Bid Specifications for Life Safety Systems Inspection ...

46
CONSOLIDATED SCHOOL DISTRICT 158 Life Safety Systems Inspection Services Bid # 2012-49 10/3/2012 Bid Specifications for Life Safety Systems Inspection Services BID # 2012-49 Consolidated School District 158 Page 1 of 46

Transcript of Bid Specifications for Life Safety Systems Inspection ...

Page 1: Bid Specifications for Life Safety Systems Inspection ...

CONSOLIDATED SCHOOL DISTRICT 158 Life Safety Systems Inspection Services Bid # 2012-49

10/3/2012

Bid Specifications

for

Life Safety Systems Inspection Services

BID # 2012-49

Consolidated School District 158

Page 1 of 46

Page 2: Bid Specifications for Life Safety Systems Inspection ...

CONSOLIDATED SCHOOL DISTRICT 158 Life Safety Systems Inspection Services Bid # 2012-49

10/3/2012

SECTION 1

TABLE OF CONTENTS

SECTION NO. TITLE

1 TABLE OF CONTENTS

2 TABLE OF CONSOLIDATED SCHOOL DISTRICT 158 BID FORM EXHIBITS

3 ADVERTISEMENT FOR BIDS

4 INSTRUCTIONS TO BIDDERS AND GENERAL CONDITIONS

5 SAMPLE AGREEMENT BETWEEN SCHOOL DISTRICT 158 AND CONTRACTOR

6 ADMINISTRATIVE REQUIREMENTS

7 SPECIFICATIONS FOR LIFE SAFETY SYSTEMS INSPECTION SERVICES

8 FACILITY CHARACTERISTICS

Page 2 of 46

Page 3: Bid Specifications for Life Safety Systems Inspection ...

CONSOLIDATED SCHOOL DISTRICT 158 Life Safety Systems Inspection Services Bid # 2012-49

10/3/2012

SECTION 2

TABLE OF BID FORM EXHIBITS WHICH ARE INCLUDED AS A PART OF THIS BID SPECIFICATION DOCUMENT

AND ARE ALL REQUIRED AS A PART OF A COMPLETE BID

EXHIBIT DESCRIPTION

A BID FORM

B SPECIFIC BIDDER INFORMATION

C PROOF OF INSURABILITY

D CERTIFICATE OF ELIGIBILITY TO BID

E CERTIFICATE OF COMPLIANCE TO THE ILLINOIS DEPARTMENT OF HUMAN RIGHTS REGULATIONS

F ANTI-COLLUSION AFFIDAVIT OF COMPLIANCE

G HOLD HARMLESS AGREEMENT

Page 3 of 46

Page 4: Bid Specifications for Life Safety Systems Inspection ...

CONSOLIDATED SCHOOL DISTRICT 158 Life Safety Systems Inspection Services Bid # 2012-49

10/3/2012

SECTION 3

ADVERTISEMENT FOR BIDS

CONSOLIDATED SCHOOL DISTRICT #158 WILL ACCEPT BIDS FOR: BID # 2012-49 LIFE SAFETY SYSTEMS INSPECTION SERVICES

Consolidated School District 158 is seeking bids for Life Safety Systems Inspection Services.

Attendance at the Pre-bid Conference is mandatory to be eligible for bid award. Pre-bid meeting is scheduled for Thursday, October 11, 2012 at 10:30 a.m. at Consolidated School District 158 Administration Center, 650 Academic Drive, Algonquin, IL 60102.

Bids must be received at the above address no later than: 10:30 a.m. on Thursday, October 25, 2012. Submit your bids to the attention of: Dr. John Burkey, Superintendent of Schools, Consolidated School District 158, 650 Academic Drive, Algonquin, IL 60102, (847) 659-6158.

Your bid MUST be submitted in a SEALED ENVELOPE clearly marked: Bid # 2012-49 LIFE SAFETY SYSTEMS INSPECTION SERVICES

Bid security in the form of a bid bond, certified check or cash in an amount equal to 10% of the highest possible combinations ofbid amounts shall be submitted with the bid.

Bids shall be opened publicly and the contents announced at the specified closing time and at the location immediately above.Bids received after stated time will not be accepted and will be returned unopened. .All bids submitted shall be valid for a period of at least (90) ninety days from the date of bid opening. The only alterations, which may be allowed, will be those approved by the Board of Education. No immediate decision shall be rendered concerning the bids submittedat time of opening.

The Bidder shall be actively engaged in work of the nature of the project for which bid is submitted as described in the bid specificationsand shall have adequate equipment and personnel to do the work. Each Bidder shall submit with their proposal, a list of no less than five (5) projects, from five different clients, completed within the last three years, related to the type of work specified in the particular bid specification.

Page 4 of 46

Page 5: Bid Specifications for Life Safety Systems Inspection ...

CONSOLIDATED SCHOOL DISTRICT 158 Life Safety Systems Inspection Services Bid # 2012-49

10/3/2012

SECTION 4

INSTRUCTIONS TO BIDDERS AND GENERAL CONDITIONS

1. NOTICE IS HEREBY GIVEN that bids for a three year contract for Life Safety Systems Inspection Services will be opened and read at the Consolidated School District 158 Administration Offices 650 Academic Drive, Algonquin, IL 60102, at the time and date indicated above. The initial contract period will begin June 1, 2013 through May 30, 2016, withpotentially negotiated, two successive 1 year renewals with Board approval.

2. The sealed bids shall be delivered to Consolidated School District 158 Office, 650 Academic Drive, Algonquin, IL 60102 any time prior to due date and time listed in Section 3 Advertisement for Bids. No proposal received after said designated time will be considered. The bidder assumes the risk of any delay in handling or delivery of mail. No bid by facsimile will be considered.

3. Each proposal must be submitted on the proposal forms provided; Exhibit A thru and including Exhibit G, with these specifications and must be contained in a sealed envelope which shall be endorsed on the outside thereof with the following information:

a. Proposal for Life Safety Systems Inspection Services

b. Name and address of bidder

c. Envelope should be addressed to:

Dr. John Burkey Superintendent of Schools Consolidated School District 158 650 Academic Drive Algonquin, IL 60102

Note: Bids must be typed or written in ink. No pencil bids shall be allowed.

4. All bids submitted are valid for a minimum period of 90 days after the date set for bid opening.

5. Consolidated School District 158 reserves the right to reject any and all bids, to accept bids either in whole or in part, and towaive any irregularities or defects in any proposal should it be deemed to be in the best interest of Consolidated School District 158 to do so. Bid awards will not necessarily be made on the basis of price alone. Suitability to purpose, design, quality, past service, date of delivery, responsibility and other factors deemed to be in the best interest of Consolidated School District 158 may also be considered. Consolidated School District 158 shall be the sole judge of these factors. In determining same, the actual dollar cost of the proposal as submitted by each bidder will not be the sole criterion. In all instances, the decision rendered by the School Board shall be final and not subject to contest by others. Consolidated School District 158 may award separate base bids to different contractors as the School District determines is in it’s best interest.

A contract will be awarded with the understanding that the contractor(s) shall, at all times, comply with all applicable laws governing the issuance of contracts in the State of Illinois and as further indicated in the bid package.

6. It shall be the responsibility of the bidder to field survey all facilities prior to bidding. See Section 13 for Facility Characteristics.

7. PREBID CONFERENCE: All prospective bidders must attend the pre-bid conference which will be held on date and time

Page 5 of 46

Page 6: Bid Specifications for Life Safety Systems Inspection ...

CONSOLIDATED SCHOOL DISTRICT 158 Life Safety Systems Inspection Services Bid # 2012-49

10/3/2012

listed in Section 3 Advertisement for Bids at location listed there-in. If, as a result of the pre-bid conference, it is necessary to modify these instructions or the specifications, an addendum shall be subsequently issued and made available to signed-in pre-bid conference attendees as well as, upon request, to any other interested parties. Failure to attend the pre-bid conference shall be grounds for the rejection of a bid.

8. For further information or clarification of specifications for this portion of the bid, please contact: by phone: Doug Renkosik, Director of Operations and Maintenance at 847-659-6163 or fax at 847-659-6126. All questions must be submitted in writing no later than 12:00 Noon five business days prior to bid due date and time listed in Section 3 Advertisement for Bids. Response to questions shall be emailed to all bidders, and may be faxed upon request as well.

9. Contractor shall be in compliance with current and future local, state, and federal laws and regulations during the bidding phase and the performance of the contract.

10. The successful bidder will be liable for the payment of Sales and Use Taxes on the materials, which he purchases for fulfilling this contract.

11. EXCEPTIONS Any exceptions to these conditions or deviations from the specifications must be submitted in writing and attached to the bid form.

12. EXEMPTION FROM TAXES DISTRICT 158 is exempt from Federal, State, and Municipal taxes.

13. STATEMENT OF QUALIFICATIONS Specific Requirements: Bidder shall provide a qualifications statement which is as thorough and detailed as possible so Consolidated School District 158 may properly evaluate the Bidder’s capabilities to provide the required services. Bidders are required to submit all the following items for their bid to be considered complete:

A. The return of a complete Request for Bid, fully responsive as requested. B. Evidence of experience in providing Life Safety Systems Inspection Services and management thereof of the size and

scope as described herein; including but not limited to experience in maintaining qualified personnel, staff training and development programs and clean, safe, functional and efficient large life safety systems for which bids are provided.

C. Information about Company organization and background D. Certificates of training and background clearance of personnel who would be providing field services as a part of this

bid which demonstrate the experience of the company in providing quality supportive management services, including, but not limited to, the following areas of emphasis: � Evidence of satisfactory performance and operation in other similar institutions. � For contractors bidding on fire alarm system service, provide documentation of experience in providing highly

trained and skilled service technicians who all have the following minimum qualifications …. A. N. I. C. E. T. Level 2 CertificationB. P. E. R. C. Card

� Motivation programs and other educational program support systems. � On-going training and in-service education. � Computerized Management Systems. � Written standards, procedures, schedules and records.

E. Present any other pertinent information, which demonstrates the Bidder’s capability to successfully provide these services.

F. Identify those capabilities and resources to be provided directly by the contractor’s organization as compared to a specified service, provided by a subcontractor. All regular workers must be employees of the Contractor. There shall be no subcontracted workers without express written consent of Consolidated School District 158.

G. Provide a list of customers for whom the company is currently providing Life Safety Systems Inspection Services and repair response actions where employees on the Bidder’s payroll are actually providing the aforementioned services.

Page 6 of 46

Page 7: Bid Specifications for Life Safety Systems Inspection ...

CONSOLIDATED SCHOOL DISTRICT 158 Life Safety Systems Inspection Services Bid # 2012-49

10/3/2012

14. INVESTIGATION OF BIDDERS Bidders shall provide evidence of having owned and operated a business which provides similar services in Illinois serving public school districts for at least the last three (3) years. Bidders shall provide a minimum of five (5) references for School Districts that are currently being serviced by bidder’s technicians with the bidder’s personnel where the bidder currently has production employees are on the bidder’s payroll. At least two of the references must be from School Districts or commercial customers where the Bidder provides current services of a similar volume. For each district listed indicate the type of service provided, enrollment, number of buildings in the district, contact name and phone number. List each District as one (1) reference. Do not list each school in a district as a separate reference. At least one of the references shall be fortesting and service on a fully addressable, digital fire alarm system of similar size and same manufacturer as each fire alarm system in School District 158 facilities. Include the date(s) when service was performed, the school name, address and the name and telephone number of the client contract administrator.

15. DEPARTMENT OF HUMAN RIGHTS REGULATIONS All bidders must abide by and attest to the fact that they are in compliance with the Illinois Human Rights Act in effectduring the term of the contract (formerly the Fair Employment Practice Commission). The D.H.R. (formerly F.E.P.C.) number must be on the bid form. Bidders who do not have a D.H.R. number can satisfy this requirement by signing the enclosed Certificate of Compliance and submitting it with the bid.

16. ELIGIBILITY TO CONTRACT Bidder, pursuant to Section 5/10-20.21(b) of the School Code, with submission of its bid certifies that neither it, nor any of its partners, or officers or owners: A. Have been convicted in the past five (5) years of the offense of bid-rigging under Section 33E of the Illinois Criminal

Code of 1961, 720 ILCS 5/33E -1 et seq., as amended; B. Have ever been convicted of the offense of bid-rotating under Section 33E-4 of the Illinois Criminal Code of 1961, as

amended; C. Have ever been convicted of bribing or attempting to bribe an officer or an employee of the State of Illinois; or D. Have made an admission of guilt of any of the above conduct which is a matter of record. Bidder acknowledges that the School Board may declare any contract awarded pursuant to this bid void if this certification is false.

17. CRIMINAL INVESTIGATIONS Employees performing life safety systems testing and inspection shall provide copies of PERC cards for all employees on-site during performance of these services since they shall take place during summer break. However, criminal background checks will be required for all employees who are scheduled to respond to repair calls during the school year.

The Contractor shall submit immediately the name and birth date of all employees upon employment in Consolidated School District 158 who will be responding to repair calls during the school year. All these employees will also be required to authorize the School District to conduct a criminal background check with the Illinois State Police (all costs to be paid by Contractor). All employees of the Service Contractor who travel onto School District 158 property must first have passed the requirements of the Criminal Background Check prior to being assigned to work on School District property. Contractor shall provide a written report to the School District of an annual check of the State of Illinois sex offender web-site as verification that no active contractor’s employees working on School District 158 property are listed on the web-site. Report shall be researched and furnished to the District within 15 days of each new year of the contract.

Bidder hereby represents, warrants and certifies that no officer or director of Bidder has any knowledge that any employee thereof has been convicted of committing or attempting to commit any one or more of the following offenses set forth in the Criminal Code of 1961. 720 ILCS 5/1-1 et. seq., Sections 11-6 (Indecent solicitation of a child), 11-9 (public indecency), 11-14 (prostitution), 11-15 (soliciting for prostitute), 11-15.1 (soliciting for a juvenile prostitute), 11-6 (pandering), 11-17(keeping a place of prostitution), 11-18 (patronizing a prostitute), 11-19 (pimping), 11-19.1 (juvenile pimping), 11-10.2 (exploitation of a child), 11-20 (obscenity), 11-20.1 (child pornography), 11-21 (harmful material), 12-15 (criminal sexual assault), 12-14 (aggravated criminal sexual assault), and/or those offenses defined in the “Cannabis Control Act”, 410 ICS 550/1, et. seq. (except paras. 704 and 705 of that Act), and/or those offenses defined in the “Illinois Controlled Substances

Page 7 of 46

Page 8: Bid Specifications for Life Safety Systems Inspection ...

CONSOLIDATED SCHOOL DISTRICT 158 Life Safety Systems Inspection Services Bid # 2012-49

10/3/2012

Act”, 720 ILCS 570/100 et. seq., and/or any offense committed or attempted in any other state or against the laws of the United States, which if committed or attempted in this State, would have been punishable as one or more of the foregoing offenses.

Bidder agrees that it shall not employ any person who has or may have direct, daily contact with the pupils of any school in Consolidated School District 158, and for whom a criminal background investigation has not been conducted pursuant hereto, and further represents and agrees that all employees or applicants who may have direct contract with employees shall be required to furnish a written “Authorization for Criminal Background Information” on forms provided by Consolidated School District 158 authorizing the Board of Education to request a criminal background investigation of said person pursuant to Section 10-21.9 of the School Code of Illinois and to receive criminal history record information pursuant thereto to determine if the applicant has been convicted of committing or attempting to commit any of the criminal or drug offenses enumerated above. Bidder further agrees to said authorization and submit payment for any costs and expenses associated with the criminal background investigation.

In the event the criminal background check demonstrates that any employee of the contractor has been convicted of any of the offenses set forth above, or is unsuitable in the sole opinion of Consolidated School District 158 representatives, bidder shall, upon written notice, refrain from allowing any such employee to provide services to Consolidated School District 158.

Bidder further represents, warrants and certifies that no employee or applicant with respect to whom the criminal investigation reveals any conviction for committing and/or attempting to commit any of the above enumerated offenses, including the Sex Offender Registry Act, and the Statewide Child Murder and Violent Offender Against Youth Database shall be employed thereby in any position that involves or may involve contact with the students of the school district.

18. CONTRACTOR EMPLOYEE TURN-OVER The parties recognize that work force stability is essential to perform promptly and adequately contractor’s obligations hereunder and that contractor is responsible for minimizing employee turnover to the extent possible to affect that end. Contractor shall submit with his bid a sworn statement regarding employee turnover for the years 2009, 2010, and 2011. As a part of a complete bid, the bidder shall also furnish a certificate from the contractor’s insurance carrier which states the contractor’s present workers compensation mod rate.

19. NONDISCRIMINATIONBidder, certifies with submission of a bid, that it does not engage in discriminatory practices regarding employment or delivery of or access to services and programming and that it fully complies with the requirements of federal and State civil rights laws, including but not limited to: the Illinois Civil Rights Act of 2003, P.A. 93-0425; Illinois Human Rights Act, 775 ILCS 5/1-101 et seq.; the Americans with Disabilities Act, 42 U.S.C.12101 et seq., and the Rehabilitation Act of 1973, as amended, 29 USC 701 et seq., as well as the rules and regulations promulgated there under.

Bidder acknowledges that the School Board may declare any contract awarded pursuant to this bid void if the certification provided by the bidder is found to be false.

20. INSURANCE REQUIREMENTS Contractor shall maintain insurance in the following minimum amounts from an insurance company licensed and “admitted” to do business in the State of Illinois from an insurance company with an A.M. Best Ratings of not less than “A-”.

A. Workers Compensation and Employers Liability Statutory or Minimum $ 500,000.00 (which ever is greater)B. General Liability (Occurrence Basis only) with the following coverage features:

� Broad Form General Liability � X, C, U coverage � Independent Contractors Coverage � Products & Completed Operations � Contractual Liability � Thirty (30) day Notice of Cancellation to the School District

Page 8 of 46

Page 9: Bid Specifications for Life Safety Systems Inspection ...

CONSOLIDATED SCHOOL DISTRICT 158 Life Safety Systems Inspection Services Bid # 2012-49

10/3/2012

Each occurrence Minimum $ 1,000,000.00 Damage to Rented Premises (each occurrence) Minimum $ 1,000,000.00 Medical Expenses (Any one person) Minimum $ 5,000.00 Personal & Adv Injury Minimum $ 1,000,000.00 General Aggregate Minimum $ 5,000,000.00

C. Automotive Liability (any auto) Combined Single Limit Minimum $ 1,000,000.00 D. Umbrella Excess Liability Each Occurrence Minimum $ 5,000,000.00

Aggregate Minimum $ 5,000,000.00

CERTIFICATE OF INSURANCE FORM The following wording must appear in the section, Description of Operations/Locations/Vehicles/Restrictions/Special Items: Consolidated School District #158 is named as additional insured as their interests may appear with respect to General Liability. Work cannot begin nor will any payments be issued until the Certificate of Insurance has been received outlining the coverage set forth above and naming Consolidated School District 158 as an additional insured.

21. FORCE MAJEURE The parties to any contract shall be excused from performance during the time and to the extent that they are prevented from obtaining goods or performing services by acts of God, fire, or power failure or reduction, provided that: satisfactory evidence thereof is presented to Consolidated School District 158 , and provided further that it is satisfactorily established that the non-performance was not due to the fault or negligence of the party not performing. The scheduled completion date stipulated in these specifications shall be adjusted by a period of time equal to such time lost because of the stated conditionwhere applicable.

22. SIGNATURE CONSTITUTES ACCEPTANCE The signing of the bid form shall be construed as acceptance of all the provisions contained herein.

23. BID BONDEach bid shall be accompanied by a bid bond in the amount of 10% of the highest possible combination of bids for annual cost for the first year of the contract issued by a properly licensed commercial surety having a “Best” rating of A- or better.The bid bond shall be given as a guarantee that the bidder will supply the items in accordance with specifications and at the bid prices. Bid security in the form of a Cashier Check will be accepted in lieu of a bid bond. Alternatively, a cashier’s check or an irrevocable letter of credit without contingency from bidder’s bank on their letterhead signed by authorized bank officer, must be in the amount equal to 5% of the bid. The successful bidder’s bond will be retained by Consolidated School District 158 until a contract is signed and services have commenced and been satisfactorily performed, to the District’s satisfaction, for a period of sixty (60) days.

24. PERFORMANCE BOND AND LABOR AND MATERIAL PAYMENT BOND A 100% performance and payment bonds may be required for this bid for the first year of the contract in an amount reflecting the value of the “base bid” for the first full year of services. The cost for these bonds shall not be included in thebase bid, but shall be listed on the bid form as a separate price which the School District may or may not elect to award. The Bond must be issued by a properly licensed commercial surety having a “Best” rating of A- or better. Bids which do not include a cost for a first year optional proper performance and payment bonds or prior approved letter of credit will NOT be considered. Consolidated School District 158 will consider proposals to provide an institutional letter of credit in lieu of aperformance and payment bonds. Such proposals must include disclosure of the terms of the letter of credit for review and consideration by Consolidated School District 158. Under no circumstances shall Consolidated School District 158 be obligated to accept a letter of credit rather than proper performance and payment bonds.

25. PAYMENT TERMS The successful bidder shall submit invoices for services on a monthly basis. Payment to the contractor shall be made within forty-five (45) days after receipt of invoice.

Page 9 of 46

Page 10: Bid Specifications for Life Safety Systems Inspection ...

CONSOLIDATED SCHOOL DISTRICT 158 Life Safety Systems Inspection Services Bid # 2012-49

10/3/2012

Invoices shall be submitted to a designated Consolidated School District 158 representative.

The Consolidated School District #158 processes checks once a month. The deadline for receiving invoices is one full week before the last day of the month. Payment shall be considered for approval at the regular Board meeting (generally the third Thursday of the month). Payment will follow meeting approval.

26. EXAMINATION OF SITE Before submitting a bid, the contractor should visit the site and is responsible for knowing the conditions affecting the work.Failure to visit the site(s) shall not be accepted as a valid reason for any changes by the successful bidder.

27. SAFETYThe contractor is responsible for making sure that all conditions created by the requested Contracted Services work are safe for building occupants and workers. Any precautionary measures such as warning signs, barricades, etc., that might be necessary shall be at the expense of the contractor and provided for in the bid price.

28. CHANGE IN SCOPE Contractors and sub contractors must receive prior written approval from the designated CONSOLIDATED SCHOOL DISTRICT 158’s Representative(s) before proceeding with any work which is a change in scope and/or additional cost to CONSOLIDATED SCHOOL DISTRICT 158 other than Overtime and for special events and/or emergencies.

29. MATERIAL SAFETY DATA SHEETS All contractors performing work in CONSOLIDATED SCHOOL DISTRICT 158 Buildings shall submit, to the Operations and Maintenance Office, copies of Material Safety Data Sheets (MSDS) on all chemicals to be used in accordance with the OSHA and Illinois Department of Labor’s Hazardous Communication Program Regulations prior to the commencement of work. Contractors must maintain a legible bound, inventoried and indexed set of these MSDS sheets on file at each School District 158 facility at all times during the term of the contract. Periodic District checks may be performed, contractor mustbe able to furnish information on demand.

In addition, all contractors who are to perform work at CONSOLIDATED SCHOOL DISTRICT 158 facilities must make their employees aware of CONSOLIDATED SCHOOL DISTRICT 158’s Hazardous Communication Program. CONSOLIDATED SCHOOL DISTRICT 158 has a copy of all MSDS sheets on products at the building which Consolidated School District 158 has purchased. The binder containing those MSDS sheets is in the health office of each building. If any contractor’s employee would like a copy of CONSOLIDATED SCHOOL DISTRICT 158’s Hazardous Communication Plan procedure or a particular MSDS sheet of a particular material Consolidated School District 158 has delivered to the site from a source other than the contractor, please contact the Consolidated School District 158 Operations and Maintenance Office to get a copy duplicated.

30. NOTICE TO CUREThe work shall be performed to the satisfaction of the Board of Education. If, in the sole opinion of the District, the Contractor is not satisfactorily performing the Services in accordance with the requirements of this Agreement, the District shall exercise the commencement of a fourteen (14) day cure period during which time the Contractor is required to cure the Deficiency(s) and provide proof of cure satisfactory to District 158. The District reserves the right to simultaneously commence a sixty (60) day notice of termination. Both the exercise of the cure period as well as the termination provisions shall be in writing. On or before the end of the fourteen (14) days Cure Period, District shall reasonably determine that either (i) the service deficiencies have been corrected, in which case the Agreement will continue in full force and effect subsequent to the Cure Period, or (ii) the service deficiencies have not been corrected, in which event District may terminate this Agreement in accordance with the sixty (60) day termination notice. In the event that the District does not act pursuant to either (i) or (ii) above, the service deficiencies shall be deemed corrected and the Agreement shall continue in full force and effect thereafter.

31. RATES FOR SERVICES ADDITIONAL TO CONTRACT SCOPE

Page 10 of 46

Page 11: Bid Specifications for Life Safety Systems Inspection ...

CONSOLIDATED SCHOOL DISTRICT 158 Life Safety Systems Inspection Services Bid # 2012-49

10/3/2012

For the years of the contract period beyond the first year of the contract, rates shall be determined as follows: The annual cost to provide services and the special request rates shall be increased annually in accordance with the published Consumer Price Index which is utilized to determine the tax increase cap for the CONSOLIDATED SCHOOL DISTRICT 158’s Annual Levy for revenue from the local taxpayers.

32. RIGHT TO CANCEL THE CONTRACT As a condition of all bids, the successful contractor shall enter into a written agreement as prepared by the Board of Education which agreement shall incorporate these specifications including but not limited to a provision, which would permit the Board of Education or Contractor to cancel this agreement upon thirty (30) days written notice.

33. CONTRACTSuccessful bidder must execute a contract with Consolidated School District 158 in the form provided in the sample with this document. The contract incorporates all provisions of the instruction to bidders and general conditions.

34. CONSOLIDATED SCHOOL DISTRICT 158 FORMS AND INFORMATION TO BE SUBMITTED As a part of a complete bid, all Exhibits enumerated in Section 2 shall be provided with the bid in fully executed, original form along with the documents which shall be furnished by the bidder on the bidder’s form as a part of a complete bid.

1. Bid Security Bond 2. Equipment and Materials List – Enclose a complete listing of the supplies and equipment to be used to perform the

services required as a part of this bid. 3. Reference List 4. Contractor’s sworn statement certifying employee turn-over rate for 2009, 2010, and 2011 5. Contractor’s Organization Chart 6. Contractor’s Operations Chart – Enclose a copy of a diagram/flow chart showing the number of technicians, etc., and

the minimum number of hours that each will work per preventative maintenance task. 7. Training Program – Enclose a copy of the training policies and sample of manuals that will be utilized for all

production employees, on-the-job supervisors and managers assigned to Consolidated School District 158 buildings.8. Contractor’s insurance carrier’s stating contractor’s present workers compensation mod rate 9. Contractor’s Statement of Qualifications 10. Copy of Preventative Maintenance Inspection Forms Currently in Use. 11. Customer Contact Procedure - Enclose copy of procedure that will be used for Home Office Formal Customer Review 12. For fire alarm system service bidders, provide a copy of the service contractor's Illinois Private Alarm Contractor

Agency License in good standing.

(A bidder may be requested to submit the most recent annual audit including Income Statement and Balance Sheet or Schedule C from most recent U.S. Income Tax Return after the bid opening.)

Page 11 of 46

Page 12: Bid Specifications for Life Safety Systems Inspection ...

CONSOLIDATED SCHOOL DISTRICT 158 Life Safety Systems Inspection Services Bid # 2012-49

10/3/2012

SECTION 5

SAMPLE AGREEMENT BETWEEN DISTRICT 158 AND CONTRACTOR

This AGREEMENT is dated _______, ______ by and between Consolidated School District 158 (hereinafter referred to as "Consolidated School District 158 ") and Successful Bidder.

BACKGROUNDConsolidated School District 158 contracts with Successful Bidder for the performance of Life Safety Systems Inspection Services to be performed at all district locations. The Bid Specifications for Life Safety Systems Inspection Services – Bid # 2012-49 is incorporated into this Agreement by reference and becomes a part of this Agreement.

AGREEMENT I. Services to be Provided: SUCCESSFUL BIDDER will provide Life Safety Systems Inspection Services (hereinafter

referred to as “Services”) for Consolidated School District 158 at its facilities specified in the Bid Specifications (copy attached) and accordance with to the specifications set forth here-in. In performing such Services, SUCCESSFUL BIDDER will do the following:

1. Furnish a management team to ensure the Services are accomplished in accordance with the terms and conditions set forth herein.

2. Furnish, train, manage and direct all SUCCESSFUL BIDDER employees in the performance of Services. District shall have the right, upon written notice to SUCCESSFUL BIDDER, to require the replacement of any SUCCESSFUL BIDDER employee employed at the Facility whose continued presence, in the opinion of Consolidated School District 158 , is not in the best interest of Consolidated School District 158 or its employees. All SUCCESSFUL BIDDER employees who provide services under this Agreement shall comply with all applicable laws, ordinances, rules and regulations in the performance of Service provided under this Agreement, including but not limited to, all applicable District policies and procedures, rules and regulations in effect at the time, all laws governing appropriate visa and work authorization, any and all applicable District policies regarding background information, pre-employment testing and any other applicable requirements deemed appropriate by Consolidated School District 158 .

3. Provide additional services (non-repetitive in nature) similar to, but not included in, the Services from time to time as agreed by the parties.

II. Costs to be paid by SUCCESSFUL BIDDER:A. All wages and salaries, including regular pay and, to the extent applicable, vacation pay, sick pay, bereavement pay

and legal holiday for SUCCESSFUL BIDDER’s employees working in Consolidated School District 158 . B. The cost of social security taxes, State and Federal unemployment insurance premiums, general liability and

umbrella insurance premiums, and worker’s compensation premiums, and, to the extent applicable, medical, life and dental insurance premiums (if any), other applicable fringe benefits, related administrative costs and payroll based Federal, State and local taxes payable on behalf of SUCCESSFUL BIDDER employees working at Consolidated School District 158 s facilities. SUCCESSFUL BIDDER shall indemnify and hold harmless Consolidated School District 158 from any claim for payment of such items relating to wages and / or salaries paid by SUCCESSFUL BIDDER under this Agreement.

C. The cost of any required uniforms for SUCCESSFUL BIDDER employees. D. The cost of manuals, forms, training aids, office supplies and long distance telephone calls needed in performing

the Services.E. The cost of SUCCESSFUL BIDDER’s supporting operations management, human resources accounting, legal,

training and development and general administrative functions. F. The cost of pre-employment testing for SUCCESSFUL BIDDER employees including criminal background checks

as required by the bid specifications, District policies and procedures in effect as of the date of the Agreement and applicable law.

G. The cost of maintaining and repairing equipment owned by SUCCESSFUL BIDDER needed to perform the Services.

Page 12 of 46

Page 13: Bid Specifications for Life Safety Systems Inspection ...

CONSOLIDATED SCHOOL DISTRICT 158 Life Safety Systems Inspection Services Bid # 2012-49

10/3/2012

H. The cost of all supplies requires as a part of Services. I. The cost for compliance with the Certification regarding Criminal Background Investigations.

III. Costs not covered as a part of this contract to be Paid by District: The following Successful Bidder’s costs will be paid by Consolidated School District 158:

A. parts and labor for repairs to equipment over and above providing basic services outlined in this bid specification.

IV. Payments to SUCCESSFUL BIDDER: In consideration of SUCCESSFUL BIDDER’s performance of it’s obligations under this Agreement, CONSOLIDATED SCHOOL DISTRICT 158 shall make payments to SUCCESSFUL BIDDER as described

A. Contract Price: The contract prices shall be according to SUCCESSFUL BIDDER’s Base bid for ___________ Services for Contract Year 1; June 1, 2013 through May 30, 2014. : $ ____________________ and Hourly Rates for additional services shall be in accordance with the schedule of rates provided by SUCCESSFUL BIDDER with SUCCESSFUL BIDDER’s bid; copy attached. Contract Year 2; June 1, 2014 through May 30, 2015. : $ ____________________ and Hourly Rates for additional services shall be in accordance with the schedule of rates provided by SUCCESSFUL BIDDER with SUCCESSFUL BIDDER’s bid; copy attached. Contract Year 3; June 1, 2015 through May 30, 2016. : $ ____________________ and Hourly Rates for additional services shall be in accordance with the schedule of rates provided by SUCCESSFUL BIDDER with SUCCESSFUL BIDDER’s bid; copy attached.

B. Description of Services: Services shall include duties as outlined in the bid specifications; copy attached, including ………………………..

� Base bid specification dated _________ bid #2010-49 pages 1 thru ___ � Addenda no. ____ dated ______ pages 1 thru ___ � Post Bid Opening Response from Successful Bidder from District 158 Scope Review Questions in e-

mail form with response dates _______ and _________. All additional services will be approved by Consolidated School District 158 prior to work being done at rates quoted.

C. Payment terms: Payments for base bid services together with charges for any ancillary work authorized in writing shall be invoiced upon delivery of written services reports for services to the School District Operations and Maintenance Office. Payment for Services shall be made no later than net 45 days from date of invoice. All invoices must be submitted to Consolidated School District 158’s Finance Office by no later than the Tuesday before the first Thursday of each month to be paid in that month.

D. Contract Renewal: At the sole discretion of Consolidated School District 158, provided Successful Bidder has provided services satisfactorily to the Board of Education of Consolidated School District 158, the service may be continued for up to two successive one year terms beyond the May 30, 2016. Consolidated School District 158 will notify the Bidder of intent to renew for continued service by April 30th prior to commencement of the next year. Any increase in price during the renewal term shall be less than the consumer price index for Urban Wage Earners and Clerical Workers in the Chicago Metropolitan area for the prior calendar year issued by the Bureau of Labor Statistics of the United States Department of Labor.

V. Term and Termination of Agreement:A. Initial Term: The term of this Agreement shall commence upon the later of June 1, 2013 or an award of the

contract by Consolidated School District 158 Board of Education and shall continue until May 30, 2016 and shall continue thereafter according to the provisions listed above in section IV, Part D unless terminated by either party by at least ninety (90) days prior written notice given at any time after the end of the initial term and renewals with board approval.

B. If, in the sole opinion of the District, the Contractor is not satisfactorily performing the Services in accordance with the requirements of this Agreement, the District shall exercise the commencement of a fourteen (14) day cure period during which time the Contractor is required to cure the Deficiency(s) and provide proof of cure satisfactory to District 158. The District reserves the right to simultaneously commence a sixty (60) day notice of termination. Both the exercise of the cure period as well as the termination provisions shall be in writing. On or

Page 13 of 46

Page 14: Bid Specifications for Life Safety Systems Inspection ...

CONSOLIDATED SCHOOL DISTRICT 158 Life Safety Systems Inspection Services Bid # 2012-49

10/3/2012

before the end of the fourteen (14) days Cure Period, District shall reasonably determine that either (i) the service deficiencies have been corrected, in which case the Agreement will continue in full force and effect subsequent to the Cure Period, or (ii) the service deficiencies have not been corrected, in which event District may terminate this Agreement in accordance with the sixty (60) day termination notice. In the event that the District does not act pursuant to either (i) or (ii) above, the service deficiencies shall be deemed corrected and the Agreement shall continue in full force and effect thereafter.

C. Failure to adhere to any material term of this Agreement which is not service oriented and governed by subparagraph V, Part B. above shall be grounds for immediate termination by Consolidated School District 158.

D. The Board of Education or Contractor may cancel this agreement upon thirty (30) days written notice without cause.

E. In the event of termination, the contract sum shall be prorated through the termination date.

VI. Insurance to be carried by SUCCESSFUL BIDDER: SUCCESSFUL BIDDER shall procure and maintain during the term of the Agreement, at SUCCESSFUL BIDDER’s sole expense, insurance as outlined in the Bid Specification Section 4 Instructions to Bidders and General Conditions Item 20.

VII. Force Majeure: Neither party shall be liable for the failure to perform their respective obligations under this Agreement when such failure is caused by fire, explosion, water, act of God or unavoidable accident, civil disorder or disturbance, strikes, vandalism, war, riot, sabotage, weather or energy related closing, governmental rules or regulations, or like causes beyond the reasonable control and without the fault or negligence of such party, or for real or personal property destroyed or damaged sue to such causes.

VIII. Notices: All notices, requests, demands, and other communications hereunder shall be in writing and shall be deemed to have been duly given if delivered personally or if sent by courier, registered or certified mail, return receipt requested properly addressed and postage prepaid, or by overnight mail by a reputable carrier, and addressed as follows:

To: Successful Bidder Somewhere Rd.

Anytown, IL 00000-0000

To Customer: Consolidated School District 158 650 Academic Drive Algonquin, IL. 60102

Or at any other address as may be given by either party to the other by notice in writing pursuant of this Section.

Execution of Contract: The parties to the Agreement have executed this Agreement as of the day and year first written above.

Successful Bidder Consolidated School District 158

By ____________________________________ By _____________________________________

Title __________________________________ Title____________________________________

Date __________________________________ Date____________________________________

Page 14 of 46

Page 15: Bid Specifications for Life Safety Systems Inspection ...

CONSOLIDATED SCHOOL DISTRICT 158 Life Safety Systems Inspection Services Bid # 2012-49

10/3/2012

SECTION 6

ADMINISTRATIVE REQUIREMENTSPART A - Definition of Minimal Support Staff Needs

Manner Of Performing Work And General Definitions All work to be performed hereunder shall be done in a prompt, regular, and workmanlike, manner to insure Fire Alarm Systems equipment which operate safely, efficiently and provides for a school facility that complies with the Illinois School Code, NFPALife Safety Codes and the reasonable requirements of Consolidated School District 158’s Administration. All services shall be performed between the hours of 5:30 a.m. and 10:00 p.m., subject to the establishment of other routine times to accommodate school schedules and activities and except as needed in special or emergency situations.

The following job classifications will be utilized and furnished completely by the contractor (titles subject to change, but descriptions and responsibility to be adhered to):

A. Account Manager: Person responsible for managing the fire alarm system services department. Responsible for overseeing the training, supervision and implementation of all programs. This position shall be familiar with and execute the contract as entered into and any subsequent documented and mutually accepted changes in practice and scope as the contract period continues. This position will serve as the primary commercial issue liaison to Consolidated School District 158, and shall have direct managerial responsibility for the Project Manager position identified below. This position shall also be the prime motivator in anticipating (monitoring) and implementing regulatory compliance with future legislative initiatives as well as communicating related issues to Consolidated School District 158. Person(s) in this position shall be functionally literate, written and verbal, in English and shall possess computer skills sufficient to utilize e-mail, Word and Excel effectively.

The following job classifications shall be on-site full-time:

B. Project Manager: The following services can be provided by the account manager of a separate employee of the service contractor. Person responsible for managing the day to day services for Consolidated School District 158. Responsible for training, supervision and implementation and follow-up assurance of all programs. This position will serve as the primary liaison to Consolidated School District 158. This position shall be the primary operational issue contact for the School District 158 Administration. The person in this position shall be functionally literate, written and verbal, in English and shall possess computer skills sufficient to effectively utilize e-mail, Word, Excel and Maintenance work order software system

C. Fire Alarm Systems Inspection and Service Technicians: The persons in these positions shall be primarily directed by Project Manager. Person in this position shall be functionally literate, written and verbal, in English. Employees in these positions shall have completed basic installation and maintenance operation classes where offered by the equipment manufacturer for the brands and types of equipment which the service technician is assigned to work on. Service personnel performing this work shall be Nicet Level II certified and contractor shall provide documentation of updated certification in May of each year.

D. Fire Protection Sprinkler System Service Technicians: The persons in these positions shall be primarily directed by the project manager. Persons in this position shall functionally literate, written and verbal, in English. Employees in these positions have completed basic installations and maintenance operations classes where offered by the NFPA or other comparable services. Service technicians shall have demonstrated experience in the type of services specified here-in.

E. Fire Extinguisher Service Technicians: The persons in these positions shall be primarily directed by the project manager. Persons in this position shall functionally literate, written and verbal, in English. Employees in these positions have completed basic installations and maintenance operations classes where offered by the NFPA or other comparable services. Service technicians shall have demonstrated experience in the type of services specified here-in.

F. Kitchen Exhaust Hood Fire Suppression Systems Service Technicians: The persons in these positions shall be primarily directed by the project manager. Persons in this position shall functionally literate, written and verbal, in English. Employees in these positions have completed basic installations and maintenance operations classes where

Page 15 of 46

Page 16: Bid Specifications for Life Safety Systems Inspection ...

CONSOLIDATED SCHOOL DISTRICT 158 Life Safety Systems Inspection Services Bid # 2012-49

10/3/2012

offered by the NFPA or other comparable services. Service technicians shall have demonstrated experience in the type of services specified here-in.

G. Trouble Shooting, backup technician: The persons in these positions shall be primarily directed by Project Manager. Person in this position shall be functionally literate, written and verbal, in English. Employees in these positions shall have completed advanced installation and maintenance operation classes where offered by the equipment manufacturer for the brands and types of equipment which the service technician is assigned to work on.

School Year Enclosed is a copy of the 2013/2014 school calendar Section 9 of the Bid Specification. This calendar is representative of a normal school attendance year. The school district annually adopts a school calendar similar to the included calendar. Should the Consolidated School District 158 calendar alter the performance of this contract, the parties will meet to discuss the impact and any necessary changes to these specifications or the then adopted agreement.

StaffingThe contractor shall have a minimum of:

� two qualified Technicians who can be assigned to assist with each building’s annual fire alarm system inspection event� two qualified Technicians who can be assigned to assist with each building’s annual fire protection sprinkler system

inspection event� one qualified Technician who can be assigned to assist with each building’s semi-annual fire suppression system inspection

event� one qualified Technicians who can be assigned to assist with each building’s annual fire extinguisher inspection event

In addition, the contractor shall have no less than two service technicians available for On-Call repairs services as needed. Biddersshall provide a completed staffing plan chart with their bid which includes resumes and training certificates for all personnel listed who would be involved in service of the School District 158 account, should the bidder be awarded the work.

General Administrative Services to be provided by the fire alarm systems services management as a part of this bid shall include the following………..

A. Daily� Schedule, dispatch, and service repair requests with-in 48 hours to calls except for emergencies which will be

responded to within 4 business hours unless overtime is requested.

B. Pre and Post Annual Inspections � A review of contractor’s performance shall be done pre and post annual inspections with the Contractor’s Account

Manager or Project Manager and authorized Consolidated School District 158 designate. In the case of the pre-annual inspection for the fire protection sprinkler system service, the field foreman for the inspections and the project manager for the contractor shall meet with the School District team to coordinate the dry system draining action plan in advance of the commencement of service.

D. Annually� A formal review of contractor’s performance shall be done annually with Contractor’s Account Manager and Project

Manager and authorized Consolidated School District 158 designate.

Quality Assurance Contractor shall generate and furnish to designated Consolidated School District 158 representative the check lists for all routinepreventative maintenance activities and service reports for all service calls. Contractor shall devote not less than 48 hours annually of supervisory time to random checks to verify services provided are in compliance with NICET and NFPA standards and other recognized industry standards for good practice. Contractor’s personnel shall set a general time schedule for the periodic checks and shall offer a random choice for any of the areas to Consolidated School District 158 Personnel for immediate review. It is understood that authorized Consolidated School District 158 personnel may accompany Contractors personnel on the inspections. Contractor shall recognize and provide a written plan for resolution of issues found on the Quality

Page 16 of 46

Page 17: Bid Specifications for Life Safety Systems Inspection ...

CONSOLIDATED SCHOOL DISTRICT 158 Life Safety Systems Inspection Services Bid # 2012-49

10/3/2012

Assurance checks. Repair Request As a part of the service contract, the contractor shall be prepared to respond to service calls on a time and material basis. Response to service call shall be within the following time limits……….

� Non-emergency calls via phone or e-mail – 48 hour maximum response time unless mutually agreed to be otherwise. � Emergency call via phone – 4 business hour maximum response time.

Emergencies shall be calls for repairs to equipment which are necessary for compliance with Illinois School Code or/and are in response to fire alarm system failures which cause the loss of more than one fire detection device or loss of communication with Central Station services.

Contractor’s billing for service calls shall be by separate invoice showing … � Service call number � the number of man-hours and the cost per hour � list of materials and billed cost for parts in an itemized fashion

On the Bid Form Exhibit A, bidders shall supply the cost per hour to be billed to Consolidated School District 158 should such aspecial request be made.

Site Visitation Protocol As a part of all planned maintenance visits and or service call response actions, technicians shall follow the general procedure as outlined below here-in…….

1. Sign in at the facility main office affix their District issued visitor’s badge (which will be issued to the employee upon successful completion of the background check).

2. Ask the receptionist to page the O&M Department representative, or contact them by cell phone if cell reception allows, to escort or meet the service technician in the area where service is required.

3. Upon completion of the service visit for the day, call an O&M Department representative by cell or return to the School receptionist to page the O&M Representative by radio so that the O&M Department representative can sign the technician’s service report and get an update on the status of the equipment being serviced. Only CSD 158 O&M Department representatives or the O&M Department’s designee shall be authorized to sign a service reports from technicians unless technician.

Service Reports Service reports shall be generated by the service provider for all site visitations. A copy of the service report shall always be left with the O&M Department representative or the O&M Department representative’s designee. The service report shall contain the following information..

� Service call number � Arrival time and date � Departure time and date � CSD 158 Equipment ID, manufacturer, model number and serial number for equipment serviced � Description of the reported problem or assignment � Name of service call initiator � Brief Description of the Services rendered during this visitation � List of parts replaced or to be ordered for a return visit. � Recommendations for further action to be taken.

The contractor shall maintain a computerized database of all service calls for reference by the contractor of the School District as needed.

The service technicians shall be prepared to clean up any housekeeping messes created by their response action and to move all waste and debris to the refuse and recycled materials storage containers on sites needed.

Page 17 of 46

Page 18: Bid Specifications for Life Safety Systems Inspection ...

CONSOLIDATED SCHOOL DISTRICT 158 Life Safety Systems Inspection Services Bid # 2012-49

10/3/2012

Page 18 of 46

Page 19: Bid Specifications for Life Safety Systems Inspection ...

CONSOLIDATED SCHOOL DISTRICT 158 Life Safety Systems Inspection Services Bid # 2012-49

10/3/2012

SECTION 6

ADMINISTRATIVE REQUIREMENTS FOR LIFE SAFETY SYSTEMS INSPECTION SERVICESPART B – Other Special Requirements

Contractor shall ensure the recruitment, supervision and training of sufficient able personnel to carry out contractor’s obligationhereunder. If contractor has no training policies or manuals, he shall submit a written statement to that effect.

Consolidated School District 158 shall reserve the right to require successful contractor to remove from any site any employee of the contractor who shall be deemed incompetent or detrimental to the best interest of the Consolidated School District 158 at its’ sole discretion. Because service employees may be performing, their duties while students, parents, or activity groups are in thebuilding(s), it is absolutely mandatory that all contractor employees be of high moral character and properly attired at all times. It is the responsibility of the contractor to provide company uniforms (including a minimum of a shirt with the company name orlogo on it in no less than one inch tall contrasting print) to all contractor employees and require that they be worn at all times while working on Consolidated School District 158 property. It is understood that a reasonable time will be allowed for attiring new employees. All uniforms shall be alike in some manner, e.g., color, to make all contractor employees readily identifiable.

Contractor’s supervisor shall make every effort to see that employees under his supervision at no time are to tamper with, remove or “borrow” the property of the staff and/or students. The same is also to apply to that property and equipment owned by the Consolidated School District 158. Should an employee of the contractor quit or be terminated, it is the responsibility ofthe contractor’s supervisor to see that any Consolidated School District 158 property, e.g. building keys, proximity card, I.D.badge, etc. be removed from terminated employee before he/she leaves the building on the last day of employment and returned to the District promptly.

At some time during the period covered by this contractual agreement, it may become necessary to add to or delete from the specifications originally agreed upon between the contractor and Consolidated School District 158. Should such change(s) be deemed necessary and mutually agreed upon by both parties, a formal written agreement shall be drawn up which explicitly describes any deviation(s) from the original specifications. Incorporated within the agreement shall be the dollar amount adjustment for said change(s). This dollar amount adjustment will be added to or deducted from the original contract price. Suchamendment to the original contract will in no way invalidate or make void the terms of the original contract. In the event a written document as outlined above becomes necessary, it shall be referred to as an amendment to the original contract and will in no way invalidate or make void the terms of the original contract. Two copies of said amendment must be signed by an authorized official of each party. One copy will be given each party after proper execution and then be considereda part of the original contract.

As part of the bid, the contractor will be held responsible for providing adequate tools, equipment, and supplies for the technicians to provide effective, efficient service. The contractor provided supplies and equipment as a part of the bid which willinclude all items for both daily services and periodic project work. Supplies to be provided as part of the bid shall include………………………………

� Hand tools � Power tools and extension cords � All ladders and personnel lifts to be utilized by the service technicians on-site � Plywood protection for hardwood gym floors as may be required for service response actions � Cleaning chemicals and supplies � Equipment necessary for proper testing and repair services including gauges, meters, etc. � Gloves� Portable lighting. � Power testing and metering tools.

Page 19 of 46

Page 20: Bid Specifications for Life Safety Systems Inspection ...

CONSOLIDATED SCHOOL DISTRICT 158 Life Safety Systems Inspection Services Bid # 2012-49

10/3/2012

SECTION 7

LIFE SAFETY SYSTEMS INSPECTIONS SERVICES DESCRIPTION

On an annual basis (and a semi-annual basis for the kitchen ansul systems) , trained staff from the services contractor shall provide the testing inspection services and cleaning of all smoke detectors (in the case of fire alarm system inspections) which are a part of the ConsolidatedSchool District 158 physical plant. The inventory of the equipment to be serviced is as listed on the next page here-in.

Inspection services shall be schedule to take place as follows:

� Annual Fire Alarm Inspections – Shall take place during summer break and contractor shall avoid summer school hours at 2 schools� Fire protection Sprinkler systems – Shall take place during summer break and contractor shall avoid summer school hours at 2 schools� Fire Extinguisher Inspections – Shall take place during summer break and contractor shall avoid summer school hours at 2 schools� Kitchen exhaust hoof fire suppression systems – Shall take place during summer break and winter break and contractor shall avoid

summer school hours at 2 schools

Page 20 of 46

Page 21: Bid Specifications for Life Safety Systems Inspection ...

�����C

ON

SOLI

DATE

D�SC

HOO

L�DI

STRI

CT�1

58�L

IFE�

SAFE

TY�S

YSTE

MS�

INVE

NTO

RY���

��FIR

E�PR

OTE

CTIO

N���

������

��KIT

CHEN

�FIR

EIN

VEN

TORY

�OF�

FIRE

FIRE

�ALA

RM�S

YSTE

M�D

ATA

���SP

RIN

KLER

�SYS

TEM

SUPP

RESS

ION

�SYS

TEM

S���

���EX

TIN

GU

ISHE

RS

LO

CA

TIO

N

Manufacturer

Ansul System

Analog Smoke Detectors

Duct Smoke Detectors

Heat Detectors

Photo Smoke Detectors

Pull Stations Double Acting

Pull Stations Single Action

NAC Panels-Aux power supplies

Dry Sprinkler Risers (w 4 points each)

CPU's

Wet System Risers (w 2 points each)

wet risers

dry risers

dry riser gas charge type

deluge system connection

Number of Kitchen Range Hood Fire Suppression Systems

Fusible links

ABC and CO2 and HALON

TYPE K

Hun

tley

Hig

hSi

mpl

ex1

116

3289

7450

103

12

1414

1nitrogen

02���A

nsulex

3163

1Le

ggee

Sim

plex

10

1115

164

034

64

14

44

nitrogen

01���A

nsulex

255

1C

hesa

kSi

mpl

ex1

013

1619

20

519

51

54

6nitrogen

01��Ansulex

359

1M

artin

Not

ifier

10

1517

197

022

72

16

14

nitrogen

02�An

sulex

381

1A

dmin

Tra

nsN

otifi

er0

215

420

185

11

12

1compressed�air

0NA

NA

540

Hei

nem

anEd

war

ds1

016

3118

50

205

01

44

0NA

01���R

angegaurd

464

1M

arlo

we

Edw

ards

10

2439

330

025

80

15

50

NA

01��Rangegaurd

484

1C

onle

yN

otifi

er1

012

3013

90

536

11

11

1compressed�air

12���A

nsulex�

391

1M

acke

ben

Not

ifier

10

1226

148

053

61

11

11

compressed�air

12���A

nsulex

386

1B

uses

/Veh

icle

sNA

NA

NA

NA

NA

NA

NA

NA

NA

NA

NA

NA

NA

NA

NA

NA

NA

NA

111

NA

Pag

e 21

of 4

6

Page 22: Bid Specifications for Life Safety Systems Inspection ...

CONSOLIDATED SCHOOL DISTRICT 158 Life Safety Systems Inspection Services Bid # 2012-49

9/30/2012

SPECIAL REQUIREMENTS FOR LIFE SAFETY SYSTEM SERVICE INSPECTIONS

GENERAL REQUIREMENTS � The facilities in Consolidated School District 158 shall receive one planned, annual inspection service visitation which will be

scheduled to take place during summer breaks during working hours other than when summer school is scheduled in each particularfacility and in the case of the kitchen exhaust hood fire suppression systems, one additional annual inspection to be scheduled during winter break.

� All completed annual inspection reports shall be delivered to the Consolidated School District 158 Operations and Maintenance Office no later than one week prior to the last scheduled day of summer break.

� School District 158 shall provide keys to one representative of the service provider for each type life safety system to be testedduring the testing period.

� Contractors using lifts heavier than a one man, 300# rated personnel lift for service of equipment near the ceiling of gymnasiums shall provide 3/4 inch plywood protection for the floor in performance of their services.

FIRE ALARM SYSTEM ANNUAL INSPECTIONS � Service Contractor shall provide a service report which contains, at a minimum, the data listed in the sample report later in this bid

specification. In addition, the inspection services shall meet the requirements of NFPA 72: National Fire Alarm and Signaling Codelatest edition which applies to public schools in Illinois.

� The cleaning of all smoke detectors shall be completed with the following minimum standards of care… 1. Remove the cover from the device. 2. Clean inside of the cover and the device with a wet wipe and vacuum 3. Blow inert gas or eye of device 4. Replace cover on device as designed

FIRE PROTECTION SPRINKLER SYSTEM ANNUAL, THREE YEAR, AND FIVE YEAR INSPECTIONS � Service Contractor shall provide a service report which contains, at a minimum, the data listed in the sample report later in this bid

specification and other data as required to document performance and out-come of three year and five year inspection services. Inaddition, the inspection services shall meet the requirements of NFPA 25: Inspection, Testing, and Maintenance of Water-Based FireProtection Systems latest edition which applies to public schools in Illinois.

� Huntley High's fire protection sprinkler system is pressurized by a fire pump which operates at 90 psi. � Conley and Mackeben Elementary School have a deluge valve in the plenum ceiling area of second floor cross hall by room B225

which is activated by a signal from the fire alarm system which is activated when a flow switch on the dry riser is activated..� Contractor shall provide the inspection, testing, and documentation of the services which include, at a minimum of the requirements

outlined in the checklist for fire protection sprinkler system inspection checklist attached as a part of the bid price for each level of inspection services to be provided.

FIRE EXTINGUISHER ANNUAL INSPECTIONS � Service Contractor shall provide services and a service report which contains, at a minimum, the data listed in the sample report later

in this bid specification. In addition, the inspection services shall meet the requirements of NFPA 10: Standard for Portable Fire Extinguishers latest edition which applies to public schools in Illinois.

� Service contractor shall provide one, fixed unit price for annual inspection services for all sizes of extinguishers on the SchoolDistrict inventory including the following types: ABC, CO2, Halon, Type K, and BC. The one fixed price shall include all costs tothe School District for annual field inspection and replacement of inspection tag by a qualified technician, temporary loaners as may be required, removal from site and material and labor costs for hydrotest and/or recharge of extinguishers.

KITCHEN EXHAUST HOOD FIRE SUPRESSION SYSTEMS SEMI-ANNUAL INSPECTIONS � Service Contractor shall provide a service report which contains, at a minimum, the data listed in the sample report later in this bid

specification. In addition, the inspection services shall meet the requirements of the NFPA Code latest edition which applies to public schools in Illinois.

� Cost for fusible links is included in the bid price.

Page 22 of 46

Page 23: Bid Specifications for Life Safety Systems Inspection ...

CONSOLIDATED SCHOOL DISTRICT 158 Life Safety Systems Inspection Services Bid # 2012-49

9/30/2012

Sample fire alarm inspection report follows on next two pages

Page 23 of 46

Page 24: Bid Specifications for Life Safety Systems Inspection ...

FD:SERVICESO #DATEPO #

Panel Manufacturer and Model #Location of F.A.C.P.Number of Used Zones SpareNumber of Signaling Line Circuits (SLC)Remote Alarm Panels Location

AC Power Dedicated Circuit Yes No Breaker Size 15A 20A OtherWith AC Power off, does Fire Alarm Control Panel Operate Properly? Yes No

Number of Batteries Voltage Amp/Hr Proper Size of Batteries NA Yes NoPanel UL Listed for Commercial Yes No

Battery Load Test Good? NA Yes Does Panel Meet NFPA 72 Yes No

Full Alarm Test OK Yes No Supervisory Signal Test OK NA Yes NoTrouble Test OK Yes No Fire Fighter Phone Test OK NA Yes NoAlarm Override Test OK Yes No Voice System Test OK NA Yes No

Door Lock Sys Rel on Alarm NA Yes No Elevator Recall Operate Properly NA Yes NoFan Shut Dn Operate Properly NA Yes No Elev Shunt Pwr Test OK NT NA Yes NoSmoke Evac Operate Properly NA Yes No Remote Lamps Test OK NA Yes NoDoor Holder Release on Alarm NA Yes No Annunciator Test OK NA Yes NoModel & Voltage

Damper Control ETL Thermo Link Motor Control Test OK NA Yes No

Fire Alarm DevicesManual StationsIon DetectorPhoto DetectorDuct DetectorHeat DetectorWater FlowTamper SwitchesPressure SwitchesLow AirBellsHornsChimesStrobesSpeakersSpeaker / StrobesHorn / StrobesANSUL

Fire Alarm Test & Certification093

32

24VDC 1

24VDC

POTTER PS402A

24VDC 1

POTTER

SIMPLEX 4098-9756 32

Phone Phone

ELECTRICAL ROOM BY EXIT 15Indicating Circuits

No

12

Model

(847) 659-6161

Quantity

ANSUL MICRO

24VDC 124VDC

SIMPLEX

189

24VDC 8632

POTTER VARIOUS 34POTTER VSR-F 24VDC 19 19

189

34

1 1

89

NA

18

55 NAC POWER SUPPLY PANELS IN FIELD

2

EMPP

1

NA

13719 HARMONY RD

ACCOUNTS PAYABLEALGONQUIN, IL 60102 HUNTLEY, IL 60142

COPY ATTACHED TO INVOICE

SIMPLEX 4100

SHIP TO DOUG RENKOSIK / PAUL

650 ACADEMIC DR

BILL TO 370100 - 3HUNTLEY CSD #158 HUNTLEY HIGH SCHOOL

SIMPLEX 2099-9796Manufacturer

60 60

7Spare

Tested OKModel Volts Qty24VDC 60

Qty Tested

SIMPLEX 4098-9701 24VDC 189

19SIMPLEX 4098-9733 89

341 1

SYSTEM SENSOR 8'' / 10'' 120VAC 4 4 4PS202A 1 1

SIMPLEX 4904-9135 24VDC 110 110

273 271

110

SIMPLEX 4903-9219 24VDC 273

64/7099406/18/2012

Page 1 of 3 pm 06 12.xls R03/12

Page 24 of 46

Page 25: Bid Specifications for Life Safety Systems Inspection ...

Other

SO#

Yes No Supervision of N. A. C. Yes No

Monitoring: Remote Station Central Station Phone # Pos#/Acct#

Fire Alarm Circuit Number Signals Test O.K. Yes No Local

If Central Station, List Mfg & Model of Digital Dialer or Transmitter

List NFPA Deviations

*List Discrepancies

General Comments

Repairs Made

For Office Use Only Total Devices:

% Monthly Qrtly Semi Annual Special Instr:% Qrtly Semi Annual% Bi-annual Annual

Status of System Back Ordered Parts Approved Yes No Date

Out w/ Opt # In W/Opt # Arrived AM PM

Administrator/Contact E-mail Fax #

Yes No Techs Name & No.

* IF DISCREPANCIES WERE NOTED, PLEASE CONTACT YOUR CUSTOMER SERVICE REPRESENTATIVE IMMEDIATELY TO SCHEDULE REPAIRS.

• TESTING METHODS CONFORM WITH APPLICABLE NFPA STANDARDS.• CC: COPY MAILED TO FIRE DEPARTMENT IN 30 DAYS

Fire Alarm Test & Certification

100

Sensitivity

FA PMDampers

810

CLEAR / FULL SERVICE

NET AMOUNTDESCRIPTION

Supervision of I. D. C.

WORK. BATTERIES IN NAC PANEL IN WEST FRESHMAN HALL SPRINKLER ROOM DID NOT LOAD TEST PROPERLY

IN 2304A 2ND FLR ELECTRIC ROOM DID NOT LOAD TEST PROPERLY (110AMPH). (12AMPH). BATTERIES IN ELECTRIC ROOM EAST ON 1ST FLR DID NOT LOAD TEST PROPERLY (12AMPH). BATTEREIS

DAY SHEET

WIRELESS RADIO

HORN/STROBE OUTSIDE EXIT 25 DID NOT WORK. HORN/STROBE BY PRINCIPALS OFFICE DID NOT

Left

ORDERED SHIPPED

ANNUAL INSPECTION COMPLETE.

62 62 Start MULIT

Copy Left on Site:

Qty Tested

B/O UNIT PRICE

Page 2 of 3 pm 06 12.xls R03/12

Page 25 of 46

Page 26: Bid Specifications for Life Safety Systems Inspection ...

CONSOLIDATED SCHOOL DISTRICT 158 Life Safety Systems Inspection Services Bid # 2012-49

9/30/2012

Sample fire protection sprinkler system inspection service reportfollows on next seven pages

Page 26 of 46

Page 27: Bid Specifications for Life Safety Systems Inspection ...

FIRE SPRINKLER SYSTEM

Date of Inspection:

June 11, 2012

L

Completed By:

ANNUALINSPECTION

LAKE IN THE HILLS, IL 60102

Inspection Completed at:

CHESAK ELEMENTARY 10910 REED RD

Page 1 of 7

Page 27 of 46

Page 28: Bid Specifications for Life Safety Systems Inspection ...

Date:

Inspector:

Location of sprinkler valve:

Type of sprinkler system: Wet Dry Anti-Freeze Loop

Make and model of sprinkler valve:

Serial # Is building fully sprinklered? - - - - - - - - - - - - - - - - - - - - Yes No Is entire sprinkler system in service? - - - - - - - - - - - - - - - - Yes No Has sprinkler system been modified since last inspection? - - - - - - - - - Yes No Does building have 18" clearance on all heads from ceiling level? - - - - - - Yes No Is building adequately heated? - - - - - - - - - - - - - - - - - - - Yes No

VALVES How are valves supervised? None Sealed Locked Tamper Switch Are valves identified with signs? - - - - - - - - - - - - - - - - - Yes No

PUMPS What type of fire pump? Diesel Electric Gasoline None

When was the pump last inspected? Date GPM GPM

Is pump in good condition? - - - - - - - - - - - - - - - - - - - - Yes No

Test performed with fire pump activated? - - - - - - - - - - - - - - Yes No

FIRE DEPARTMENT CONNECTION Location: Is identification sign provided? - - - - - - - - - - - - - - - - - - Yes No

Comments:

WEST EXTERIOR

GENERAL INFORMATION

Automatic Fire Sprinkler System

BOILER / SPRINKLER ROOMS

CSC AND TYCO 4", 6"

June 11, 2012

CHESAK ELEMENTARY

Page 2 of 7

Page 28 of 46

Page 29: Bid Specifications for Life Safety Systems Inspection ...

Date: Inspector: MAIN DRAIN TEST Conduct a main drain test as follows: 1. Open the main drain and allow water to flow to stabilize. 2. Slowly close the main drain. WET PIPE SYSTEMS Test water flow alarms by opening the inspector's test valve DRY PIPE SYSTEMS

7. Internally inspect dry pipe valve. 8. Test air pressure maintenance device. HYDRAULIC NAME PLATE

GENERAL CONDITION

FREEZING

MAINTAIN VALVES

TEST ANTI-FREEZE

Calibrate pressure gauges-must calibrate or replace every (5) five years-year last replaced or calibrated? Test sample of high temperature sprinklers - taken every (5) five years - year last taken? Test sample of fast response sprinklers - taken every (20) twenty years - year last taken? Test sample of standard response sprinklers - taken every (50) fifty years - year last taken? Test sample of dry pendent heads - taken every 10) ten years - year last taken? Test stand pipe - taken every (5) five years - year last taken? 5 year stand pipe test Date:

Comments:

Fire Sprinkler System Inspection and Tests

NANA

OKOKOKOK

Valves should be maintained, including exercising each valve and lubricating each valve stem.

OK

Wet pipe system with anti-freeze solution should have the solution checked for proper freeze level. Record freezing point.

NA

Inspect sprinklers, sprinkler piping, pipe hangers, and seismic braces to make sure they are in good condition.

OK

OK

OK

OK

OK

OK

OK

OK

4. Quick opening devices and accelerators, if provided, should be tested semi-annually.

3. Open the alarm bypass valve.

OK

OK

2. Close the water supply valve, carefully open the inspector's test valve to reduce air pressure slowly. Do not reduce air pressure sufficiently to trip the dry pipe valve. Confirm operation of low-pressure alarm, record air pressure at which low pressure alarm activates, close inspector's test valve, allow air pressure to rise to normal, then open water supply valve.

OK

1. Check dry valve priming water level by opening the test valve and checking for a small amount of water to discharge. If no water flows out of the test line, add priming water.

6. Trip test the dry pipe valve, Record the time from opening the inspector's test valve until the dry pipe valve trips.

OK

June 11, 2012

5. Low point drains should be drained thoroughly before cold weather and after any system trip.

If system was hydraulically calculated, assure nameplate is legible and securely attached to riser.

Before freezing weather, inspect building to assure exterior wall openings will not expose sprinkler piping to freezing temperatures.

OK

CHESAK ELEMENTARY

OK

Page 3 of 7 ChesakElem sss12.xls R05/12

Page 29 of 46

Page 30: Bid Specifications for Life Safety Systems Inspection ...

Date:Inspector:

Dry System

Dry System

DRY SYSTEM

DRY SYSTE

DRY SYTEM

Riser 1

Riser 2

Riser 3

RISER 4

Comments:

60/50

Fire Sprinkler System Inspection and Tests

Record the static/residual water pressure:

60/50

CHESAK ELEMENTARY

60/50

60/50

60/50/35

60/50/35

60/50/35

60/50/35

60/50/35

June 11, 2012

Riser Inventory Sheet

Page 4 of 7

Page 30 of 46

Page 31: Bid Specifications for Life Safety Systems Inspection ...

2012 Tamper Switch Inventory Sheet

Address Location / Area of Protection Secured How? Type Tamper (P/F) Date

OS&Y P 6/11/2012ZONE 1 TAMPER OS&Y

ZONE 3 TAMPER OS&Y

P 6/11/2012ZONE 2 TAMPER

TAMPER OS&YMIAN RISER TAMPER OS&Y

P 6/11/2012

MAIN RISER TAMPER OS&Y P 6/11/2012

ZONE 4 P 6/11/2012P 6/11/2012

TAMPER OS&YDRY VALVE 2-2 TAMPER B-FLYDRY VALVE 2-1

6/11/2012DRY VALVE 2-4 TAMPER B-FLY P 6/11/2012DRY VALVE 2-3 TAMPER

6/11/2012DRY VALVE 2-4 TAMPER PB-FLY

PB-FLYP 6/11/2012P 6/11/2012

CHESAK ELEMENTARY

Page 5 of 7

Page 31 of 46

Page 32: Bid Specifications for Life Safety Systems Inspection ...

CHESAK ELEMENTARY

2012 Water Flow / Alarm Inventory List

Pass / Fail DateAddress Location / Area of Protection Flow / Pressure Time

P 6/11/2012P 6/11/2012

DRY VALVE Z-4 PRESSURE NADRY VALVE X-4 PRESSURE NA

PRESSURE NAPRESSURE NADRY VALVE Z-2

DRY VALVE Z-3P 6/11/2012P 6/11/2012

P 6/11/2012DRY VALVE Z-1 PRESSURE NA

P 6/11/2012ZONE 3ZONE 4 FLOW 30

FLOW 30

P 6/11/2012FLOW 30

P 6/11/2012P 6/11/2012FLOW ZONE 2 25

ZONE 1

Page 6 of 7

Page 32 of 46

Page 33: Bid Specifications for Life Safety Systems Inspection ...

CHESAK ELEMENTARY

2012 Miscellaneous / Auxiliary Inventory List

VALVE 6/11/2012TAMPERS 6/11/2012

WET / DRY ITV 400 WING ROOM 425BOILER ROOM

VALVE 6/11/2012VALVE 6/11/2012

WET / DRY ITV 200 WING ROOM 243WET / DRY ITV 300 WING ROOM 335-321

Type DateVALVE 6/11/2012

Location / Area of ProtectionWET / DRY ITV 100 WING MAIN OFFICE

Address

Page 7 of 7

Page 33 of 46

Page 34: Bid Specifications for Life Safety Systems Inspection ...

CONSOLIDATED SCHOOL DISTRICT 158 Life Safety Systems Inspection Services Bid # 2012-49

9/30/2012

Sample fire extinguisher inspection service report

Page 34 of 46

Page 35: Bid Specifications for Life Safety Systems Inspection ...

CONSOLIDATED SCHOOL DISTRICT 158 Life Safety Systems Inspection Services Bid # 2012-49

9/30/2012

Sample kitchen fire suppression system inspection report

Page 35 of 46

Page 36: Bid Specifications for Life Safety Systems Inspection ...

CONSOLIDATED SCHOOL DISTRICT 158 Life Safety Systems Inspection Services Bid # 2012-49

9/30/2012

SECTION 8 Schedule of Events 2013-14 Calendar

Institute Days * Student days = 179 Monday, August 19, 2013 * Teacher days = 185 Friday, October 11, 2013 (Exclusive of two Floating SIP Days) Wednesday, November 6, 2013 Friday, February 14, 2014 School Begins

Wednesday, August 21, 2013 (1–12) Non Attendance Day Thursday, August 22, 2013 (Kindergarten) Wednesday, November 27, 2013 Friday, April 18, 2014 Holiday Winter Break

December 23, 2013 – January 3, 2014 Waived Holidays Veterans’ Day – Monday, November 11, 2013 Spring BreakCasimir Pulaski Day – Monday, March 3, 2014 March 24, 2014 – March 28, 2014

Holidays – Closed Marlowe Middle School PromotionIndependence Day – July 4, 2013 Thursday, May 29, 2014 at 7:00 p.m. Labor Day – September 2, 2013 Columbus Day – October 14, 2013 Heineman Middle School PromotionThanksgiving Holiday November – 28 and 29, 2013 Friday, May 30, 2014 at 7:00 p.m. Christmas Holiday – December 24 and 25, 2013 New Year’s Holiday – December 31, 2013 and January 1, 2014 Huntley High School Graduation DateDr. Martin Luther King’s Birthday – January 20, 2014 Saturday, May 31, 2014 Time TBA President’s Day – February 17, 2014Memorial Day – May 26, 2014 Open House

Chesak Day of Remembrance Kindergarten Tuesday, August 20, 2013 (4:30 – 6:30) Wednesday, September 11, 2013 – Patriot Day 1st and 2nd Monday, August 19, 2013 (4:30 – 6:30)

New Teachers’ Orientation MartinFriday, August 16, 2013 3rd – 5th Monday, August 19, 2013 (4:30 – 6:30) Tuesday, August 20, 2013

MackebenParent Teacher Conferences K-2 Monday, August 19, 2013 (4:30 – 6:30) Wednesday, November 6, 2013 – Evening only Thursday, November 7, 2013 – Afternoon and Evening ConleyFriday, November 8, 2013 – Morning only 3rd – 5th Monday, August 19, 2013 (4:30 – 6:30)

Quarters LeggeeOctober 25, 2013 End of 1st Quarter – (45 days) Kindergarten Tuesday, August 20, 2013 (4:30 – 6:30) January 17, 2014 End of 2nd Quarter – (44 days) 1st – 5th Monday, August 19, 2013 (4:30 – 6:30) March 21, 2014 End of 3rd Quarter – (42 days) June 6, 2014 End of 4th Quarter – (48 days) 6th Grade Marlowe

Monday, August 19, 2013 (6:30 – 8:30 p.m.)Miscellaneous Friday, December 20, 2013 – Last day before winter break 7th – 8th Grade MarloweMonday, January 6, 2014 – First day after winter break Wednesday, September 4, 2013 (6:30 – 8:30 p.m.) Friday, March 21, 2014 – Last day before spring break Monday, March 31, 2014 – First day after spring break 6th Grade Heineman

Thursday, August 15, 2013 (6:00 – 8:00 p.m.) * Friday, June 6, 2014 last day of school for students and staff, if all five emergency days are used 7th – 8th Grade Heineman

Thursday, August 22, 2013 (6:00 – 8:00 p.m.)Huntley High SchoolWednesday, August 28, 2013 (6:30 – 8:30 p.m.)

SECTION 9

Page 36 of 46

Page 37: Bid Specifications for Life Safety Systems Inspection ...

CONSOLIDATED SCHOOL DISTRICT 158 Life Safety Systems Inspection Services Bid # 2012-49

9/30/2012

FACILITY CHARACTERISTICS

Physical Plant Inventory As of August 9, 2010

Location/Building/Address Year(s) Built

Total Space Grade Levels

Square Feet Harmony Road Campus Huntley High School 1996/2000/2002 360,388 9 thru 12

13719 Harmony Road Huntley, IL. 60142

Leggee Elementary School 2000/2003 120,083 K thru 5 13723 Harmony Road

Huntley, IL 60142

Reed Road Campus Chesak Elementary School 2000/2003 158,907 K thru 2

10910 Reed Road Lake In The Hills, IL 60156

Martin Elementary School 2002 148,286 PreSchool, 3 thru 5 10920 Reed Road

Lake In The Hills, IL 60156 Marlowe Middle School 2005 199,579 6 thru 8

9625 Haligus Road Lake In The Hills, IL 60156

Square Barn Road Campus Administration Transportation Center

2004 66,746

650 Academic Drive Algonquin, IL 60102

Mackeben Elementary School 2005 123,000 K thru 2 800 Academic Drive Algonquin, IL 60102

Conley Elementary School 2005 123,000 3 thru 5 750 Academic Drive Algonquin, IL 60102

Heineman Middle School 2005 130,579 6 thru 8 725 Academic Drive Algonquin, IL 60102

GRAND TOTAL 1,430,568 K thru 12

Page 37 of 46

Page 38: Bid Specifications for Life Safety Systems Inspection ...

CONSOLIDATED SCHOOL DISTRICT 158 Life Safety Systems Inspection Services Bid # 2012-49

9/30/2012

EXHIBIT A BID FORM Page 1 of 3

TO: CONSOLIDATED SCHOOL DISTRICT #158 650 Academic Drive Algonquin, IL. 60102

FROM: ______________________________________ (Company Name)

FOR: Life Safety Systems Inspection Services

BASE BID A:ANNUAL INSPECTION SERVICES OF ALL SCHOOL DISTRICT 158 FIRE ALARM SYSTEMS

$____________________ PER OCCURRENCE DURING THREE YEAR PERIOD

BASE BID B:ONE YEAR INSPECTION SERVICES OF ALL SCHOOL DISTRICT 158 WET & DRY FIRE PROTECTION SPRINKLER SYSTEMS $____________________ PER OCCURRENCE DURING THREE YEAR PERIOD

BASE BID C:THREE YEAR INSPECTION SERVICES OF ALL SCHOOL DISTRICT 158 WET & DRY FIRE PROTECTION SPRINKLER SYSTEMS $____________________ PER OCCURRENCE DURING THREE YEAR PERIOD

BASE BID D:FIVE YEAR INSPECTION SERVICES OF ALL SCHOOL DISTRICT 158 WET & DRY FIRE PROTECTION SPRINKLER SYSTEMS INCLUDING OBSTRUCTION TESTING. $____________________ PER OCCURRENCE DURING THREE YEAR PERIOD

BASE BID E:ANNUAL INSPECTION SERVICES OF ALL SCHOOL DISTRICT 158 FIRE EXTINGUISHERS $_____________________ PER FIRE EXINGUISHER Unit price listed is fixed regardless of minor fluctuations in inventory at any time during the contract

BASE BID F:SEMI-ANNUAL INSPECTION SERVICES OF ALL SCHOOL DISTRICT 158 KITCHEN EXHAUST HOOD FIRE SUPPRESSIONS SYSTEMS $____________________ PER OCCURRENCE DURING THREE YEAR PERIOD

ALTERNATE BID:ANNUAL COST FOR INSPECTION SERVICES FOR ALL EQUIPMENT LISTED IN BASE BIDS A THRU F INCLUDING� ANNUAL FIRE ALARM SYSTEM INSPECTION (INCLUDING CLEANING OF ALL SMOKE DETECTORS) � FIRE PROTECTION SPRINKLER SYSTEM 5 YEAR SERVICE (SECOND AND THIRD YEAR TO BE REDUCED PER

DIFFERENCE IN BID PRICES LISTED ABOVE) � FIRE EXTINGUISHERS INVENTORY AS STATED IN BID SPECIFICATIONS WITH UNIT COST FOR CHANGES IN FIRE

EXTINGUISHER COUNT TO REMAIN AT UNIT PRICE LISTED IN BASE BID E ABOVE � KITCHEN FIRE SUPPRESSION SYSTEM SEMI-ANNUAL INSPECTION SERVICES

$____________________ PER YEAR DURING THREE YEAR PERIOD

Page 38 of 46

Page 39: Bid Specifications for Life Safety Systems Inspection ...

CONSOLIDATED SCHOOL DISTRICT 158 Life Safety Systems Inspection Services Bid # 2012-49

9/30/2012

EXHIBIT A

BID FORM Page 2 of 3

Optional Performance and Payment Bonds for First Year $___________________

Addenda No(s) thru have been received and are duly noted

If Bidder Product deviates from specifications in any manner, the Bidder must spell out specific deviations on attachment to bid.

I have carefully examined the instructions and specifications and have examined the sites where the work is to take place. If awarded a contract within ninety (90) days, I agree to furnish all labor and materials required to complete the work described in these documents in accordance with the terms that have been outlined.

Company Name By (Sign Name)

Address Title

City State Zip Code

( ) ( ) Telephone No. Fax No.

Page 39 of 46

Page 40: Bid Specifications for Life Safety Systems Inspection ...

CONSOLIDATED SCHOOL DISTRICT 158 Life Safety Systems Inspection Services Bid # 2012-49

9/30/2012

EXHIBIT A

BID FORM Page 3 of 3

Preferred Billing Rates for Additional Services

Service Technician Labor Rates For ______________________ System Services (list specific life safety system name here)

Contractor shall attached duplicates of this sheet for listing prices for different systems services if needed

1.Straight Time Hourly Rate including benefits, overhead and profit

$_____________

2.Overtime Hourly Rate (time and one-half) including benefits, overhead and profit

$_____________

3.Double Time Hourly Rate including benefits, overhead and profit

$_____________

Material Cost Mark-Up for repair parts ____________________%

Trip Charge for Service Calls $_____________

By signing this bid form, bidders understand that fuel surcharges will not be allowed as a part of service billing related to this contract.

Page 40 of 46

Page 41: Bid Specifications for Life Safety Systems Inspection ...

CONSOLIDATED SCHOOL DISTRICT 158 Life Safety Systems Inspection Services Bid # 2012-49

9/30/2012

EXHIBIT B

SPECIFIC BIDDER INFORMATION

NAME OF FIRM: _______________________________________________________

ADDRESS: ___________________________________________________________

CITY, STATE, ZIP: _____________________________________________________

PRINCIPAL OFFICER: __________________________________________________

PARTNERSHIP OR CORPORATION UNDER STATE LAWS OF: ________________

AUTHORIZED SIGNATURE: _____________________________________________

TITLE: _______________________________________________________________

PERSON TO CONTACT REGARDING THIS BID: ____________________________

PHONE NUMBER: __________________________________________________

FAX NUMBER: __________________________________________________

Page 41 of 46

Page 42: Bid Specifications for Life Safety Systems Inspection ...

CONSOLIDATED SCHOOL DISTRICT 158 Life Safety Systems Inspection Services Bid # 2012-49

9/30/2012

EXHIBIT C

PROOF OF INSURABILITY

PROPOSAL SUBMITTED BY:

Bidder’s Name ______________________________________

Bidder’s Address ______________________________________

______________________________________

I, being duly sworn, do hereby acknowledge that I have read the insurance specifications herein and agree that the above bidder is eligible for insurance per aforesaid specifications.

Subscribed and sworn before me this_________________day of_____________.

Signed:__________________________________________________________ (Authorized insurance Agent) Date:____________________________________________________________

Insurance Company:________________________________________________

Address:__________________________________________________________

Notary Public

The above statements must be subscribed and sworn to before a notary public.

Subscribed and sworn to this_________________day of________________, 2012.

By:___________________________________________________________

CERTIFICATE OF INSURIBILITY AND A CERTIFICATE OF INSURANCE WHICH MEETS THE REQUIREMENTS OUTLINED IN SECTION 1 INSTRUCTIONS TO BIDDERS AND GENERAL CONDITIONS, ITEM 20 OF SECTION 1 MUST BE SUBMITTED WITH BID

Page 42 of 46

Page 43: Bid Specifications for Life Safety Systems Inspection ...

CONSOLIDATED SCHOOL DISTRICT 158 Life Safety Systems Inspection Services Bid # 2012-49

9/30/2012

EXHIBIT D

CERTIFICATE OF ELIGIBILITY TO BID

(Contractor), pursuant to section 33E-11 of the Illinois Criminal Code of 1961 as amended, hereby certifies that neither (he, she, it) nor any of (his, her, its) partners, officers, or owners of (his, her, its) business has been convicted in the past five (5) years of the offense of bid-rigging under section 33E-3 of the Illinois Criminal Code of 1961 as amended and that neither (he, she, it) nor any of (his, her, its) business has ever been convicted of the offense of bid-rotating under section 33E-4 of the Illinois Criminal Code of 1961 as amended.

Name of Contractor____________________________________________________

Signature of Officer __________________________________________________

Printed Name of Signatory _____________________________________________

Title of Signatory Officer ______________________________________________

Date_________________________________________________________________

Page 43 of 46

Page 44: Bid Specifications for Life Safety Systems Inspection ...

CONSOLIDATED SCHOOL DISTRICT 158 Life Safety Systems Inspection Services Bid # 2012-49

9/30/2012

EXHIBIT E

CERTIFICATE OF COMPLIANCE TO THE

ILLINOIS DEPARTMENT OF HUMAN RIGHTS REGULATIONS

For this bid to receive consideration by the Board of Education of Consolidated School District #158, Algonquin, Illinois, the following certificate must be signed by an official of your company and returned with your bid. This is to certify that our company is in compliance with the provisions of the Illinois Department of Human Rights Regulations.

Signed: Signature

By: Printed Name

Title:

Date:

Page 44 of 46

Page 45: Bid Specifications for Life Safety Systems Inspection ...

CONSOLIDATED SCHOOL DISTRICT 158 Life Safety Systems Inspection Services Bid # 2012-49

9/30/2012

EXHIBIT F

ANTI-COLLUSION AFFIDAVIT OF COMPLIANCE

The undersigned, being first duly sworn, deposes and says:

That he or she is______________________________________________________ of(Partner, Officer, Owner, etc.)

_____________________________________________________(Contractor)

The party making the foregoing proposal or bid, that such bid is genuine and not collusive, or sham; that said bidder has not colluded, conspired, connived or agreed, directly or indirectly, with any bidder or person, to put in a sham bid or to refrain from bidding, and has not in any manner, directly or indirectly, sought by agreement or collusion, or communication or conference with any person; to fix the bid price element or said bid, or of that of any other bidder, or to secure any advantages against any other bidder or any person interested in the proposed contract.

(Name of Bidder if Bidder is an Individual) ______________________________

(Name of Partner if Bidder is a Partnership)_____________________________

(Name of Officer if Bidder is a Corporation) _____________________________

The above statements must be subscribed and sworn to before a notary public.

Subscribed and sworn to this_________________day of________________, 2010.

By:___________________________________________________________

Page 45 of 46

Page 46: Bid Specifications for Life Safety Systems Inspection ...

CONSOLIDATED SCHOOL DISTRICT 158 Life Safety Systems Inspection Services Bid # 2012-49

9/30/2012

EXHIBIT G

HOLD HARMLESS AGREEMENT

The contractor hereby agrees to indemnify, keep and save harmless, its Board of Education, agents, officials and employees against all injuries, judgments, costs and expenses which may arise as a result of any act or omission by the contractor or it’s agents during the term of this whether or not it shall be alleged or determined that the act was caused through negligence or omission of the contractor or his employees, if any of, or its employees, and the contractor shall, at his own expense, appear, defend and pay all charges of attorneys and costs and other expenses arising there from or incurred against in any such action, and shall at his own expense discharge same.

The contractor expressly understands and agrees that any performance bond or insurance protection required by this contract, or otherwise provided by contractor, shall in no way limit the responsibility to indemnify, keep and same harmless and defend District as herein provided.

BIDDER’S COMPANY NAME:

SIGNATURE OF OFFICER:

PRINTED NAME OF OFFICER:

DATE SIGNED:

SUBSCRIBED AND SWORN TO

Before me this ___________day of _____________________2012

Page 46 of 46