Racine Unified School DISTRICT


[PDF]Racine Unified School DISTRICT - Rackcdn.com000417b6df56f4ae5bbf-f6bd2cfeac0f4625637eac684e9e6a05.r25.cf1.rackcdn.com/...

1 downloads 159 Views 88KB Size

Racine Unified School DISTRICT 3109 Mount Pleasant Street Racine, Wisconsin 53404 262-631-7030

IFB# 014-047 RUSD Project No. 2013-119-002 Fire Alarm Replacement Gifford Elementary School 8332 Northwestern Avenue Mount Pleasant, WI 53406 ********************************************************************************************** PROJECT NAME: ISSUE DATE: DUE DATE: DUE TIME: OPENING DATE: OPENING TIME:

Fire Alarm Replacement – Gifford Elementary School December 4, 2013 December 19, 2013 2:00 PM December 19, 2013 2:00 PM

The Racine Unified School DISTRICT, Racine, Wisconsin, hereinafter referred to as “DISTRICT” is seeking proposals from qualified individuals and/or organizations, herein after also referred to as RESPONDENT, to provide services to complete the replacement of the existing fire alarm system and components at Gifford Elementary School. In responding to this solicitation the RESPONDENT signifies to be fully informed as the extent and character of the project and necessary work required and the terms and conditions specified herein. The RESPONDENT represents that the project can be completed satisfactorily and in complete compliance with the specifications. RESPONDENT agrees that their response to the solicitation and subsequent acceptance by the DISTRICT shall constitute a contract. The respondent is obligated to complete the project at the bid price. Written notice from the Racine Unified School DISTRICT accepting the bid constitutes a contract between the bidder and the DISTRICT.] Responses to this solicitation shall be submitted by mail as specified below. The DISTRICT certifies that the[invitation will not be opened by anyone in the DISTRICT prior to the date and time indicated above.

1

The contact person for this project is Bryan Arnold, Director of Buildings and Grounds who can be reached by email at [email protected]. Inquires and questions regarding this solicitation should be directed to this contact person, by email. Acknowledgement of the receipt of this invitation should be sent by email to the contact person so you will be added to the email list for updates, clarifications, and changes, if any.

2

TABLE OF CONTENTS 1.00 2.00 3.00

General Information Specifications General Conditions

A.00 B.00

Signature Page Bid Forms

1.00 GENERAL INFORMATION

1.01

DISTRICT invites any qualified individual or organization to respond to this solicitation. RESPONDENT must be responsible, regularly and practically engaged in providing the goods or services requested, and possess ample resources for providing the supplies, materials, equipment and/or services identified.

1.02

A distribution list for this solicitation will be created and maintained by the DISTRICT. Qualified individuals or organizations may request to be added to the list. DISTRICT reserves the right to pre-qualify individuals or organizations and to limit the number that may be invited to respond to this solicitation. If the DISTRICT limits the number of individuals or organizations it will be done on a "first come" basis from among those deemed to be qualified.

1.03

If you received a copy of the solicitation from a source other than by direct and intentional delivery from DISTRICT, contact the Contact Person identified on the cover to be added to the distribution list. Supplements and other communications that may be significant in the response and selection process will only be sent to individuals and/or organizations on the distribution list.

1.04

All official communications in regard to this solicitation will be conducted by email. The DISTRICT does not assume any responsibility for integrity or operability of the RESPONDENT’s e-mail system.

1.05

Responses to Solicitation

1.05.a

Responses will be evaluated after formal receipt.

1.05.b

Responses to the solicitation are to be sent on or before the due date and time specified on the cover page to Glenn Schueffner, Purchasing Department, 3109 Mt. Pleasant Drive, Racine, WI 53404 no later than the date and time shown on the cover page. Hand-delivery of proposal is encouraged.

4

1.05.c

Solicitation will be received only by mail or hand-delivery. If Mailed: Direct all Mail:

Glenn Schueffner Purchasing Director Racine Unified School District 3109 Mt. Pleasant Street Racine, WI 53404

If Hand-Delivered: Racine Unified School District Building #2 – Buildings and Grounds Conference Room 3109 Mount Pleasant Street Racine, WI 53404

Inner Envelope:

1.05.d

RESPONDENT shall submit the following documents / information:   

1.08

Sealed Bid: Open by Addressee Only Fire Alarm Replacement – Gifford Elementary School Bid Date: December 19, 2013 at 2:00PM

All completed forms as specified – Two (2) copies Acknowledgement of receipt of supplements and addenda Electronic (in the form of CD or Flash Drive) copy of all forms

Bids will be opened promptly at 2:00 pm on December 19, 2013 at the following location: Racine Unified School District Building #2 – Buildings and Grounds Conference Room 3109 Mount Pleasant Street Racine, WI 53404 Late Submissions will be Rejected and Returned Unopened

1.09

A pre bid will be conducted on December 12, 2013 at 3:30 PM at: Gifford Elementary School 8332 Northwestern Avenue Mt. Pleasant, WI 53406 Attendance is Strongly Encouraged

2.00 SPECIFICATIONS

2.01

Scope of Project Replacement of existing fire alarm system, components and any necessary wiring and program at Gifford Elementary School.

2.02

Location Gifford Elementary School located at 8332 Northwestern Avenue, Mt. Pleasant, WI 53406.

2.03

Selection information

2.03.a

Reserved

2.03.b

The selection recommendation will be made to the Racine Unified Board of education on January 3rd, 2013.

2.03.c

Reserved

2.03.d

The following criteria will be used in the selection decision: Lowest responsible, responsive, and qualified bidder meeting the specifications.

2.03.e

DISTRICT reserves the right to give preferential consideration to RESPONDENT(s) that provide evidence of compliance with, or registration to, ISO and/or industry specific standards.

2.04

Project Specifications See Attached Project Specification and Drawings from IBC Engineering Services, Inc.

6

3.00 GENERAL CONDITIONS

DISTRICT does not discriminate on the basis of religion, sex, race, national origin, age, ancestry, creed, color, political affiliation, membership in the National Guard, state defense force or any reserve component of the United States military or state military forces, pregnancy, marital or parental status, sexual orientation, or physical, mental, emotional, or learning disability or handicap or other bases prohibited under state or federal law. 3.01

This solicitation is to assist DISTRICT in the selection of a qualified individual or organization (RESPONDENT) to provide products and/or services as described herein.

3.02

DISTRICT reserves the right to reject any or all responses or portions thereof and to accept any responses or portions thereof that may be the most advantageous. Further, the DISTRICT reserves the right to waive technicalities.

3.03

RESPONDENT may include additional information and data that is believed to be helpful to DISTRICT in the evaluation of the product or services identified herein.

3.04

Responses should be prepared simply and economically, providing a straightforward and concise explanation of RESPONDENT’s that will satisfy the identified requirements. Fancy bindings, colored displays, and promotional material are neither necessary nor desired; however, literature describing the RESPONDENT’s background and experience and/or the characteristics and features of product or services, may be included.

3.05

RESPONDENT shall submit responses on the forms and in the manner specified and shall respond to each specification.

3.06

All costs for preparing and submitting responses are entirely the responsibility of the RESPONDENT and will not be chargeable in any manner to the DISTRICT.

3.07

The DISTRICT reserves the right to amend the contents of this solicitation. The intent of such amendments is directed toward finding the best solution available at the associated cost. If it becomes necessary to amend any part of this specification an addendum will be provided to all RESPONDENTS on the distribution list. Each addendum will be numbered (i.e. Addendum #).

3.08

If additional data is necessary to provide clarification of provisions in this solicitation, a supplement will be provided to all RESPONDENTS on the distribution list. Each supplement will be numbered (i.e. Supplement #).

3.09

Any RESPONDENT that contacts any School Board member, any member of DISTRICT staff, or any member of the selection team, with the intent to influence selection decisions, will be disqualified from further consideration.

3.10

Questions and Interpretations

3.10.a

Refer questions concerning this solicitation by email to the contact person’s email address identified on the cover page. The subject of the email should clearly state “Question RE: IFB# 014-047/RUSD Project No. 2013-119-002” Any request for clarification or interpretation of provisions of this solicitation must be received at least 3 business days prior to the Opening Date identified on the cover.

3.10.b

Responses to the questions may result in a supplement or addenda. Supplements and/or addenda will be sent to all RESPONDENTS on the distribution list. All supplements and addenda so issued shall become part of the specifications. RESPONDENT’s shall acknowledge receipt of said supplements and / or addenda on the RESPONDENT INFORMATION & CERTIFICATION (A.01).

3.10.c

RESPONDENT shall carefully examine the contents of this solicitation and any subsequent addenda or supplements. Failure to do so shall not relieve RESPONDENT of the obligation to fulfill the terms of the project herein identified.

3.10.d

DISTRICT shall be not be responsible for oral interpretations given by a DISTRICT employee, representative or other individual. The issuance of a written addendum or supplement is the only official method where interpretations, clarifications or additional information can be given that would change the terms and conditions of this solicitation.

3.11

Quality Standards

3.11.a

RESPONDENT shall note any deviation or exceptions from the specifications on the submitted response. If proposing an item other than specified, include the trade name, identification or model number and appropriate brochures.

3.11.b

RESPONDENT shall notify DISTRICT of any omission, contradictions or conflicts in the specifications at least 3 days prior to the Due Date. If the RESPONDENT does not notify the DISTRICT of any such conditions, it will be assumed that the RESPONDENT has included all necessary items to fulfill the purpose of the solicitation.

8

3.11.c

The successful RESPONDENT shall assume full responsibility for the protection and safekeeping of project materials stored on premises, if any.

3.11.d

DISTRICT adheres to quality standards that are modeled after ISO 9001:2000. As such, RESPONDENTS are required to:  provide timely responses and effective corrective action on identified non-conformance and customer complaints.  provide the specified services / products to a specific minimum level.  provide evidence of preventive action to continually improve the level of service.

3.12

Safety Requirements

3.12.a

Where applicable, the successful RESPONDENT shall provide Material Safety Data Sheets.

3.12.b

RESPONDENT shall comply with federal, state, and local fire and safety codes and requirements that are applicable to the project.

3.13

Anti-collusion Clause

3.13.a

During the preparation and submission to this solicitation, RESPONDENT is prohibited from directly or indirectly entering into any combination or arrangement with any person, firm or corporation, or entering into any agreement, or participate in any collusion, or otherwise take any action in the restraint of free competitive bidding in violation of the SHERMAN ACT (15 U.S.C. Section 1).

3.13.b

In responding to the solicitation, RESPONDENT certifies that this submittal is not the result of, or affected by, any act of collusion with, or any act of, another person or persons, firm or corporation engaged in the same line of business or commerce.

3.13.c

In responding to the solicitation, RESPONDENT certifies that no person acting for, or employed by, DISTRICT has an interest in, or is concerned with, this submittal and that no person or persons, firm or corporation other than the RESPONDENT, have an interest in this proposal.

3.14

Proprietary Information

3.14.a

RESPONDENT is advised that most records and documents in the possession of the school DISTRICT are subject to the state’s Open Records law. Trade secrets or proprietary information submitted in response to this solicitation will be protected by the DISTRICT to the extent permitted by law.

3.14.b

RESPONDENT must provide a statement that identifies the data or other material to be protected and the reasons why protection is necessary. Such trade secrets or proprietary information should be submitted in a separate, sealed, envelope clearly marked PROPRIETARY. If such a submittal is being made, RESPONDENT must so indicate on the official submittal sent to DISTRICT.

3.14.c

DISTRICT reserves the right to submit such information to its legal counsel for determination of the DISTRICT’s right to deny an Open Record’s request. The determination of DISTRICT’s legal counsel shall be final and binding on RESPONDENT.

3.14.d

A statement by RESPONDENT that the entire submittal is proprietary and/or a statement that pricing/costs are to be protected cannot be honored. RESPONDENT will be requested to remove any such statement(s) in order to be eligible for further consideration. References may be made within the body of the submittal to proprietary information; however all information contained within the body of the submittal, not under separate cover and labeled proprietary, shall be deemed a public record.

3.15

Brand Names

3.15.a

Unless otherwise provided, the name of a certain brand, make, manufacturer, or definite specification is to denote the quality standard of the article desired. The RESPONDENT is not restricted to the specific brand, make, manufacturer, or specification named but it is to set forth and convey the general style, type, character, and quality of article desired. The decision of DISTRICT shall be final as to whether an item other than specified is in fact "equal."

3.15.b

If an item other than the specified brand is proposed, the RESPONDENT must give the trade name of the article, manufacturer's name, and detailed specification of item offered. Otherwise, it is assumed RESPONDENT is proposing the identical item as specified. The burden of proof as to whether an item is “equal” is the responsibility of the RESPONDENT.

3.15.c

Bids on equipment must be standard new equipment, of latest model, and in current production, unless otherwise specified.

3.16

DISTRICT is a smoke free environment. RESPONDENT shall assure that their representatives will refrain from smoking while on school grounds.

3.17

DISTRICT is a drug free environment. RESPONDENT shall assure that their representatives will refrain from the unlawful manufacture, sale, distribution, dispensation, possession, or use of a controlled substance while on school grounds.

10

3.18

DISTRICT is exempt from federal and state excise and sales taxes. All prices quoted shall reflect the tax-exempt status. Tax exemption certificates, if required, will be provided upon request.

3.19

It is expressly understood that performance of this solicitation by DISTRICT shall be contingent upon the availability of funding. Such funds are appropriated by DISTRICT on an annual basis. In the event funding is not adequate, the continuation of the project will be dependent on the parties reaching mutual agreement as to adjustments in the goods and/or service to be provided and the associated costs.

3.20

RESPONDENT shall pass to DISTRICT clear and unrestricted title to all equipment purchased for this project upon payment of the purchase price.

3.21

All equipment must be approved by Underwriters Laboratories or a recognized equivalent certification agency. Equipment for trade-in shall be dismantled by the successful RESPONDENT and removed at RESPONDENT expense.

3.22

All regularly manufactured stock electrical items must meet the following minimum requirements:    

National Electrical Code Standard Rules of the American Institute of Electrical Engineering National Electrical Management Association O. S. H. A.

3.23

The successful RESPONDENT shall submit to DISTRICT all invoices promptly upon completion of the requirements for installation, delivery, and acceptance of the goods and services required under this project. Invoices shall not include any costs other than those identified in the executed purchase order issued upon award of this project or any subsequent changes made in writing by the DISTRICT. All shipping costs are the RESPONDENT’s responsibility, except to the extent such charges are identified in the executed purchase order or change orders. Contractor's invoices shall include the purchase order number.

3.24

Payment terms shall be net 60 days. Payment of invoices will be processed promptly by DISTRICT for items received in accordance with the specifications. Payment shall not preclude the DISTRICT from making a claim for adjustment on any item later found not to have been in accordance with the conditions of this solicitation. Payment will be made on an adjusted price basis for any items used or accepted from a delivery later found to be inferior. Partial payments on a total order will be made only by a special arrangement with DISTRICT.

3.25

Acceptance of a preferred bid does not constitute an order. Orders shall only be made following issuance of a purchaser order. Shipments shall be

made as specified on the purchase order, conforming to this solicitation, specification and the general conditions. 3.26

It is the practice of school DISTRICT to notify only the RESPONDENT that is selected to provide the supplies, materials, equipment or services identified herein. The DISTRICT may, at its option, post results.

3.27

All prices specified in response to this solicitation shall remain effective for a period of not less than 45 days following the Due Date shown on the cover page.

3.28

Selection recommendations and final selection will be made in accordance with the procedures and criteria identified in the specifications.

3.29

Reserved

3.30

Reserved

12

4.00 CONTRACT

4.01

This solicitation will be incorporated into the final negotiated contract, if any, by reference and will be considered a part of the contract.

4.02

Attached is the contract that will be executed by the selected RESPONDENT upon award of the project identified herein. Both parties, in writing, shall mutually agree to any and all modifications to this contract. RESPONDENT shall identify any provision of the attached contract that they wish to be reconsidered.

4.03

The Contractor shall assume the entire responsibility and liability for any and all damages to persons or property caused by or resulting from or arising out of any act or omission on the part of the Contractor, its Subcontractors, agents or employees under or in connection with this contract or the performance or failure to perform any work required by this contract. The Contractor shall save harmless and indemnify DISTRICT and its agents, volunteers, servants, employees and officers from and against any and all claims, losses or expenses, including, but not limited to, attorney's fees, which either or both of them may suffer, pay or incur as the result of claims or suits due to, arising out of or in connection with any and all such damage, real or alleged. The Contractor shall, upon written demand by DISTRICT, assume and defend at Contractor’s sole expense any and all such suits or defense of claims.

4.04

This contract shall be deemed to be a Wisconsin contract and shall be governed as to all matters, whether of validity, interpretations, obligations, performance or otherwise, exclusively by the laws of the State of Wisconsin. All questions arising with respect thereto shall be determined in accordance with such laws. Regardless of where actually delivered and accepted, this contract shall be deemed to have been delivered and accepted by the parties in the State of Wisconsin.

4.05

Contractor's attention is directed to the fact that all applicable federal, state, local laws and ordinances, including all rules and regulations of all authorities having jurisdiction over the project shall apply to the contract. Contractor shall comply with all federal, state and local statutes, ordinances, and regulations now in effect or hereafter adopted, in the performance of this contract. Contractor must possess all necessary licenses and permits required to conduct its business and will acquire any additional licenses and permits necessary for performance of this contract prior to the initiation of work.

4.06

If the Contractor fails to deliver goods or services or fails to replace rejected articles immediately or within a reasonable time, when so requested, the right is reserved to procure these goods or services from other sources. On such purchases, the Contractor agrees to reimburse

DISTRICT promptly for excess costs occurred by such purchases. Such purchases will be deducted from agreed amount. Should the cost be less, the Contractor shall have no claim to the difference. The Contractor shall remove all rejected materials, equipment or supplies from the premises of the DISTRICT within ten (10) days of notification. Rejected items left longer than ten (10) days will be regarded as abandoned and DISTRICT shall have the right to dispose of them as its own property. 4.07

Contractor shall be deemed in breach of this contract if the Contractor:  Fails to comply with any terms of this contract.  Fails to cure such noncompliance within ten (10) calendar days from the date DISTRICT provides written notice, or such other timeframe greater than ten (10) calendar days, specified by Contract  Fails to submit a written response to DISTRICT notification of non-compliance within ten (10) calendar days after the date of said notice.  All notices under this contract shall be submitted, either by fax or certified mail, return-receipt requested, to the respective Contract Administrator.  Contractor shall not be in breach of this contract as long as its default was due to causes beyond the reasonable control of and occurred without any fault or negligence on the part of both the Contractor and its Subcontractors. Such causes may include, but are not restricted to, acts of God or of the public enemy, acts of DISTRICT in its sovereign capacity, fires, floods, hurricanes, epidemics, strikes, or freight embargoes.

4.08

DISTRICT will not reimburse the Contractor for the cost of repairs for any damages to materials or equipment of the Contractor caused by students, other acts of vandalism or other occurrences.

4.09

Construction Projects

4.09.a

It is the intent that this be a complete project as far as the specifications and subsequent contract. The successful contractor shall assume responsibility for contracts, if any, with sub-contractors and shall be responsible for fulfilling any legal or regulatory requirements, including, but not limited to, obtaining permits. The contractor alone shall be held responsible by DISTRICT for the completed project.

4.09.b

Contractor shall take precautions to ensure that dust and debris associated with the project is contained within the work area and not allowed to spread into other areas of the school. Equipment or materials, which cannot be moved, shall be covered by the contractor to prevent contamination or damage.

4.09.c

All materials used by the Contractor shall be certified asbestos-free by the manufacturer. There will be no exceptions. A letter from the Contractor

14

certifying that no asbestos-containing materials were used shall be provided upon completion of the project. 4.09.d

Contractor shall assure that any and all equipment used on this project will be handled and operated in conformance with OSHA safety requirements.

4.09.e

Contractor shall advise the DISTRICT whenever work is expected to be hazardous to DISTRICT employees, students or other building occupants.

4.09.f

Contractor shall maintain fire extinguisher within easy access whenever power tools; flammable materials or heat producing devices are being used.

4.09.g

Contractor shall advise the DISTRICT when volatile materials are to be used near air ventilation intakes or near occupied spaces so that action may be taken to prevent degradation of indoor air quality.

4.09.h

Reserved

4.09.i

If the Contractor is delayed or hindered at any time in the progress of the work by any act or neglect of DISTRICT or by any Contractor employed by DISTRICT, or by changes ordered in the scope of the work, or by fire, adverse weather conditions not reasonably anticipated, or any other causes beyond the control of the Contractor, then the duration set forth in the construction progress schedule shall be extended as agreed to by DISTRICT and the Contractor. However, to the fullest extent permitted by law, DISTRICT, its agents and employees shall not be responsible for any loss or damage sustained by the Contractor, or by abnormal weather conditions, or by any other cause, and the Contractor agrees not to make, and hereby waives any claim for damages, and agrees that the sole right and remedy therefore shall be an extension of time.

4.09.j

Contractor shall be liable to DISTRICT for all costs incurred as a result of the Contractor's failure to perform the agreement in accordance with its terms. Contractor's liability shall include, but not limited to:     

4.09.k

Damages and other delay costs incurred as a result of improper Contractor work. Increased costs of performance, such as extended overhead and increased performance costs resulting from Contractor caused delays or improper Contractor work. Warranty and rework costs. Liability to third party. Excess costs, Attorney’s fees and related costs.

Additional services not covered by this contract shall be negotiated in advance, as necessary. These services will be dependent on the parties reaching mutual agreement as to adjustments in the service to be

provided and the applicable rates. All rates for services not covered by this contract must be approved in writing by the DISTRICT in advance, or payment for services will not be authorized. 4.09.l

The Contractor shall be responsible for obtaining and the cost of any and all permits, inspections, consents, and authorizations as may be required to perform its obligation. All applicable licensing requirements are to be in compliance with any and all rules of DISTRICT

4.09m

The Contractor shall not, under any circumstances, assign the whole or any part of this contract or any monies due or to become due hereunder without prior written consent of DISTRICT. In case the Contractor assigns all or any part of any monies due to or to become due under this contract, the instrument of assignment shall contain a clause substantially to the effect that it is agreed that the right of the assignee in and to any monies due to or to come due to the Contractor shall be subject to prior liens of all persons, films and corporations for services rendered or materials supplied for the performance of work called for in this contract.

4.09.n

The Contractor guarantees:  



 

16

Against defective or faulty material or workmanship for at least one (1) year from date of acceptance. To furnish adequate protection from damage for all work and to repair damages of any kind for which he or his workmen are responsible, to the building or equipment, to his own work, or to the work of other Contractors. Any merchandise or service provided under the contract which is or becomes defective during the warranty period shall be replaced by the Contractor free of charge with the specific understanding that all replacements shall carry the same guarantee as the original equipment or service (one year from the date of acceptance of the replacement). The Contractor shall make any such replacement immediately upon receiving notice from DISTRICT. That all deliveries will be equal to the accepted bid sample. Any substitution of equipment or material specified must be approved by DISTRICT. That the equipment or goods offered is standard, new latest model or regular stock product or as required by the specifications with parts regularly used for the type of equipment or goods offered; also that no attachment or part has been substituted or applied contrary to manufacturer's recommendations and standard practice. Every unit delivered must be guaranteed against faulty material and workmanship for a period of at least one (1) year from date of delivery. If during this period such faults develop, the Contractor agrees to replace the unit or part affected without cost to DISTRICT.

4.09.o

An original Certificate of Insurance naming DISTRICT as additional insured will be required from the successful RESPONDENT. Should any of the policies be canceled before the expiration date, the issuing company shall mail 30 days written notice to the certificate holder. The minimum acceptable limits of liability Insurance shall be as follows: Bodily injury limits: Property damage limits: $1,000,000 each person $1,000,000 each occurrence $2,000,000 each occurrence $2,000,000 each aggregate DISTRICT requires that the Contractor have and maintain in force, such insurance as will protect him and DISTRICT from claims which may arise out of or result from the execution of work, whether such execution be by himself, his employees, agents, subcontractors, or by anyone for whose acts any of them may be liable. The insurance coverage shall be such as to fully protect DISTRICT and the general public from any and all claims for injury and damage resulting by any actions on the part of the Contractor or his forces as enumerated above. The Contractor shall maintain liability insurance coverage acceptable to the DISTRICT for all persons involved in delivery, installation or employed or acting in any other capacity on behalf of the RESPONDENT or the manufacturer of items purchased. The Contractor will be required to carry adequate insurance to protect DISTRICT from loss in case of accident, fire, theft, etc. The Contractor shall take out and maintain during the life of this contract any applicable statutory Workers' Compensation Insurance with an insurance company authorized to write such insurance and in the applicable state covering all employees. The Contractor shall take out and maintain during the life of the contract such Automobile Liability Insurance as shall protect against claims for damages resulting from bodily injury, including wrongful death, and property damage, which may arise from operations of any owned, hired or non-owned automobiles used in any capacity in connection with the carrying out of this contract. The Contractor shall require each subcontractor to take out and maintain during the life of the subcontract the same insurance coverage required of the Contractor. Each subcontractor shall furnish to the Contractor two (2) copies of a Certificate of Insurance and such certificate shall contain the same information required of the Contractor. The Contractor shall furnish one (1) copy of the certificate to DISTRICT. The Contractor shall not be held responsible for losses resulting from wars, acts of public enemies, strikes, fires, floods, acts of God, or for any other acts not within the control of the Contractor and which by the exercise of reasonable diligence he is unable to prevent.

All liability insurance policies required under these specifications shall be an "occurrence" form versus "claims made" with no "sunset" provision. Exceptions to this requirement may be made if the Contractor presents evidence acceptable DISTRICT that "occurrence" coverage is unavailable or not feasible in regards to DISTRICT economic and legal interests. 4.09p

18

Contractor shall provide a bid bond in the amount equal to 10% of the total bid amount. Contractor may elect to provide a certified check in the same amount in lieu of a bid bond.

A.00 A.01

Attachments

RESPONDENT INFORMATION & CERTIFICATION

COMPANY Representative E-mail address Address

Zip +4 Local Phone Toll Free Phone Payment Address

Date of Quotation Quotation reference number, if required I have read the specifications and I understand the content and my firm's obligations with regard to providing the specified services and products. I hereby submit the attached proposal. The prices being submitted shall be binding on our firm until 45 days from the date proposals are due, or until I am notified that I am not a successful RESPONDENT, whichever comes first. If my firm is awarded a contract as a result of the quoted prices, or subsequently negotiated prices, I guarantee that the prices shall be the maximum amount that my firm may charge for the products identified. I certify that I have the authority to sign this proposal and bind my firm to the prices specified and the obligations associated with the award of all or any part of the items so specified. I acknowledge receipt of

supplements.

I acknowledge receipt of

addendum.

We will accept payment in the form of a purchasing card. Yes______ No______

Date:

Signed: Title:

B.00 Bid Forms B.01

20

Attached

Racine Unified School District Invitation For Bid: Fire Alarm Replacement - Gifford Elementary School This project is for replacement and upgrade of the existing fire alarm system to be fully addressable and ADA compliant. Project will commence February 3, 2014 after 4:00 PM with an expected completion date of May 23, 2013 by 5:00 pm. Bids accepted until 2:00 PM, December 19, 2013 – Bid opening to follow. Buildings and Grounds Office: Building 2 Buildings and grounds Offices – Conference Room 3109 Mount Pleasant Street Racine WI 53404 Please note fax and e-mail copies will be rejected. No late proposals will be accepted. Be sure to allow sufficient time for mail delivery if sending by mail. Hand-delivery at the Buildings and Grounds Office: Building 2 located at 3109 Mount Pleasant Street, Racine, WI 53404 on the day of the bid opening and prior to the bid opening time is acceptable.

We ________________________________________________________________ ___________________________________________________________________ (Contractor) Located ___________________________________________________________________ ___________________________________________________________________ (Address)

____________________________________ (Contact)

__________________________ (email)

____________________________________ (Phone)

___________________________ (fax)

Hereby agree to provide the necessary labor, materials, transportation and supervision to install and furnish a fire alarm system compliant with applicable codes and documents associated with this request for proposal. The contractor shall bear sole responsibility of the project as a turnkey operation.

1. Base Bid amount not to exceed

$_______________________

2. Allowance

$_______

3. Total Base Bid and Allowance

$_______________________

10,000

Alternates 4. Add Alternate 1 – Complete Raceway

$_______________________

 

Add Alternate 1 shall be comprised of providing a complete raceway system for wiring and cabling associated with the new fire alarm system to be installed. Appropriate identification of the dedicated raceway shall be provided as specified. 5. Add Alternate 2 – Speaker/Strobe System

$_______________________

Add Alternate 2 shall be comprised of replacing the audible notification appliances with a speaker notification system compliant with NFPA 2013 anticipated to be adopted by Wisconsin State Building Code within the next two years. Contractor shall provide all necessary modifications and components to the horn/strobe system intent associated with the design drawings to accommodate NFPA 2013 compliance

____________________________________ Signature of Authorized Representative

____________________________________ Title

_______________ Date