other laws, rules regulations, and requirements regarding Hazard Materials, health and safety, notices and training. Contractor agrees that it will not store any hazardous Materials at a District Facility without prior approval of District or in violation of the applicable site storage limitations imposed by Environmental law. Contractor agrees to take at its expense, all action necessary to protect third parties, including, without limitations, employees, student and agents of the District from any exposure to Hazardous materials generated or utilized in its performance under this Agreement. Contractor agrees to report to the appropriate governmental agencies all discharges, releases and spills of Hazardous Materials that are required to be reported by an Environmental Law and to immediately notify the District of it. As used in this section, the tern “Environmental Law” means any and all federal, state or local laws or ordinances, rules, decrees, orders, regulations or court decisions (including the so-called “common law”), including, but not limited to the Resource Conservations and Recovery Act, relating to hazardous substances, hazardous materials, hazardous waste, toxic substances, environmental conditions or other similar substances or conditions. As used in this section the term “Hazardous Materials” means any chemical, compound, materials, substance or other matter that (a) is a flammable, explosive, asbestos, radioactive nuclear medicine, vaccine, bacterial, virus, hazardous waste, toxic, overtly injurious or potentially injurious materials, whether injurious or potentially injurious by itself or in combination with other materials; (b) is controlled referred to, designated in or governed by any Environmental Laws; (c) gives rise to any reporting, notice or publication requirements under any Environmental Laws, or (d) is any other materials or substance giving rise to any liability, responsibility or duty upon the District with respect to third person under any Environmental Laws.

15. VENDOR IS NOT AN OFFICER, EMPLOYEE, OR AGENT OF THE DISTRICT: While engaged in carrying out and complying with the terms and conditions of this Contract, the Vendor is an independent, and is not an officer, employee or agent of the District.

16. INSURANCE PERMITS AND LICENSES REQUIRED OF THE VENDOR: The Vendor shall maintain insurance adequate to protect him/her from claims under workers' compensatory acts, and from claims for damages for personal injury including death, and damage to property which may arise from operations under the Contract in amounts specified in the Specifications. The Vendor may be required by the District to file with the District certificates of such insurance. The failure to furnish such evidence, if required, may be considered default by the Vendor.

The Vendor and all of its employees or agents shall secure and maintain in force such licenses and permits as are required by law, in connection with the furnishing of materials, articles, or services covered under this Contract. All operations and materials shall be in accordance with the law.

17. CONDITIONAL BID: The District reserves the right to reject any bid which imposes conditions, or terms, on purchases, which were not specified in the original bid document.

AGREEMENT

POWAY UNIFIED SCHOOL DISTRICT Addendum No. 2 Bid 2019-30B Fire Alarm Testing and Inspection Page 29 of 32

IN WITNESS WHEREOF, the District, by order of its Governing Board, has caused this instrument to be duly subscribed by the Secretary of said Board, and the Contractor has caused this instrument to be duly subscribed and executed, all on the date first hereinbefore set forth.

[NAME OF CONTRACTOR

By ______________________________________

Name and Title: ___________________________

License No. _______________________________

POWAY UNFIED SCHOOL DISTRICT

By____________________________________

AGREEMENT

POWAY UNIFIED SCHOOL DISTRICT Addendum No. 2 Bid 2010-30B Fire Alarm Testing and Inspection

SITE ADDRESSES Page 30 of 32 High Schools

Abraxas, 12450 Glen Oak Road, Poway, CA 92064 Del Notre, 16601 Nighthawk Lane, San Diego, CA 92127 Mt. Carmel, 9550 Carmel Mountain Road, San Diego, CA 92129 Poway, 15500 Espola Road, Poway, CA 92064 Rancho Bernardo , 13010 Paseo Lucido, San Diego, CA 92128 Westview , 13500 Camino Del Sur, San Diego, CA 92129

Middle Schools Bernardo Heights, 12990 Paseo Lucido, San Diego, CA 92128 Black Mountain, 9353 Oviedo Street, San Diego, CA 92129 Meadowbrook, 12320 Meadowbrook Lane, Poway, CA 92064 Mesa Verde, 8375 Entreken Way, San Diego, CA 92129 Oak ValleyMiddle, 16055 Winecreek Road, San Diego, CA 92127 Twin Peaks, 14640 Tierra Bonita Road, Poway, CA 92064

Elementary Schools Adobe Bluffs, 8707 Adobe Bluffs Drive, San Diego, CA 92129 Canyon View, 9225 Adolphia Street, San Diego, CA 92129 Chaparral, 17250 Tannin Drive, Poway, CA 92064 Creekside, 12362 Springhurst Drive, San Diego, CA 92128 Deer Canyon, 13455 Russet Leaf Lane, San Diego, CA 92129 Del Sur, 15665 Paseo Del Sur, San Diego, CA 92127 Design 39 Campus, 17050 Del Sur Ridge, San Diego, CA 92127 Garden Road, 14614 Garden Road, Poway, CA 92064 Highland Ranch, 14840 Waverly Downs Way, San Diego, CA 92128 Los Penasquitos, 14125 Cuca Street, San Diego, CA 92129 Midland, 13910 Midland Road, Poway, CA 92064 Monterey Ridge, 17117 4S Ranch Parkway, San Diego, CA 92127 Morning Creek, 10925 Morning Creek Drive S, San Diego, CA 92128 Painted Rock, 16711 Martincoit Road, Poway, CA 92064 Park Village, 7930 Park Village Road, San Diego, CA 92129 Pomerado, 12321 Ninth Street, Poway, CA 92064 Rolling Hills, 15255 Penasquitos Drive, San Diego, CA 92129 Shoal Creek, 11775 Shoal Creek Drive, San Diego, CA 92128 Stone Ranch, 16150 4 S Ranch Parkway, San Diego, CA 92127 Sundance, 8944 Twin Trails Drive, San Diego, CA 92129 Sunset Hills, 9291 Oviedo Street, San Diego, CA 92129 Tierra Bonita, 14678 Tierra Bonita Road, Poway, CA 92064 Turtleback, 15855 Turtleback Road, San Diego, CA 92127 Westwood, 17449 Matinal Road, San Diego, CA 92127 Willow Grove, 14727 Via Azul, San Diego, CA 92127 Valley, 13000 Bowron Road, Poway, CA 92064

District Office 15250 Avenue of Science, San Diego, CA 92128

Twin Peaks Center 13626 Twin Peaks Road, Poway, CA 92064

POWAY UNIFIED SCHOOL DISTRICT Addendum No. 2 Bid 2010-30B Fire Alarm Testing and Inspection

SITE DEVICE COUNTS (May 2019) Page 31 of 32

Elementary Schools

SYSTEM TYPE SMOKES HEATS DUCT PULLS FLOW TAMPER BELL BEAMS TOTAL

DEVICES

Adobe Bluffs E3 67 25 6 10 1 1 1 111

Canyon View Simplex 4100U 119 79 6 7 1 1 213

Chaparral Simplex 4100U 140 119 5 6 2 3 0 275

Creekside FCI 7200 104 26 12 6 2 2 2 154

Deer Canyon Simplex 4100U 131 95 5 5 1 0 1 2 240

Del Sur Simplex 4100U 287 2 14 5 2 4 0 314

Design 39 Campus Simplex 4100ES 498 36 0 3 4 16 0 1 558

Garden Road Simplex 4100U 138 171 3 6 1 3 1 323

Highland Ranch FCI / Smplx 4100U 106 42 3 2 2 1 2 158

Los Penasquitos FCI E3 137 89 1 10 1 2 1 241

Midland FCI 7200 201 19 1 12 6 8 6 253

Monterey Ridge FCI E3 202 48 9 19 9 13 9 309

Morning Creek Simplex 4100U 148 103 0 2 1 1 1 2 258

Painted Rock Simplex 4100U 132 76 1 6 1 3 1 220

Park Village FCI 7100 123 23 9 41 2 2 2 202

Pomerado Simplex 4100U 132 125 0 5 0 0 0 262

Rolling Hills Notifier640 101 21 1 11 1 1 1 137

Shoal Creek Notifier 400 28 1 4 58 2 2 2 97

Stone Ranch E3 261 5 23 17 9 12 9 336

Sundance Simplex 4100U 128 102 0 7 1 0 1 239

Sunset Hills Simplex 4100U 122 92 0 9 0 0 0 223

Tierra Bonita Notifier 640 89 79 0 6 1 2 1 178

Turtleback FCI E3 119 81 5 6 1 0 1 2 215

Westwood Simplex 4100U 185 156 5 15 1 6 1 369

Willow Grove Simplex 4100U 175 20 2 7 7 11 7 2 231

Valley Simplex 4100U 162 102 0 6 0 0 0 270

POWAY UNIFIED SCHOOL DISTRICT Addendum No. 2 Bid 2010-30B Fire Alarm Testing and Inspection

SITE DEVICE COUNTS (May 2019) Page 32 of 32

Middle Schools

Bernardo Heights FCI E3 236 67 0 1 1 1 1 307

Black Mountain Simplex 4100U 266 176 8 13 2 2 2 469

Meadowbrook Simplex 4100 264 165 6 12 5 4 5 461

Mesa Verde FCI 7200 109 0 3 74 2 8 2 198

Oak Valley Simplex 4100U 267 5 25 41 5 7 5 6 361

Twin Peaks Simplex 4100U 276 251 8 12 1 1 1 550

High Schools

Abraxas Simplex 4100U 102 59 4 5 1 3 1 175

Del Norte Simplex 4100ES 701 16 45 13 19 19 19 5 837

Mount Carmel FCI E3 500 56 4 24 2 2 2 5 595

Poway Simplex 4100U 636 333 22 91 7 14 7 2 1112

Rancho Bernardo Simplex 4100ES 430 147 2 31 3 3 3 2 621

Westview Simplex 4100 412 137 28 14 4 4 4 4 607

Twin Peaks Center Simplex 4100U 109 42 0 1 1 1 1 155

District Office Simplex 4100U 11 6 21 1 1 3 1 44

Site quantities for audibles are unknown. Awarded vendor will be responsible to observe all strobes and horns for proper operation and note any discrepancies.