Campus


[PDF]DEPARTMENT: Physical Plant/Campus...

6 downloads 263 Views 260KB Size

UNIVERSITY OF LOUISIANA AT LAFAYETTE Lafayette, Louisiana BID NO. - FILE 13019 PROPOSAL FOR FURNISHING ALL LABOR, MATERIALS, EQUIPMENT, TRANSPORTATION, SUPERVISION, PERMITS, ETC. NECESSARY TO PROVIDE INSPECTION AND PREVENTATIVE MAINTENANCE FOR FIRE ALARMS, LOCATED ON THE UL LAFAYETTE CAMPUS, LAFAYETTE, LOUISIANA BEGINNING JULY 1, 2013 THROUGH JUNE 30, 2014 NOTE: A MANDATORY pre-bid meeting will be held at 10:00am on June 10, 2013 at the Facility Management Office, Parker Hall, 310 East Lewis Street, Lafayette, LA, at which time details of the specifications will be discussed. Proposals will be received up to 2:00PM on June 20, 2013 by the Purchasing Office, University of Louisiana at Lafayette, Lafayette, Louisiana. Proposals will not be received after this specified hour and date. At this time, the proposals will be publicly opened and read in the Purchasing Office, Room 123, Martin Hall, 104 University Circle, on the University Campus. This is a Competitive Sealed Bid; bids SHALL be submitted in a sealed envelope. Complete details for submitting bid, etc. are contained in the attached INSTRUCTIONS TO BIDDERS. Vendors submitting bids in the amount of $50,000.00 or more SHALL show their license number on the front of the sealed envelope in which their bid is enclosed, when a contractors license is required; bids not submitted in accordance with this requirement, SHALL be rejected and shall not be read. Bid must be received by the due date and time in the Purchasing Office at the University of Louisiana at Lafayette, 104 University Circle, Martin Hall, Room 123, Lafayette, LA, 70503. Bid is to be in a SEALED ENVELOPE with the BID NUMBER and DUE DATE ON THE OUTSIDE OF THE ENVELOPE. All inquiries regarding this request shall be directed to:

TO:

Mr. Taz Wininger or Mr. Joey Pons Facility Management UL Lafayette, Lafayette, LA (337) 482-2001

University of Louisiana at Lafayette Purchasing Office, Martin Hall Room 123 104 University Circle P O Box 40197 Lafayette LA 70504 0197 Fax – 337-482-5059

To Whom It May Concern: Attached is the completed proposal of the firm listed below. The undersigned certifies that he/she (or they) has/have carefully examined the Instructions to Bidders, the General Conditions, and the Specifications hereto attached and made part herein, and agrees to comply with the instructions, conditions, and specifications, as covered by the attached papers. On the basis of the specifications, the undersigned proposes to furnish any or all items listed in the schedule of items hereto attached, upon which prices are requested, and at the price stated for each item.

__________________________________

___________________________________

Firm Name

Signature (By signing this bid, bidder certifies compliance with L.R.S.39:1594, Act 121 of 1997)

__________________________________

___________________________________

Address

Name (Printed)

__________________________________

___________________________________

City, State, Zip Code

Title

__________________________________

___________________________________

Telephone No. including area code

Date

_________________________________ Fax No. including area code

Bid No. 13019 – M26211 Page 2

INSTRUCTIONS TO BIDDERS AND GENERAL CONDITIONS 1. SUBMITTAL OF PROPOSALS: The bidder must submit his/her proposal on the form herein provided. The proposal must be signed in ink with, with the blank space(s), filled in for each and every item. The bidder must state the UNIT price (written in ink or typewritten) for which he/she proposes to furnish each item and shall show the total amount for each item based on the quantities shown. Telephone and telegraphic quotations WILL NOT be accepted. Each change or correction must be clearly marked and initialed by bidder. Failure to comply with these requirements may cause your bid to be disqualified. The proposal shall be submitted in a sealed envelope with the due date and file no clearly written on the exterior. The envelope shall then be sealed and delivered to the Purchasing Office, University of Louisiana at Lafayette, Lafayette, Louisiana, before the time set for receiving proposals as entered on the front sheet hereof. Any envelope, any sample or package, etc. should refer to the File No. and Due Date. Proposal received after the time set will be returned to the bidder unopened. Proposal may be rejected for additions, conditions, or alternate bids, not called for, for incomplete bids, or for failure to comply with requirements set forth. No bids may be withdrawn after opening date and hour shown on cover sheet and quoted prices shall be firm for a minimum of thirty (30) days unless otherwise specified by the University or the bidder. 2. SPECIFICATIONS: Wherever standard Louisiana specifications are specified in any quotation, all bidders must comply with these specifications. Specifications other than standard specifications are to be considered as setting a standard of quality suitable to permit competition and to coincide as far as possible with commercial standards of goods generally sold on the market. Bidder must specify the brand and model number of the product offered in his/her bid. Bids not specifying brand and model number shall be considered as offering the exact product specified. Bidder proposing an equivalent brand or model should submit with the bid information (such as illustrations, descriptive literature, technical data) sufficient for the University to evaluate quality, suitability, and compliance with the specifications of the bid. Failure to submit such information may cause bid to be rejected. 3. BID OPENING: Bidders may attend the bid opening, but no information or opinions concerning the ultimate contract award will be given at the bid opening or during the evaluation process. Bids may be examined seventy-two (72) hours after request is made. Information pertaining to completed files may be secured by visit the University Purchasing Office during normal working hours. A complete record of all bids is kept on file in this office subject to the inspection of any citizen. Every courtesy will be afforded any citizen who is interested in investigating, for any purpose, the record(s) of University of Louisiana at Lafayette purchases. 4. AWARD OF CONTRACT: The award of all contracts will be made in conformity with the requirements of the State Statute. The contract shall be awarded with reasonable promptness by written notice to the lowest responsive and responsible bidder whose bid meets the requirements and criteria set forth in the proposals. The University of Louisiana at Lafayette reserves the right to reject any and all bids.

-continued-

Bid No. 13019 – M26211 Page 3 Page 2, Instructions to Bidders and General Conditions The University assumes the right to increase, reduce, or completely eliminate entire item or items from the quotation after an analysis of the bids. The University also reserves the right to award this proposal on an individual item basis, a combination of items basis, or as a total package to one (1) vendor, whichever is in the best interest of the University. 5. TERMS: Unless otherwise specified by the University in the proposal, bid prices must be complete, including transportation, prepaid by bidder to destination. Bids other than FOB destination may be rejected. Not withstanding bid response, terms of payment shall be at least "Net 30 Days". Discounts offered for payment in less than thirty (30) days WILL NOT be considered in making an award. On open-ended requirement contracts, discounts will be accepted, but WILL NOT be considered in making an award. Bids containing "payment in advance" or "COD" requirements may be rejected. 6. EQUAL EMPLOYMENT: Contractor agrees not to discriminate in its employment practices, and will render services under this contract without regard to race, color, religion, sex, national origin, veteran status, political affiliation, disabilities or because of an individual’s sexual orientation. 7. INSURANCE: The contractor shall carry and maintain Workmen's Compensation and Public Liability and Property Damage Insurance in accordance with the statutes and laws of the State of Louisiana, and he/she shall furnish the Owner with satisfactory proof of carriage of the insurance required. 8. DEBRIS, CLEANING UP, ETC: The contractor as directed by the Owner during the progress of the work shall remove all resultant dirt and debris and shall properly dispose of same. Upon completion of the service, he/she shall remove all equipment, unused material and debris and shall leave the premises in a clean and first-class condition. 9. ASBESTOS: No new material or product may be installed on this project which contains ANY amount of asbestos material. This statement takes precedence over any other product or material specification within these bid documents. 10. PAYMENTS: When a contract is in place final payment on account of this agreement will not be made until the expiration of forty-five (45) days following recordation of a Certificate of Substantial Completion and Resolution of Acceptance in the Office of the Clerk of Court, as required by State Statutes, and after such period said final payment will be made upon receipt by the Owner of a certificate from the Office of the Clerk of Court to the effect that no labor or material liens have been filed against the work. 11. CANCELLATION OF CONTRACT: The University has the right to cancel any contract, in accordance with Purchasing Rules and Regulations, for cause, including but not limited to the following: (1) Failure to deliver within the time specified in the contract; (2) Failure of the product or service to meet specifications, conform to sample quality or to be delivered in good condition; (3) Misrepresentation by the Contractor; (4) Fraud, collusion, conspiracy or other unlawful means of obtaining any contract with the state; (5) Conflict of contract provisions with constitutional or statutory provisions of state or federal law; (6) Any other breach of contract. 12. SIGNATURE AUTHORITY: In accordance with L.R.S.39:1594 (Act 121 of 1997), the person signing the bid must be: A. A current corporate officer, partnership member or other individual specifically authorized to submit a bid as reflected in the appropriate records on file with the Secretary of State; or B. An individual authorized to bind the vendor as reflected by an accompanying corporate resolution, certificate or affidavit. By signing the bid, the bidder certifies compliance with the above.

-continued-

Bid No. 13019 – M26211 Page 4 FURNISH ALL LABOR, MATERIALS, EQUIPMENT, TRANSPORTATION, SUPERVISION, PERMITS, ETC. NECESSARY TO PROVIDE INSPECTION AND PREVENTATIVE MAINTENANCE FOR FIRE ALARM SYSTEMS, LOCATED ON THE UNIVERSITY OF LOUISIANA AT LAFAYETTE CAMPUS, LAFAYETTE, LOUISIANA, BEGINNING JULY 1, 2013 THROUGH JUNE 30, 2014, AS SHOWN ON THESE SPECIFICATIONS..... Based upon mutual agreement between the University and the successful bidder, this contract may be extended for FOUR (4) additional twelve (12) month periods at the same prices and terms. Both parties must agree to any extension, and a decision will be made at each twelve (12) month interval. The continuation of this contract is contingent upon the appropriation of funds to fulfill the requirements of the contract by the Legislature. If the Legislature fails to appropriate sufficient monies to provide for the continuation of the contract or if such appropriation is reduced by the veto of the Governor or by any means provided in the Appropriations Act to prevent the total appropriations for the year from exceeding revenues for that year or for any lawful purpose and the effect of such reduction is to provide insufficient monies for the continuation of the contract, the contract shall terminate on the date of the beginning of the first fiscal year for which funds are not appropriated. All bidders should be aware that our Legislative process is such that it is often impossible to give prior notice of the non-appropriation of funds. SCOPE OF WORK 1) The scope of this work shall include the necessary labor and materials to accomplish the following with regard to the Fire Alarm Systems defined herein: A. Inspection (list provided) -Annual full scale inspections of entire system. B. Calibration C. Preventative Maintenance (as needed) D. Reporting (report of findings – inspections) E. Hourly Repair/Maintenance Labor Rate 2) 24/7 monitoring of existing fire alarm systems (list Attached) In making this bid, each bidder represents that: They have read and understand the bid documents and the bid is made in accordance herewith, and the bid is based upon the specifications described in the bid documents without exception. It is the responsibility of the prospective bidder to visit and examine jobsite, take measurements to his/her own satisfaction and determine conditions under which work is to be done. Owner will not accept responsibility for conditions which careful examination of premises would have shown existed. To visit jobsite and for further information, prospective bidder is to contact Mr. Taz Wininger or Mr. Joey Pons, 337-482-2001. A MANDATORY pre-bid meeting will be held at 10:00 AM on June 10, 2013 at the Facility Management Office, Parker Hall, 310 East Lewis Street, Lafayette, LA, at which time details of plans and specifications will be discussed. -continued-

Bid No. 13019 – M26211 Page 5

TECHNICAL SPECIFICATIONS FIRE ALARM SYSTEM MAINTENANCE CONTRACT INTENT: The intent of this contract is to maintain Monitoring, Inspections & Service of the Fire Alarm Systems so that they will perform in accordance with proper design operating condition and monitoring and notification of an imminent danger of fire, smoke, heat, etc. in several of the buildings on the UL Lafayette Campus. DETAILED SPECIFIACTION, FIRE ALARM INSPECTIONS & MAINTENANCE: This contract shall consist of annual preventative maintenance inspections. The Contractor shall check all alarm devices and shall repair and adjust as required/requested. The Contractor shall repair or replace worn parts or complete devices with new or reconditioned equivalents as conditions warrant. ANNUAL OPERATIONAL TESTING OF FIRE PANELS: This Annual inspection shall include a system check involving a physical & operational inspection of each pull station, control center, smoke and heat detector as well as a test of each system to include: 1. All automatic smoke detectors shall be cleaned and sensitivity level recorded using manufacturer’s recommended sensitivity meter and/or analyzer. Results shall be documented and smoke detectors shall be serviced as per manufacturer’s recommendations as follows: a) Contractor shall vacuum the smoke sensing chamber and clean the exterior housing of air conditioning duct mounted and open air type smoke detectors annually and sensitivity checked every two (2) years. Sensitivity shall be checked the first year of the contract. b) Duct mounted smoke detectors at Blackham Coliseum shall be cleaned every 6 months and sensitivity checked every two years. Sensitivity check shall be checked the first year of the contract. Activation of all audible and visual alarm signals by operating a pull station on each floor level of a building. 2. Activation of all audible and visual alarm signals by operating a smoke detector on each floor level of a building. 3. Confirmation of control panel and remote annunciator alarm zone or alarm device indicators from each device tested. 4. Confirmation of all audible and visual alarm signals. 5. Confirmation of all air conditioning systems shutdown, elevator recall/capture circuit, and operation of fire door automatic closure circuit, where these functions have been designed into the system. 6. Transfer and operation of system on standby batteries where installed, (including operation alarm signals on standby batteries, and recording battery charge voltage, charge current, load voltage and load current measurements with the audibles activated quarterly).

-continued-

Bid No. 13019 – M26211 Page 6 7. Resetting alarms and pull stations. 8. Repairing malfunctions or trouble signals in the systems in accordance with manufacturer’s specifications Manufacturer’s suggested testing procedures where more stringent than those listed above shall be adhered to. Contractor shall perform a complete one hundred percent (100%) operational test of all equipment wired into the system, all control panel circuits, controls, sprinkler water flow and tamper switches and functions each year during times when the University is closed or operating in a limited capacity (i.e. semester breaks, holidays, etc.) The contractor is to coordinate all annual inspections and any other maintenance (scheduled or unscheduled) with the Asst. Environmental, Health & Safety Director so that these activities may be planned with minimal disruption to campus activities. THE CAMPUS BUILDINGS TO BE INSPECTED ANNUALLY INCLUDE: Alfred Lamson Softball Complex ANGELLE ART MUSEUM ATHLETIC OFFICE COMPLEX BILLEAUD B.I. MOODY BLACKHAM COLISEUM & BARNS BOURGEOIS BROOKS ST. ANNEX I (ISO) BROOKS ST. ANNEX II (ROTC) BROUSSARD BURKE CAFÉ’ FLEUR de LIS COMPUTER SCIENCE (OLIVIER HALL) CONFERENCE CENTER CONTINUING EDUCATION (OLD ECKERD’S) DECLOUET ECOL (ENTERPRISE CENTER OF LOUISIANA) E.K. LONG GYM F.G. MOUTON FLETCHER FOSTER FRENCH HOUSE GIRARD GRIFFIN HAMILTON JUDICE LEE

-continued-

Bid No. 13019 – M26211 Page 7 LEGACY PARK APARTMENTS: #1 E.A. Martin #2 Vermillion #3Thibodeaux #4 Calais #5 McCullough #6 Caffery #7 Voorhies #8 Roy #9 Acadian #10 Denbo #11 Bancroft LOUANNA (CEET) MADISON MARTIN MAXIM DOUCET McLAURIN MONTGOMERY MOUTON NIRC O.K. ALLEN LAFAYETTE PICARD CENTER PRINT SHOP REX STREET POWER SUB STATION ROUGEOU SGA DAYCARE SIGMA NU HOUSE STEPHENS TAFT STREET PARKING GARAGE VERMILLION HALL WHARTON LIST OF REPAIR PARTS: Replacement parts whose list price exceeds Fifteen Dollars ($15.00) will be billed in addition to the basic maintenance fee AFTER PRIOR APPROVAL from the Assistant Director Environmental Health & Safety. Contractor will not be responsible for maintaining spare parts for those systems deemed obsolete. REPORTING: Upon completion of each inspection, contractor shall provide a detailed written report outlining the results of each building fire alarm system testing, and any problems that were identified. Proposals to correct problems that were identified during the monthly inspection shall be included with the monthly report. This inspection report shall be submitted with the Contractor's request for payment or payment will not be made. In the case of any inspection and/or maintenance performed by the contractor that results in any FACP to be either yellow or red tagged, the contractor shall notify the University Immediately so that appropriate responses can be directed. -continued-

Bid No. 13019 – M26211 Page 8 TAGGING OF EQUIPMENT: Each fire alarm panel shall be tagged when inspected. Tag shall indicate the date of the most recent inspection, and remarks as to what was done to the system. On subsequent inspections the tag shall be updated to provide a repair history of the system. Each fire alarm device shall be labeled with an identification number. ALL YELLOW OR RED TAGS SHALL BE REPORTED IMMEDIATEDLY TO THE ASSISTANT DIRECTOR OF HEALTH, ENVIRONMENTAL & SAFETY. EMERGENCY SERVICE: Emergency service due to malfunctioning fire alarms is to be included in this contract. Three (3) trouble calls per month shall be included in this contract at NO ADDITIONAL COST. This emergency service shall be provided during normal working hours. Response to calls before noon shall be same day. Response to calls after noon shall be next working day. If defective parts are found during the emergency service call, replacement parts shall be obtained and installed within thirty-six (36) hours. For fire alarm activations (both fake alarm & actual fires) in which the FACP will not reset or otherwise render the building safe for occupancy, the contractor is expected to respond to the University’s needs 24/7. It is understood that additional overtime charges for after-hours response may be imposed by the contractor. TOOLS, EQUIPMENT AND TRANSPORTATION-INSPECTIONS & SERVICE: Contractor shall furnish all necessary tools, test equipment, etc. in order to accomplish this work. All necessary transportation of employees and materials to and from the work sites shall be the Contractor's responsibility. This includes man-lifts to reach equipment at high elevations within all buildings on UL Lafayette’s campus. CONTRACTOR QUALIFICATIONS-INSPECTION & SERVICE: All technicians furnished under this contract shall have at least five (5) years of experience in Fire Alarm Systems, and must be qualified to diagnose, test and repair all systems covered under this contract. At least one technician servicing the account shall have a Class D technician license. The name, qualifications, and copy of licenses of the specific technician(s) that will be assigned to this contract are to be submitted to the University with the bid proposal. Failure to do so may be cause for rejection of bid. The contractor is expected to have at least one (1) qualified technician available to respond to emergency calls on campus within one (1) hour of the contractor receiving the call. This requirement is extended 24 hours a day, 365 days a year. Contractor (sub) shall familiarize himself and the personnel doing this contract work, with the campus and the equipment in order to fulfill the recommendations of this contract. The contractor (sub) is expected to utilize the same technician(s) to perform the maintenance work for the duration of the contract. University personnel normally must work with a new technician to familiarize him with the campus. Due to a shortage of manpower, this causes disruption in our operation and also causes some equipment to be neglected or forgotten. The practice of changing technicians during the term of the contract may cause cancellation of contract. The University must be notified in writing of any change in personnel. That notification must contain the name and qualifications of the technician the Contractor proposes to assign to this contract. Contractor’s main office shall be located within a 50 mile radius of the UL Lafayette Campus. This includes all service and operations management, accounts payable and accounts receivable and the scheduling managers. -continued-

Bid No. 13019 – M26211 Page 9 CONTRACTOR QUALIFICATIONS – MONITORING: 1. Contractor shall have an Underwriters Laboratory Certificate of Compliance and shall be listed in the following Certificate Service Categories: a. Monitoring Stations, National Industrial Security b. Signal and Fire Alarm Equipment and Services (Protective Signaling Services) Central Station 2. Contractor shall have all dispatchers CSAA certified and complete and EMD class. 3. Contractor shall have a minimum of three (3) dispatchers at the main monitoring station with three (3) backup sites, at least one (1) being out of state. 4. Contractor shall have a generator for backup power with UPS to bridge the gap between main power and generator backup capable to maintain their monitoring system for twenty four (24) hours minimum. 5. Contractor shall have phone line redundancy. Specifications shall be included in bid submission. 6. Contractor shall be able to send a dispatch to the fire department in less than thirty (30) seconds after a fire alarm signal is received. 7. Contractor shall be able to make a phone call to the premises according to the Owners instructions in less than thirty (30) seconds after the fire department is called. Contractor shall be able to call the premises for Trouble Conditions according to the Owners instructions and time frame. 8. Contractor shall be able to receive programming data from a fire alarm contractor (for new or changed fire alarms), and subsequently input that information into their system in a maximum of two (2) hours. 9. Contractor shall be prepared (if asked) to demonstrate that they have the ability to keep the university fire alarm systems information secure. 10. Contractor shall have their main monitoring site within a twenty (20) mile radius of the university campus. 11. All signal reporting shall be to the standard of the university. THE BUILDINGS ON CAMPUS THAT ARE CURRENTLY MONITORED INCUDE: ALFRED LAMSON SOFTBALL STADIUM ABDALLA HALL ART MUSEUM ATHLETIC OFFICE BUILDING BAKER HALL BILLEAUD HALL BLACKHAM COLISEUM BOURGEOIS HALL -continued-

Bid No. 13019 – M26211 Page 10 BONIN HALL BROUSSARD HALL BUCHANAN HALL BURKE HAWTHORNE HALLCONFERENCE CENTER CAFE FLEUR DE LIS CECIL PICARD CENTER COMPUTER SCIENCE BLDG CONFERENCE CENTER CORONNA HALL DUPRE LIBRARY EARLY CHILDHOOD DEVELOPMENT LAB ECOL FOSTER HALL FRENCH HOUSE GIRARD HALL HAMILTON HALL HARRIS HALL HUGER HALL JUDICE HALL LEE HALL LEGACY PARK APARTMENTS (MONITORED THROUGH EA MARIN BUILDING) MAXIM DOUCET HALL MONTGOMERY HALL BI MOODY HALL MOUTON HALL OLIVIER PARKING TOWER OK ALLEN HALL PRINT SHOP RANDOLPH SGA DAYCARE SIGMA NU HOUSE STEPHENS HALL GUARANTEE: The Contractor agrees to accept full responsibility for all of the Fire Alarm Systems campus buildings listed on this contract as it exists on the effective date of this contract, and to leave it in first class condition on the termination date. Should the Contractor fail to render the services ordered under this contract in the manner and within the time specified, the Owner reserves the right to cancel the contract for services which the Contractor has failed to render in the manner and within the time specified. Termination under this article shall not affect or relieve either party of any obligation or liability that may have occurred prior to such termination.

The Owner reserves the right from time to time to employ others to make such tests as they may deem advisable and when it is found the systems are not up to proper standards, the University may immediately demand of the Contractor that the systems be placed in proper condition. If the demand is not promptly complied with, the -continued-

Bid No. 13019 – M26211 Page 11 University may cancel the agreement and enter an agreement with others to perform such work and deduct the total cost thereof, from the Contractor’s charge for the services specified, or if contract has expired pay additional cost incurred. The University reserves the right to act as the sole agent in determining if service is satisfactory, including a determination of whether parts need replacing. The Contractor's failure to comply with Owner's demands in this regard within a reasonable time will constitute a circumstance under which the Owner may immediately and without notice terminate the agreement. INSPECTION NOTICES: Contractor shall submit a proposed schedule for testing of fire alarm systems to the Assistant Director Environmental Health & Safety prior to the start of each spring and fall semester. This schedule shall list the building and proposed date of testing. An alternate date for testing shall also be listed. Contractor must notify the Assistant Director of Environmental Health & Safety a minimum of three (3) days’ notice before inspections of fire and smoke alarm systems. Before activating a fire alarm system, the contractor's technician shall check-in with the Building Coordinator or House Director for the building to allow for notification of all occupants. University Police shall be telephoned from EACH BUILDING to notify them that a test of the system is being conducted in that building. University Police is also to be informed when testing has been completed for the day, or when any activation (scheduled or unintentional) of the FACP is realized. Contractor is responsible for notifying its monitoring station & placing FACP panels in “Test” mode prior to the commencement of any inspection or maintenance service. (As applicable & appropriate) HVAC must be notified as well, as due to the shutdown of systems in the testing process. If for any reason, a building cannot be tested on the scheduled date, it will be the Contractor's responsibility to contact the Building Coordinator or House Director for that building, a minimum of three days in advance to inform them of an alternate test date.

-continued-

Bid No. 13019 – M26211 Page 12 BID SHEET FURNISH ALL LABOR, MATERIALS, EQUIPMENT, TRANSPORTATION, SUPERVISION, PERMITS, ETC. NECESSARY TO PROVIDE INSPECTION AND PREVENTATIVE MAINTENANCE FOR FIRE ALARM SYSTEMS, LOCATED IN VARIOUS BUILDINGS ON THE CAMPUS OF THE UNIVERSITY OF LOUISIANA AT LAFAYETTE, LAFAYETTE AND NEW IBERIA, LOUISIANA, BEGINNING JULY 1, 2013 THRU JUNE 30, 2014, IN STRICT ACCORDANCE WITH THE CONDITIONS AND SPECIFICATIONS OF BID PROPOSAL FOR THE FOLLOWING SUMS … Based upon mutual agreement between the University and the successful bidder, this contract may be extended for FOUR (4) additional twelve (12) month periods at the same prices and terms. Both parties must agree to any extension, and a decision will be made at each twelve (12) month interval. The continuation of this contract is contingent upon the appropriation of funds to fulfill the requirements of the contract by the Legislature. If the Legislature fails to appropriate sufficient monies to provide for the continuation of the contract or if such appropriation is reduced by the veto of the Governor or by any means provided in the Appropriations Act to prevent the total appropriations for the year from exceeding revenues for that year or for any lawful purpose and the effect of such reduction is to provide insufficient monies for the continuation of the contract, the contract shall terminate on the date of the beginning of the first fiscal year for which funds are not appropriated. All bidders should be aware that our Legislative process is such that it is often impossible to give prior notice of the non-appropriation of funds. A - MAINTENANCE, SERVICE, AND INSPECTION: BUILDING 1. ALFRED LAMSON SOFTBALL 2. ANGELLE 3. ART MUSEUM 4. ATHLETIC OFFICE COMPLEX 5. BILLEAUD 6. B.I. MOODY 7. BLACKHAM COLISEUM 8. BOURGEOIS 9. BROOKS ST. ANNEX I (ISO) 10. BROOKS ST. ANNEX II (ROTC) 11. BROUSSARD 12. BURKE HAWTHORNE 13. CAFÉ’ FLEUR DE LIS 14. COMP. SCIENCE (OLIVIER) 15. CONFERENCE CENTER 16. CONTINUING EDUCATION 17. VERMILLION 18. DECLOUET 19. ECOL 20. E.K. LONG GYM

SYSTEM FIRELITE 9050 FARADAY MPC-2000 SILENT KNIGHT-5808 NOTIFIER SYS-500 SILENT KNIGHT-5808 SILENT KNIGHT-IFP 1000 SILENT KNIGHT 5600 SIMPLEX 2001 FARADAY 4+2 FARADAY M-706 SILENT KNIGHT 5808 SILENT KNIGHT 5820 XL FCI 7100 SILENT KNIGHT 5820 FCI 7100 SILENT KNIGHT 5600 ADEMCO VISTA 5140XM FARADAY MPC-2000 FARADAY LW-401 SPECTRONIC 641 -continued-

COST PER MONTH _____________ _____________ _____________ _____________ _____________ _____________ _____________ _____________ _____________ _____________ _____________ _____________ _____________ _____________ _____________ _____________ _____________ _____________ _____________ _____________

Bid No. 13019 – M26211 Page 13 Bid Sheet – Page 2 BUILDING 21. F.G. MOUTON 22. FLETCHER 23. FOSTER 24. FRENCH HOUSE 25. GIRARD 26. GRIFFIN 27. HAMILTON 28. JUDICE 29. LEE 30. #1 E.A. MARTIN 31. #2 VERMILLION 32. #3THIBODEAUX 33. #4 CALAIS POTTER 34. #5 MCCULLOUGH 35. #6 CAFFERY 36. #7 VOORHIES 37. #8 ROY 38. #9 ACADIAN 39. #10 DENBO 40. #11 BANCROFT 41. LOUANNA (CEET) 42. MADISON 43. MARTIN 44. MAXIM DOUCET 45. MCLAURIN 46. MONTGOMERY 47. MOUTON 48. NIRC 49. O.K. ALLEN 50. LAFAYETTE 51. PRINT SHOP 52. PICARD CENTER 53. REX ST. SUB STATION 54. ROUGEOU 55. SIGNMA NU FRAT HOUSE 56. SGA DAYCARE 57. STEPHENS 58. TAFT STREET PARKING GARAGE 59. WHARTON

SYSTEM SILENT KNIGHT IFP-1000 SILENT KNIGHT 5208 SILENT KNIGHT 5808 ADEMCO VISTA 5140 SILENT KNIGHT 5820 SILENT KNIGHT 5820 XL SILENT KNIGHT 5808 FCI 7100 SILENT KNIGHT 5808 FIRELITE 9200UD OTTER 500 POTTER 500 FA204EU POTTER 500 POTTER 500 POTTER 500 POTTER 500HR POTTER 500 POTTER 500 POTTER 500 THORN FIREQUEST 200 FARADAY MPC 2000 FARADAY MPC 2000 SILENT KNIGHT 5820 XL SILENT KNIGHT 5808 SILENT KNIGHT 5820 SILENT KNIGHT 5808 SECUTRON MR2100 SILENT KNIGHT 5808 FARADAY FWII+2 SILENT KNIGHT 5820 FIRELITE MF-9200UDLF SPECTRONICS 500 NOTIFIER 4800-2 SILENT KNIGHT 4224 SILENT KNIGHT 5208 SILENT KNIGHT 5800 FARADAY MPC-6000 FARADAY MPC-2000

TOTAL MONTHLY CHARGE

COST PER MONTH _____________ _____________ _____________ _____________ _____________ _____________ _____________ _____________ _____________ _____________ _____________ _____________ _____________ _____________ _____________ _____________ _____________ _____________ _____________ _____________ _____________ _____________ _____________ _____________ _____________ _____________ _____________ _____________ _____________ _____________ _____________ _____________ _____________ _____________ _____________ _____________ _____________ _____________ _____________ $ _________________

-continued-

Bid No. 13019 – M26211 Page 14 Bid Sheet – Page 3 B - MONITORING: 1. ALFRED LAMSON SOFTBALL STADIUM 2. ABDALLA HALL 3. ART MUSEUM 4. ATHLETIC OFFICE BUILDING 5. BAKER HALL 6. BILLEAUD HALL 7. BLACKHAM COLISEUM 8. BOURGEOIS HALL 9. BONIN HALL 10. BROUSSARD HALL 11. BUCHANAN HALL 12. BURKE HAWTHORNE HALLCONFERENCE CENTER 13. CAFE FLEUR DE LIS 14. CECIL PICARD CENTER 15. COMPUTER SCIENCE BLDG 16. CONFERENCE CENTER 17. CORONNA HALL 18. DUPRE LIBRARY 19. EARLY CHILDHOOD DEVELOPMENT LAB 20. ECOL 21. FOSTER HALL 22. FRENCH HOUSE 23. GIRARD HALL 24. HAMILTON HALL 25. HARRIS HALL 26. HUGER HALL 27. JUDICE HALL 28. LEE HALL 29. LEGACY PARK APARTMENTS (MONITORED THROUGH EA MARTIN BUILDING) 30. MAXIM DOUCET HALL 31. MONTGOMERY HALL 32. BI MOODY HALL 33. MOUTON HALL 34. OLIVIER PARKING TOWER 35. OK ALLEN HALL 36. PRINT SHOP 37. RANDOLPH 38. SGA DAYCARE 39. SIGMA NU HOUSE 40. STEPHENS HALL TOTAL MONTHLY CHARGE

COST PER MONTH _____________ _____________ _____________ _____________ _____________ _____________ _____________ _____________ _____________ _____________ _____________ _____________ _____________ _____________ _____________ _____________ _____________ _____________ _____________ _____________ _____________ _____________ _____________ _____________ _____________ _____________ _____________ _____________ _____________ _____________ _____________ _____________ _____________ _____________ _____________ _____________ _____________ _____________ _____________ _____________

$ __________________ -continued-

Bid No. 13019 – M26211 Page 15 Bid Sheet – Page 4 C - HOURLY REPAIR/MAINTENANCE LABOR RATE ONE HUNDRED FIFTY HOURS (150) PER YEAR, REPAIR/MAINTENANCE AS DESCRIBED IN THESE SPECIFICATIONS: HOURLY COST…………$__________/HOUR X 150 HOURS / YEAR = $________________ / YEAR. Please note: 1. This amount will not be increased due to the number of technicians required to make a repair. No Travel cost will be paid on any emergency service calls, maintenance calls, or inspections. 2. These hours are only an estimate; the quantity of hours are not guaranteed. The University reserves the right to award above on an individual item basis, a combination of items basis, or as a total package to one vendor, whichever is in the best interest of the University. The University also reserves the right to comp]letely eliminate building or buildings as needed. Vendor shall allow a building(s) omitted.

% discount if awarded as a total package to one (1) vendor regardless of

TERMS _________________ FOB.

UL Lafayette/Installed/Lafayette/New Iberia, LA

The name and the qualifications of the specific technician(s) that will be assigned to this contract is to be submitted to the University with the bid proposal. Failure to do so may be cause for rejection of bid. A list of repair parts and replacement units to be maintained by the Contractor at all times during the contract period is to be submitted with each bid for review by the Owner. Failure to submit this list with bid may be cause for rejection of bid. A MANDATORY pre-bid meeting will be held at 10:00 AM on June 10, 2013 at the Facility Management Office, Parker Hall, 310 East Lewis Street, Lafayette, LA, at which time details of plans and specifications will be discussed. BIDDER ACKNOWLEDGES RECEIPT OF THE FOLLOWING ADDENDA: ADDENDUM NO. _______ DATED _______ FIRM NAME __________________________________________ SIGNED BY (signature)__________________________________ SIGNED BY (printed) ___________________________________ TITLE _______________________________________________ ADDRESS ____________________________________________ ______________________________________________________ TELEPHONE NO. _____________________________________ FAX NO. _____________________________________________ DATE _______________________________________________