Loading...
HomeMy WebLinkAbout64-22 RESOLUTION113 West Mountain Street Fayetteville, AR 72701 (479) 575-8323 Resolution: 64-22 File Number: 2022-0148 RFP 21-06 SMITH TWO-WAY RADIO, INC.: A RESOLUTION TO AWARD RFP 21-06 AND AUTHORIZE A CONTRACT WITH SMITH TWO-WAY RADIO, INC. IN THE AMOUNT OF $355,788.53 FOR FIRE STATION ALERTING SYSTEMS FOR SEVEN EXISTING AND THREE NEW CONSTRUCTION FIRE STATIONS, TO APPROVE A PROJECT CONTINGENCY IN THE AMOUNT OF $30,000.00, AND TO APPROVE A BUDGET ADJUSTMENT - 2019 FIREFIGHTING FACILITIES IMPROVEMENTS BOND PROJECT BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1: That the City Council of the City of Fayetteville, Arkansas hereby awards RFP 21-06 and authorizes Mayor Jordan to sign a contract with Smith Two -Way Radio, Inc., in the amount of $355,788.53 for Fire Station Alerting Systems for seven existing and three new construction fire stations, and further approves a project contingency in the amount of $30,000.00. Section 2: That the City Council of the City of Fayetteville, Arkansas hereby approves a budget adjustment, a copy of which is attached to this Resolution. PASSED and APPROVED on 3/15/2022 Page 1 Printed on 3116122 Resolution: 64-22 File Number.' 2022-0148 Attest: 1���R �/ f7RF��-�, l : FAYETTEVILLE ; Kara Paxton, City Clerk Treasurer,' S Page 2 Printed on 3116122 City of Fayetteville, Arkansas 113 West Mountain Street Fayetteville, AR 72701 (479)575-8323 Text File File Number: 2022-0148 Agenda Date: 3/15/2022 Version: 1 Status: Passed In Control: City Council Meetinq File Type: Resolution Agenda Number: A.4 RFP 21-06 SMITH TWO-WAY RADIO, INC.: A RESOLUTION TO AWARD RFP 21-06 AND AUTHORIZE A CONTRACT WITH SMITH TWO-WAY RADIO, INC. IN THE AMOUNT OF $355,788.53 FOR FIRE STATION ALERTING SYSTEMS FOR SEVEN EXISTING AND THREE NEW CONSTRUCTION FIRE STATIONS, TO APPROVE A PROJECT CONTINGENCY IN THE AMOUNT OF $30,000.00, AND TO APPROVE A BUDGET ADJUSTMENT - 2019 FIREFIGHTING FACILITIES IMPROVEMENTS BOND PROJECT BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1: That the City Council of the City of Fayetteville, Arkansas hereby awards RFP 21-06 and authorizes Mayor Jordan to sign a contract with Smith Two -Way Radio, Inc., in the amount of $355,788.53 for Fire Station Alerting Systems for seven existing and three new construction fire stations, and further approves a project contingency in the amount of $30,000.00. Section 2: That the City Council of the City of Fayetteville, Arkansas hereby approves a budget adjustment, a copy of which is attached to this Resolution. City of Fayetteville, Arkansas Page 1 Printed on 311612022 City of Fayetteville Staff Review Form 2022-0148 Legistar File ID 3/15/2022 City Council Meeting Date - Agenda Item Only N/A for Non -Agenda Item Brad Hardin 2/15/2022 FIRE (300) Submitted By Submitted Date Action Recommendation: Division / Department Staff recommends a resolution for approval of a contract through RFP 21-06, with Smith Two -Way Radio, Inc, for Fire Station Alerting Systems for the seven (7) existing fire stations and three (3) new construction stations for the not to exceed amount of $355,788.53, approval of a project contingency of $30,000, and approval of a budget adjustment. Budget Impact: 4610.860.7108-5210.00 / 4610.860.7109-5210.00 4610.860.7110-5210.00 / 4610.860.7150-5210.00 4610-Fire Projects 2019 Bonds Account Number 46100.7108.8802 / 46100.7109.8802 46100.7110.8802 / 46100.7150.8802 Project Number Budgeted Item? Yes Does item have a cost? Yes Budget Adjustment Attached? Yes Fund Fire Projects (2019 Bonds) - #8, #9, #10 Fire Projects (2019 Bonds) - Fire Apparatus/Equipment Current Budget Funds Obligated Current Balance Item Cost Budget Adjustment Remaining Budget Project Title $ 4,721,124.94 $ 2,104,085.79 $ 2,617,039.15 $ 385,788.53 $ 2,23�,250.62 v2597n.77 Purchase Order Number: Change Order Number: Original Contract Number: Comments: Previous Ordinance or Resolution # Approval Date: CITY OF FAYETTEVILLE W4V ARKANSAS MEETING OF MARCH 15, 2022 TO: Mayor and City Council FROM: Brad Hardin, Fire Chief DATE: February 15, 2022 CITY COUNCIL MEMO SUBJECT: A resolution for approval of a contract with Smith Two -Way Radio, Inc. for Fire Station Alerting Systems for the seven (7) existing fire stations and three (3) new construction stations for the not to exceed amount of $355,788.53, approval of a project contingency of $30,000, and approval of a budget adjustment. RECOMMENDATION: Staff recommends a resolution for approval of a contract through RFP 21-06, with Smith Two - Way Radio, Inc, for Fire Station Alerting Systems for the seven (7) existing fire stations and three (3) new construction stations for the not to exceed amount of $355,788.53, approval of a project contingency of $30,000, and approval of a budget adjustment. BACKGROUND: In April 2019, Fayetteville voters approved Firefighting Facilities Improvement Bonds for the purpose of financing all or a portion of the costs of certain fire station design and construction, which may include land acquisition, and the acquisition of firefighting vehicles and equipment. DISCUSSION: The current system of alerting the fire stations to emergency calls currently consists of loudspeakers and floodlights that can be very alarming to individuals, made even worse when calls come in at night. This has been shown to raise heart rates and cause undue stress on cardiac systems in our responders. As part of the bond project, funding was built in to install graduated led lighting, modern speakers with graduated audio and door timers in all of our fire stations. Purchasing advertised the RFP for the station alerting upgrades and received 3 bids. The bid from Smith Two -Way Radio was the most accurate as to what was requested and is the one that the committee opted to choose as the best option. Mailing Address: 113 W. Mountain Street www.fayetteville-ar.gov Fayetteville, AR 72701 BUDGET/STAFF IMPACT: This contract will be paid for with the funds from the 2019 Bonds Fire Projects. Cost per Station: Station Cost Pro'ect M mt Fee Total # 1 $ 62, 509.21 $ 250.00 $ 62, 759.21 #3 31 946.33 250.00 32,196.33 #4 36,211.66 250.00 36,461.66 #5 30,623.52 250.00 30 873.52 #6 7,261.78 250.00 37,511.78 #7 31, 944.45 250.00 32,194.45 #8 34,238.20 250.00 34,488.20 #9 39,259.18 250.00 39,509.18 #10 24,782.19 250.00 25,032.19 #13 24 512.01 250.00 24,762.01 $ 2,500.00 $ 355,788.53 Total $ 353,288.53 Purchase Order Detail: Account Project Amount 4610.860.7108-5210.00 46100.7108.8802 $ 34,488.20 4610.860.7109-5210.00 46100.7109.8802 $ 39, 5 99.18 4610.860.7110-5210.00 46100.7110.8802 $ 25,032.19 4610.860.7150-5210.00 46100.7150.8802 $ 256, 758.96 Total $ 355,788.53 Attachments: Contract RFP 21-06; Budget Adjustment Aft CITY OF ' FAYETTEW LLE ARKANSAS City of Fayetteville RFP 21-06, Fire Station Alerting System Contract — Between City of Fayetteville, AR and Smith Two -Way Radio, Inc, Renewable Terms: Single Project This contract executed this S__ day of &M-k—, 2022, between the City of Fayetteville, Arkansas (City), of 113 W. Mountain, Fayetteville, AR 72701 and Smith Two -Way Radio, Inc. (Smith 7'wo-Wqy) of 520 N. College, Fayetteville, AR 72701, in consideration of the mutual covenants contained herein, the parties agree as follows: The Contract documents which comprise the contract between the City of Fayetteville and 5rnit T a -Way, consist of this Contract and the following documents attached hereto, and made a part hereof: a. Appendix A: Scope of Work & Fees b. Appendix B: Solicitation identified as RFP 21.06, Fire Station Alerting System c. Appendix C: Smith Two -Ways RFP response d. Appendix D: Smith Two,-Way's Certificate of Insurance 2. smlth.Two-Wa , at its own cost and expense shall furnish all labor, materials, supplies, machinery, equipment, tools, supervision, bonds, insurance, tax permits, and all other accessories and Services necessary to complete items as described in ApIgn(fix A, and in accordance with specifications attached hereto and made a part hereof under RFP 21-06, all included herein as if spelled out word for word. a. The City of Fayetteville shall pay Smith Two -Way, for completion of the project based on prices indicated in Appendix A, for a not to exceed price of $355.768.53 US DOLLARS. b. Payments will be made after approval and acceptance of work and submission of invoice Payments will be made approximately 30 days after approval of invoice. The City of Fayetteville reserves the right to request receipts for materials purchased for the City of Fayetteville from suppliers, subcontractors, or other sources. Invoices shall be submitted itemized to the detail and breakout presented in the bid form. c. Payments shall not exceed the percentage of work completed as it progresses bySmlth Two -Way, d. The City reserves the right to withhold retainage from payments, not to exceed 5%, These Contract documents constitute the entire agreement between the City of Fayetteville and SLnith Twa-Way and may be modified only by a duly executed written instrument signed by the City of Fayetteville and Smith Two - Way. 4. Smith Two -Way shall not assign its duties under the terms of this agreement without prior written consent of the City, Smith TT�,gr -Way agrees to hold the City of Fayetteville harmless and indemnify the City of Fayetteville, against any and all claims for property damage, personal injury or death, arising from Smith Two -Way performance of this contract. This clause shall not in any form or manner be construed to waive that tort immunity set forth under Arkansas Law. 6. S lth DA o- M shall furnish a certificate of Insurance addressed to the City of Fayetteville within ten (10) calendar City of Fayetteville, AR RFP 21-06, Fire Station Alerting System Contract: Smith Two -Way Radio, Inc. Page 1 of 3 days after contract finalization, presenting insurance which shall be maintained throughout the term of the Contract. Any work sublet, Smith Two -Way shall require the subcontractor similarly to provide insurance. In case any employee engaged in work on the project under this contract is not protected under Worker's Compensation Insurance, Smith_Two-Way shall provide and shall cause each Subcontractor to provide adequate employer's liability insurance for the protection of such of his employees as are not otherwise protected. Worker's Compensation coverage shall be applicable with state law. 7, Smith Two -Way shall furnish proof of licensure as required by all local and state agencies, 8, Payments: a. Payments will be made after approval and acceptance of work, delivery, and submission of invoice. b. Payments will be made 30 calendar days after acceptance of invoice and prefers electronic delivery of invoices. 9. Liquidated Damages: N/A 10..Indegendent Contractor: Smith Two-WaV is an independent contractor of the City and shall maintain complete responsibility for applicable state or federal law on unemployment insurance, withholding taxes, social security, or other industrial, labor or discrimination law for its employees. Smith Two -Way is responsible for its agents, methods and operations. 11. Notices: Any notice required to be given under this Agreement to either party to the other shall be sufficient if addressed and mailed, certified mail, postage paid, delivery, e-mail or fax (receipt confirmed), or overnight courier. 12. Freedom of Information Act: City of Fayetteville contracts and documents prepared while performing city contractual work are subject to the Arkansas Freedom of Information Act. If a Freedom of Information Act request is presented to the City of Fayetteville, the contractor will do everything possible to provide the documents in a prompt and timely manner as prescribed in the Arkansas Freedom of Information Act (A.C.A. 25- 19-101 et. Sec.). Only legally authorized photo coping costs pursuant to the FOIA may be assessed for this compliance, 13. Changes In Scope or Price: Changes, modifications, or amendments in scope, price or fees to this contract shall not be allowed without a prior formal contract amendment approved by the Mayor and the City Council in advance of the change in scope, cost or fees. No modification of this contract shall be binding unless made in writing and executed by both parties. 14. Applicable Law: This Agreement shall be governed by and construed in accord with the laws of the State of Arkansas. Venue for all legal disputes shall be Washington County, Arkansas. 15. Contract Administration: The Mayor or his/her Designated Representative shall be the Contract Administrator for this contract. Smith Two-Wa s Principal or his/her Designated Representative shall be the primary contact for all matters pertaining to this contract. 16. Professional Responsibility: Smith Two -Way shall exercise reasonable skill, care, and diligence in the performance of services and will carry out its responsibilities in accordance with customarily accepted professional practices. City of Fayetteville, AR RFP 21-06, Fire Station Alerting System Contract: Smith Two -Way Radio, Inc. Page 2 of 3 17. Permits --& .Licenses: Smith Two -Way shall secure and maintain any and all permits and licenses required to complete this Contract. 18. DebafITUN11 01t [ III( in I: Smith Two -Way hereby provides debarment/suspension certification indicating compliance with the below Federal Executive Order. Federal Executive Order (E.0) 12549 "Debarment and Suspension" requires that all contractors receiving individual awards, using federal funds, and all sub -recipients certify that the organization and its principals are not debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded by any Federal department or agency from doing business with the Federal Government. Smith IWO-Way hereby attests its principal is not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any federal department or agency. WITN UPS OUR HAN DS THIS DAY OF - - - - SMITH TWO-WAY RADIO, INC. David Edwards, Sales Manager / Attest:, . Attest / Company Secretary (Printed Nome) Business Address 520 N. College Ave. Fayetteville, AR 72701 Date Signed: .�211 / /Z L City of Fayetteville, AR RFP 21-06, Fire Station Alerting System Contract: Smith Two -Way Radio, Inc. Page 3 of 3 raxtnn, city LierK Business Address 113 W. Mountain Fayetteville, AR 72701 Date Signed: Kr ,Uy.• G6TY 0 97A YE7-TEVIL rr�fi� �•■.oe• i141 N? C CITY OF FAYETTEVILLE ARKANSAS Contract for RFP 21-06 Fire Station Alerting Appendix A Scope of Work RFP 21-06, Fire Station Alerting System City of Fayetteville and Smith Two -Way Radio, Inc. APPENDIX A Scope of Work & Project Allocation 1. INTRODUCTION: This scope of work is inclusive for a complete Fire Station Alert (FSA) system for the Fayetteville Fire Department for the City of Fayetteville. The City currently operates seven (7) fire station locations with an additional three (3) fire stations under construction or in the planning stages. The Public Safety Answering Point (PSAP) is at the City's police station where all 911 and non -emergency calls are taken. 2. SCOPE OF WORK: A. Smith Two -Way shall provide all equipment, materials, and station supplies and supervision for a turnkey solution. This solution shall include new stations under design and construction and shall provide for integration and upgrade for existing station's systems. B. All applicable national, state, and local electrical and/or building codes shall be followed; C. The system shall be modular in design to allow for future expansion of stations, units, etc; D. The system shall utilize gradual or escalating sounds and lighting upon notification of calls. The system shall provide an audible escalating alert tone that clearly identifies to the units and the type of call that is being dispatched; E. The system shall include the installation of LED alert lighting for softer lighting than the existing flood lights used in current stations. F. The system shall use different pre -alerting for EMS, Fire, and Rescue calls. G. The system shall employ turnout timers on the front of the apparatus bay doors that will start upon dispatch and stop when the apparatus crosses the threshold of the door. H. The system shall integrate existing stations and new stations using a logging recorder of the turn out times so that a database can be maintained of each apparatus and response times. Turn out time is defined as the time from the dispatch until the time the truck crosses the threshold of the apparatus bay door. I. The system shall provide for a method to open the apparatus doors upon dispatch and close them within two (2) minutes after the turnout timer has stopped. Smith Two -Way shall provide integration to existing station alerting systems currently in use J. Smith Two -Way shall upgrade existing stations with Omni -Directional speakers in the apparatus bays to provide the same level and quality of audio as the new stations. K. Smith Two -Way shall provide and install existing stations with upgraded speakers in living quarters to provide the same level and quality audio as the new stations. City of Fayetteville, AR and Smith Two -Way Radio, Inc. Scope of Work — Appendix A Page 1 of 4 L. The system shall provide a Day/Night mode with similar operation of existing stations and new stations M. The System shall provide a zoning capability of volume adjustments to separate the sleeping areas, living areas, and apparatus bays. Smith Two -Way will incorporate the same zone controls as existing stations to allow for uniform operation. N. The system shall provide adequate relay operation and employ the use of gas control valves to cut off the gas flow to kitchen (cook stove) and exterior gas supplies. 0. TOOLS AND EQUIPMENT: a. Smith Two -Way shall be equipped with the tools of their trade and shall furnish all labor, tools, and all other items necessary for and incidental to executing and completing all required work. Smith Two - Way shall provide all required tools, equipment, consumable products, and testing instruments need for the project. P. WASTE DISPOSAL AND CLEANUP: Removal and off -site disposal of construction waste shall be the responsibility of Smith Two -Way. Debris and trash shall be removed at the end of each day's work. Upon completion, the work area shall be left clean of debris and trash associated with the work. There shall be no additional charges to the City for removal and/or disposal of materials. Q. WORKMANSHIP, MATERIALS, AND EQUIPMENT: a. Smith Two -Way shall furnish all labor, materials, and equipment for satisfactory contract performance. When not specifically identified in the contract, such materials and equipment shall be of suitable type and grade for the purpose. R. WARRANTY: a. Smith Two -Way shall warranty the system for 12 months after final installation and acceptance from the City. Warranty shall include all parts and labor for any issues arising during the warranty period. S. CONTRACTOR'S EMPLOYEES: a. Any person making deliveries to or working on City property must be identifiable by uniform, proper identification, and a marked vehicle. Smith Two -Way shall only furnish employees who are competent and skilled for work under the contract. b. If, in the opinion of the City, an employee of Smith Two -Way is incompetent or disorderly, refuses to perform in accordance with the terms and conditions of the Contract, threatens or uses abusive language while on city property, or is otherwise unsatisfactory, that employee shall be removed from all work under the contract. c. The City reserves the right to approve or disapprove of specific Contractor employees from working on any site involved with this project. d. Smith Two -Way shall follow all current City of Fayetteville guidelines and mandates for health and safety related to COVID-19. City of Fayetteville, AR and Smith Two -Way Radio, Inc. Scope of Work — Appendix A Page 2 of 4 T. CONTINUED SERVICE: a. Due to the nature of Emergency Services, Smith Two -Way shall provide 24/7 service response answered by a commercial answering service to ensure all emergency calls for service are answered and addressed. Smith Two -Way shall provide a guarantee of technical support within one (1) hour of notification. b. Smith Two -Way has included pricing for service for one (1) year following the date of install and acceptance from the City of Fayetteville. U. PROJECT COMPLETION: a. City shall issue the Notice of Award immediately after City Council approval of contract and issuance of City Purchase Order. b. Smith Two -Way shall immediately secure and place orders for all materials related to this project. c. The City and Smith Two -Way shall coordinate and communicate on the delivery status of materials related to this project. City shall issue a Notice to Proceed after a vast majority of materials have been received. d. Smith Two -Way shall complete project within 365 calendar days of Notice to Proceed for the total project. Smith Two -Way shall complete the project in a manner thatn does not negatively affect alerting of emergency calls. V. STATION LOCATIONS: Fayetteville, AR 72701 a. Station 1: 303 W Center St. b. Station 2: 708 N Garland Ave. c. Station 3: 1050 Happy Hollow Rd, d. Station 4: 3385 Plainview Ave. e. Station 5: 2979 N Crossover Rd. f. Station 6: 900 S Hollywood Ave. g. Station 7: 835 N Rupple Rd. h. Station 8: 2266 W Deane St i. Station 9: 2250 S School i. Station 13: 4500 S School 3. PRICING: a. Smith Two -Way at its own cost and expense shall furnish all labor, materials, supplies, machinery, equipment, tools, supervision, bonds, insurance, tax permits, and all other accessories and services necessary to complete items as described below and in accordance with specifications attached hereto and made a part hereof under RFP 21-06, all included herein as if spelled out word for word. b. Pricing below is inclusive of taxes and first year maintenance and warranty. City of Fayetteville, AR and Smith Two -Way Radio, Inc. Scope of Work — Appendix A Page 3 of 4 3_Us1onAle rtine Summary Description Price Station 1 - Includes Fire Bay, Battalion Chief Alerting & Admin $ 62,509.21 Station 2 $ 24,782.19 Station 3 $ 31,946.33 Station 4 $ 36,211.66 Station 5 $ 30,623.52 Station 6 $ 37,261.78 Station 7 $ 31,944.45 Station 8 $ 34,238.20 Station 9 $ 39,259.18 Station 13 $ 24,512.01 TOTAL $ 353,288.53 Prolact Priring Summary Station Alerting $ 353,288.53 Project Management $ 2,500.00 PROJECT TOTAL $ 355,788.53 City of Fayetteville, AR and Smith Two -Way Radio, Inc. Scope of Work — Appendix A Page 4 of 4 II CITY OF FAYETTEVILLE ARKANSAS Contract for RFP 21-06 Fire Station Alerting System Appendix B City Solicitation Package CITY OF City of Fayetteville, Arkansas F AY E T T E V! L L E Purchasing Division —Room 306 113 W. Mountain A R K A M S A S Fayetteville, AR 72701 Phone: 479.575.8220 TDD (Telecommunication Device for the Deaf): 479.521.1316 Request for Proposal: RFP 21-06, Fire Station Alert System DEADLINE: Tuesday, October 12, 2021 before 2:00 PM, local time Pre -Proposal Conference: Tuesday, September 21, 2021 at 2:00 PM, local time PURCHASING MANAGER: Jonathan Smith, ionsmith@fay_ptteyiile-ar.Roy DATE OF ISSUE AND ADVERTISEMENT: 09/12/2021 REQUEST FOR RFP 21-06. Fi No late proposals shall be accepted. RFP's shall name as well as the name and address of the firm All proposals shall be submitted in accord c i1 attached hereto. Each Proposer is requ' in may be used as basis of rejection. i opps with state, local, or federal laws, orc s, or gQli L !Ded in sea "'`a►ve the a a City of F #%blan nd shall ) 1 1. v m �` la cth the project number and i =ttevTlle specifications and bid documents 'V information requested; failure to do so on will be rejected that violates or conflicts The undersigned hereby offers to furnish & gi artidt ices as specified, at the prices & terms stated herein, and in strict accordance with the specification nd eneq itians of submitting, all of which are made a part of this offer. This offer is not subject to withdrawal unle utual written agreement by the Proposer/Bidder and City Purchasing Official. oenN Name of Firm: Contact Person: Title: E-Mail: r N Phone: Business Address: City: Signature: City of Fayetteville, AR RFP 21-06, Fire Station Alert System Page 1 of 18 State: Date: Zip: City of Fayetteville RFP 21-06, Fire Station Alert System Advertisement City of Fayetteville, AR Request for Proposal RFP 21-06, Fire Station Alert System The City of Fayetteville (the City) is seeking proposals for the replacement of their existing Fire Station Alerting (FSA) system. The City currently operates seven (7) fire station locations with an additional three (3) fire stations under construction or in the planning stages. Additional facilities to be included in this project are the Fire Marshal's Office, the Training Center, and the Airport fire station for a total of 13 facilities. The Public Safety Answering Point (PSAP) is at the City's police station where all 911 and non -emergency calls are taken. To be considered, sealed proposals shall be received by TuesdaV, October 12 2021 before 2:00:00 PM local time utilizing the electronic bidding software, OR by submitting a sealed proposal at the City Administration Building, City Hall, Purchasing — Room 306, 113 West Mountain, Fayetteville, Arkansas. No late submittals shall be accepted. The RFP and associated addendums can be downloaded from s web site at www.fa ett ov bids. All questions regarding the process should be directed to Jonathan Sm 'onsmith .Fa etteviile-ar 9)575-8220. • A non -mandatory pre -proposal conference will be held NNIII on Tuesd tember 2 10:00 PM, local time. Interested parties can find information on the virtual rrfetWdetails y ring with n and accessing the portal to the RFP. All interested parties are strongly encoattend. All interested parties shall be qualified to do a and H ed accordance 'th all applicable laws of the state and local governments where the project is loc d. Pursuant to Arkansas CodeAnnota 03 T f Fayettev41 r�icc arages all qualified small, minority and women business enterprises to bid on an ceiv c r s r goods, `"� , and construction. Also, City of Fayetteville encourages all genera! contractors to bcon tions of the' ct to qualified small, minority and women business enterprises. The City of Fayetteville reserves the right to reject 11 ro posals and to waive irregularities therein, and all parties agree that such rejection shall be without liability on t of the City of Fayetteville for any damage or claim brought by any interested party because of such rejectio r a I any interested party seek any recourse of any kind against the City of Fayetteville because of such rejectio g of any Statement in response to this invitation shall constitute an agreement of the interested party to these co ns. CITY OF FAYETTEVILLE, AR • By: Jonathan Smith Title: Sr. Purchasing Agent P: 479.575.8220, E-Mail: ionsmith@faVetteville-ar,gov TDD (Telecommunications Device for the Deaf): (479) 521-1316 Date of advertisement: 09/12/2021 City of Fayetteville, AR RFP 21-06, Fire Station Alert System Page 2 of 18 City of Fayetteville RFP 21-06, Fire Station Alert System SECTION A: General Terms & Conditions 1. SUBMISSION OF A PROPOSAL SHALL INCLUDE: Each proposal shall contain the following at a minimum. Proposer must also address detailed requirements as specified in the Scope of Work. a. A written narrative describing the method or manner in which the Proposer proposes to satisfy requirements of this RFP in the most cost-effective manner. b. A description of the Proposer's experience in providing the same or similar services as outlined in the RFP. This description should include the names of the person(s) who will provide the services, their qualifications, and the years of experience in performing this type of work. Also, include the reference information requested in this RFP. c. The complete fee and cost to the City for all s 'ces outlined in this RFP. d. Statement should be no more than twenty five ) pages; single sided, st adable, print on standard 8.5x11 papers. Propos Ms ISO su jt a three (3) e ximum) executive summary. The following items will y t tow a age limit appendix, cover sheet, 3-page executive summary, resu umes II e no mor page per person), and forms provided by the City for �tion. a. Submitting and es onding t t is RFP: P osa shall be prepared simply and economically Ing a ight ward, c e ascription of its ability to meet the require he p . ancy bind c lured displays, and promotional material are not r uire E sj should completeness and clarity of content. All documents phys mitted s typewritten on standard 8 %" x 11" white papers and boun a voluM tions would be schematics, exhibits, one -page resumes, and City quir4d Limit proposal to twenty- five (25) pages or less, excluding one -page tea es, references, and forms required by the City for completion. All propo be sealed upon delivery to the City of Fayetteville. i. Option 1 — tr is Submittal (strongly encoura : Proposers can go to www.faYet1VvJIe-ar.jqov/bids and follow the prompts to submit a proposal within the elects ding platform. If a proposal is submitted electronically, a physical syft i is of necessary. All Proposers must register in order to be able to submit. re no fee for registration. ii.Option_ 2 — Physical Submittal: All Proposers shall submit one 1 original copy of their proposal as well as one 1 electronic copy on a properly labeled USB or other electronic media device. The electronic copy submitted shall be contained into one single file. (1) electronic file and shall be identical to the hard copies provided. The use of Adobe PDF documents is strongly recommended. Files contained on an City of Fayetteville, AR RFP 21-06, Fire Station Alert System Page 3 of 18 USB or electronic media shall not be restricted against saving or printing. Electronic copies shall not be submitted via e-mail to City employees bythe Proposer and shall be provided to the City in a sealed manner. FeclEx, UPS, USPS, or other packages should be clearly marked with the RFP number on the outside of the mailing package. e. Proposals will be reviewed following the stated deadline, as shown on the cover sheet of this document. Only the names of Proposer's will be available after the deadline until a contract has been awarded by the Fayetteville City Council. All interested parties understand proposal documents will not be available until after a valid contract has been executed. Proposers shall submit a proposal based on documentation published by the Fayetteville Purchasing Division. g. Proposals shall be enclosed in sealed envelopes or packages addressed to the City of Fayetteville, Purchasing Division, Room 306, 113 W. Mountain, Fayetteville, AR 72701. The na , address of the firm and Bid, RFP, or RFQ number shall b the outside of the packaging �! as on any packages enclosed in shipping containers or S. h. Proposals must follow the format of t ropos Zould structrfiesponses to follow the sequence of the RFP. �` L Proposers shall have experien w rk of t sart simi i and must provide references that will satisfy the City of Fa�ville. o shall furni reference list of clients for whom JIMthey have perforated simi r rvices an m is provide i9kirma. ion as requested in this document. j. Proposer is advi xce o any of a er s contained in this RFP or the attached service agreemen ust be i e in its res s�to the RFP. Failure to do so may lead the City to declare any such erm ^n tiable. Pr s desire to take exception to a non-negotiable term will not disqualify it m inside award. • k. Local time shall be defined as th Fayetteville, Arkansas on the due date of the deadline. Documents shall be received b e deadline time as shown by the atomic clock located in the Purchasing Division Office r nic clock located in the City's third -party bidding software. 2. WRITTEN REQUESTS FOR INTERPRLV'ATIONS OR CLARIFICATION: • No oral interpretations eell to any firms as to the meaning of specifications or any other contract documents. All questio er aining to the terms and conditions or scope of work of this proposal must be sent in writing via e-mail to the Purchasing Department. Responses to questions may be handled as an addendum if the response would provide clarification to the requirements of the proposal. All such addenda shall become part of the contract documents. The City will not be responsible for any other explanation or interpretation of the proposed RFP made or given prior to the award of the contract. 3. DESCRIPTION OF SUPPLIES AND SERVICES: City of Fayetteville, AR RFP 21-06, Fire Station Alert System Page 4 of 18 Any manufacturer's names, trade name, brand name, catalog number, etc. used in specifications are for the purpose of describing and establishing general quality levels. Such references are NOT intended to be restrictive. Proposals shall be considered for all brands that meet the quality of the specifications listed for any items. 4. RIGHTS OF CITY OF FAYETTEVILLE IN REQUEST FOR PROPOSAL PROCESS: In addition to all other rights of the City of Fayetteville, under state law, the City specifically reserves the following: The City of Fayetteville reserves the right to rank firms and negotiate with the highest-ranking firm. Negotiation with an individual Proposer does not require negotiation with others. b. The City reserves the right to select the proposal it believes will serve the best interest of the City, c. The City of Fayetteville reserves the right to accept or reject any or all proposals. d. The City of Fayetteville reserves the right to he entire request for pro s e. The City of Fayetteville reserves the righ edy aive technic o irr�terial errors in the orproposals proposal request for ro osal in t ed. f. The City of Fayetteville resery t right to r st a ry clarifications, additional information or proposal data ott ch he terms o proposal. p p � � p p g. The City of Fayettevill s th ' ht to ake selecin f the Proposer to perform the services required on the e on oposals ►Wth ut gotiation. h. The City reserves t righ or a best I offer from one or more Proposers. The best and final offer process is ranter* ore, Proposers shall submit and respond to this RFP on the most favorable t ms avai 5. EVALUATION CRITERIA: The evaluation criterion defines the fa r hat will be used by the selection committee to evaluate and score responsive, responsible and qualif d proposals. Proposers shall include sufficient information to allow the selection committee to thorq aIuate and score proposals. Each proposal submitted shall be evaluated and ranked by a selectio . The contract will be awarded to the most qualified Proposer, per the evaluation criteria listed thi RFP. Proposers are not guaranteed to be ranked. 6. COSTS INCURRED BY PROPOSERS: City of Fayetteville, AR RFP 21-06, Fire Station Alert System Page 5 of 18 All expenses involved with the preparation and submission of proposals to the City, or any work performed in connection therewith, shall be borne solely by the Proposer(s). No payment will be made for any responses received, or for any other effort required of, or made by, the Proposer(s) prior to contract commencement. 7. ORAL PRESENTATION: An oral presentation and/or interview may be requested of any firm, at the selection committee's discretion. 8. CONFLICT OF INTEREST: The Proposer represents that it presently has no interest and shall acquire no interest, either direct or indirect, which would conflict in any manner with the performance or services required hereunder, as provided in City of Fayetteville Code Section 34,26 titled "Limited Authority of City Employee to Provide Services to the City". The Proposer shall promptly notify Andrea Foren, City Purchasing Manager, in rating, of all potential conflicts of interest for any pr4110 ctive business association, i or other circumstance which may influence or appealuence the Proposer's jud m t or quality of services being provided. Such written �notion shall identify the ive business association interest or circumstance*ture hich the Pr er.Way undertake and request an opinion to the City as to i r the is on, interlToAcircumstance would, in the opinion of the City, constitut ict of in re i entere the Proposer. The City agrees to communicate with t o bser it iron is e- rr -class mail within thirty days of receipt of notification. 9. WITHDRAWAL OF PROPOSAL: • A proposal may be withdraw prior to m set fort posal submittal based on a written request from an authorized representa ive o fi ; howeye oral shall not be withdrawn after the time set for the proposal. • 7��+ • 10. LATE PROPOSAL OR MODIFICATIONS: a. Proposal and modificatio cafter the time set for the proposal submittal shall not be considered. Modification w ting received prior to the deadline will be accepted. The City will not be responsible r misdirected bids. Proposers should call the Purchasing Division at (479) 575-8220 tQ ! receipt of their submittal documents prior to opening time and date listed. b. The time set fo e deadline small be local time for Fayetteville, AR on the date listed. All proposals shall be received in the Purchasing Division BEFORE the deadline stated. The official clock to determine local time shall be the atomic clock located in the Purchasing Division, Room 306 of City Hall, 113 W. Mountain, Fayetteville, AR. 11. LOCAL STATE AND FEDERAL COMPLIANCE REQUIREMENTS: City of Fayetteville, AR RFP 21-06, Fire Station Alert System Page 6 of 18 The laws of the State of Arkansas apply to any purchase made under this request for proposal. Proposers shall comply with all local, state, and federal directives, orders and laws as applicable to this proposal and subsequent contract(s) including but not limited to Equal Employment Opportunity (EEO), Disadvantaged Business Enterprises (DBE), & OSHA as applicable to this contract. Pursuant to Arkansas Code Annotated §22-9-203 The City of Fayetteville encourages all qualified small, minority and women business enterprises to bid on and receive contracts for goods, services, and construction. Also, City of Fayetteville encourages all general contractors to subcontract portions of their contract to qualified small, minority and women business enterprises. 12. PROVISION FOR OTHER AGENCIES: Unless otherwise stipulated by the Proposer, the Proposer agrees to make available to all Government agencies, departments, municipalities, and counties, the proposal prices submitted in accordance with said proposal terms and conditions therein, should any said go rnmental entity desire to buy un is proposal. Eligible users shall mean all state of Arkansas s, the legislative and judi ches, political subdivisions (counties, local district school bo rds, munity colleges, muni counties, or other public agencies or authorities), which may 4e purch under tine tea onditions of the contract. 1 �J I� 13. COLLUSION: The Proposer, by affixing his or her � n to thi p posal, agre to t following: Proposer certifies that his proposal is made withou s un tan i g, agree n r connection with any person, firm or corporation making a pro Yes m(s) andfar er s and is in all respects fair, without outside control, collusion, fra ❑ he i i al actio � 14. RIGHT TO AUDIT FOIA AND IURISD a. The Cityof Fayetteville reserves y ge of auditing a Contractor's records as such records relate to purchases between th d said Contractor. b. Freedom of Information : ity contracts and documents prepared while performing City contractual work are bjec to the Arkansas Freedom of Information Act. If a Freedom of Information Act rp presented to the City of Fayetteville, the (contractor) will do everything possible to pr uments in a prompt and timely manner as prescribed in the Arkansas Freedom of I for tion Act (A.C.A. §25-19-101 et. seq.). Only legally authorized photocopying costs pursuant he FOIA may be assessed for this compliance. c. Legal jurisdiction to resolve any disputes shall be Arkansas with Arkansas law applying to the case. 15. CITY INDEMNIFICATION: The successful Proposer(s) agrees to indemnify the City and hold it harmless from and against all claims, liability, loss, damage or expense, including but not limited to counsel fees, arising from or by reason of any City of Fayetteville, AR RFP 21-06, Fire Station Alert System Page 7 of 18 actual or claimed trademark, patent or copyright infringement or litigation based thereon, with respect to the services or any part thereof covered by this order, and such obligation shall survive acceptance of the services and payment thereof by the City. 16. VARIANCE FROM STANDARD TERMS & CONDITIONS: All standard terms and conditions stated in this request for proposal apply to this contract except as specifically stated in the subsequent sections of this document, which take precedence, and should be fully understood by Proposers prior to submitting a proposal on this requirement. 17. ADA REQUIREMENT FOR PUBLIC NOTICES & TRANSLATION: Persons with disabilities requiring reasonable accommodation to participate in this proceeding/event, should call 479.521.1316 (telecommunications device for the deaf), not later than seven days prior to the deadline. Persons needing translation of this document shall contact the City of Fayetteville, Purchasing Division, immediately. Q� 18. CERTIFICATE OF INSURANCE: The successful Proposer shall provide a Certificate►o ance i cordance wit s etions listed in this request for proposal, prior to commencement ork. ce ificate sh e City of Fayetteville p � � Y Y 7 as an additional insured. Insurance shall rem ' a throe o ject co C. 19. PAYMENTS AND INVOICING: �` ✓� The Proposer must specify in thei al th exact pany and address which must be the same as invoices submitted for p m t s re t f award of P. Further, the successful Proposer is responsible for immediately th asing Div ny company name change, which would cause invoicing to change fro the n ed at the ti a original RFP. Payment will be made within thirty days of invoice received. Th i yettev v 'ry credit worthy and will not pay any interest or penalty for untimely payments. Pay is can b �bessed through Proposer's acceptance of Visa at no additional costs to the City for expedited pa iocessing. The City will not agree to allow any increase in hourly rates by the contract without PRIQ,teville City Council approval. 20. CANCELLATION: a. The City reserves t to cancel this contract without cause by giving thirty (30) days prior notice to the r writing of the intention to cancel or with cause if at any time the Contractor f s to ill or abide by any of the terms or conditions specified. b. Failure of the contractor to comply with any of the provisions of the contract shall be considered a material breach of contract and shall be cause for immediate termination of the contract at the discretion of the City of Fayetteville. c. In addition to all other legal remedies available to the City of Fayetteville, the City reserves the right to cancel and obtain from another source, any items and/or services which have not been City of Fayetteville, AR RFP 21-06, Fire Station Alert System Page 8 of 18 delivered within the period of time from the date of order as determined by the City of Fayetteville. In the event sufficient budgeted funds are not available for a new fiscal period, the City shall notify the Contractor of such occurrence and contract shall terminate of the last day of the current fiscal period without penalty or expense to the City. 21. ASSIGNMENT, SUBCONTRACTING, CORPORATE ACQUISITIONS AND/OR MERGERS: a. The Contractor shall perform this contract. No assignment of subcontracting shall be allowed without prior written consent of the City. If a Proposer intends to subcontract a portion of this work, the Proposer shall disclose such intent in the proposal submitted as a result of this RFP. b. In the event of a corporate acquisition and/or merger, the Contractor shall provide written notice to the City within thirty (30) calendar days of Contractor's notice of such action or upon the occurrence of said action, whichever occurs first. The right to terminate this contr which shall not be unreasonably exercised by the City, sh elude, but not be limited to, i s�s in which a corporate acquisition and/or merger repre a ❑nflict of interest or are c t y to any local, state, or Federal laws. Action by the City a ardirVa proposal to a firm that sed its intent to assign or subcontract in its respon e► FP, wi ut exception c titute approval for purpose of this Agreement.` 22. NON-EXCLUSIVE CONTRACT: / Award of this RFP shall impose no which may develop during the co the right to concurrently col qft the City's best interest. In th aSE item. 23. LOBBYING: • itV to uti will&Nntractor for all work of this type, kelontract. The City specifically reserves F work if it deems such an action to be in is provision shall apply separately to each Lobbying of selection committee members T Fayetteville employees, or elected officials regarding request for proposals, request for qu , bids or contracts, during the pendency of bid protest, by the bidder/proposer/protestor or an er er of the bidder's/proposer's/protestor's staff, and agent of the bidder/proposer/protestor, or any erson employed by any legal entity affiliated with or representing an organization that is respondjp X111Arequest for proposal, request for qualification, bid or contract, or has a pending bid protest is Qrohi i ited either upon advertisement or on a date established by the City of Fayetteville and shall beAd until either an award is final or the protest is finally resolved by the City of Fayetteville; providedver, nothing herein shall prohibit a prospective/bidder/proposer from contacting the Purchasing Division to address situations such as clarification and/or questions related to the procurement process. For purposes of this provision lobbying activities shall include but not be limited to, influencing or attempting to influence action or non -action in connection with any request for proposal, request for qualification, bid or contract through direct or indirect oral or written communication or an attempt to obtain goodwill of persons and/or entities specified in this provision. Such actions may cause any request for proposal, request for qualification, bid or contract to be rejected. City of Fayetteville, AR RFP 21-06, Fire Station Alert System Page 9 of 18 24. ADDITIONAL REQUIREMENTS: The City reserves the right to request additional services relating to this RFP from the Proposer. When approved by the City as an amendment to the contract and authorized in writing priorto work, the Contractor shall provide such additional requirements as may become necessary. 25. SERVICES AGREEMENT: A written agreement, in substantially the form attached, incorporating the RFP and the successful proposal will be prepared by the City, signed by the successful Proposer and presented to the City of Fayetteville for approval and signature of the Mayor. 26. INTEGRITY OF REQUEST FOR PROPOSAL (RFP) DOCUMENTS: Proposers shall use the original RFP form(s) provided by the Purchasing Division and enter in mation only in the spaces where a response is requested. Proposers use an attachment as an add to the RFP forms) if sufficient space is not available on the original r the Proposer to enter a ete response. Any modifications or alterations to the original RFP doc ents by the Proposer, ntentional or otherwise, will constitute grounds for rejection f res e. Any such if sons or alterations a Proposer wishes to propose shall be clearly sta !1 e P�r s FP respo presented in the form of an addendum to the original RFP docume 27. OTHER GENERAL CONDITIONS: N Iq a. Proposers must provi ty w, eir oposals ' e y an employee having legal authority to submit propo ehai e Proposeir�Th entire cost of preparing and providing responses shall be orne y o ser. L The City reserves the rig h r uest a oval information it deems necessary from any or all Proposers after the subm sion 4e c. This solicitation is not to be co as an offer, a contract, or a commitment of any kind; nor does it commit the city to y costs incurred by Proposer in preparation. It shall be clearly understood that any costs c ed by the Proposer in responding to this request for proposal is at the Proposer's own k and expense as a cost of doing business. The City of Fayetteville shall not be liable fop*rri Bement to the Proposer for any expense so incurred, regardless of whether or n o al is accepted. d. If products, components, or services other than those described in this bid document are proposed, the Proposer must include complete descriptive literature for each. All requests for additional information must be received within five working days following the request. e. Any uncertainties shall be brought to the attention to Jonathan Smith immediately via telephone (479.575.8220) or e-mail (iQnsrriith@fayetteville-ar.gov). It is the intent and goal of the City of Fayetteville Purchasing Division to provide documents providing a clear and accurate City of Fayetteville, AR RFP 21-06, Fire Station Alert System Page 10 of 18 understanding of the scope of work to be completed and/or goods to be provided. We encourage all interested parties to ask questions to enable all Proposers to be on equal terms. f. Any inquiries or requests for explanation in regard to the City's requirements should be made promptly to Jonathan Smith, City of Fayetteville, Purchasing Agent via e-mail ('Onsmith@fayetteville-ar.gov) or telephone (479.575.8220). No oral interpretation or clarifications will be given as to the meaning of any part of this request for proposal. All questions, clarifications, and requests, together with answers, if any, will be provided to all firms via written addendum. Names of firms submitting any questions, clarifications, or requests will not be disclosed until after a contract is in place. g. At the discretion of the City, one or more firms may be asked for more detailed information before final ranking of the firms, which may also include oral interviews. h k. Any information provided herein is intended to assist the Proposer in the preparation of proposals necessary to properly respond to this RFP. The RFP is designed to provide qualifiedkposers with sufficient basic information to submit prop meeting minimum specifics nd/or test requirements but is not intended to limit a ntent or to exclude any r e t or essential data. Proposers irrevocably consent that a in any manner relating to this Cps expressly and irrevocably waiv�,; alleged lack of jurisdiction or ilp, The successful ProposfrNNot a theWhole orha?t of this Contract or any monies due or to become due wit itten f IIProposer assigns or any f y moInstrument of assig rnen Il tain a clright of the assignee in an a moni�subject to prior liens of all ersoV, rsupplied for the performance of t sThe successful Proposer's s directed to the fact that all applicable Federal and State laws, municipal ordinances, an a les and regulations of all authorities having jurisdiction over the services shall apply to e contract throughout, and they will be deemed to be included in the contract as thouO out in full herein. The successful Proposer shall keep himself/herself fully informed of 5, i nces and regulations of the Federal, State, and municipal governments or authorities a manner affecting those engaged or employed in providing these services or in any way affecting the conduct of the services and of all orders and decrees of bodies or tribunals having any jurisdiction or authority over same. If any discrepancy or inconsistency should be discovered in these Contract Documents or in the specifications herein referred to, in relation to any such law, ordinance, regulation, order or decree, s/he shall herewith report the same in writing to the City of Fayetteville. Wer, arising out of or vv. Proposer hereby -eeding based on any City of Fayetteville, AR RFP 21-06, Fire Station Alert System Page 11 of 18 cano y o Fayetteville. In case the successful nie or to become due under this Contract, the stantially to the effect that is agreed that the to become due to the successful Proposer shall be and corporations for services rendered or materials called for in this contract. City of Fayetteville RFP 21-06, Fire Station Alert System SECTION B: Project Information & Requirements 1. INTRODUCTION: The City of Fayetteville is seeking proposals for Fire Station Alert (FSA) systems. The City currently operates seven (7) fire station locations with an additional three (3) fire stations under construction or in the planning stages. Additional facilities to be included in the project are the Fire Marshal's Office, the Training Center, and the Airport Fire Station for a total of thirteen (13) facilities. The Public Safety Answering Point (PSAP) is at the City's police station where all 911 and non -emergency calls are taken. 2. SCOPE OF WORK: A. The Contractor shall provide all equipment, materials, and station supplies and supervision for a turnkey solution. This solution shall include new stations under design and construction and shall provide for integration and upgrade for existing station's systems. B. All applicable national, state, and local electrical and ing codes shall be followed; Z C. The system shall be modular in design to allow for it re xpansion of stations, uni ,+► D. The system shall utilize gradual or escalati sand on notifi io f calls. The system shall provide an audible escalating alert ton arly iden !e o the uni a type of call that is being dispatched; �4* E. The system shall include LED ing fo so er lighting than th existing flood }fights used in current stations. F. The system shall use di e al n r EMS, Fir 0 ue calls. G. The system shall employ urna i e n the Y p Y fan a apparatus bay doors that will start upon dispatch and stop when the apparatus cr es e thres?l e door. H. The system shall integrate existing stati s w stations using a logging recorder of the turn out times so that a database can be maintained of e ratus and response times. Turn out time is defined as the time from the dispatch until the time trusses the threshold of the apparatus bay door. I. The system shall provide for me to open the apparatus doors upon dispatch and close them within 2 minutes after the turnout i r has stopped. The Contractor shall provide integration to existing station alerting systems curre u J. The Contractor sh up e existing stations with Omni -Directional speakers in the apparatus bays to provide the same level and q ty of audio as the new stations. K. The Contractor shall upgrade existing stations with upgraded speakers in living quarters to provide the same level and quality audio as the new stations. L. The system shall provide a Day/Night mode with similar operation of existing stations and new stations. City of Fayetteville, AR RFP 21-06, Fire Station Alert System Page 12 of 18 M. The System shall provide a zoning capability of volume adjustments to separate the sleeping areas, living areas, and apparatus bays. The Contractor will incorporate the same zone controls as existing stations to allow for uniform operation. N. The system shall provide adequate relay operation and employ the use of gas control valves to cut off the gas flow to kitchen (cook stove) and exterior gas supplies. 3. TOOLS AND EQUIPMENT: The Contractor shall be equipped with the tools of their trade and shall furnish all labor, tools, and all other items necessary for and incidental to executing and completing all required work. Contractor shall provide all required tools, equipment, consumable products, and testing instruments need for the project. 4. WASTE DISPOSAL AND CLEANUP: 1.1 Removal and off -site disposal of construction waste shall be the responsibility of the Contractor and shall be included in the price. Debris and trash shall be removed at the end of each day's work. Upon completion, the work area shall be left clean of debris and trash associated with the work. There shall be no addition�arges to the City for removal and/or disposal of materials. WORKMANSHIP, MATERIALS, AND EQUIPMENT: �1110 Unless otherwise provided in the contract requi t a d spec materials, and equipment for satisfactory contr Orman specifications, such materials and equipme of s.ultab WARRANTY: N Contractor shall warranty the s 12 m s of f r final in: Warranty shall include all a bosues arisigg d w A 7. CONTRACTOR'S EMPLOYEES: ns, the Con all furnish all labor, not speci all i entified in the n.d ra a purpose. and acceptance from the City. Any person making deliveries to or working o { pr �erty must be identifiable by uniform, proper identification, and a marked vehicle. The Contractor shall o ish employees who are competent and skilled for work under the contract. If, in the opinion of the City, an ern e of the Contractor is incompetent or disorderly, refuses to perform in accordance with the terms and Atondi ions of the Contract, threatens or uses abusive language while on city property, or is otherwise uQI+!)� ry, that employee shall be removed from all work under the contract. The City reserves the ght tpprove or disapprove of specific Contractor employees from working on any site involved with this proj 8. CONTINUED SERVICE: Due to the nature of Emergency Services, the Contractor shall be able to provide 24/7 service response answered by a commercial answering service to ensure that all emergency calls for service are answered and addressed. The Contractor shall provide a guarantee of technical support within one (1) hour of notification. City of Fayetteville, AR RFP 21-06, Fire Station Alert System Page 13 of 18 Contractor shall include pricing for service for one (1) year following the date of install and acceptance from the City of Fayetteville. Contractor shall also provide annual pricing for subsequent years of continued service, inclusive of any increases. 9. PROPOSAL FORMAT: a. Executive Summary: Prefacing the proposal shall be an Executive Summary of three (3) pages or less, providing in concise terms a summation of the proposal and bearing the signature of an individual authorized to bind the firm. b. Structure of Proposal: Responses shall be organized in the following format and informational sequence: Part I - Business Organization: The proposal shall include relevant historical data and identification of the office or subordinate element which will perform the work contemplated herein. The owners and principal management personnel of the firm shall be identified fully. Annual market volume by line of coverage and the number an ize of accounts shall be disclose provided. Part II - Concept and Solution: The respo de nderstanding of the t nted shall be defined in detail and proposed solutio fined, escription of h f' s strengths in the marketplace should be included, alo :tn e t1 of how s insurance program would be marketed. Any restricti r itio s be def' f ?6 Part III - Program: The resp s to Alan to ac lish the work shall be presented, including time -related p graph a d charts s win tasks, subtasks, miiestones, and decision points, inclu ' poi whi delivera arts will be provided. The scope of services availabl h ea of anagemertt ss troi services, claims management, and associated functio s d d o ed in de IN Part IV - Account Team I: Th d titles of the team proposed for assignment to the City's account shall be I ntified with a description of team leadership, interface and • support function, and reporting r ps, along with individual backgrounds of personnel who will be actively engaged in work o the account. The primary work assigned to each person and the corresponding a ddhtne shall be indicated. This section shall include any proposed third parties or sub consu is Part V - CorporatV nce: Relevant Public Sector insurance placement and account handling experience a i ences shall be presented in detail, with all experience cited to be recent in time and ha een performed, to a considerable degree, by members of the proposed account team. mphasis shall be given to identifying comparable services for public sector organization and educational institutions. For each client reference, the scope of service, time performed, and name, title, address and phone number of the principal contact person should be shown. City of Fayetteville, AR RFP 21-06, Fire Station Alert System Page 14 of 18 Part VI -Authorized Negotiator: The proposal shall provide the name, title, address, and telephone number of the person authorized to negotiate contract terms and render binding decisions on contract matters. Part VII - Cost Proposal / Financing Plan: Contractor shall disclose pricing for all cost associated with this scope of work. Pricing shall be detailed and itemized in a manner that distinguishes pricing with packages/options available. Contractor shall include continued service on an annual basis. 10. PROPOSAL CONTENT: Proposals shall be prepared simply and economically, providing a straightforward, concise description its ability to meet the requirements for the project. Fancy bindings, colored displays, and promotional material are not required. Emphasis should be on completeness and clarity of content. All documents should be typewritten on standard 8 %" x 11" white papers and bound in one volume. Exceptions would be schematics, exhibits, or other information necessary to facilitate the City of Fayetteville's ability to accurately evaluate the proposal. Limit proposal to twenty-five (25) pages or less, excluding one -page team resumes, references, tab dividers, and forms required b) he City for completion. (� 11. CONTRACT FORMATION: If the negotiation prod ces tual agreement, a cont e considered for approval by the City of Fayetteville City C tt egoti ns with the h t king Proposer fail, negotiations may be initiated with the next ran ki er until ement is reached. The City reserves the right to reject all offer--2.m the pro ss ithout ea contract. 140 12. Selection Criteria: The followin will a se by the Cit o evaluate and score responsive proposals. Proposers shall in fficient info tion to the City to thoroughly evaluate and score the proposal. Eac r o I b is n t requi be ranked by the selection committee. The contract may be aw the os ualified f # e evaluation criteria listed below, based on the evaluation of the s ection ittee. Foll e evaluation of the proposals, the Selection Committee may request that t king+fi ke an oral presentation or be interviewed. If presentations are necessary, the ill take pLa&i ayetteville, Arkansas. Notices will be sent by the Purchasing Division. • 1) 20% Qualifications in Relati ecific Project to be Performed: Information reflecting qualifications of t v r, partners, and project team. Indicated specialized experience and technical com e e of the firm in connection with the type and complexity of the service require 5u contractors, if used, shall be listed with information on their organizatjp 2) 25% Exper nceompetence, and Capacity for Performance: Information reflecting the names, es, and qualifications (including experience and technical competence) of the major personnel assigned to this specific project. This will include but not be limited to: quality of representative projects, experience and success with public/private development projects, financial capacity to complete and deliver the project. City of Fayetteville, AR RFP 21-06, Fire Station Alert System Page 15 of 18 3) 20% Proposed Method of Doing Work: A proposed work plan (description of how the project would be conducted as well as other facts concerning approach to scope) indicating methods and schedules for accomplishing scope of work. Include with this the amount of work presently underway. This also includes but is not limited to degree to which the preliminary development concept and site design meets the RFP requirements and preferences, proposed building completion narrative and schedule, demonstrated market viability, and demonstrated public benefit. 4) 20% Past Performance: Previous evaluations shall be considered a significant factor. If previous evaluations with the City are not available, the professional firm's past performance records with City and others will be used, including quality of work, timely performance, diligence, and any other pertinent information. Firm will provide a list of similar jobs performed and person whom the City can contact for information. This also includes but is not limited to evaluation of success in other urban redevelopment projects. 5) 15% Cost/Fees: Complete costs and fees as d cr'bed in this RFP, financial viab and delivery of the proposal including f"r al ibility and financial stability including a comprehensive risk assessme II be conducted and subq ensure the proposed partnershipineP the fiscal eds of the proj ct �fV� risk. V istruction I analysis, sponse to le level of 11 ADDITIONAL DOCUMENTS AND I ATON: 'followin d u nts are included with this solicitation as additional informa ' City of Fayetteville, AR RFP 21-06, Fire Station Alert System Page 16 of 18 City of Fayetteville RFP 21-06, Fire Station Alert System SECTION C: Signature Submittal 1. DISCLOSURE INFORMATION Proposer must disclose any possible conflict of interest with the City of Fayetteville, including, but not limited to, any relationship with any City of Fayetteville employee. Proposer response must disclose if a known relationship exists between any principal or employee of your firm and any City of Fayetteville employee or elected City of Fayetteville official. If, to your knowledge, no relationship exists, this should also be stated in your response. Failure to disclose such a relationship may result in cancellation of a purchase and/or contract as a result of your response. This form must be completed and returned in order for your bid/proposal to be eligible for consideration. PLEASE CHECK ONE OF THE FOLLOWING TWO OPTIONS, AS IT APPROPRIATELY APPLIESTO YOURM: 1) NO KNOWN RELATIONSHIP EXISTS 2) RELATIONSHIP EXISTS (Please explai,M� �0p I certify that; as an officer of this organization, o e attach le er of a certify the information provided herein are t and e;4h my and Federal Equal Opportunity and Non-D' atio uireVents and Pursuant Arkansas Code Annotated 5- - 3, t ntra for agr d ce flan, am duly authorized to shall comply with all State itions of employment. ifies that they do not currently boycott Israel and will not boyc❑ uri a ime in w i are entering into, or while in contract, with any public entity as defined i §25-1- at any tim contract the contractor decides to boycott Israel, the contractor must notify the c tr publij> i riting. 2. PRIMARY CONTACT INFORMATION At the discretion of the City, one or mor it y be asked for more detailed information before final ranking of the firms, which may also include ora views. NOTE: Each Proposer shall submit to the City a primary contact name, e-mail address, and h ne number (preferably a cell phone number) where the City selection committee can call for clarifica0D i rview via telephone. Corporate Name of Firm: Primary Contact: Phone#1 (cell preferred): E-Mail Address: City of Fayetteville, AR RFP 21-06, Fire Station Alert System Page 17 of 18 Title of Primary Contact: Phone#2: 3. ACKNOWLEDGEMENT OF ADDENDA Acknowledge receipt of addenda for this invitation to bid, request for proposal, or request for qualification by signing and dating below. All addendums are hereby made a part of the bid or RFP documents to the same extent as though it were originally included therein. Proposers/Bidders should indicate their receipt of same in the appropriate blank listed herein. Failure to do so may subject Contractor to disqualification. ADDENDUM NO. SIGNATURE AND PRINTED NAME DATE ACKNOWLEDGED 5. DEPARMENT CERTIFICATION: As an interested party on this project, you are required to provide debarment/suspension certification indicating in compliance with the below Federal Executive Order. Certification can be done by completing igning this form. Federal Executive Order (E.O.) 12549 "Debarment *a Suspensio ' requires th*t17Cr tors receiving individual awards, using federal funds, and all sub- a is certif the organnd its principals are not debarred, suspended, proposed for debarme ared i i ",For volu t iI cluclecl by any Federal department or agency from doing business witf, deraf Gov ent. Signature certifies that neither you nor your al is pre sl 1 debarre a ed, proposed for debarment, declared ineligible, or voluntarily exclud parti p ion this trans 'on by any federal department or agency. Questions regarding this form sh it a the City * ville Purchasing Division. NAME OF COMPANY: PHYSICAL ADDRESS: • MAILING ADDRESS: PRINTED NAME: PHONE: FAX: E-MAIL: SIGNATURE: TITLE: DATE: City of Fayetteville, AR RFP 21-06, Fire Station Alert System Page 18 of 18 RFP 21-06, Addendum 1 CITY OF FAYETTEVILLE W4V Date: Monday, September 27, 2021 A R K A N S A S To: All Prospective Vendors From: JonathanSmith-479.575.8220—lonsmith@favetteville-ar.gov RE: RFP 21-06, Fire Station Alerting System This addendum is hereby made a part of the contract documents to the same extent as though it were originally included therein. Bidders should indicate their receipt of same in the appropriate blank of the Bid Form. BIDDERS SHOULD ACKNOWLEDGE THISADDENDUM ON THE DESIGNATED LOCATION ON THE BID FORM. 1. The following questions were submitted regarding UP 1 All interested parties s b�'Sider the City Responses below as an official modification to RFP 2]-06: Question City Respe 1. Do we have any drawings of the curre YirrentiktHNonly ings for Station 8 and stations? Stat, n � ch a d with this Addendum. 2. Do we have any drawings of the cur j [s T i ddendum Includes some additional stations? 'V n rma ion re ardi the other fire stations in At ment A. 1 3. Do we have any drawings that sho 4 T e City only has drawings for Station 8 and Station 9. location of the lighting requested? 4. The RFP outlines t with the All speakers and lighting are to be replaced. All current systems. Are re any details stations are equipped with a Motorola APX6500 radio about the current sy that is used for alerting and outside communication. 5. Which CAD system is used by dispatch? The current CAD system being used is Tyler Technologies/New World. C i i y o f F a v e P t e v I I I e, A R RFP 2 1 06. Addc-ndum 1 P ,f,e 115 Telecommunications Device for the Deaf TDD (479) 521-1316 113 West Mountain -Fayetteville, AR 72701 6. The requirement to limit the response to 25 Yes, by issuance of this Addendum and due to the pages is too restrictive in light of all the nature of responses expected, Proposers are information the City is requesting. We permitted to submit proposals up to 75 pages. City request that the page limit be increased to forms and 1-page resumes do not count towards 60 pages. page limitations. 7. Can you provide station floorplans for the No, floorplans for the fire stations are not able to be fire stations to receive the station -level provided. There are plans attached to this equipment? Addendum for Station 8 and Station 9. Also attached to this Addendum is Attachment A; which could provide some additional helpful information. 8. Will Fayetteville be providing station The City will be providing drawings for Station 8 and drawings with room descriptions for FSA Station 9. vendors to determine the bunk rooms to be zoned and the placement of the other station components being requested (i,e. Night vision lighting, speakers, Day/Night e) switch, Response Timers, etc.) t 9. If possible, also confirm if rooms ha uildi e mixture p ceiling and hard dropped or hard deck ceilings tc deter eiling. type of speakers needed.` 10. Would you please provide a ist of Fayetteville approved loc Vol I t ill not byi ed. PN cted y Installers that can be srtion? • FSA vendors for the inst 11. Reference RFP, Page 12, J; "Con ctor shall rent system will be completely replaced with provide integration to existing statio t exception of the Motorola APX6500 radio. alerting systems currently in use." Wh the current alerting system6eej Fayetteville that the new FSAill need to integrate? 12. Reference RFP, Page 12 se provide Turnout timers will be placed at the exit of each more details as to a t A vendor is to apparatus bay. A timer should start upon the initial provide. RFP scat " he system shall dispatch and continue counting up until the integrate existing stations and new stations apparatus crosses the threshold of the door. At using a logging recorder of the turn out which time the counter will stop and the time will be times so that a database can be maintained automatically logged for reference and data tracking. of each apparatus and response times. C i i y of F a y e t t e v i i l , A R `3FP ?1 66, Addendum ,l 'age 215 Telecommunications Device for the Deaf TDD (479) 521-1316 113 West Mountain -Fayetteville, AR 72701 13. What is the current CAD system at The current CAD system being used by the city of Fayetteville? Fayetteville is Tyler Technologies/New World. 14. Please confirm the make and model of your The City's current radio consoles are Motorola current radio console? If you have Motorola MCC7500. Gold Elite, MCC7500 or Harris C3 Gateway or Symphony or if another model please specify. 15. What Radio Channels do you currently The City currently dispatches over a single radio dispatch over, and how many of each channel, which is not expected to change in the channel will you want the FSA vendor to foreseeable future. interface with? 16. Do you currently use Motorola QC two tones The City does not use Motorola QC tones. Current for over your radio system? If so, does tones are generated by the dispatcher. Fayetteville want to continue using QC Two tones? �qv? '0-1t'a 17. Please provide the ceiling types and room - - ing types e a mixture f r i i g and hard descriptions. i ng. Rooj^riptions e provided. 18. Please provide a lighting plan / ceilin he onl�drings th e provided are the plan. Stat' n n Stat' additional plans are able vided. 19. Will the city be providing floo la of the The only ans hat will be provided are for current stations and any fl r for St ❑n 8 a ttn 9. stations that are availab • 20. Please confirm that Tayetfevi Fir Yes Department has (1) main disp c nel for radio -based alerting/dispat g, hich is an 800 MHz channel? 21. Does the new fire station alerting sy e alerting system will only need to work on the radio -based automated dispatchin main dispatch channel. need to have the functionality to different talk groups and channe 7 f not, does Fayetteville only need t new radio - based FSA system to kel, ) 800 MHz e the FSA main radio chaCaa automated dispatcde-key the radio channel? 22. Based on the Pre -Proposal meeting today it Reference Attachment A. seems there is a strong possibility Fayetteville will not be providing station drawings, except for the (2) new Fayetteville Fire stations. Would it be possible to Ci i y of Fayetl'evilfe, AR R F P ?.1 06, Addendum 1 "age 3i5 Telecommunications Device for the Deaf TDD (479) 521-1316 113 West Mountain - Fayetteville, AR 72701 provide the number of individual bunk rooms by station number? Also, specify if any stations have "open" bunks and which stations? 23. Please confirm if any stations have multiple Reference Attachment A. floors and which stations. 24. Please confirm the make and model of the Motorola APX6500 base station radios in the stations. 2. Since drawings for most of the Stations are not being provided, Proposers shall disclose all of the pricing information related to the proposed system(s). An itemized price list shall be submitted with all responses, showing the product or service being provided and the corresponding price. Due to the understanding to inspect existing conditions for all stations, the City does not expect lump sum pricing with this RFP response. 3. There was a non -mandatory Pre -Proposal Conference was held virtually via Zoom on Septe ber 21, 2021. The listing on attendees via Zoom is attached for disclosur all interested parties. 4. Drawings for Station 8 and for Station 9 are included a the of this Addendum. N** 916+ 0 City of Fayetteville, AR R F P 21 06, Addendurn 1 Paf;e 4 J. 5 Telecommunications Device for the Deaf TDD (479) 521-1316 113 West Mountain -Fayetteville, AR 72701 RFP 21-06 Addendum 1 Attachment A The City does not currently have drawings of the stations. Until these can be verified upon site inspection by the top ranked Proposer(s), the City offers the following information: 1. Station 1: Two story with administrative offices and 4 apparatus bays on the first floor. Second floor has living area, 4 shift commander offices, 1 large bedroom, 1 small bedroom and two bathrooms. A total of 21 speakers/lights (not including the apparatus bay). 2. Station 2: Single story with a single common bedroom, 1 bathroom, 1 kitchen, 1 living area and a single apparatus bay. A total of 4 speakers/lights (not including the apparatus bay). 3. Station 3: Two story with one office, living area, kitchen, 1 workout room and 1 bathroom on the first floor with two apparatus bays. Bedrooms and 2 bathrooms on the second floor. A total of 9 speakers/lights (not including the apparatus bay). 4. Station 4 and 6 (identical stations): Single story with office, 6 bedrooms, kitchenQ,living, 2 bathrooms and two apparatus bays. 11 total speaker s not including the apparat b s). 5. Station 5: Single story with two separate bedre ne off' kitchen, dini IN 2 bathrooms and two apparatus bays. A total of 5 speakers/lig inclu ' e pparatus y 6. Station 7: Two story station with two of e one fa thro Mrig 'l lichen and three apparatus bays on the first floor. Second floor bath 4 bedroo A total of 12 ( Ihts s eaker lig not p including the apparatus bays. 7. Stations 8 and 9: Curre c nst n. SingIV with 6 bedrooms, fitness room, living, kitchen/dining, 2 offices, 4 ms paratus total of 15 speakers/lights (not including the apparatus bays). 4 8. Station 10: Scheduled for construct in mid-2 ILQcMde floorplan as 8 and 9. 9. Station 13. 2 Story with 1 common be 1 bathroom, living/dining/kitchen common area, 2 apparatus bays on the first floor, 2 off i s, throom and 1 large meeting room on the second floor. 9 total speakers/lights (not including atus bays. 10. Fire Marshal's Office: 6 officeA ms, 1 bathroom and 1 conference room. A total of 8 speakers/lights. No apparatus bays. 11. Training Center: 2 ices bathrooms, 1 training room and 2 apparatus bays. A total of 5 speakers/lights (not inc ng the apparatus bay). 12. Integration into the current system: All speakers and lighting are to be replaced. All stations are equipped with a Motorola APX6500 radio that is currently used with the station alerting. Proposed solution shall integrate with existing system. City or" Fayetteville, AR R F P 2 1- 0 6, Addendum 1 P a K e 5 J 5 Telecommunications Device for the Deaf TDD (479) 521-1316 113 West Mountain - Fayetteville, AR 72701 City of Fayetteville CITY OF RFP 21-06, Fire Station Alerting System FAY E T T E V I L L E Date: 09/21/2021 at 10:00 AM ARKANSAS Meeting ID Topic Pre Proposal Conference - RFP 21-06; Fire Station Alerting System Start Time 9/21/2021 9:54 End Time 9/21/2021 10:16 User Email jonsmith@fayetteville-ar.gov Duration (Minutes) 22 Participants 10 Name (Original Name) User Email Total Duration (Minutes) Guest Jonathan Smith jonsmith@fayetteville-ar.gov 22 No ;itte Barreto (Locution Systems 22 Yes Cody Lockwood cody.lockwood@christianafc.org 21 Yes Amanda Beilfuss 21 Yes Vincent 9 Yes Robert Korb rob@robkorb.com 21 Yes 13035039315 19 Yes Andrea Foren aforen@fayetteville-ar.gov 17 � No Q3b, S �� t .j woa Va,o-igwmMM I L0LU MUeNJV'elllneHeA =1 �I fl woo•Vo,o- 'enV loo4aS'S ogn a �aw� , cvv ue L"N $E 161LEVV r M. 6(Ei eoru so uo�,v'"Aeueno 6# NOIltl1S 3HI� N mez57 y—— u---- -1 3l1IA3113Atld r._ 41 oft I tOM S!S.. JV AVI 4-5'sogaz g & 2& LZLLCVV6 MZC� Ir"J"V"all-11eA -1 6# NOUVIS 3HIJ IN pondPd gv 'k, "0 'N L, JE in 311IA3113AV=l _0 YIN ©® a 0 z z z o' w LO -j P LL w• z H " r !n -8 H Ir 2 0 lei 96� p R R. 41 45?p 70 LLJ C) LLI CD LU -j LL 10) oa ❑o.o-law mmm LOLOL sesu")V 'ajpnapahe wog Un olaw�q�l :Iluw a a 4 IZll fvp, 3 • eaac s� o�,v 3uNaiiano 8# N011�dl 3d1� �• w wo a uni sa§a� sai�� uau„J N L6E'Z gg �' z �r9 3111A3113Atld o a+, VOLE, `--u"JV'.11!A.H.A.=l sum LZ I CM &I, M'ZI _.1, 11 '.9', NOUVIS 3HI:I 31IIA3I13AV:I ---- --------- -F- LI ul H z z ,At pi 60 IUM CITY OF FAYETTE1 ILLE ARKANSAS Contract for RFP 21-06 Fire Station Alerting System Appendix C RFP Response - Smith Two Way Radio, Inc. CITY OF City of Fayetteville, Arkansas F A Y E T T E V I L L Purchasing Division —Room 306 E 113 W. Mountain A R K A N S A S Fayetteville, AR 72701 Phone: 479.575.8220 TDD (Telecommunication Device for the Deaf): 479.521.1316 Request for Proposal: RFP 21-06, Fire Station Alert System DEADLINE: Tuesday, October 12, 2021 before 2:00 PM, local time Pre -Proposal Conference: Tuesday, September 21, 2021 at 2:00 PM, local time PURCHASING MANAGER: Jonathan Smith, jonsmith@fayetteville-ar iRov DATE OF ISSUE AND ADVERTISEMENT: 09/12/2021 REQUEST FOR PROPOSAL RFP 21-06, Fire Station Alert System No late proposals shall be accepted. RFP's shall be submitted in sealed envelopes labeled with the project number and name as well as the name and address of the firm. All proposals shall be submitted in accordance with the attached City of Fayetteville specifications and bid documents attached hereto. Each Proposer is required to fill in every blank and shall supply all information requested; failure to do so may be used as basis of rejection. Any bid, proposal, or statements of qualification will be rejected that violates or conflicts with state, local, or federal laws, ordinances, or policies. The undersigned hereby offers to furnish & deliver the articles or services as specified, at the prices & terms stated herein, and in strict accordance with the specifications and general conditions of submitting, all of which are made a part of this offer. This offer is not subject to withdrawal unless upon mutual written agreement by the Proposer/Bidder and City Purchasing Official. Name of Firm: lC W Contact Person: �� f�S Title- S4*ar� - E-Mail: g{� 7 Ger i sm'&' cjr eav-'Phone: _ Business Address: 5JQ AJ e e_ tj City: die State: An- Zip: 7.2-4Ol Signature: Date; 07 City of Fayetteville, AR RFP 21-06, Fire Station Alert System Page 1 of 18 City of Fayetteville RFP 21-06, Fire Station Alert System Advertisement City of Fayetteville, AR Request for Proposal RFP 21-06, Fire Station Alert System The City of Fayetteville (the City) is seeking proposals for the replacement of their existing Fire Station Alerting (FSA) system. The City currently operates seven (7) fire station locations with an additional three (3) fire stations under construction or in the planning stages. Additional facilities to be included in this project are the Fire Marshal's Office, the Training Center, and the Airport fire station for a total of 13 facilities. The Public Safety Answering Point (PSAP) is at the City's police station where all 911 and non -emergency calls are taken. To be considered, sealed proposals shall be received by Tuesday, October 12 2021 before 2:00:00 PM local time utilizing the electronic bidding software, OR by submitting a sealed proposal at the City Administration Building, City Hall, Purchasing — Room 306, 113 West Mountain, Fayetteville, Arkansas. No late submittals shall be accepted. The RFP and associated addendums can be downloaded from the City's web site at www.fayetteville-ar.igov bids. All questions regarding the process should be directed to Jonathan Smith at ionsmith fa etteville-ar. ov or (479)575-8220. A non -mandatory pre -proposal conference will be held virtually on Tuesday, September 21, 2021 at 10:00 PM, local time. Interested parties can find information on the virtual meeting details by registering with Bonfire and accessing the portal to the RFP. All interested parties are strongly encouraged to attend. All interested parties shall be qualified to do business and licensed in accordance with all applicable laws of the state and local governments where the project is located. Pursuant to Arkansas Code Annotated §22-9-203 The City of Fayetteville encourages all qualified small, minority and women business enterprises to bid on and receive contracts for goods, services, and construction, Also, City of Fayetteville encourages all general contractors to subcontract portions of their contract to qualified small, minority and women business enterprises. The City of Fayetteville reserves the right to reject any or all Proposals and to waive irregularities therein, and all parties agree that such rejection shall be without liability on the part of the City of Fayetteville for any damage or claim brought by any interested party because of such rejections, nor shall any interested party seek any recourse of any kind against the City of Fayetteville because of such rejections. The filing of any Statement in response to this invitation shall constitute an agreement of the interested party to these conditions. CITY OF FAYETTEVILLE, AR By: Jonathan Smith Title: Sr. Purchasing Agent P: 479.575.8220, E-Mail: 'onsmith fa etteville-ar. ov TDD (Telecommunications Device for the Deaf): (479) 521-1316 Date of advertisement: 09/12/2021 City of Fayetteville, AR RFP 21-06, Fire Station Alert System Page 2 of 18 City of Fayetteville RFP 21-06, Fire Station Alert System SECTION A: General Terms & Conditions 1. SUBMISSION OF A PROPOSAL SHALL INCLUDE: Each proposal shall contain the following at a minimum. Proposer must also address detailed requirements as specified in the Scope of Work. a. A written narrative describing the method or manner in which the Proposer proposes to satisfy requirements of this RFP in the most cost-effective manner. b. A description of the Proposer's experience in providing the same or similar services as outlined in the RFP. This description should include the names of the person(s) who will provide the services, their qualifications, and the years of experience in performing this type of work. Also, include the reference information requested in this RFP. c. The complete fee and cost to the City for all services outlined in this RFP. d. Statement should be no more than twenty-five (25) pages; single sided, standard, readable, print on standard 8.5x11 papers. Proposers shall also submit a three (3) page (maximum) executive summary. The following items will not count toward the page limitations: appendix, cover sheet, 3-page executive summary, resumes (resumes shall be no more than 1 page per person), and forms provided by the City for completion. a. Submitting and responding to this RFP: Proposals shall be prepared simply and economically, providing a straightforward, concise description of its ability to meet the requirements forthe project. Fancy bindings, colored displays, and promotional material are not required. Emphasis should be on completeness and clarity of content. All documents physically submitted should be typewritten on standard 8 %" x 11" white papers and bound in one volume. Exceptions would be schematics, exhibits, one -page resumes, and City required forms. Limit proposal to twenty- five (25) pages or less, excluding one -page team resumes, references, and forms required by the City for completion. All proposals shall be sealed upon delivery to the City of Fayetteville. i. Opt 1 —Electronic Submittal (strongly encoura Proposers can go to wwwJayetteville-ar.gov/bids and follow the prompts to submit a proposal within the electronic bidding platform. If a proposal is submitted electronically, a physical submission is not necessary. All Proposers must register in orderto be able to submit. There is no fee for registration. ii.Option 2 -- Ph sicaI Submittal: All Proposers shall submit one (1) original copy of their proposal as well as one (1) electronic copy on a properly labeled USB or other electronic media device. The electronic copy submitted shall be contained into one single file. (1) electronic file and shall be identical to the hard copies provided. The use of Adobe PDF documents is strongly recommended. Files contained on an City of Fayetteville, AR RFP 21-06, Fire Station Alert System Page 3 of 18 USB or electronic media shall not be restricted against saving or printing. Electronic copies shall not be submitted via e-mail to City employees by the Proposer and shall be provided to the City in a sealed manner. Fed Ex, UPS, USPS, or other packages should be clearly marked with the RFP number on the outside of the mailing package. e. Proposals will be reviewed following the stated deadline, as shown on the cover sheet of this document. Only the names of Proposer's will be available after the deadline until a contract has been awarded by the Fayetteville City Council. All interested parties understand proposal documents will not be available until after a valid contract has been executed. Proposers shall submit a proposal based on documentation published by the Fayetteville Purchasing Division. g. Proposals shall be enclosed in sealed envelopes or packages addressed to the City of Fayetteville, Purchasing Division, Room 306, 113 W. Mountain, Fayetteville, AR 72701. The name, address of the firm and Bid, RFP, or RFQ number shall be on the outside of the packaging as well as on any packages enclosed in shipping containers or boxes. Proposals must follow the format of the RFP. Proposers should structure their responses to follow the sequence of the RFP. i. Proposers shall have experience in work of the same or similar nature and must provide references that will satisfy the City of Fayetteville. Proposer shall furnish a reference list of clients for whom they have performed similarservices and must provide information as requested in this document. j. Proposer is advised that exceptions to any of the terms contained in this RFP or the attached service agreement must be identified in its response to the RFP. Failure to do so may lead the City to declare any such term non-negotiable. Proposer's desire to take exception to a non-negotiable term will not disqualify it from consideration for award. Local time shall be defined as the time in Fayetteville, Arkansas on the due date of the deadline. Documents shall be received before the deadline time as shown by the atomic clock located in the Purchasing Division Office or electronic clock located in the City's third -party bidding software. 2. WRITTEN REQUESTS FOR INTERPRETATIONS OR CLARIFICATION: No oral interpretations will be made to any firms as to the meaning of specifications or any other contract documents. All questions pertaining to the terms and conditions or scope of work of this proposal must be sent in writing via e-mail to the Purchasing Department. Responses to questions may be handled as an addendum if the response would provide clarification to the requirements of the proposal. All such addenda shall become part of the contract documents. The City will not be responsible for any other explanation or interpretation of the proposed RFP made or given prior to the award of the contract. 3. DESCRIPTION OF SUPPLIES AND SERVICES: City of Fayetteville, AR RFP 21-06, Fire Station Alert System Page 4 of 18 Any manufacturer's names, trade name, brand name, catalog number, etc. used in specifications are for the purpose of describing and establishing general quality levels. Such references are NOT intended to be restrictive. Proposals shall be considered for all brands that meet the quality of the specifications listed for any items. 4. RIGHTS OF CITY OF FAYETTEVILLE IN REQUEST FOR PROPOSAL PROCESS• In addition to all other rights of the City of Fayetteville, under state law, the City specifically reserves the following: The City of Fayetteville reserves the right to rank firms and negotiate with the highest-ranking firm. Negotiation with an individual Proposer does not require negotiation with others. b. The City reserves the right to select the proposal it believes will serve the best interest of the City. c. The City of Fayetteville reserves the right to accept or reject any or all proposals. d. The City of Fayetteville reserves the right to cancel the entire request for proposal. e. The City of Fayetteville reserves the right to remedy or waive technical or immaterial errors in the request for proposal or in proposals submitted. The City of Fayetteville reserves the right to request any necessary clarifications, additional information or proposal data without changing the terms of the proposal. g, The City of Fayetteville reserves the right to make selection of the Proposer to perform the services required on the basis of the original proposals without negotiation. The City reserves the right to ask for a best and final offer from one or more Proposers. The best and final offer process is not guaranteed; therefore, Proposers shall submit and respond to this RFP on the most favorable terms available. 5. EVALUATION CRITERIA: The evaluation criterion defines the factors that will be used by the selection committee to evaluate and score responsive, responsible and qualified proposals. Proposers shall include sufficient information to allow the selection committee to thoroughly evaluate and score proposals. Each proposal submitted shall be evaluated and ranked by a selection committee. The contract will be awarded to the most qualified Proposer, per the evaluation criteria listed in this RFP. Proposers are not guaranteed to be ranked. 6. COSTS INCURRED BY PROPOSERS: City of Fayetteville, AR RFP 21-06, Fire Station Alert System Page 5 of 18 All expenses involved with the preparation and submission of proposals to the City, or any work performed in connection therewith, shall be borne solely by the Proposer(s), No payment will be made for any responses received, or for any other effort required of, or made by, the Proposer(s) prior to contract commencement. 7. ORAL PRESENTATION: An oral presentation and/or interview may be requested of any firm, at the selection committee's discretion. 8. CONFLICT OF INTEREST: a. The Proposer represents that it presently has no interest and shall acquire no interest, either direct or indirect, which would conflict in any manner with the performance or services required hereunder, as provided in City of Fayetteville Code Section 34.26 titled "Limited Authority of City Employee to Provide Services to the City". The Proposer shall promptly notify Andrea Foren, City Purchasing Manager, in writing, of all potential conflicts of interest for any prospective business association, interest, or other circumstance which may influence or appear to influence the Proposer's judgment or quality of services being provided. Such written notification shall identify the prospective business association, interest or circumstance, the nature of which the Proposer may undertake and request an opinion to the City as to whether the association, interest or circumstance would, in the opinion of the City, constitute a conflict of interest if entered into by the Proposer. The City agrees to communicate with the Proposer its opinion via e-mail orfirst-class mail within thirty days of receipt of notification. 9. WITHDRAWAL OF PROPOSAL: A proposal may be withdrawn prior to the time set for the proposal submittal based on a written request from an authorized representative of the firm; however, a proposal shall not be withdrawn after the time set for the proposal. 10. LATE PROPOSAL OR MODIFICATIONS: a. Proposal and modifications received after the time set for the proposal submittal shall not be considered. Modifications in writing received prior to the deadline will be accepted. The City will not be responsible for misdirected bids. Proposers should call the Purchasing Division at (479) 575-8220 to ensure receipt of their submittal documents prior to opening time and date listed. b. The time set for the deadline shall be local time for Fayetteville, AR on the date listed. All proposals shall be received in the Purchasing Division BEFORE the deadline stated. The official clock to determine local time shall be the atomic clock located in the Purchasing Division, Room 306 of City Hall, 113 W. Mountain, Fayetteville, AR. 11. LOCAL, STATE AND FEDERAL COMPLIANCE REQUIREMENTS: City of Fayetteville, AR RFP 21-06, Fire Station Alert System Page 6 of 18 a. The laws of the State of Arkansas apply to any purchase made under this request for proposal. Proposers shall comply with all local, state, and federal directives, orders and laws as applicable to this proposal and subsequent contract(s) including but not limited to Equal Employment Opportunity (EEO), Disadvantaged Business Enterprises (DBE), & OSHA as applicable to this contract. b, Pursuant to Arkansas Code Annotated §22-9-203 The City of Fayetteville encourages all qualified small, minority and women business enterprises to bid on and receive contracts for goods, services, and construction. Also, City of Fayetteville encourages all general contractors to subcontract portions of their contract to qualified small, minority and women business enterprises. 12. PROVISION FOR OTHER AGENCIES: Unless otherwise stipulated by the Proposer, the Proposer agrees to make available to all Government agencies, departments, municipalities, and counties, the proposal prices submitted in accordance with said proposal terms and conditions therein, should any said governmental entity desire to buy under this proposal. Eligible users shall mean all state of Arkansas agencies, the legislative and judicial branches, political subdivisions (counties, local district school boards, community colleges, municipalities, counties, or other public agencies or authorities), which may desire to purchase under the terms and conditions of the contract, 13. COLLUSION: The Proposer, by affixing his or her signature to this proposal, agrees to the following: "Proposer certifies that his proposal is made without previous understanding, agreement, or connection with any person, firm or corporation making a proposal for the same item(s) and/or services and is in all respects fair, without outside control, collusion, fraud, or otherwise illegal action." 14. RIGHT TO AUDIT FOIA, AND JURISDICITON: a. The City of Fayetteville reserves the privilege of auditing a Contractor's records as such records relate to purchases between the City and said Contractor. b. Freedom of Information Act: City contracts and documents prepared while performing City contractual work are subject to the Arkansas Freedom of Information Act. If a Freedom of Information Act request is presented to the City of Fayetteville, the (contractor) will do everything possible to provide the documents in a prompt and timely manner as prescribed in the Arkansas Freedom of Information Act (A.C.A. §25-19-101 et. seq.). Only legally authorized photocopying costs pursuant to the FOIA may be assessed for this compliance. c. Legal jurisdiction to resolve any disputes shall be Arkansas with Arkansas law applying to the case. 15. CITY INDEMNIFICATION: The successful Proposer(s) agrees to indemnify the City and hold it harmless from and against all claims, liability, loss, damage or expense, including but not limited to counsel fees, arising from or by reason of any City of Fayetteville, AR RFP 21-06, Fire Station Alert System Page 7 of 18 actual or claimed trademark, patent or copyright infringement or litigation based thereon, with respect to the services or any part thereof covered by this order, and such obligation shall survive acceptance of the services and payment thereof by the City. 16. VARIANCE FROM STANDARD TERMS & CONDITIONS: All standard terms and conditions stated in this request for proposal apply to this contract except as specifically stated in the subsequent sections of this document, which take precedence, and should be fully understood by Proposers prior to submitting a proposal on this requirement. 17. ADA REQUIREMENT FOR PUBLIC NOTICES & TRANSLATION: Persons with disabilities requiring reasonable accommodation to participate in this proceeding/event, should call 479.521.1316 (telecommunications device for the deaf), not later than seven days prior to the deadline. Persons needing translation of this document shall contact the City of Fayetteville, Purchasing Division, immediately. 18. CERTIFICATE OF INSURANCE: The successful Proposer shall provide a Certificate of Insurance in accordance with specifications listed in this request for proposal, prior to commencement of any work. Such certificate shall list the City of Fayetteville as an additional insured. Insurance shall remain valid throughout project completion. 19. PAYMENTS AND INVOICING: The Proposer must specify in their proposal the exact company name and address which must be the same as invoices submitted for payment as a result of award of this RFP. Further, the successful Proposer is responsible for immediately notifying the Purchasing Division of any company name change, which would cause invoicing to change from the name used at the time of the original RFP. Payment will be made within thirty days of invoice received. The City of Fayetteville is very credit worthy and will not pay any interest or penalty for untimely payments. Payments can be processed through Proposer's acceptance of Visa at no additional costs to the City for expedited payment processing. The City will not agree to allow any increase in hourly rates by the contract without PRIOR Fayetteville City Council approval. 20. CANCELLATION: The City reserves the right to cancel this contract without cause by giving thirty (30) days prior notice to the Contractor in writing of the intention to cancel or with cause if at any time the Contractor fails to fulfill or abide by any of the terms or conditions specified. Failure of the contractor to comply with any of the provisions of the contract shall be considered a material breach of contract and shall be cause for immediate termination of the contract at the discretion of the City of Fayetteville. c. In addition to all other legal remedies available to the City of Fayetteville, the City reserves the right to cancel and obtain from another source, any items and/or services which have not been City of Fayetteville, AR RFP 21-06, Fire Station Alert System Page 8 of 18 delivered within the period of time from the date of order as determined by the City of Fayetteville. d. In the event sufficient budgeted funds are not available for a new fiscal period, the City shall notify the Contractor of such occurrence and contract shall terminate of the last day of the current fiscal period without penalty or expense to the City. 21. ASSIGNMENT SUBCONTRACTING CORPORATE ACQUISITIONS AND/OR MERGERS: The Contractor shall perform this contract. No assignment of subcontracting shall be allowed without prior written consent of the City. If a Proposer intends to subcontract a portion of this work, the Proposer shall disclose such intent in the proposal submitted as a result of this RFP. b. In the event of a corporate acquisition and/or merger, the Contractor shall provide written notice to the City within thirty (30) calendar days of Contractor's notice of such action or upon the occurrence of said action, whichever occurs first. The right to terminate this contract, which shall not be unreasonably exercised by the City, shall include, but not be limited to, instances in which a corporate acquisition and/or merger represent a conflict of interest or are contrary to any local, state, or federal laws. Action by the City awarding a proposal to a firm that has disclosed its intent to assign or subcontract in its response to the RFP, without exception shall constitute approval for purpose of this Agreement. 22. NON-EXCLUSIVE CONTRACT: Award of this RFP shall impose no obligation on the City to utilize the Contractor for all work of this type, which may develop during the contract period. This is not an exclusive contract. The City specifically reserves the right to concurrently contract with other companies for similar work if it deems such an action to be in the City's best interest. In the case of multiple -phase contracts, this provision shall apply separately to each item. 23. LOBBYING: Lobbying of selection committee members, City of Fayetteville employees, or elected officials regarding request for proposals, request for qualifications, bids or contracts, during the pendency of bid protest, by the bidder/proposer/protestor or any member of the bidder's/propose r's/protector's staff, and agent of the bidder/proposer/protestor, or any person employed by any legal entity affiliated with or representing an organization that is responding to the request for proposal, request for qualification, bid or contract, or has a pending bid protest is strictly prohibited either upon advertisement or on a date established by the City of Fayetteville and shall be prohibited until either an award is final or the protest is finally resolved by the City of Fayetteville; provided, however, nothing herein shall prohibit a prospective/bidder/proposer from contacting the Purchasing Division to address situations such as clarification and/or questions related to the procurement process. For purposes of this provision lobbying activities shall include but not be limited to, influencing or attempting to influence action or non -action in connection with any request for proposal, request for qualification, bid or contract through direct or indirect oral or written communication or an attempt to obtain goodwill of persons and/or entities specified in this provision. Such actions may cause any request for proposal, request for qualification, bid or contract to be rejected. City of Fayetteville, AR RFP 21-06, Fire Station Alert System Page 9 of 18 24. ADDITIONAL REQUIREMENTS: The City reserves the right to request additional services relating to this RFP from the Proposer. When approved by the City as an amendment to the contract and authorized in writing prior to work, the Contractor shall provide such additional requirements as may become necessary. 25. SERVICES AGREEMENT: A written agreement, in substantially the form attached, incorporating the RFP and the successful proposal will be prepared by the City, signed by the successful Proposer and presented to the City of Fayetteville for approval and signature of the Mayor. 26, INTEGRITY OF REQUEST FOR PROPOSAL [RFP) DOCUMENTS - Proposers shall use the original RFP form(s) provided by the Purchasing Division and enter information only in the spaces where a response is requested. Proposers may use an attachment as an addendum to the RFP form(s) if sufficient space is not available on the original form for the Proposer to enter a complete response. Any modifications or alterations to the original RFP documents by the Proposer, whether intentional or otherwise, will constitute grounds for rejection of such RFP response. Any such modifications or alterations a Proposer wishes to propose shall be clearly stated in the Proposer's RFP response and presented in the form of an addendum to the original RFP documents. 27.OTHER GENERAL CONDITIONS: a. Proposers must provide the City with their proposals signed by an employee having legal authority to submit proposals on behalf of the Proposer. The entire cost of preparing and providing responses shall be borne by the Proposer. b, The City reserves the right to request any additional information it deems necessary from any or all Proposers after the submission deadline. c. This solicitation is not to be construed as an offer, a contract, or a commitment of any kind; nor does it commit the city to pay for any costs incurred by Proposer in preparation. It shall be clearly understood that any costs incurred by the Proposer in responding to this request for proposal is at the Proposer's own risk and expense as a cost of doing business. The City of Fayetteville shall not be liable for reimbursement to the Proposer for any expense so incurred, regardless of whether or not the proposal is accepted. d. If products, components, or services other than those described in this bid document are proposed, the Proposer must include complete descriptive literature for each. All requests for additional information must be received within five working days following the request. e. Any uncertainties shall be brought to the attention to Jonathan Smith immediately via telephone (479.575.8220) or e-mail (jonsmith fa_yetteviile-ar,goy). it is the intent and goal of the City of Fayetteville Purchasing Division to provide documents providing a clear and accurate City of Fayetteville, AR RFP 21-06, Fire Station Alert System Page 10 of 18 understanding of the scope of work to be completed and/or goods to be provided. We encourage all interested parties to ask questions to enable all Proposers to be on equal terms. f. Any inquiries or requests for explanation in regard to the City's requirements should be made promptly to Jonathan Smith, City of Fayetteville, Purchasing Agent via e-mail (jonsmith@fayetteville-ar.gov) or telephone (479,575.8220). No oral interpretation or clarifications will be given as to the meaning of any part of this request for proposal. All questions, clarifications, and requests, together with answers, if any, will be provided to all firms via written addendum, Names of firms submitting any questions, clarifications, or requests will not be disclosed until after a contract is in place. g. At the discretion of the City, one or more firms maybe asked for more detailed information before final ranking of the firms, which may also include oral interviews. h. Any information provided herein is intended to assist the Proposer in the preparation of proposals necessary to properly respond to this RFP. The RFP is designed to provide qualified Proposers with sufficient basic information to submit proposals meeting minimum specifications and/or test requirements but is not intended to limit a RFP's content or to exclude any relevant or essential data. i. Proposers irrevocably consent that any legal action or proceeding against it under, arising out of or in any manner relating to this Contract shall be controlled by Arkansas law. Proposer hereby expressly and irrevocably waives any claim or defense in any said action or proceeding based on any alleged lack of jurisdiction or improper venue or any similar basis. j. The successful Proposer shall not assign the whole or any part of this Contract or any monies due or to become due hereunder without written consent of City of Fayetteville. In case the successful Proposer assigns all or any part of any monies due or to become due under this Contract, the Instrument of assignment shall contain a clause substantially to the effect that is agreed that the right of the assignee in and to any monies due or to become due to the successful Proposer shall be subject to prior liens of all persons, firms, and corporations for services rendered or materials supplied for the performance of the services called for in this contract. k. The successful Proposer's attention is directed to the fact that all applicable Federal and State laws, municipal ordinances, and the rules and regulations of all authorities having jurisdiction over the services shall apply to the contract throughout; and they will be deemed to be included in the contract as though written out in full herein. The successful Proposer shall keep himself/herself fully informed of all laws, ordinances and regulations of the Federal, State, and municipal governments or authorities in any manner affecting those engaged or employed in providing these services or in any way affecting the conduct of the services and of all orders and decrees of bodies or tribunals having any jurisdiction or authority over same. If any discrepancy or inconsistency should be discovered in these Contract Documents or in the specifications herein referred to, in relation to any such law, ordinance, regulation, order or decree, s/he shall herewith report the same in writing to the City of Fayetteville, City of Fayetteville, AR RFP 21-06, Fire Station Alert System Page 11 of 18 City of Fayetteville RFP 21-06, Fire Station Alert System SECTION B: Project Information & Requirements 1. INTRODUCTION: The City of Fayetteville is seeking proposals for Fire Station Alert (FSA) systems. The City currently operates seven (7) fire station locations with an additional three (3) fire stations under construction or in the planning stages. Additional facilities to be included in the project are the Fire Marshal's Office, the Training Center, and the Airport Fire Station for a total of thirteen (13) facilities. The Public Safety Answering Point (PSAP) is at the City's police station where all 911 and non -emergency calls are taken. 2. SCOPE OF WORK: A. The Contractor shall provide all equipment, materials, and station supplies and supervision for a turnkey solution. This solution shall include new stations under design and construction and shall provide for integration and upgrade for existing station's systems. B. All applicable national, state, and local electrical and/or building codes shall be followed; C. The system shall be modular in design to allow for future expansion of stations, units, etc; D. The system shall utilize gradual or escalating sounds and lighting upon notification of calls, The system shall provide an audible escalating alert tone that clearly identifies to the units and the type of call that is being dispatched; E. The system shall include LED alert lighting for softer lighting than the existing flood lights used in current stations. F. The system shall use different pre -alerting for EMS, Fire, and Rescue calls. G. The system shall employ turnout timers on the front of the apparatus bay doors that will start upon dispatch and stop when the apparatus crosses the threshold of the door, H. The system shall integrate existing stations and new stations using a logging recorder of the turn out times so that a database can be maintained of each apparatus and response times. Turn out time is defined as the time from the dispatch until the time the truck crosses the threshold of the apparatus bay door. I. The system shall provide for a method to open the apparatus doors upon dispatch and close them within 2 minutes after the turnout timer has stopped. The Contractor shall provide integration to existing station alerting systems currently in use J. The Contractor shall upgrade existing stations with Omni -Directional speakers in the apparatus bays to provide the same level and quality of audio as the new stations. K. The Contractor shall upgrade existing stations with upgraded speakers in living quarters to provide the same level and quality audio as the new stations. L. The system shall provide a Day/Night mode with similar operation of existing stations and new stations. City of Fayetteville, AR RFP 21-06, Fire Station Alert System Page 12 of 18 M. The System shall provide a zoning capability of volume adjustments to separate the sleeping areas, living areas, and apparatus bays. The Contractor will incorporate the same zone controls as existing stations to allow for uniform operation. N. The system shall provide adequate relay operation and employ the use of gas control valves to cut off the gas flow to kitchen (cook stove) and exterior gas supplies. 3. TOOLS AND EQUIPMENT: The Contractor shall be equipped with the tools of their trade and shall furnish all labor, tools, and all other items necessary for and incidental to executing and completing all required work. Contractor shall provide all required tools, equipment, consumable products, and testing instruments need for the project. 4. WASTE DISPOSAL AND CLEANUP; Removal and off -site disposal of construction waste shall be the responsibility of the Contractor and shall be included in the price. Debris and trash shall be removed at the end of each day's work. Upon completion, the work area shall be left clean of debris and trash associated with the work. There shall be no additional charges to the City for removal and/or disposal of materials. 5. WORKMANSHIP, MATERIALS, AND EQUIPMENT: Unless otherwise provided in the contract requirements and specifications, the Contractor shall furnish all labor, materials, and equipment for satisfactory contract performance. When not specifically identified in the specifications, such materials and equipment shall be of suitable type and grade for the purpose. 6. WARRANTY: Contractor shall warranty the system for 12 months after final installation and acceptance from the City. Warranty shall include all parts and labor for any issues arising during the warranty period. 7. CONTRACTOR'S EMPLOYEES: Any person making deliveries to or working on City property must be identifiable by uniform, proper identification, and a marked vehicle. The Contractor shall only furnish employees who are competent and skilled for work under the contract. If, in the opinion of the City, an employee of the Contractor is incompetent or disorderly, refuses to perform in accordance with the terms and conditions of the Contract, threatens or uses abusive language while on city property, or is otherwise unsatisfactory, that employee shall be removed from all work under the contract. The City reserves the right to approve or disapprove of specific Contractor employees from working on any site involved with this project. 8. CONTINUED SERVICE: Due to the nature of Emergency Services, the Contractor shall be able to provide 24/7 service response answered by a commercial answering service to ensure that all emergency calls for service are answered and addressed. The Contractor shall provide a guarantee of technical support within one (1) hour of notification. City of Fayetteville, AR RFP 21-06, Fire Station Alert System Page 13 of 18 Contractor shall include pricing for service for one (1) year following the date of install and acceptance from the City of Fayetteville. Contractor shall also provide annual pricing for subsequent years of continued service, inclusive of any increases. 9. PROPOSAL FORMAT: a. Executive Summary: Prefacing the proposal shall be an Executive Summary of three (3) pages or less, providing in concise terms a summation of the proposal and bearing the signature of an individual authorized to bind the firm. b. Structure of Proposal: Responses shall be organized in the following format and informational sequence: Part I - Business Organization: The proposal shall include relevant historical data and identification of the office or subordinate element which will perform the work contemplated herein. The owners and principal management personnel of the firm shall be identified fully. Annual market volume by line of coverage and the number and size of accounts shall be disclosed and provided. Part II - Concept and Solution: The respondents understanding of the tasks presented shall be defined in detail and proposed solutions outlined. A description of the firm's strengths in the marketplace should be included, along with an explanation of how the City's insurance program would be marketed. Any restrictions or limitations should be defined. Part III - Program: The respondent's technical plan to accomplish the work shall be presented, including time -related displays, graphs and charts showing tasks, subtasks, milestones, and decision points, including the point at which deliverable reports will be provided. The scope of services available in the area of risk management, loss control services, claims management, and associated functions should be described in detail. Part IV - Account Team Personnel: The names and titles of the team proposed for assignment to the City's account shall be identified in full, with a description of team leadership, interface and support function, and reporting relationships, along with individual backgrounds of personnel who will be actively engaged in work related to the account. The primary work assigned to each person and the corresponding amount of time shall be indicated, This section shall include any proposed third parties or sub consultants. Part V - Corporate Experience: Relevant Public Sector insurance placement and account handling experience and client references shall be presented in detail, with all experience cited to be recent in time and to have been performed, to a considerable degree, by members of the proposed account team. Emphasis shall be given to identifying comparable services for public sector organization and educational institutions. For each client reference, the scope of service, time performed, and name, title, address and phone number of the principal contact person should be shown. City of Fayetteville, AR RFP 21-06, Fire Station Alert System Page 14 of 18 Part VI - Authorized Negotiator: The proposal shall provide the name, title, address, and telephone number of the person authorized to negotiate contract terms and render binding decisions on contract matters. Part VII - Cost Proposal / Financing Plan: Contractor shall disclose pricing for all cost associated with this scope of work. Pricing shall be detailed and itemized in a manner that distinguishes pricing with packages/options available. Contractor shall include continued service on an annual basis. 10. PROPOSAL CONTENT: Proposals shall be prepared simply and economically, providing a straightforward, concise description its ability to meet the requirements for the project. Fancy bindings, colored displays, and promotional material are not required. Emphasis should be on completeness and clarity of content. All documents should be typewritten on standard 8 %" x 11" white papers and bound in one volume. Exceptions would be schematics, exhibits, or other information necessary to facilitate the City of Fayetteville's ability to accurately evaluate the proposal. Limit proposal to twenty-five (25) pages or less, excluding one -page team resumes, references, tab dividers, and forms required by the City for completion. 11. CONTRACT FORMATION: If the negotiation produces mutual agreement, a contract will be considered for approval by the City of Fayetteville City Council. If negotiations with the highest-ranking Proposer fail, negotiations may be initiated with the next highest-ranking Proposer until an agreement is reached. The City reserves the right to reject all offers and end the process without executing a contract. 12. Selection Criteria: The following criteria will be used by the City to evaluate and score responsive proposals. Proposers shall include sufficient information to allow the City to thoroughly evaluate and score the proposal. Each proposal submitted is not required to be ranked by the selection committee. The contract may be awarded to the most qualified firm, per the evaluation criteria listed below, based on the evaluation of the selection committee. Following the evaluation of the proposals, the Selection Committee may request that the top-ranking firm(s) make an oral presentation or be interviewed. If presentations are necessary, they will take place in Fayetteville, Arkansas. Notices will be sent by the Purchasing Division. 1) 20% Qualifications in Relation to Specific Project to be Performed: Information reflecting qualifications of the developer, partners, and project team. Indicated specialized experience and technical competence of the firm in connection with the type and complexity of the service required. Subcontractors, if used, shall be listed with information on their organization. 2) 25% Experience, Competence, and Capacity for Performance: Information reflecting the names, titles, and qualifications (including experience and technical competence) of the major personnel assigned to this specific project. This will include but not be limited to: quality of representative projects, experience and success with public/private development projects, financial capacity to complete and deliver the project. City of Fayetteville, AR RFP 21-06, Fire Station Alert System Page 15 of 18 3) 20% Proposed Method of Doing Work: A proposed work plan (description of how the project would be conducted as well as other facts concerning approach to scope) indicating methods and schedules for accomplishing scope of work. Include with this the amount of work presently underway. This also includes but is not limited to degree to which the preliminary development concept and site design meets the RFP requirements and preferences, proposed building completion narrative and schedule, demonstrated market viability, and demonstrated public benefit, 4) 20% Past Performance: Previous evaluations shall be considered a significant factor. If previous evaluations with the City are not available, the professional firm's past performance records with City and others will be used, including quality of work, timely performance, diligence, and any other pertinent information. Firm will provide a list of similar jobs performed and person whom the City can contact for information. This also includes but is not limited to evaluation of success in other urban redevelopment projects. 5) 15% Cost/Fees: Complete costs and fees as described in this RFP, financial viability for construction and delivery of the proposal including fiscal feasibility and financial stability, A financial analysis, including a comprehensive risk assessment shall be conducted and submitted with response to ensure the proposed partnership meets the fiscal needs of the project with an acceptable level of risk, 13. ADDITIONAL DOCUMENTS AND INFORMATON: The following documents are included with this solicitation as additional information: City of Fayetteville, AR RFP 21-06, Fire Station Alert System Page 16 of 18 City of Fayetteville RFP 21-06, Fire Station Alert System SECTION C: Signature Submittal 1. DISCLOSURE INFORMATION Proposer must disclose any possible conflict of interest with the City of Fayetteville, including, but not limited to, any relationship with any City of Fayetteville employee. Proposer response must disclose if a known relationship exists between any principal or employee of your firm and any City of Fayetteville employee or elected City of Fayetteville official. If, to your knowledge, no relationship exists, this should also be stated in your response. Failure to disclose such a relationship may result in cancellation of a purchase and/or contract as a result of your response. This form must be completed and returned in order for your bid/proposal to be eligible for consideration. PLEAS ECK ONE OF THE FOLLOWING TWO OPTIONS, AS IT APPROPRIATELY APPLIES TO YOUR FIRM: 1) NO KNOWN RELATIONSHIP EXISTS 2) RELATIONSHIP EXISTS (Please explain): I certify that; as an officer of this organization, or per the attached letter of authorization, am duly authorized to certify the information provided herein are accurate and true; and my organization shall comply with all State and Federal Equal Opportunity and Non -Discrimination requirements and conditions of employment. Pursuant Arkansas Code Annotated §25-1-503, the Contractor agrees and certifies that they do not currently boycott Israel and will not boycott Israel during any time in which they are entering into, or while in contract, with any public entity as defined in §25-1-503. If at any time during contract the contractor decides to boycott Israel, the contractor must notify the contracted public entity in writing. 2. PRIMARY CONTACT INFORMATION At the discretion of the City, one or more firms may be asked for more detailed information before final ranking of the firms, which may also include oral interviews. NOTE: Each Proposer shall submit to the City a primary contact name, e-mail address, and phone number (preferably a cell phone number) where the City selection committee can call for clarification or interview via telephone. Corporate Name of Firm: '50h 1�L 'VTV� Primary Contact: �1t 1�! S Title of Primary Contact: ¢ {r Phone#1 (cell preferred): Phone#2: 2, I'�Mail Address: dl'(�wC�r�S �i 5'MJ'k (�c • CoL/� 9a� City of Fayetteville, AR RFP 21-06, Fire Station Alert System Page 17 of 18 3. ACKNOWLEDGEMENT OF ADDENDA Acknowledge receipt of addenda for this invitation to bid, request for proposal, or request for qualification by signing and dating below, All addendums are hereby made a part of the bid or RFP documents to the same extent as though it were originally included therein. Proposers/Bidders should indicate their receipt of same in the ppropriate blank listed herein. Failure to do so may subject Contractor to disqualification. ADDENDUM NO. SIGNATURE AND PRINTED NAME DATE ACKNOWLEDGED 10777111 5. DEPARMENT CERTIFICATION: As an interested party on this project, you are required to provide debarment/suspension certification indicating in compliance with the below Federal Executive Order. Certification can be done by completing and signing this form. Federal Executive Order (E.O.) 12549 "Debarment and Suspension" requires that all contractors receiving individual awards, using federal funds, and all sub -recipients certify that the organization and its principals are not debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded by any Federal department or agency from doing business with the Federal Government. Signature certifies that neither you nor your principal is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any federal department or agency. Questions regarding this form should be directed to the City of Fayetteville Purchasing Division. NAME OF COMPANY: VK4� TcxC.1,0 -T-Xi c PHYSICAL ADDRESS: MAILING ADDRESS: PRINTED NAME: bclu tI C,rl W 7170 PHONE: ����3___ � _ FAX: q,7y, qeiy- 65-7 -4 E-MAIL: (3ed G%r-c1S 9 StmA ccJko, eciy, SIGNATURE: TITLE: S-C, m rw -- _ City of Fayetteville, AR RFP 21-06, Fire Station Alert System Page 18 of 18 DATE: _ZC]1 TV Z/ Smith Two Way Radio INC 520 N College Ave Fayetteville, AR 72701 479-443-2222 Smith Two Way Radio, INC is proposing a scope of work that would include all stations and administrative offices. We would install the Station alerting systems into the new stations while retrofitting the existing structures to match in form and factor. This would include changing out to new speakers which will include LED lighting and each station would be equipped with a "turnout" timer, relay triggers for "gas life safety issues", event logging and recording, and door closure relays. The proposed scope of work will give both new and old stations the same level of audio and alerting across the board. Smith Two Way Radio, INC has been in business inside the City Of Fayetteville since 1929, Beginning just off the square and then moving to the current location of 520 N College Ave in the 50's where we have remained to this day. Smith Two Way Radio, INC is under the current leadership of Michael Smith the Grandson of founder Laymon Smith and after recently graduating the U of A with Bachelors in Art of Business, Major in Finance and a minor in Marketing the fourth generation Woody Smith has joined the team to carry on the family business for a fourth generation. Sales Manager David Edwards will be primary point of contact for the project. David has been with Smith Two Way for 6 years after 14 years in emergency services in Washington County. JD Dalrymple will serve as process system engineering and design. JD has worked for Smith Two Way Radio, INC for 24 years coming to use full-time 6 years ago after retiring from the Siloam Springs Fire Department with 28 years of service. Jeff Henretty, has worked for Smith Two Way Radio INC for 28 years will serve as lead technician with the assistance of Mark Christopher who joined us last year after working for 9 years for Kenwood Research and Development, choosing to leave the busy Dallas area for the more quiet life of Arkansas. Also assisting will be Paul Blair, technician with 13 years with Smith Two Way and Michael Keck 9 years with Smith Two Way. Smith Two Way Radio INC, excluding special projects, annually exceeds 4.5 million in volume sales. We maintain Chemical Plants as far south as Houston Texas and factories as far North as Omaha Nebraska, Until the pandemic hit we were maintaining 5 large construction sites across the US for a large data centers construction process and expect that to begin again mid next year. Smith Two Way Radio, INC has a unique understanding of the task at hand. We have been the service provider for the City of Fayetteville for the last few decades. This allows us to have a detailed understand of what needs to be done to make this project happen, This definitely should be considered a strength during this project, The unique makeup of our office, with the extensive background in not only maintaining public safety entities but also working in them gives us a advantageous angle as we understand the need for the unique operation of Fire Station Alerting, This serves to not only better the "time out the door" for life saving measure, but also assisting in lowering ISO points that directly affects every resident of Fayetteville. Smith Two Way Radio, INC, understands the challenges when integrating new systems in a working fire house. As such generic timelines are not productive or realistic. If we are awarded the project we will begin immediate acquisition of materials. Normally this would not be much of a concern but with the current global shipping environment an estimate is hard to give. Currently we have still be receiving same like materials with in 30 days. What we would propose once awarded the contract we will meet with key personnel and advise them of estimated ship times after we have ordered all supplies. At this time we will meet and look at the needs and scheduling of stations. We will work closely with Fire Department Leadership to schedule around any conflicting activities or trainings at particular stations to help minimize any disruption in service. We will provide weekly updates throughout the project to assigned City Individuals. Billing of the project will be broken down into Station Milestones, once a Station is completed a walkthrough and demonstration will be done and that Milestone will be billed. David Edwards- Sales Manager- Project Manager- 6 Years with Smith Two Way Radio, INC, will report directly to assigned city personnel JD Dalrymple -Systems Engineer- 24 years with Smith Two Way Radio, INC, will report to project manager and will assist the Sales Manager with reporting to customer. Jeff Henretty- Lead Technician- 28 years with Smith Two Way Radio, INC will be onsite performing assigned work- will report directly to Project Manager Mark Christopher- recent addition to Smith Two Way Radio, INC- Will report to Lead Technician Michael Keck- 9 years with Smith Two Way Radio, INC- Will report to Lead Technician Paul Blair- 13 years with Smith Two Way Radio, INC- Will report to Lead Technician Rikki Bitner- Office Manager- Responsible for Billing and Collections Recently Smith Two Way Radio, INC has installed similar Fire Station Alerting at several Springdale Fire Stations. Assistant Chief Jimmy Vaughn, 417 Holcomb St, Springdale, AR 72764 479-751- 4510 can be reached for recommendation and references. Fayetteville Fire Department as maintained an account with Smith Two Way Radio, INC for as far back as our computerized systems can show. Authorized to Negotiate Michael Smith, 520 N College Ave, Fayetteville, AR 72701 479-443-2222 Cell 479-530-3222 David Edwards, 520 N College Ave, Fayetteville, AR 72701 479-443-2222 Cell 479-790-3584 Proposed Cost Breakdown (Detail Attached) Station 1 A-B-C Includes Fire Bay, Battalion Chief Alerting, and Administration Offices, $62, 509.21 Station 2 $24,782.19 Station 3 $31,946.33 Station 4 $36,211.66 Station 5 $30, 623.52 Station 6 $37,261.78 Station 7 $31,944.45 Station S $34,238.20 Station 9 $39,259.18 Station 13 $ 24, 512.01 Total Project Breakdown Station Alerting $353,288.53 Project Management $2,500.00 Freight Contingency $1,000.00 Only will be used if freight costs continue to be elevated Project Contingency 1%$3,532.88 Total Project $360,141.41 Only Used with City Approval Project Not to Exceed Smith Two -Way Radio Inc. 520 North College Avenue Fayetteville, AR 72701 479-443-2222 Name / Address FAYETTEVILLF,FD 303 WEST CENTER ST, FAYETTEVILLL'-. AR 72701 P.O. No. Rep STATION I A DE Description VOICE RECORDER FROM ALARMCO Y Power Supply, AC -DC, 12V, I OA, 100-264V In, Enclosed. DIN Rail Mount. NUR Series Smart Relay, Includes Display, 12/24VDC. 12 I/O CPU Base Module, Relay Outputs. Expansion Module. 4 In 4 Out 12-24VDC. Use with FLl F SmartRclays DIN rail material: SleCI uncoated perforated 2 Meter Length DIN Rail Series 19" Rack Mount Solid Steel Blank Panel Filler -6U INNER PANEL, ASLUMINUM Relay 4PDT. 12DC. 3A. 12 VD(_ Socket Mount. Blade Terminal. 792 Control Series Relay base. scree terminals, for UPDT or 4PD r industrial relays. RIF-2-BSC/4x21 TERMINAL BLOCK SWITCH BACK BOX Security Wire - 18 AWG 4 Conductor. CL3R, Shielded. Stranded Bare Copper. 100011, - Grey Sccurit} Wire - 18 AWG'4 Conductor, CL311. Shielded. Plenum. Stranded Bare Copper. I OOOft - White Round LED Light i%ith Grommet - 3/4" - Bullet Connector - (1) LED Loudspeaker: 50 I-Iz to 12 kHz: 95 d8: Terminal Strip; 8 in.: Steel: 6 Oz. Tile Bridge: Plenum: 2 11 (%A'); Flush: Speaker: Ul, Listed Ship To serial number Estimate Date Estimate # 12/31 /2020 1853 Qty Cost I 5 8.3 5 k 272,25 T Customer Page 1 I I I 4 4 12 I l I 20 5 108,58 2 7.5 8 23.58 22.53 13.58 12.85 3.58 8.50 4.50 319.52 384.58 6.89 43,13 23.85 Total 1.750,OOT 58.35T 272.25T 108.58T 27.58T 23.58T 22.53-I 54.32'f 51, 40T 42.96"r 850T 4.50T 318.52T 384.58T HT801' 215.65T 119.25T Smith Two -Way Radio Inc. 520 North College Avenue Fayetteville, AR 72701 479-443-2222 Name / Address FAYETTEVILLE FD 303 WEST CENTER ST. FAYE'1'I'EVILLE, AR 72701 Ship To Estimate L 1853 P,O. No. Rep serial number STATION IA DE Description Qty Cost Total Enclosurc,Speaker,Ceiling Tile Mnt,Steel,White,12,25xI2,25x4.5 5 22.85 1 14.25T In,UL,Plenum Speaker; Box; 110 FIz to 15 kH; 8 in. 4 W; 70/25 V 1 118.58 118.58 f SOUNDSPERE 1 I OB 10" SPEAKER 3 615.18 1,845.54T 6300 Series configurable timer/counter 2 748.58 1,497,161' Seeo-Larm E-931-S35RRQ Enforcer Indoor/Outdoor Wall Mounted 2 98.53 197.06T Photoelectric Beam Sensor with 35 Foot Range Amplifier; 150: 8 Ohms: 0.35 mV: Screw; UL and CSA Listed: 31 1 1,085.24 1.085.241' lbs. SOUND LEVEL CONTROL 3 42.58 127.74T 19" Rack MOLMI Solid Steel Blank Panel Filler - 3U 1 16.00 16.00T Event Logging 1 4,200.00 4.200.00'1' Door Trigger 2 2,500.00 5,000.00T MISCELLANEOUS SHOP SUPPLIES 1 150.00 I50.00T DESIGN- INS"TALL-TEST SYSTEM 1 14.500.00 14,500.00T Saps Tax 3,245.19 3.245.19 Estimate is valid for 30 days from issued date. Shipping is not included. —1—Total Customer SignatL Page 2 ,7, I 1 Smith Two -Way Radio Inc. 520 North College Avenue Fayetteville, AR 72701 479-443-2222 Name / Address FAYETTEVILLEFD 303 WEST CENTER ST. FAYETTEVILLE. AR 72701 P 0. No, Rep STATION I B DE Description VOICE RECORDER FROM ALARMCO PoNwr Supply. AC -DC, 12V.IOA, 100-264V In. Enclosed. DIN Rail Mount. NDR Series Smart Relay. Includes Display, 12124VDC. 12 1/0 CPU Base Module. RCla% Outputs. DIN rail material: Steel uncoated perforated 2 Meter Length DIN Rail Series INNER PANFL. ASLLIMINUM Relay 4PDT, 12DC, 3A. 12 VDC, Socket Mount. Blade Tenninal. 792 Control Series Rcla'- base. scree terminals, for DPDT Or 4PDT' industrial relav's. RIF-2-BSC/4x21 TERMINAL BLOCKS 51V1-rCli BACK BOX Security Wire - 18 AWG/4 Conductor. CL3R. Shielded. Stranded Bare Copper. I000ft - Grey Security Wire- I8 AWG/4 Conductor. CUP, Shielded. Plenum. Stranded Bare Copper. IOOOft - White Round LED Light %+ith Grummet - 3/4" -Bullet Connector- (1) LED Loudspeaker: 50 liz to 12 ki'lc 95 dB: Terminal Strip: 8 in.: Steel: 6 Oz Tile Bridge: Plenum: 2 ft. (W): Flush: Speaker: UL Listed Enclosure.Speaker.Ceiling Tile Mnt.Steel.White.12.25s12.25x4.5 In,UL.Plenum Speaker: BON: 110 117 to 15 kN: 8 in. 4 W: 70 25 V Ship To serial number Qty Tol Customer Sig Page 1 I I I I I 4 4 6 I I 0.2 0.2 36 9 3 i Estimate Date Estimate # 12/31 /2020 1854 Cost 1.750,00 59.35 272.25 27 58 22.53 13.58 12.85 3,58 8.50 4.50 318.52 384.58 6.89 43.13 23.85 22.15 118.58 Total 1.750.00T 58.35T 272.25T 27.58T 22,531' 54.32T 51.40T 21.481' 8-50T 4.50T 63-70T 76 92T 248.04T 388.171' 71.55T 68-55T 118.S8T Smith Two -Way Radio Inc. 520 North College Avenue Fayetteville, AR 72701 479-443-2222 Name 1 Address �f Ship To FAYETTL•;VILLE FD 303 WEST CENTER ST. FAYE-1-11EVILLE. AR 72701 P.O. No. Rep serial number Estimate Date Estimate # 12/31/2020 1854 STATION 1 13 DE Description Qty Cost Total Amplifier; I M; 8 Ohms; 0.35 mV; Scrcw; UL and CSA Listed: 31 1 1,085.24 1.085.241' I bs. SOUND LEVEL CONTROL, 2 42.58 85.16T 19" Rack Mount Solid Steel Blank Panel Filler -3U 1 16.00 16.001' MISCELLANEOUS SHOP SUPPLIES 1 100.00 100.00T DESIGN- INSTALL -TEST SYSTEM 1 6,552.00 6,552.001' Sales Tax 1,114.48 1,114.48 Total $12,259.30 r Estimate is valid for 30 days from issued date, Customer Signature Shipping is not included. Page 2 Smith Two -Way Radio Inc. 520 North College Avenue Fayetteville; AR 72701 479-443-2222 Name I Address FAYETTEVILLE PD 303 WEST CENTER ST. FAYETEVILLE, AR 72701 P.O. No, Rep STATION I C DE Description VOICE RECORDER FROM ALARMCO PoNver Supply, AC -DC, 12V,IOA, 100-264V In. Enclosed, DIN Rail Mount, NDR Series Smart Relay, Includes Display, 12/24VDC, 12 1/0 CPU Base Module, Relay Outputs. DIN rail material: Steel uncoated perrorated 2 Meter Length DIN Rail Series INNER PANEL. ASLUIVIINUiYI Relay 4PDT. 12DC. 3A. 12 VDC. Socket Ivlourtt. BladeTenninal. 792 Control Series Relay base, scree terminals. For DPDT or 4PDT industrial rclays. Rll--2-BSC/4s21 'PERMINAL BLOCK SWITCH BACK BOX SCCnrily Wire - 18 AWG 4 Conductor. C1.3R. Shielded. Stranded Bare Copper. I OOOFt - Grey Security Wire - 18 A"'G'4 Conductor. CL311. Shielded, Plenum. Stranded Bare Copper. 1000R - White Round LED Light %%ith Grommet - 3/4" - Bul let Connector - (I ) LED Loudspeaker: 50 Hz to 12 kHz: 95 dB: Tenminal Strip: 8 in.: Steel: 6 Oz. Tile Bridge: Plenum: 2 h. (W): Plush: Speaker: UL Listed Enclosure.Speaker.Ceiling Tile ibint.S1ec1.White,12.25s12.25.\4.5 In.UL.Plenum Ship To Qty serial number 1 I I I I I I 0.2 0.2 12 3 3 TCTott, Customer Sign Page 1 3 Estimate Date Estimate # 12/31 /2020 1855 Cost 1,750.00 58.35 272.25 27.58 22.53 13.58 12.85 3,58 8.50 4.50 31852 384.58 6.89 43,13 23.85 Total 1.7 50.00T 58.35T 272.25T 27.58T 22.531' 13,58T 12.851' 3.58T 8 50T 4.50T 63.70T 76.92T 82.68T 129.39T 71.55T 22.85 68.55T Smith Two -Way Radio Inc, 520 North College Avenue Fayetteville, AR 72701 479-443-2222 Name / Address FAYETTEVILLE FD ^� 303 WEST CENTER ST. FAYL'TTEVILLE. AR 72701 P.O. No. Rep STATION 1 C DE Description Amplifier; 150; 8 Ohms; 0.35 mV; Screw; UL and CSA Listed; 31 tl s. SOUND LEVEL CONTROL MISCELLANEOUS SHOP SUPPLIES DESIGN- INSTALL -'PEST SYSTEM Salcs Tax Ship To serial number Este < - u ate Date Estimate # 12/3 1/2020 1855 MY Cost Total 3 1,085.241 3,255.721- t 42,58 42.58T 1 1 DO.OII 100.001' 1 7,165.00 7.165.00T 1,322.99 1,322.99 Total /J ,---, $14J52 80 Customer S Estimate is valid for 30 days from issued date. Shipping is not included. Page 2 Smith Two -Way Radio Inc. 520 Nortli College Avenue Fayetteville, AR 72701 479-443-2222 Name / Address AYETTEVILLE FD 33 WEST CENTER ST. AYETTEVILLE. AR 72701 Ship To P.O. No. � Rep -- STATION 2 DE Description VOICE RECORDER FROM ALARMCO Power Supply, AC -DC, 12V,10A, 100-264V In, Enclosed, DIN Rail Mount, NDR Series Smart Relay. Includes Display. 12/24VDC. 12 1/0 CPU Base Module. Relay Outputs Expansion Module. 4 In 4 Out 12-24VDC, Use with FL IF SmartRelays DIN rail material: Steel uncoated perforated 2 Meter Length DIN Rail Series INNER PANEL, ASLUMINUM Relay 4PD"I. 1213C. 3A. 12 VDC. Socket Mount. Bladc Terminal, 792 Control Series Relay base, screw terminals, for DPDT or 4PD) I_ industrial rcla%s, RIF-2-BSC/4s21 TERMINAL BLOCL SWITC I1 BACK BOX Security Wire - 18 AWG/4 Conductor. CL3R. Shielded. Stranded Bare Copper. 1000ft - Grcy SeCUri" Wire - 18 AWG 4 Conductor. CL3P. Shielded. Plenum, Stranded Bare Copper. I000ft - White Round LED Light with Grommet - 3/4" - Bullet Connector - (1) LED Loudspeaker; 50 Flz to 12 kl Iz: 95 dB; Terminal Strip: 8 in.: Steel: 6 Oz Tile Bridge; Plenum: 2 ft. (%V): Flush: Speaker: UL Listed Estimate Date Estimate # 12/31/2020 1856 serial number Qty Cost 1.750.00 I 58.35 1 272.25 ! 108,58 ! 27.58 I 22.53 4 13.58 4 12.83 12 3.581 1 8.50 1 4.50 0.5 318,52 0.5 384,58 16 6,89 4 43.13 4 23.85 To Customer Si! Page 1 Total I.750.00T 58.35T 272,251' 108.58T 27.58T 22.531' 54.32T 51.40T 42 96T 9,50T 4.50T 159.26T 192.29T l 10.24T 172.52T 95.40T Smith Two -Way Radio Inc. 520 North College Avenue Fayetteville, AR 72701 479-443-2222 Name / Address FAYL'•TTEVILLE FD 303 WEST CENTER ST. FAYETTEVILLE. AR 72701 P.O. No STATION 2 Description Enclosure,Speaker,Coiling Tile Mnt,Steel,While,12.25x 12.25N4.5 In.UL,Plenum SOUNDSPERE I IOB 10" SPEAKER 6300 Scrics configurable timer/counter Seco-Lame E-931-S35RRQ Fnforcer Indoor/Oulcloor Wall Mounted Photoelectric Beam Sensor with 35 Foot Range Amplifier: 150: 8 Ohms; 0.35 mV: Screw; UL and CSA Listed: 31 IbS. SOUND LEVEL CONTROL 19" Rack Mount Solid Steel Blank Pancl Filler - 3U Event Logger Door Trigger MISCELLANEOUS SHOP SUPPLIES DESIGN- INSTALL- TEST Sales Tax Estimate is valid For 30 days from issued date. Shipping is not included. serial number Qty Cost __LT Customer Page 2 Estimate Date Estimate # 1 2/31/2020 1856 22.85 615.15 748,58 99.53 1.085,24 42.58 16.00 4,200,00 2.500.00 100.00 9.858,52 2,252.93 91.40T 615. 15T 748.581' 98.53'r 1,085.24T 85.16T 16,OOT 4,200.00T 2,500,OOT 100.001' 9.858.52T 2.252.93 SX782.19 Smith Two -Way Radio Inc. 520 North College Avenue Fayetteville, AR 72701 479-443-2222 Name / Address FAYE-ITEVILLE FD 303 WEST CENTER ST. FAYETTEVILLE, AR 72701 P.O. No. Rep STATION 3 DE Description VOICE RECORTi PROM ALARMCO Power Supply, AC -DC, 12V.IOA. 100-264V In. Enclosed. Dll` Rail Mount. NDR Series Smart Relay. Includes Displa}. 12/24VDC. 12 1-0 CPU Base Module_ Relay Outputs. Expansion Module, 4 In 4 Out 12-24VDC, Use with FLI F SmartRelays DIN rail material: Steel uncoated perlbrated 2 Meter Length DI' Rail Series 19" Rack Mount Solid Steel Blank Panel Filler - 61J INNER PANEL. ASLUMINUM Relay 4PDT, 12DC. 3A. 12 VDC, Socket Mount. Blade Tennin 792 Control Series Relay base, scree terminals. l'or DPDT or 4PDT industrial relay RIF-2-BSC/4.\21 TERMINAL, BLOCKS SWITCH BACK BOX SCCUrih Wire - 18 AWG 4 Conductor. MR. Shielded. Stfandt Bare Copper. I OOM - Grey Securit} Wire - 18 AWG 4 Conductor. CL3P. Shielded. Plenum Stranded Bare Copper. IOOOR- White Round LED Light \%ith Grommet - 3/4" - Bullet Connector - ( I LED Loudspeaker: 50 Hz to 12 LFIz: 95 dB: Terminal Strip: 8 in.: Stc 6 Oz Tile Bridge: Plenum: 2 ti. (W): Flush_ Speaker: UL Listed Ship To serial number Esi ate Date Estimate 0 12/31/2020 1857 ' otal 1.750.00T 58.35T 272.25T 108.58T 2 7.58-1' 23.58T 22.53T 54.32T 51.40T 42 961' 8,5oT 4.50T 318.52T 384.58'r 165.36T 258.78T 143.IOT Smith Two -Way Radio Inc. 520 North College Avenue Fayetteville, AR 72701 479-443-2222 Name /, FAYETTEI 303 WrST FAYETTE` M STAI Enclosure,S In,UI,,Pleni Speaker; be SOUNDSF 6300 Series Seco•Larm Photoeleciri Amplifier; I Ibs. SOUND LF 19" Rack M Event Logg Door Trigg( DI: SIGN- Il Sales "pas Estimate is ( Shipping is Estimate Date Estimate # 12/31 /2020 1857 Smith Two -Way Radio Inc 520 North College Avenue Fayetteville, AR 72701 479-443-2222 Name / Address FAYETTFVILLE FD 303 N'I:ST CENTER ST. FAYETTEVILLE. AR 72701 P.O. No. Rep STATION 4 DE Ship To serial number Estimate Date Estimate # 12/31/2020 1858 Description QtY Cost Total VOICE RECORDER FROM ALARNICO 1 1.7%00 1.750.00T Pottier Supple, AC -DC, 12V, I OA, 100-264V In, Enclosed. DIN 1 58,35 58.35C Rail Mount. NUR Series Smart Relay, Includes Displa%. 12-24VDC, 12 1/0 CPU Base 1 272.25 272.251' Module, RClaY Outputs. Expansion Module, 4 In 4 Out 12-24VDC. Use %%ith FL1 F t 108.58 108,58T SmartRelays DIN rail material: Steel uncoated perforated 2 Nleter Length DIN 1 27.58 27.58T Rail Series 19" Ruck Mount Solid Steel Blank Panel Filler - 6U 1 23.58 23.58T INNER PANEL. ASLUMINUM 1 22.53 22.53T Relay 4PDT, 12OC, 3A, 12 VDC, Socket Mount. Blade Terminal. 1 1358 13.58T 792 Control Series Reia+ base, scree terminals. f'or DPDT or 4PDT industrial rcla}s. 1 12.85 12.85T RIF-2-BSC/4x2 I TERMINAL BLOCKS 12 3.58 4296T SWITCH 1 8.50 8.50T BACK BOX 1 4.50 4.50T SecuritN wire - 18 AWG 4 Conductor. CL3R. Shielded. Stranded I 3 18.52 318,52T Bare Copper. 100011 - Ore\ SCCUritA wire - 18 AWG'4 Conductor. CL3P. Shielded. Plenum. I 384.58 384S8T Stranded Bare Copper. I OOOfl - White Round LED Light \%ith Grommet - 3/4" - Bullet Connector - (1) 52 - 6.89 358.28T LLD Loudspeaker: 50 I-Iz to 12 kHz 95 dB: Terminal Strip: 8 in.: Steel: 13 43.13 560,69T i Oz. I'ile Bridge: Plenum: 2 ft. (W): Flush: Speaker: UL Listed 11 23.85 262,35-1 Customer Page 1 Smith Two -Way Radio Inc. 520 North College Avenue Fayetteville, AR 72701 479-443-2222 Name I Address Ship To FAYETTEVILLE FD 303 WEST CENTER ST, FAYETTEVILLE. AR 72701 P.O. No. Rep STATION 4 DE Description Qty Enclosure,Speaker.Ceiling Tile Mnt,Steel,White,12.25x 12.25x4.5 In,UL,Plenum SOUNDSPERE 1 IOB 10" SPEAKER 6300 Series configurable timer/counter Seco-Lama E-931-S35RRQ Enforcer Indoor/Outdoor Wall Mounted Photoelectric Beam Sensor with 35 Foot Range Amplirier; 150; 8 Ohms; 0,35 mV; Screw: UL and CSA Listed: 31 lbs. SOUND LEVEL CONTROL 19" Rack Mount Solid Steel Blank Panel Filler -3U Event Logger Door Trigger MISCELLANEOUS SHOP SUPPLIES DESIGN- INSTALL - TEST Sales 'rar Estimate is valid for 30 days from issued date. Shipping is not included. Custome Page 2 serial number 11 2 2 Estimate Date Estimate # 12131 /2020 1858 Cost 22.85 615,15 748,58 98.53 1.085.24 42 58 16.00 4,200.00 2,500.00 500.00 14.500.00 3.291.97 Total 251.35T 1.230.30T 1,497.161' 197.06'r 1.085.24T 2 t 2,90T 16.00T 4.200.00T 5,000.00T 500,001' 14.500.00T 3,291.97 $36.21 1.66 Smith Two -Way Radio Inc, 520 North College Avenue Fayetteville, AR 72701 479-443-2222 Name / Address I'AYETTEVILLE FD 303 WEST CENTER ST. FAYL'•TFEVILLE. AR 72701 P.O. No, Rep S CATION 5 DE Description VOICE RECORDER FROM ALARMCO Po��er Supple, AC -DC, 12V, I OA, 100-264V In, Enclosed. DIN Rail Mount, NDR Series Smart Relay. Includes Display, 12/24VDC. 12 1/0 CPU Base Module, Relay Oulpu(s. ENpansion Module, 4 In 4 Out 12-24VDC, Use with FL F SmartRela)s DIN rail material: Steel uncoated perforated 2 Meter Length DIN Rail Series 19" Rack Mount Solid Steel Blank Panel Filler - 6U INNER PANEL, ASLUMINUM Relay 4PDT. 12DC, 3A. 12 VDC. Socket Mount. Blade Terminal 792 Control Series Relay base, scree terminals. for DPDT or 4PDT industrial rela%s. RIF-2-BSC/4x21 TERMINAL. BLOCK SWITCH BACKBOX Security Wire - 18 A45 G 4 Conductor. CL3R. Shielded. Stranded Bare Copper. I DOOR - Grey Securiq Wire - 18 AWG 4 Conductor. CL3P. Shielded. Plenum. Stranded Bare Copper. 1000ft - White Round LED Light x ith Grommet - 3 4" - Bullet Connector - (1) LED Loudspeaker: 50 Hz to 12 kHz; 95 dB: Terminal Strip: 8 in.: Steel: 5 Oz. File Bridge: Plenum: 2 ft. (W): Flush: Speaker: Ul, Listed tip To serial number Estimate Date Estimate # 12/31/2020 1859 Qty Cost Total 1 1.750.00 1.750,00T 1 58.35 58,35T 1 272.25 272,25T 1 108.58 108.58T 1 27.58 27.58T 1 23.58 23.58"r 1 22.53 22.531' 4 13.58 54.32T 4 12.85 51.401 12 3.58 42,96T 1 8.50 8.50T 1 4.50 4,50T 1 318.52 318,52T 1 384,58 384.58T 20 6.89 137.801-, 5 43.13 215.65T 5 23.85 1 19,25T Custome Page 1 Smith Two -Way Radio Inc. 520 North College Avenue Fayetteville, AR 72701 479-443-2222 Name / Address FAYETfE'VILLE FD 303 WEST CENTER ST, FAYETTEVILLE. AR 72701 Ship To Esth-nate Date Estimate # 12/31 /2020 1859 P.O. No Rep serial number STATION 5 DE Description I Qty 5 Cost _ 22.85 Total Enclosure.Speaker,CeilingTile Mnt,Steel,White,12.25x1225s4.5 114.25T In,UL,Plenum Speaker; Box; 110 H2 to 15 kl-I; 8 in. 4 W; 70/25 V 1 118.58 1 18,58T SOUNDSPERE 110E 10" SPEAKER 2 615 15 1,230.30T 6300 Series configurable timer/counter 1 748.58 748.581' Seca-Larm E-931-S35RRQ Enforcer Indoor/Outdoor Wall Mounted 1 98.53 98.531' Photoelectric Beam Sensor with 35 Foot Range Amplitier: 150: 8 Ohms: 0.35 mV; ScreN%I UL and CSA Listed: 31 1 1,085.24 1,085.24T Ibs SOUND LEVEL CONTROL 3 42.58 127.74T 19" Rack Mount Solid Steel Blank Panel Filler - 3U 1 16.00 16.00T Event Logger 1 4,200.00 4.200.00T Door Trigger 1 2.500.00 2.300,OOT MISCELLANEOUS SHOP SUPPLIES 1 500.00 500.00T DESIGN- rNSTALL-TEST 1 13,500.00 13,500.00T Sales Tax 2.783.95 2,783.95 Estimate is valid for 30 dais from issued date. Shipping is not included. --j_T Cuslome Page 2 $30,623,52 Smith Two -Way Radio Inc. 520 North College Avenue Fayetteville, AR 72701 479-443-2222 Name / Address FAYET"FEVILLE FD �~ 303 WEST CENTER S-l. FAYETTEVILLE. AR 72701 P.O. No, Rep STATION 6 DE Description VOICERECORDER FROM ALARMCO Power Supply. AC -DC, 12V.I OA. 100-264V In. Enclosed. DIN Rail Mount. NDR Series Smart Rcla\. Includes Display, 12/24VDC. 12 1-0 CPU Base Module. Relay Outputs. Expansion Module, 4 In 4 Out 12-24VDC, Use with FLI F SmartRelays DIN rail material: Sled uncoated perforated 2 Meter Length DIN Rail Series INNER PANEL. ASLUMINUNI Relay 4PDT. 1213C. 3A. 12 VDC, Socket Mount. Blade Terminal. 792 Control Series Relay base. sere" terminals. for DPDT or 4PD7' industrial relays. RIF-2-BSC`4x21 TERMINAL BLOCK SWITCH BACK BOX C1,3R 16,2 OAS STR 1000' SeCUrit1 11 ire - IS A'v','G 4 Conductor. 0L3P, Shielded. Plenum. Stranded Bare Copper. 1000ft - While Round LED Light a ith Grommet - 3 4" - Bullet Connector- (1) LED Loudspeaker: 50 Hz to 12 kHz: 95 dB; Terminal Strip: 8 in.: Steel: 6 0i. Tile Bridge: Plenum: 2 ft (W); Flush: Speaker: UL Listed Enclosure.Speaker.C'eiling Tilc Mn[.Steel.White.12 25-\12 25\'4.5 In.UL.PlenUm Estimate Date Estimate # 12/11 /2020 1860 serial number QtY Cost 1.750.00 Total ~ 1.750.00T F 1 58.35 58.35T 1 272.25 272.25T 1 108,58 108.58T 1 27.38 27.58T 1 22 53 22.53T 4 13 58 54 32T 4 12.85 51.4OT 12 3.58 42.96'r 1 8.30 9.50T 1 4,50 4.5OT 1 216.27 216.27T 1 384.58 384.58T 48 6.89 330.72T 12 43.13 517.56'r 10 23.85 238.50T 101 22,851 228.50-17 Tota I Customer Sivnau Page 1 Smith Two -Way Radio Inc. 520 North College Avenue Fayetteville, AR 72701 479-443-2222 Name / Address FAYEITEVILLE FD 303 WEST CENTER ST. FAYEITEVILLE, AR 72701 P.O, No. Rep STATION 6 DIS Description Speaker; Box; 110 Hz to 15 kl-1; 8 in. 4 W; 70/25 V SOUNDSPERE I IOB 10" SPEAKER 6300 Series configurable timer/counter Seco-Larm E-931-S35RRQ Enforcer Indoor/Outdoor Wnll Mounted Photoelectric Beam Sensor with 35 Foot Range Amplifier; 150: 8 Ohms; 0.35 nnV; Screw; UL and CSA Listed; 31 lbs. SOUND LEVEL CONTROL 19" Rack Mount Solid Steel Blank Panel Filler - 3 U Eveni Logger Door Triggers MISCELLANEOUS SHOP SUPPLIES DESIGN- INSTALL- TEST Sales'fas Estimate is valid for 30 days from issued date. Shipping is not included. Ship To Qty Customer Page 2 serial number Cost Estimate Date Estimate # 12/31 /2020 1860 118,58 615.15 748.58 98.53 1,085.24 42.58 16,00 4,200.00 2.500.00 500.00 15,500.00 3.387.44 Total 1 18.581' 1,230,301 1.497.161" 197.06T 1.085.241' 212.90-f 16.001' 4,200 OOT 5,000,001' 500.001' 15.500.00T 3.387.44 $37.261.78 Smith T'wo-Way Radio Inc, 520 North College Avenue Fayetteville, AR 72701 479-443-2222 Name / Address FAYETTEVILLE FD 30-1 WEST CENTER ST. FAYETTEVILLE. AR 72701 P.O. No, Rep STATION 7 DE Description VOICE RECORDER FROM ALARMCO Power Supply, AC -DC, 12V.IOA, 100-264V In. Enclosed, DIN Rail Mount, NDR Series Smart Relay, Includes Display. 12/24VDC. 12 1/0 CPU Base Module. Relay Outputs. Expansion Module. 4 In 4 Out 12-24VDC. Use �%ith FLI F SmartRelays DIN rail material: Steel uncoated perforated 2 Meter Length DIN Rail Series 19" Rack Mount Solid Steel Blank Panel Filler - 6U INNER PANEL. ASLUiNIINUM Relay 4PDT, 12DC. 3A. 12 VDC, Socket Mount. Blade Terminal. 792 Control Series Relat base. scrctt terminals. for DPDT or 4PDT industrial rclaN s. R1F-2-BSC/4x21 TERMINAL BLOCK SWITCH BACK BOX Securih Wire - 18 AWG 4 Conductor, CZAR. Shielded. Stranded Bare Copper. I DOOR - Grey Security Wire - 18 AWC, 4 Conductor. CL3P, Shielded. Plenum, Stranded Bare Copper, 100011 - White Round LED Light NN ith Grommet - 3/4" - Bullet Connector - (1) LED Loudspeaker: 50 I-Iz to 12 kHz: 95 dB: l errninal Strip: 8 in.: Steel: 6 Oz. Tile Bridge: Plenum: 2 ft, (W): Flush: Speaker, Ul. Listed Ship To Oty Estimate Date Estimate # 12/31/2020 1862 - serial number 1 Cost 1,750.00 Total 1,750.00T 1 58.35 58.35T 1 272.25 272,251' 1 108.58 108.58T 1 27.58 27.58T 1 23.58 23.58T 1 22.,53 22.53T 4 13.58 54,32T 4 12,85 51.40T 12 3.38 42.96T 1 8.50 8.50T 1 4.5D 4.50T 1 318.52 318,52T 1 384.58 384.58T 44 6.89 303.16T 11 43, 13 474.43T 11 23,85 262.35T To, Customer Sig Page 1 Smith Two -Way Radio Inc. 520 North College Avenue Fayetteville, AR 72701 479-443-2222 Name / Address FAYI-ITEVILLE FD 303 WEST CENTER ST. FAYEI-TEVILLE, AR 72701 P.O. No, Rep STATION 7 DE Description Enclosure,Speaker,Cei ling Tile Mnl,Steel,Whilc,12.25x12.25x4.5 In,UL,Plenum SOUNDSPERE I IOB 10" SPEAKER 6300 Series configurable timer/counter Seco-Larm E-931-S35RRQ Enforcer Indoor/Outdoor Wall Mountc Photoelectric Beam Sensor with 35 Fool Range SOUND LEVEL CONTROL 19" Rack Mount Solid Steel Blank Panel Filler- 3U Event Logger Door Trigger MISCELLANEOUS SHOP SUPPLIES DESIGN- INSTALL- TEST Sales Tax Estimate is valid for 30 days from issued date. Shipping is not included. Estimate Date Estimate # 12/31 /2020 1862 Smith Two -Way Radio Inc. 520 North College Avenue Fayetteville, AR 72701 479-443-2222 Name / Address Ship To FAYETTEVILLE FD 303 WEST CENTER ST. FAYETTEVILLE. AR 72701 P.O. No. Rep serial number STATION 8 DE Description VOICE RECORDER FROM ALARMCO Power Supply. AC -DC, 12V.IOA, 100-264V In, Enclosed. DIN Rail Mount, NDR Series Smart Relay. Includes Display, 12/24VDC. 121 O CPU Base Module. Relay Outputs. Expansion Module, 4 In 4 Out 12-24VDC. Use with FLl F SmartRelays DIN rail material: Steel uncoated perforated 2 IVlcter Length DIN Rail Series 19" Rack Mount Solid Steel Blank Panel Filler - 6U INNER PANEL. ASLUMWUM Relay 4PD"I. 12DC. 3A. 12 VDC. Socket Mount. Blade Terminal. 792 Control Series Relay base, scree terminals. for DPDT or 4PDT industrial relaN s. RIF-2-BSC/4%21 TERMINAL BLOCK SWITCH BACK BOX Sccurily Wire - 18 AWG 4 Conductor, CL3R. Shielded. Stranded Bare Copper. I OOOfi - Gre\ Security Wire - 18 AWG4 Conductor, CL3P. Shielded. Plenum. Stranded Bare Copper, I000h - White Round LED Light with Grommet - 3 4" - Bullet Connector - (1) LED Loudspeaker; 50 Hz to 12 kHz: 95 dB: Terminal Strip: 8 in.: Steel: 6 Oz. Tile Bridge: Plenum: 211. (W): Flush: Speaker: UL Listed -T Customer Page 1 I t 1 I 4 4 12 1 1 1 1 44 11 ll Estimate Date Estimate # 12/31 /2020 1864 Cost 1.750.00 58.35 272.25 108.58 2 7.5 8 23.58 22.53 13.58 12.85 3.58 8.50 4.50 318.52 38-4,58 689 43.13 23.85 Total �` 1,750.001' 58.35T 272.25T 108.58T 27.58"F 23.581' 22.53T 54.32T 51.401 42.96T 8.5o'r 4.5OT 318.52T 384.581' 303.16T 474.43T 262.331' Smith Two -Way Radio Inc. 520 North College Avenue Fayetteville, AR 72701 479-443-2222 Name / Address FAYE17EVILLE FD 303 WESTCENTER ST, FAYETTEVILLE, AR 72701 P.O. N�T Rep STATION 8 1 DE Description Enclosure,Speaker,CeiIingTile Mnl,Steel, White, 12.25xI2.25X4.5 In,t 1L,Plenum SOUNDSPERF, 11013 10" SPEAKER 6300 Series eonligurable tinter/counter Seco-Laren L 931-S35RRQ Enforcer Indoor/Outdoor Wall Mounted Photoelectric Beam Sensor %� ith 35 Foot Range Amplifier; 150; 8 Ohms; 0.35 mV; Screw: UL and CSA Listed: 31 lbs. SOUND LEVEL CONTROL 19" Rack Mount Solid Steel Blank Panel Filler - 3U Event Logger Door Trigger 1V1ISCELLANEOUS SIIOP SUPPLIES DESIGN- INSTALL- TES'r I'RI'll G1-1T Sales Tax Estimate is valid for 30 days from issued date Shipping is not included. Ship To serial number Estimate Date Estimate ti 12/31 /2020 1864 Qty Cost 22.85 Total 251.35T 11 3 615.15 1,845.45T 1 748.58 748,58'r 1 98.53 98.531' 1 1,095.24 1,085,24"1' 5 42.58 212.90T 1 16.00 16.00T 1 4,200.00 4,200.00,r 1 2,500.00 2,500.00T 1 500.00 500.00T 1 14,500.00 14,500,00T 1 1,000.00 I ,000.00T 3,1 12.56 3.1 12,56 jTotal Customer Sianatt Page 2 $34,238.20 Smith Two -Way Radio Inc, 520 North College Avenue Fayetteville, AR 72701 479-443-2222 Phone %tutte 4Jslir-,1 FAYETTEVILLE FD 303 WEST CENTER ST. FAYETTEVILLE, AR72701 rbi tnenivsmithradio. corn VOICE RECORDER FROM ALARAICO T '� Power Supply, AC -DC, 12V,1DA, 100-264V In, Enclosed, DIN Rail Mount, NOR Series Smart Relay, Includes Display, 12/24VDC, 12110 CPU Base Module, RLIav Outputs Ezpan»jon hL,,lule, 4 In 4 Out 12-24VDC, Use with FL1F SmartRelays DIN io d rn.itvmd: Steel uncoated perforated 2 Moter Length DIN Rail SeriLs 19" Rack hluunt Solid Steel Blank Panel Filler -6U INNER PANEL, ASLUMINUNI Relay 4PDT. 12DC, 3A, 12 VDC, Socket Mount, Blade Tenninal, 792 Control Series RLlae bast, screw tenninats, for DPD r or 4PDT industrial relays, RIF B5Cl4r21 Ternunal Blacks Swilch Back Box Seatrih Win— IK ALVG;4 Conductor, Cl 3R, Shielded, Stranded Bare Copper, 1000tt - G rLy Seeurih'Wire - 18 AWG%4 Cunductor, Cl 3P, Shielded, Plenum, Strandred Bare Copper, 1000ti - 4Vltite Round l FD I ight with Grommet - 3,4' - Bullet Connector - (1) 1 ED L-0u.1-1- aker, 50 IIz. to 12 kl-lz, q ,tB; l erminal Strip; 8 in.; Steel; 6 Oz. Tile hi0ge; Plenum, 2 ft (11'1; I lai.i:; Speaker; Ul listed Enclosure,5pcaker,Coiling Tile Mnt,Steel,ll`hite,l'-25x12 25x4 In,UI ,Plenum SOUNDSPERr IwB 10 SPEAKER 6300 Series configurable timericounter QIY Customer Page 1 7 d i l i 1 1 4 4 )6 1 2 2 14 11 ]l ]I 3 2 Estimate r 12/31/2020 I 1861 1,750.00 58.35 27223 10858 27.58 23.58 2253 13.58 LZ.S5 358 8,50 4-50 318.52 384 58 689 43 13 2385 22.85 615,15 74858 rmirct Total 1,750.00T 58.35T 272,25T 106,58T 27.58T 23.58T 22.53T 54,32T 51.40T 57.28T 8.50T 4.50T 637.04T 769.16T 303.16T 474.43T 262 35T 251.35r 1,845.45T 1,497.16T Smith Two —Way -Radio Inc. 520 North College Avenue Fayetteville, AR 22701 479-443-2222 Phone # rbi tneWSMithradio.com 1'ance_; ;gdltre.,�, FAYETTEVILLE FD 303 WEST CENTER ST. FAYETTEVILLE, AR 72701 t9ewriptirio Seco-Laren E-931-S35RRQ Enforcer Indoor/Outdoor Wall Mounted Photoelectric Beam Sensor with 35 Foot Range Amplifier; 150; 8 Ohms; 0.35 mV; Screw; UL and CSA Listed; 31 lbs. SOUND LI'sVEL CONTROL 19" Rack Mount Solid Steel Blank Panel Filler - 3U Event Engger DoorTribber MISCELLANEOUS SHOP SUPPLIES Design - Install -Test FFD Station 9 Sales Tax Estimate 114R. I�sprnintr 12/31/202D 1861 Smith Two -Way Radio Inc. 520 North College Avenue Fayetteid1le, AR 72701 479-443-2222 Phone I rbitnerNsrnithradio,com 1y[utrtdn'L FAYETTEVILLE FD 303 WEST CFNTER ST. FAYM-EVILLF, AR72701 11 m,t si tart un VOICE RECORDER FROM ALARMCO Power Supply, AC -DC, 12V,10A, 100-264V In, Enclosed, DIN Rail Mount, NDR Series Smart Relay, Includes Display, 12/24VDC, 121/0 CPU Base Module, Relay Outputs. Fxparuion Module, 4 In 4 Out 12-24VDC, Use with FLIP SmartRetays DIN rail material: Steel uncoated perforated 2 t\leler Length DIN Rail Series INNER PANEL, ASLUMINUM Relay, 4PDT, 12DC,3A, 12 VDC, Socket Alnunt, BladeTerminal, 792 Control Series Relay base, screw terminals, for DPDT or 4PDT industrial relays, R I F-2-0 SC/4x 21 Terminal Blocks Switch Back Hot Securih' Wire - 18 AWG/4 Conductor, CL3R, Shielded, Stranded Bare Copper, 1000ft - Grey Security Wire- 18 AWG/4 Conductor, CL3P, SWelded, Plenum, Stranded Bare Copper, 100I1ft - White Round LED Light with Grommet - 3/4" - Bullet Connector- (1) LED Loudspeaker; 50 Hz to 12 kl Iz; 95 dB; Terminal Strip; 8 in.; Steel; 6 Oz. Tile Bridge; Plenum; 2 ft. (W); Flush; Speaker; UL Listed Enciosure,Speaker,Ceiling Tile ,X4n[,SteLl,White,12.25x12 25x].5 In,UL,Plenum Speaker; Box; 110 Hz to 15 kH; 8 in 4 W; 7023 V SOUNDSPERF I lM 10" SPEAKER 6300 Series configurable timer/counter Seco-I-arm F-931-S35RRQ Enforcer Indoor/Outdoor Wall Mounted Photneleclric Beam Sensor with 35 Poor Range Amplifier; 150; 8 Ohms; 0 35 mV; Screw; UL and CSA Listed; 31 lbs Qt; Customer Page 1 01 01 Estimate lretu irtnmat.• a 12/31/202D 1863 C'rnjrct Total 1,750.00 1,750.00T 58.35 58 35T 272.25 272.25T 108.58 27.58 22.53 13.58 12.85 3.58 6.50 4.50 318.52 384.55 6.89 43 13 23.85 22.85 i16.5R 615.15 748.58 98,53 1,085.24 108.58T 27.58T 22.53T 54.32T 51 401 42.96T 8 50T 4.50T 15.93T 19.23T 110.24T 172.52T 71.55T 68 551 118 58T 615 15T 748.58T 98 53T 1,085.24T Smith Two -Way Radio Inc. 520 North College Avenue Fayetteville, AR 72701 479-443-2222 Phone N rbitner0smithradio.rwm Nmlte ,Address FAYETTEVILLE FD 303 WEST CENTER ST FAYETTEVILLE, AR 72701 iil°S'i:l l�rtlklha SOUND LEVEL CONTROL 19" Rack Mount Solid Steel Blank Panel Filler -3U Event Logger Door Trigger MISCELLANEOUS SHOP SUPPLIES Design - Install -Test Fayetteville FD Station 13 pit �a Tax Estimate 11a Li' 1; 4tl lllflt,•: 12/31/2020 1563 U di a �v pN a O d E N A N QI C 01 a c 0 1 U) U. 4 N IL U. 0C r �LL r co a�Ln U � J J G ti m �. N• -�� SMITH-1 OP ID: AFRO CERTIFICATE OF LIABILITY INSURANCE DATE /2021 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsementrsl. PRODUCER 479-571-3500 1COXIACT Drew Bradley Davis & Garratt Insurance Group P.O. Box 10140 Fayetteville, AR 72703 Drew Bradley Smith Two Way Radio, Inc Mike Smith 520 N College Fayetteville, AR 72701 -571-3500 Cincinnati Insurance c, Lloyds of London D E: COVERAGES CERTIFICATE NUMBER: ;?t=VISInN NI IMRPP: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS._ INSR TYPE OF INSURANCE t\ODL �UBR POLICY NUMBER POLICY EFF POLICY EXP LIMITS LTRA X COMMERCIAL GENERAL LIABILITY CLAIMS -MADE OCCUR ENP0575010 04/15/2021 04/15/2022 EACH OCCURRENCE DAMAGE TO RENTED 1 000,000 _ $ i $ 100,000 MED EXP LAny one rson) $ 5,000 _ PERSONAL & ADV INJURY $ 1,000,000 GEML AGGREGATE LIMIT APPLIES PER: m L l PRO - POLICY 1-1 LOC GENERAL AGGREGATE $ 2,000,600 PRODUCTS - COMP/OP AGG $ 2,000,000 A AUTOMOBILE LIABILITY ANY AUTO OWNED SCHEDULED AUTOS ONLY AUTOS AUTOS ONLY Mama ;ENP0575010 04/15/2021 04/15/2022 COMBINER SINGLE LIMIT Zdarit)X $ 1,000,000 BODILY INJURY Per arson $ BODILY INJURY Per acciden �iOPERTY DAMAGE l er accidsn A X UMBRELLA LIAB EXCESS LIAR X OCCUR CLAIMS -MADE IENP0575010 04/15/2021 04/15/2022 EACH OCCURRENCE $ 5,060,005 AGGREGATE $ DED I I RETENTION $ B WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ppANN�YPEERRRO��PREIETOR/PARTNER/EXECUTIVE YIN tiRandatory In NH) EXCLUDED? L If yes, describe under DESCRIPTION OF OPERATIONS below N / A UB-5K07053A 04/15/2021 04/15/2022 X I PER TE OTH- E,L,EACH ACCIDENT 500,000 $ EL.DISEASE- EAEMPLOYE $ 500,000 L. DISEASE - POLICY LIMIT 5001000 C Professional Liabi B0621PSMIT007821 6711212021 07112/2022 Prof. Liab Retnetion 1,000,000 5,000 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space Is required) uteri iwar�� CITYFAY City of Fayetteville 113 W Mountain St Fayetteville, AR 72701 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE Drew Bradley At.UKU Zb (ZU1bfU3) ©1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD City of Fayetteville, Arkansas - Budget Adjustment Form (Legistar) Budget Year Division Adjustment Number /Org2 FIRE (300) 2022 Requestor: Brad Hardin BUDGET ADJUSTMENT DESCRIPTION / JUSTIFICATION: A resolution for approval of a contract with Smith Two -Way Radio, Inc. for Fire Station Alerting Systems for the seven (7) existing fire stations and three (3) new construction stations for the not to exceed amount of $355,788.53 plus project contingency of $30,000. RESOLUTION/ORDINANCE COUNCIL DATE: 3/15/2022 LEGISTAR FILE ID#: 2022-0148 Hovy 3lack� 211512022 11:53 AM Budget Director Date TYPE: D - (City Council) JOURNAL #: GLDATE: 3/15/2022 CHKD/POSTED: TOTAL Account Number - - Increase / (Decrease) Expense Revenue Proiect.Sub# Project Sub.Detl AT v.202201 13 Account Name 4610.860.7108-5210.00 34,489 - 46100 7108.8802 EX Minor Equipment 4610.860.7109-5210.00 4610.860.7110-5210.00 39,510 - 25,033 - 46100 46100 7109.8802 EX 7110.8802 EX Minor Equipment Minor Equipment 4610.860.7150-5210.00 4610.860.7150-5911.99 256,759 - 30,000 - 46100 46100 7150.8802 EX 7150.8802 EX Minor Equipment Contingency -Capital Project 4610.860.7999-5899.00 (385,791) - 46100 7999 EX Unallocated - Budget H:\Budget Adjustments\2022_Budget\CITY COUNCIL\03-15-22\2022-0148 BA Fire Station Radio Alerting Systems.xlsm 1 of 1