Alarm Monitoring Services (RFP)

expired opportunity(Expired)
From: Raleigh(City)
274-ES-FO-2021-FireAlarmMon

Basic Details

started - 04 Aug, 2021 (about 2 years ago)

Start Date

04 Aug, 2021 (about 2 years ago)
due - 01 Sep, 2021 (about 2 years ago)

Due Date

01 Sep, 2021 (about 2 years ago)
Bid Notification

Type

Bid Notification
274-ES-FO-2021-FireAlarmMon

Identifier

274-ES-FO-2021-FireAlarmMon
City of Raleigh

Customer / Agency

City of Raleigh
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

1 Request for Proposals #274-ES-FO-2021-FireAlarmMon Title: Alarm Monitoring Services Issue Date: August 4, 2021 Due Date: September 1, 2021 not later than 2:00 pm ET LATE PROPOSALS WILL NOT BE ACCEPTED Issuing Department: Engineering Services / Facilities & Operations Direct all inquiries concerning this RFP to: David Thomas Maintenance and Operations Supervisor Email: david.thomas@raleighnc.gov aN) \ Ve See) et fod 2 Table of Contents 1. Introduction ...............................................................................................3 1.1 Purpose ..............................................................................................3 1.2 Background ........................................................................................3 1.3 RFP Timeline ......................................................................................4 1.4 Pre-Proposal Conference
...................................................................4 1.5 Proposal Question ..............................................................................4 1.6 Proposal Submission Requirements & Contact Information ...............5 1.7 Rights to Submitted Material ..............................................................6 1.8 Communications .................................................................................6 1.9 Lobbying .............................................................................................6 1.10 Conflicts of Interest .............................................................................7 1.11 Proposer Expenses ............................................................................8 1.12 Proposer Acceptance .........................................................................8 2. Proposals ..................................................................................................8 2.1 Request for Proposals Required Document Format ...........................8 2.2 RFP Documents ............................................................................... 10 3. Proposal Evaluation ............................................................................... 11 3.1 Proposal Evaluation Criteria (Stage 1) ............................................. 11 3.2 Interview/Demonstration (Stage 2) ................................................... 12 3.3 Final Selection .................................................................................. 12 3.4 Notice to Proposers Regarding RFP Terms & Conditions ................ 12 4. Contract Terms ....................................................................................... 12 5. Scope of Services ................................................................................... 12 Appendix I Fee and Rate Proposal ............................................................... 18 Appendix II Proposer Questionnaire ............................................................ 19 Appendix III Reference Questionnaire .......................................................... 20 Appendix IV Contract Standard Terms & Conditions ................................. 23 Appendix V Exceptions to RFP ..................................................................... 31 3 1 Introduction 1.1 Purpose The City of Raleigh (COR) is solicitating proposals from one or more firm(s) with which to contract for the following services: Alarm Monitoring Services at locations identified in Table 1. The City reserves the right to award to one vendor or multiple vendors based on equipment type and/or manufacturer. The City currently has equipment as described in Table 1 at the various identified locations. The amount of equipment is subject to change and the City reserves the right to add or delete equipment and/or the frequency of services. Services will begin upon execution of the contract by the Contractor and the City. The term of the awarded contract is expected to be for five (5) years. A detailed scope of services is provided in Section 5 of this solicitation. All information related to this solicitation, including any addenda, will be posted to the North Carolina Interactive Purchasing System (IPS) at: https://www.ips.state.nc.us/IPS/. 1.2 Background The City of Raleigh, the Capital City of North Carolina, remains one of the fastest growing areas in the country. A great economy, top educational institutions, and exceptional health care facilities are some of the characteristics that attract people to the triangle area. The mild climate, diverse work force and proximity to Research Triangle Park combine to make Raleigh a great place to live. Raleigh is a 21st Century City of Innovation focusing on environmental, cultural, and economic sustainability. The City conserves and protects our environmental resources through best practice and cutting-edge conservation and stewardship, land use, infrastructure and building technologies. The City welcomes growth and diversity through policies and programs that will protect and enhance Raleighs existing neighborhoods, natural amenities, history, and cultural and human resources for future generations. The City leads to improve quality of life for neighborhoods and standard of living for all citizens. The City works with universities, colleges, citizens, and local partners to promote new technology, create new job opportunities, and encourage local businesses and entrepreneurs. The City enlists and prepares 21st Century staff with the skill sets to carry out the duties of the City through transparent civic engagement and by providing the very best customer service to our citizens. Facilities and Operations, a division of the Engineering Services Department, is responsible for providing internal services and managing a large portion of the Citys buildings, critical systems, sites and provide many services to ensure that the facilities are wellmaintained and can effectively serve staff, patrons and citizens. https://www.ips.state.nc.us/IPS/ 4 1.3 Request for Proposal (RFP) Timeline Provided below is a list of the anticipated schedule of events related to this solicitation. The City of Raleigh reserves the right to modify and/or adjust the following schedule to meet the needs of the service. All times shown are Eastern Time (EST): 1.4 Pre-Proposal Conference If the City of Raleigh elects to conduct a Pre-Proposal Conference or Site Visit, attendance by prospective proposers is strongly encouraged but is not mandatory. Prospective Proposers are encouraged to submit written questions in advance. Date, time, and location of pre-proposal conference is shown above in Section 1.3, entitled RFP Timeline. 1.5 Proposal Question It is the Proposer's responsibility to ensure that all addenda have been reviewed and considered in the preparation of its proposal. Requests for clarification and questions to this RFP must be received by the City not later than the date shown above in Section 1.3, entitled RFP Timeline for the submittal of written inquires. The firms failure to request clarification and submit questions by the date in the RFP Timeline above shall be considered to constitute the firms acceptance of all Citys terms and conditions and requirements. The City shall issue addenda reflecting questions and answers to this RFP, if any, and shall be posted to North Carolina Interactive Purchasing System (IPS). No information, instruction or advice provided orally or informally by any City personnel, whether made in response to a question or otherwise in connection with this RFP, shall be considered authoritative RFP Process Date Time RFP Advertisement Date August 4, 2021 Pre-Proposal Conference (if required) N/A Deadline for written questions August 18, 2021 City Response to questions (anticipated) August 25, 2021 Proposal Due Date and Time September 1, 2021 2:00 PM ET Evaluation Meeting (anticipated) September 3, 2021 Interview/ Demonstrations (if required) N/A Selection Announced at Council Meeting (tentative) TBD 5 or binding. Respondents shall be entitled to rely only on written material contained in an Addendum to this RFP. It is important that all Respondents submitting to this RFP periodically check the North Carolina Interactive Purchasing System (IPS) for any Addenda. It is the Respondents responsibility to ensure that all addenda have been reviewed and, if required signed and returned. All questions related to this solicitation must be submitted in writing (via email) to the following individual: Contact Name Email Address David Thomas David.thomas@raleighnc.gov Questions submitted via telephone will not be answered. 1.6 Proposal Submission Requirements and Contact Information Proposals must follow the format as defined in Section 2 PROPOSALS, and be addressed and submitted as follows: DELIVERED BY US POSTAL SERVICE DELIVERED BY ALL OTHER MEANS City of Raleigh City of Raleigh ATTN: David Thomas ATTN: David Thomas PO Box 590 222 West Hargett St Raleigh, NC 27602-0590 Raleigh NC 27601 RFP No. & Title 274-ES-FO-2021- FireAlarmMon Suite 605 RFP No. & Title 274-ES-FO-2021- FireAlarmMon Proposals must be enclosed in an envelope or package and clearly marked with the name of the submitting company, the RFP number and the RFP Title. Proposers must submit: A. one (1) signed original; B. one (1) electronic version of the signed proposal and; C. Three (3) copies of proposal. The electronic version of the Proposal must be submitted as a viewable and printable Adobe Portable Document File (PDF) on a Flash Drive. Both hard copy and electronic versions must be received by the City on or before the RFP due date and time provided in Section 1.3. Proposals received after the RFP due date and time will not be considered and will be returned unopened to the return address on the submission envelope or package. Any requirements in the RFP that cannot be met must be indicated on Appendix V, Exceptions to the RFP and submitted with proposal. Proposers must respond to the entire Request for Proposals (RFP). Any incomplete proposal may be 6 eliminated from competition at the discretion of the City of Raleigh. The City reserves the right to reject any or all proposals for any reason and to waive any informality it deems in its best interest. Proposals that arrive after the due date and time will not be accepted or considered for any reason whatsoever. If the Firm elects to mail in its response, the Firm must allow sufficient time to ensure the Citys proper receipt of the package by the time specified in Section 1.3, RFP Timeline. Regardless of the delivery method, it is the responsibility of the Firm to ensure that their response arrives at the designated location specified in this Section by the due date and time specified in Section 1.3, RFP Timeline. 1.7 Rights to Submitted Material All proposals and supporting materials, as well as correspondence relating to this RFP, shall become the property of the City. The content of all submittals will be held confidential until the selection of the firm is made. Proposals will be reviewed by the Evaluation Team, as well as other City staff and members of the general public who submit public record requests. Any proprietary data must be clearly marked. In submitting a Proposal, each Prospective Proposer agrees that the City may reveal any trade secret materials contained in such response to all City staff and City officials involved in the selection process and to any outside consultant or other third party who serves on the Evaluation Team or who is hired by the City to assist in the selection process. The City reserves the right to retain all proposals submitted and to use any ideas in a proposal regardless of whether that proposal is selected. Submission of a proposal indicates acceptance by the Proposer of the conditions contained in this Request for Proposal. Proposals marked entirely as confidential, proprietary, or trade secret will be considered non-responsive and will be removed from the evaluation process. 1.8 Communications All communications of any nature regarding this RFP with any City staff, elected City officials, evaluation committee members, are strictly forbidden from the time the solicitation is publicly posted until award. Questions must be submitted in writing to the individual designated in Section 1.1. prior to the deadline provided in Section 1.3. Violation of this provision may result in the firms proposal being removed from consideration. 1.9 Lobbying By responding to this solicitation, the firm certifies that is has not and will not pay any person or firm to influence or attempt to influence an officer or employee of the City or the State of North Carolina, or any elected official in connection with obtaining a contract as a result of this RFP. 7 1.10 Conflicts of Interest City of Raleigh contracts are controlled by three conflict of interest provisions. First, federal procurement standards provide in 2 CFR 200.318 (c)(1), No employee, officer, or agent may participate in the selection, award, or administration of a contract supported by a Federal award if he or she has a real or apparent conflict of interest. Such a conflict of interest would arise when the employee, officer, or agent, any member of his or her immediate family, his or her partner, or a firm which employs or is about to employ any of the parties indicated herein, has a financial or other interest in or a tangible personal benefit from a firm considered for a contract. The officers, employees, and agents of the non-Federal entity may neither solicit nor accept gratuities, favors, or anything of monetary value from contractors or parties to subcontracts. Similarly, the North Carolina General Statutes provides a criminal statute for conflicts of interest in public contracting. N.C.G.S. 14-234(a): (1) No public officer or employee who is involved in making or administering a contract on behalf of a public agency may derive a direct benefit from the contract except as provided in this section, or as otherwise allowed by law. (2) A public officer or employee who will derive a direct benefit from a contract with the public agency he or she serves, but who is not involved in making or administering the contract, shall not attempt to influence any other person who is involved in making or administering the contract. (3) No public officer or employee may solicit or receive any gift, favor, reward, service, or promise of reward, including a promise of future employment, in exchange for recommending, influencing, or attempting to influence the award of a contract by the public agency he or she serves. City of Raleigh Charter Section 3.9 regulates private transactions between the City and its officials and employees. The Charter states: "No member of the City Council, official, or employee of the City of Raleigh shall be financially interested, or have any personal beneficial interest, either directly or indirectly, as agent, representative, or otherwise, in the purchase of, or contract for, or in furnishing any materials, equipment or supplies to the City of Raleigh, nor shall any official or employee of the City of Raleigh accept or receive, or agree to accept or receive, directly or indirectly, from any person, firm or corporation to whom any contract may be awarded or from whom any materials, equipment or supplies may be purchased by the City of Raleigh, by rebate, gift, or otherwise, any money or anything of value whatsoever, or any promise, obligation or contract for future reward or compensation, for recommending or procuring the uses of any such materials, equipment or supplies by the City of Raleigh; no member of the City Council, official or employee of the City of Raleigh shall for his own personal benefit operate, directly or indirectly, any concession in any building or on any lands of the City of Raleigh, nor shall any official or employee of the City of Raleigh bid for or be awarded any contract granting concessionary rights of any nature or kind from the City of Raleigh; it shall be unlawful for any member of the City Council, official or employee of the City of Raleigh to bid for or to purchase or to 8 contract to purchase from the City of Raleigh any real estate, equipment, materials, or supplies of any nature or kind whatsoever, either directly or indirectly, at either public or private sale, either singly, or through or jointly with any other person. 1.11 Proposer Expenses The City of Raleigh will not be responsible for any expenses incurred by any Proposer in the development of a response to this Request for Proposal or any other activities associated with this procurement including but not limited to any onsite (or otherwise) interviews and/or presentations, and/or supplemental information provided, submitted, or given to City of Raleigh and/or its representatives. Further, the City of Raleigh shall reserve the right to cancel the work described herein prior to issuance and acceptance of any contractual agreement/purchase order by the recommended Proposer even if the awarding authority for each entity has formally accepted a recommendation. 1.12 Proposer Acceptance Submission of any proposal indicates a Proposers acceptance of the conditions contained in this RFP unless clearly and specifically noted otherwise on Appendix V, Exceptions to RFP and submitted with proposal. Furthermore, the City of Raleigh is not bound to accept a proposal on the basis of lowest price, and further, the City of Raleigh has the sole discretion and reserves the right to cancel this RFP, and to reject any and all proposals, to waive any and all informalities and/or irregularities, or to re-advertise with either the identical or revised specifications, if it is deemed to be in the City of Raleighs best interests to do so. The City of Raleigh reserves the right to accept or reject any or all of the items in the proposal, and to award the contract in whole or in part and/or negotiate any or all items with individual Proposers if it is deemed in the City of Raleighs best interest. Moreover, the City of Raleigh reserves the right to make no selection if proposals are deemed to be outside the fiscal constraint or not in the best interest of the City of Raleigh. 2 PROPOSALS Responses must follow the format outlined below. The City may reject as non-responsive at its sole discretion any proposal that does not provide complete and/or adequate responses or departs in any substantial way from the required format. 2.1 Request for Proposals Required Document Format Responses should be divided using tabs to separate each section, listed sequentially as follows: Tab 1: Cover Letter Provide an introduction letter summarizing the unique proposal of your firm to meet the needs of this service requirement. This letter should be presented on the firms official letterhead and signed by an authorized representative who has the authority to enter into a contract with the City on behalf of the firm. Additionally, include the name, address, telephone and email address of the individual who serves as the point of contact for this solicitation. 9 Tab 2: Corporate Background and Experience Include background information on the firm and provide detailed information regarding the firms experience with similar projects. Provide a list of all similar contracts performed in the past three (3) years, accompanied by at least three (3) references (contact persons, firm, telephone number and email address). Notice on the references questionnaire form that all of these should be sent directly to the email address provided. Include the total amount invoiced for each listed project, the length of the project, and list of those involved in the project who are also proposed for the subject project named in this solicitation. Failure to provide a list of all similar contracts in the specified period may result in the rejection of the firms proposal. The evaluation team reserves the right to contact any or all listed references, and to contact other public entities regarding past performance on similar projects. Tab 3: Financial Information Recent audited or reviewed financial statements prepared by an independent certified public accountant (CPA) that shall include, at a minimum, a balance sheet, income statement (i.e., profit/loss statement) and cash flow statement and, if the audited or reviewed financial statements were prepared more than six (6) months prior to the issuance of this RFP, the Proposer shall submit its most recent internal financial statements (balance sheet, income statement and cash flow statement or budget with entries reflecting revenues and expenditures from the date of the audited or reviewed financial statements to the end of the most recent financial reporting period (i.e., the quarter or month preceding the issuance date of this RFP)). OR Recent compiled financial statements prepared by an independent CPA that shall include, at a minimum, a balance sheet, income statement (i.e., profit/loss statement) and cash flow statement and, if the compiled financial statements were prepared more than three (3) months prior to the issuance of this RFP, the Proposer shall submit its most recent internal financial statements (balance sheet, income statement and cash flow statement or budget with entries reflecting revenues and expenditures to date), and other evidence of financial stability such as most recently filed income tax return, evidence of a line of credit/loans/other type of financing with statement of amount in use/outstanding balance (e.g., a complete copy commitment letter, loan agreement, billing statement reflecting the line of credit or statement from lender acknowledging the commitment to fund the Proposers stated financing), personal guaranty with copies of personal income tax filing and statement of net worth or such other evidence that is accurate, reliable and trustworthy regarding the Proposers financial stability. All financial information, statements and/or documents provided in response to this solicitation shall be kept confidential provided that EACH PAGE is marked as follows: CONFIDENTIAL DO NOT DISCLOSE EXCEPT FOR THE EXPRESS PURPOSE OF PROPOSAL EVALUATION. Recent shall be defined as financial statements that were prepared within the 12 months preceding the issuance date of this RFP. 10 Consolidated financial statements of the Proposers parent or related corporation/business entity shall not be considered, unless: (1) the Proposers actual financial performance for the designated period is separately identified in and/or attached to the consolidated statements, (2) the parent or related corporation/business entity provides the State with a document wherein the parent or related corporation/business entity will be financially responsible for the Proposers performance of the contract and the consolidated statement demonstrates the parent or related corporations/business entitys financial ability to perform the contract, financial stability and/or such other financial considerations identified in the evaluation criteria; and/or (3) Proposer provides its own internally prepared financial statements and such other evidence of its own financial stability identified above. The firms failure to provide any of the above-referenced financial statements may result in the proposal being removed from consideration. Proposers are also encouraged to explain any negative financial information, and to provide documentation supporting those explanations and demonstrating the financial strength of the firm. Tab 4: Project Understanding, Approach and Schedule Provide a comprehensive narrative, outline, and/or graph demonstrating the firm's understanding and approach to accomplishing the tasks outlined in the Scope of Work section of this RFP. A description of each task and deliverable and the schedule for accomplishing each shall be included. Tab 5: Team Firm, Experience and Certifications This section must include the proposed staffing, deployment and firm of personnel to be assigned to this project. The Proposer shall provide information as to the Proposals and experience of all executive, managerial, legal, and professional personnel to be assigned to this project, including resumes citing experience with similar projects and the responsibilities to be assigned to each person. A project- specific firm chart which clearly illustrates the roles, responsibilities, and the reporting relationships of each team member should be included. Tab 6: Cost In a separate sealed envelope provide a minimum of three (3) complete copies of cost schedule. Hourly rates shall be fully burdened to include all costs, all applicable overhead and profit (including lodging, meals, and transportation). Please include a price breakdown sheet per service for yearly totals. Attach any additional pricing details. 2.2 RFP Documents This RFP is comprised of the base RFP document, any attachments, and any addenda released before Contract award. All attachments and addenda released for this RFP in advance of any Contract award are incorporated herein by reference. 11 3 PROPOSAL EVALUATION 3.1 Proposal Evaluation Criteria (Stage 1) This is not a bid. There will not be a public opening. The Proposals received in response to this RFP will be evaluated and ranked, by the Proposal Evaluation Committee in accordance with the process and evaluation criteria contained below. Responses will be evaluated in light of the material and substantiating evidence presented in the response, and not on the basis of what is inferred. After thoroughly reading and reviewing this RFP, each Evaluation committee member shall conduct his or her independent evaluation of the proposals received and grade the responses on their merit in accordance with the evaluation criteria set forth in the following table. The maximum interview/demonstration points a Proposer can receive is 5 points. The Proposers selected for interviews/demonstrations under this section will be notified in writing of the date and time. The Proposers interview/demonstrations shall be based solely upon information provided in each Proposers original proposal. No new information may be presented. Criteria (a) Weight (b) Score (0-3) (a) x (b) Weighted Score Corporate Background and Experience 20 Firm Financial Stability 20 Project References 20 Project Approach and Understanding 15 Team Firm Experience 10 Proposed Cost 15 Total Score (without Interview/Demonstrations) Interview/Demonstration (if applicable) N/A Final Score (with Interview/Demonstrations) Score Points 0- Missing or Does Not Meet Expectation 2- Meets Expectation 1- Partially Meets Expectation 3- Exceeds Expectation Cost Formula: The cost criterion is rated by giving the proposal with the lowest total cost the maximum number of Cost points available. The remaining proposals are rated by applying the following formula: 1 - B - A x C = D A Athe lowest Proposers cost. Bthe Proposers cost being scored. 12 Cthe maximum number of cost points available. DProposers cost score (points). Note: If the formula results in a negative number (which will occur when the Offerors cost is more than twice the lowest cost), zero points shall be assigned. 3.2 Interview/Demonstration (Stage 2) If the City elects to hold interviews, a short-list of firms may be invited to Stage 2 of the evaluation process, the Interview/ Demonstration. Interview/demonstrations are an important aspect of the evaluation process that offers the City an opportunity to see how the proposers solution meets the critical components of the RFP. 3.3 Final Selection Proposals will be evaluated and ranked according to the criteria and weighted values set forth in section 3.1. Either a final selection for recommendation will be made at this time or the short-list of firms will be invited to participate in Stage 2 of the evaluation process. If Stage 2 is implemented, each firm will be evaluated and assigned a score to determine the best firm for recommendation. After which negotiations of a contract with the most qualified firm will commence. If negotiations are unsuccessful, the City will then pursue negotiations with the next most qualified firm. All Proposers will be notified of their standing immediately following the Citys decision. The City shall not be bound or in any way obligated until both parties have executed a contract. The City also reserves the right to delay the award of a contract or to not award a contract. 3.4 Notice to Proposers Regarding RFP Terms and Conditions It shall be the Proposers responsibility to read the Instructions, the Citys contract terms (Appendix IV), all relevant exhibits, attachments, and any other components made a part of this RFP and comply with all requirements and specifications herein. Proposers are also responsible for obtaining and complying with all Addenda and other changes that may be issued in connection with this RFP. 4 CONTRACT TERMS The Contract shall have a term of five (5) years, beginning on the date of the Contract award (the Effective Date). At the end of the Contracts current term, the City shall have the option, in its sole discretion, to renew the Contract on the same terms and conditions for up to a total of zero (0) additional one-year terms. The City will give the Contractor written notice of its intent whether to exercise each option no later than zero (0) days before the end of the Contracts then-current term. In addition, the City reserves the right to extend a contract term for a period of up to 180 days in 90-day-or-less increments. 5 SCOPE OF SERVICES Awarded Contractor shall provide services, all as set forth in this RFP and more particularly described in this Section 5. 13 5.1 CONTRACTOR REQUIREMENTS Each Contractor shall, at a minimum, meet and maintain the requirements listed in the following sections. 1) This RFP is to award said contractor the responsibility of monitoring of locations identified in Table 1 as well as responsibility to maintain all dialers, modems, and communication devices located external of Fire Alarm and Security panels. 2) Contractors shall be licensed and registered with the State of North Carolina. 3) Contractors MUST have been in business for a minimum of five (5) years and must have passed a minimum of two consecutive U.L. inspections. In addition, any subcontractor employed by Contractor as a part of this contract shall be in compliance with U.L. All subcontractors must be identified and must be approved by the Building Superintendent and / or his liaison. 4) Said contractor must be staffed with properly trained employees, 24 hours per day, 365 days per year. Monitoring service shall include twenty-four-hour dialer signals to each location. Twenty-four-hour monitoring and dispatching services from a U.L. approved call center. 5) Said contractor must be capable of providing radio or cellular backup in addition to land lines and fiber. 6) Said contractor shall comply with all current local and national codes including but not limited NFPA 72 and NFPA 25 2013 North Carolina Code. 7) Contractors shall be qualified as an approved supply channel to the systems manufacturer(s). Contractors shall continuously adhere to all manufacturer and code obligations - required check-out procedures for installation, maintenance, startup, commissioning and operation of any system or system equipment identified in Table 1. 8) The Contractor shall require his/her employees to comply with the instructions pertaining to conduct and building regulations issued by duly appointed officials such as the building managers, guards, and inspectors. 9) A Contractor representative must be accessible to the City of Raleigh throughout the duration of the contract. He/she must also keep the City informed of any changes regarding company name changes or corporate change outs. 10) The Contractor shall adhere to all State, local and federal security and safety standards. 14 5.2 SERVICE REQUIREMENTS Monitoring shall mean the continuous observation and measurement of signals from the Control Panel at each of the locations listed in Table 1 using active phone lines by the Monitoring Contractor. The Monitoring Contractor must provide monitoring service coverage 24 hours per day 365 days per year. Monitoring Service Coverage shall include: burglar alarms, fire alarms (including supervisory trouble, sprinkler systems, suppression systems), panic/duress alarm systems, and automation alarm systems (including boilers, generators /loss of power, low/high temperature monitoring, lift stations, and custom integration monitoring), and any other alarm system deemed necessary by the City of Raleigh. All times listed in the request for proposal are in Eastern Standard Time (EST). 1) As additional facilities come online, the Contractor shall be responsible for all costs associated with code conversion, both programming and installation of all monitoring devices identified in Table 1 with the exception of automation systems (see item number 2 below). The code conversion must include the following: a) Identify and program access code(s); b) Identify and change installer code(s); c) Create, provide, and maintain the City of Raleigh a master database of all programming access and installer code(s); d) Supply and install any devices necessary to ensure successful monitoring within the scope of contract if applicable. e) The City of Raleigh reserves the right to request and receive an updated database of all codes anytime during the contract duration. 2) The City of Raleigh has an electronic automation system used for different equipment located in facilities that are identified in Table 1. The automation system is capable of sending out equipment alarm email notifications for various occurrences regarding this equipment. The contractor must be able to successfully perform data mapping setup, testing and customer integration in conjunction with the City of Raleigh. Data mapping matrix will be provided by the City of Raleigh. This service must be completed by the awarded contractor and not by a subcontractor. The monitoring contractor is required to have the capability to receive these email notifications of various descriptions and relay the information via live personnel (from monitoring contractor) to City of Raleigh staff as identified in the staff call list. 3) The City of Raleigh requires a daily test signal be sent to each monitored facility by the alarm monitoring company to ensure system functionality. The test signals must be performed between the hours of 6:00 a.m. 2:00 p.m. If the alarm monitoring company fails to receive verification of system functionality, the Company shall immediately contact the City of Raleighs identified designee that a given system is not functioning. No payment for monthly monitoring service will be authorized while the system is non- functioning or is being repaired or replaced. Non-payment due to the system 15 being non- functioning or being repaired or replaced shall not be considered a default under the contract. 4) System Trouble or Trouble - In the event that a trouble signal occurs, the monitoring contractor shall notify the City of Raleigh contract representative between the hours of 8:30 a.m. 5:15 p.m., Monday Friday. If the trouble occurs after 5:15 p.m. and the facility is listed as an essential site, the monitoring contractor shall notify the City of Raleigh on the next business day. If a facility is listed as a critical site the monitoring contractor shall contact the City of Raleighs identified designee in less than one minute. Failure to comply with the requirements under this section is considered a default of the contract and grounds for termination of the contract. 5) Supervisory Troubles - In the event that a Supervisory trouble occurs, the Monitoring Contractor shall notify the City of Raleigh contract representative between the hours of 8:30 a.m. 5:15 p.m., Monday Friday. If the trouble occurs after 5:15 p.m. the monitoring shall contact the City of Raleighs identified designee in less than one minute. Failure to comply with this requirement is considered a default of the contract and grounds for termination of the contract. 6) Alarms In the event that an alarm occurs, the Monitoring Contractor shall contact the City of Raleighs identified designee in less than one minute. Failure to comply with this requirement is considered a default of the contract and grounds for termination of the contract. 7) The City of Raleigh will complete a separate RFP process for Alarm Maintenance. The Alarm Monitoring Contractor may or may not be the awarded contractor for Alarm Maintenance; however, in the event that there is an incident regarding a system trouble or supervisory trouble, the awarded Alarm Monitoring Contractor may have to assist the Alarm Maintenance Contractor upon request. All work will be coordinated with City of Raleigh contract representative. Duties of the Alarm Monitoring Contractor shall include monitoring and repair of all external modems and dialers for alarm equipment, in addition to the following: a) If it is determined through diagnostics that a device (such as a dialer or modem) needs to be repaired or replaced, the Alarm Monitoring Contractor shall replace the device if the device is located external of the Fire Alarm Main Panel. b) In addition to the replacement or repair of the device, the Alarm Monitoring Contractor will be responsible for installing the set up and installer codes as well as immediately updating the City of Raleigh access and set up code database. All work will be coordinated with City of Raleigh contract representative. 16 c) All work mentioned above will be in accordance to the hourly rate schedule set forth in this contract. If a contractor is awarded both the Alarm Monitoring and Alarm Maintenance Service contract(s) the contractor shall invoice at the rate structure for the service type performed. d) However, at no time should the City be invoiced for both service types simultaneously. 8) Contractors shall not be allowed to program new dialers with lockout codes without the prior approval of the City. The Contractor shall be responsible to program the communications equipment to ensure that the various signals are communicated and received properly at the call center and provide updated information to the City of Raleighs programming code installer code database. 9) The Alarm Monitoring Contractor must follow an established structured call system known as the Call List Protocol that includes notification to alert the site, necessary authorities and key stakeholders of system signal troubles, and alarms once discovered. The awarded Alarm Monitoring Contractor will be provided with a Call List Protocol for each monitored location identified by name and address within Table 1. a) The Engineering Services, Facilities and Operations Division, shall provide an updated Call List of facility personnel having responsibilities for each location (account). b) The Call List will be updated each month or as changes are made with current facility personnel contact information and sent to the Monitoring Contractor. c) The contractor must acknowledge in writing to the Building Maintenance and Operations Manager and/or his liaison that the updates have been received to ensure the proper City staff is being contacted at all times. 5.3 REPORTS The approved contractor must be able to supervise opening and closing signal alarms and provide daily opening and closing tracking reports electronically which shall include: the date and time, the location, was it opened/closed, by whom and any activity (including system troubles and supervisory troubles and alarms) associated with the alarm. Other reports may be added as the need arises and upon request, all reports must be provided electronically to the Building Superintendent and / or designee within one (1) business day. The contractor must be able to maintain history/reports/logs for easy retrieval for a period of at least three (3) months and archive history/reports/logs for a period of at least five (5) years. If contractor has a web portal access available to the City of Raleigh, the City reserves the right to request access to the portal. Contractor shall provide support and training for City 17 of Raleigh designees to access the portal. Online web portal access does not exempt the contractor from providing reports directly to the City of Raleigh at the City of Raleighs request. 5.4 PARTS INVENTORY Contractors shall have locally and readily available an inventory of parts supplied by the manufacturer or adaptable to all equipment at a specific location. The contractor shall also stock commonly used parts on all service vehicles for all equipment identified in Table 1. 5.4 REPAIRS The Contractor is not to proceed with any additional work outside of scope of work until approved. All additional work or repairs must submit a quote showing the labor rates broken down according to the labor rates on the contract. All repairs and parts will be conducted under a separate Purchase Order supplied by City of Raleigh. The City of Raleigh reserves the right to obtain additional quotes for all repairs outside of this scope of work. All equipment replaced/repaired shall be warranted for twelve (12) months. Any replacement of parts will require manufacture replacement. 18 APPENDIX I Fee and Rate Proposal Awarded Contractor shall perform the services to be performed as set forth in this RFP and more particularly described in Section 5 for a not to exceed total amount of $___________________________________________________. Proposer shall attach proposal cost breakdown to Table 1- Fee and Rate Proposal. Firm Name: ____________________________________________________________ Authorized Signature _______________________________Date__________________ Signed by: _____________________________________________________________ [Type or Print Name] Title of Signer: __________________________________________________________ 19 APPENDIX II PROPOSER QUESTIONNAIRE The following questions must be answered, and data given must be clear and comprehensive. If necessary, questions may be answered on separate sheets. The Proposer may submit any additional information desired. Company Name: d/b/a (if applicable) Street / PO Box: City: State: Zip: Phone: Fax: E-Mail: Website (if applicable): Sole Proprietor Partnership Corporation Other Number of years in business under companys present name: Fed Tax ID #: DUNS # Are you certified with the North Carolina Secretary of State to conduct business (if required)? (Check One) YES: NO: Not Applicable: Are you properly licensed/certified by the Federal and/or State of North Carolina to perform the specified work? YES: NO: Not Applicable: ATTACH COPY OF ALL APPLICABLE LICENSING/CERTIFICATION DOCUMENTS Are/will you be properly insured to perform the work? YES: NO: Contact for this Contract: Title: Phone: Fax: E-Mail: Have you ever defaulted or failed on a contract? (If yes, attach details) YES: NO: List at least three (3) references for which you have provided these services (same scope/size) in the past three years - preferably government agencies. Do not include City of Raleigh as a reference to meet the requirement of listing at least (3) references. PROPOSERS ARE RESPONSIBLE FOR SENDING REFERENCE QUESTIONNAIRE (APPENDIX III) TO THEIR REFERENCES. 1. Company: Contact Person: Title: Phone: Fax: E-Mail: Describe Scope of Work: 2. Company: Contact Person: Title: Phone: Fax: E-Mail: Describe Scope of Work: 3. Company: Contact Person: Title: Phone: Fax: E-Mail: Describe Scope of Work: 4. Company: Contact Person: Title: Phone: Fax: E-Mail: Describe Scope of Work: 5. Company: Contact Person: Title: Phone: Fax: E-Mail: Describe Scope of Work: The undersigned swears to the truth and accuracy of all statements and answers contained herein: Authorized Signature: Date: 20 APPENDIX III City of Raleigh Alarm Monitoring Services Reference Questionnaire The City of Raleigh, as a part of the RFP, requires proposing companies to submit a minimum of three (3) business references as required within this document. The purpose of these references is to document the experience relevant to the scope of services and provide assistance in the evaluation process. The Proposer is required to send the reference form (the following two pages) to each business reference listed on Proposer Questionnaire. The business reference, in turn, is requested to submit the Reference Form directly to the City of Raleigh Point of Contact identified on the Reference Questionnaire form for inclusion in the evaluation process. The form and information provided will become a part of the submitted proposal. The business reference may be contacted for validation of the response. It is the Proposers responsibility to verify their references have been received by the City of Raleigh Point of Contact by the date indicated on the reference form. 21 City of Raleigh 274-ES-FO-2021-FireAlarmMon REFERENCE QUESTIONNAIRE _______________________________________________________________ (Name of Business Requesting Reference) This form is being submitted to your company for completion as a business reference for the company listed above. This form is to be returned to the City of Raleigh, David Thomas via email to david.thomas@raleighnc.gov no later than 2:00 p.m. ET, September 1, 2021 and MUST NOT be returned to the company requesting the reference. For questions or concerns regarding this form, please contact the City of Raleigh, Point of Contact above. Company Providing Reference Contact Name and Title/Position Contact Telephone Number Contact Email Address Questions: 1. In what capacity have you worked with this company in the past? If the company was under a contract, please acknowledge and explain briefly whether or not the contract was successful. Comments: 2. How would you rate this companys knowledge and expertise? 3= Excellent 2= Satisfactory 1= Unsatisfactory 0= Unacceptable Comments: 3. How would you rate the companys flexibility relative to changes in the scope and timelines? 3= Excellent 2= Satisfactory 1= Unsatisfactory 0= Unacceptable Comments: 4. What is your level of satisfaction with hard-copy materials, e.g. reports, logs, etc. produced by the company? 3= Excellent 2= Satisfactory 1= Unsatisfactory 0= Unacceptable Comments: 22 5. How would you rate the dynamics/interaction between the company and your staff? 3= Excellent 2= Satisfactory 1= Unsatisfactory 0= Unacceptable Comments: 6. Who were the companys principle representatives involved in providing your service and how would you rate them individually? Would you comment on the skills, knowledge, behaviors or other factors on which you based the rating? (3= Excellent; 2= Satisfactory; 1= Unsatisfactory; 0= Unacceptable) Name: Rating: Name: Rating: Name: Rating: Name: Rating: Comments: 7. With which aspect(s) of this companys services are you most satisfied? Comments: 8. With which aspect(s) of this companys services are you least satisfied? Comments: 9. Would you recommend this companys services to your organization again? Comments: _________________________________________________________________________ _________________________________________________________________________ _________________________________________________________________________ 23 APPENDIX IV CONTRACT STANDARD TERMS AND CONDITIONS The contract terms provided herein shall become a part of any contract issued as a result of this solicitation. Any exceptions to the contract terms must be stated in the submittal. Any submission of a proposal without objection to the contract terms indicates understanding and intention to comply with the contract terms. If there is a term or condition that the firm intends to negotiate, it must be stated in the proposal. The successful firm will not be entitled to any changes or modifications unless they were first stated in the proposal. The City of Raleigh reserves the right, at its sole discretion, to reject any or all submittal package(s) containing unreasonable objections to standard City of Raleigh contract provisions. 1. Compensation; Time of Payment The standard City of Raleigh payment term is NET 30 days from the date of invoice. For prompt payment all invoices should be emailed to (accountspayable@raleighnc.gov) or mail to the City of Raleigh, Accounts Payable, PO Box 590, Raleigh, North Carolina 27602-0590. All invoices must include the Purchase Order Number. Invoices submitted without the correct purchase order number will result in delayed payment. 2. Workmanship and Quality of Services All work performed under this Contract shall be performed in a workmanlike and professional manner, to the reasonable satisfaction of the City, and shall conform to all prevailing industry and professional standards. 3. Non-discrimination To the extent permitted by North Carolina law, the parties hereto for themselves, their agents, officials, employees and servants agree not to discriminate in any manner on the basis of race, color, creed, national origin, sex, age, handicap, or sexual orientation with reference to the subject matter of this Contract. The parties further agree, to the extent permitted by law, to conform with the provisions and intent of City of Raleigh Ordinance 1969-889, as amended. This provision is hereby incorporated into this Contract for the benefit of the City of Raleigh and its residents, and may be enforced by action for specific performance, injunctive relief, or other remedy as provided by law. This provision shall be binding on the successors and assigns of the parties with reference to the subject matter of this Contract. 4. Minority and Women Owned Business Enterprise The City of Raleigh prohibits discrimination in any manner on the basis of race, color, creed, national origin, sex, age or handicap or sexual orientation and will pursue an affirmative policy of fostering, promoting and conducting business with women and minority owned business enterprises. The City of Raleigh encourages participation by certified minority and women-owned businesses. If there are any questions, Contact the MWBE Program Manager, PO BOX 590 Raleigh, NC 27602, mwbe@raleighnc.gov, or 919-996-4330. mailto:accountspayable@raleighnc.gov mailto:mwbe@raleighnc.gov 24 5. Assignment This Contract may not be assigned without the express written consent of the City. 6. Applicable Law All matters relating to this Contract shall be governed by the laws of the State of North Carolina, without regard to its choice of law provisions, and venue for any action relating to this Contract shall be Wake County Civil Superior Court or the United States District Court for the Eastern District of North Carolina, Western Division. 7. Insurance Contractor agrees to maintain, on a primary basis and at is sole expense, at all times during the life of this Contract the following coverages and limits. The requirements contained herein, as well as Citys review or acceptance of insurance maintained by Contractor is not intended to and shall not in any manner limit or qualify the liabilities or obligations assumed by Contractor under this Contract. Commercial General Liability Combined single limit of no less than $1,000,000 each occurrence and $2,000,000 aggregate. Coverage shall not contain any endorsement(s) excluding nor limiting Product/Completed Operations, Contractual Liability or Cross Liability. Automobile Liability Limits of no less than $1,000,000 Combined Single Limit. Coverage shall include liability for Owned, Non-Owned and Hired automobiles. In the event Contractor does not own automobiles, Contractor agrees to maintain coverage for Hired and Non-Owned Auto Liability, which may be satisfied by way of endorsement to the Commercial General Liability policy or separate Auto Liability policy. Automobile coverage is only necessary if vehicles are used in the provision of services under this Contract and/or are brought on a COR site. Workers Compensation & Employers Liability Contractor agrees to maintain Workers Compensation Insurance in accordance with North Carolina General Statute Chapter 97 with statutory limits and employees liability of no less than $1,000,000 each accident. Additional Insured Contractor agrees to endorse the City as an Additional insured on the Commercial General Liability, Auto Liability and Umbrella Liability if being used to meet the standard of the General Liability and Automobile Liability. The Additional Insured shall read City of Raleigh is named additional insured as their interest may appear. Certificate of Insurance Contractor agrees to provide COR a Certificate of Insurance evidencing that all coverages, limits and endorsements required herein are maintained and in full force and effect, and Certificates of Insurance 25 shall provide a minimum thirty (30) day endeavor to notify, when available, by Contractors insurer. If Contractor receives a non-renewal or cancellation notice from an insurance carrier affording coverage required herein, or receives notice that coverage no longer complies with the insurance requirements herein, Contractor agrees to notify the City within five (5) business days with a copy of the non-renewal or cancellation notice, or written specifics as to which coverage is no longer in compliance. The Certificate Holder address should read: City of Raleigh Post Office Box 590 Raleigh, NC 27602-0590 Umbrella or Excess Liability Contractor may satisfy the minimum liability limits required above under an Umbrella or Excess Liability policy. There is no minimum Per Occurrence limit of liability under the Umbrella or Excess Liability, however, the Annual Aggregate limits shall not be less than the highest Each Occurrence limit for required policies. Contractor agrees to endorse City of Raleigh as an Additional Insured on the Umbrella or Excess Liability, unless the Certificate of Insurance states the Umbrella or Excess Liability provides coverage on a Follow-Form basis. Professional Liability Limits of no less than $1,000,000 each claim. This coverage is only necessary for professional services such as engineering, architecture or when otherwise required by the City. All insurance companies must be authorized to do business in North Carolina and be acceptable to the City of Raleighs Risk Manager. 8. Indemnity Except to the extent caused by the sole negligence or willful misconduct of the City, the Contractor shall indemnify and hold and save the City, its officers, agents and employees, harmless from liability of any kind, including all claims, costs (including defense) and losses accruing or resulting to any other person, firm, or corporation furnishing or supplying work, services, materials, or supplies in connection with the performance of this Contract, and from any and all claims, costs (including defense) and losses accruing or resulting to any person, firm, or corporation that may be injured or damaged by the Contractor in the performance of this Contract. This representation and warranty shall survive the termination or expiration of this Contract. The Contractor shall indemnify and hold and save the City, its officers, agents and employees, harmless from liability of any kind, including claims, costs (including defense) and expenses, on account of any copyrighted material, patented or unpatented invention, articles, device or appliance manufactured or used in the performance of this Contract. 26 9. Intellectual Property Any information, data, instruments, documents, studies, reports or deliverables given to, exposed to, or prepared or assembled by the Contractor under this Contract shall be kept as confidential proprietary information of the City and not divulged or made available to any individual or organization without the prior written approval of the City. Such information, data, instruments, documents, studies, reports or deliverables will be the sole property of the City and not the Contractor. All intellectual property, including, but not limited to, patentable inventions, patentable plans, copyrightable works, mask works, trademarks, service marks and trade secrets invented, developed, created or discovered in performance of this Contract shall be the property of the City. Copyright in and to any copyrightable work, including, but not limited to, copy, art, negatives, photographs, designs, text, software, or documentation created as part of the Contractors performance of this project shall vest in the City. Works of authorship and contributions to works of authorship created by the Contractors performance of this project are hereby agreed to be works made for hire within the meaning of 17 U.S.C. 201. 10. Force Majeure Except as otherwise provided in any environmental laws, rules, regulations or ordinances applicable to the parties and the services performed under this Contract, neither party shall be deemed to be in default of its obligations hereunder if and so long as it is prevented from performing such obligations by an act of war, hostile foreign actions, nuclear explosion, earthquake, hurricane, tornado, or other catastrophic natural event or act of God. Either party to the Contract must take reasonable measures and implement reasonable protections when a weather event otherwise defined as a force majeure event is forecast to be eligible to be excused from the performance otherwise required under this Contract by this provision. 11. Advertising The Contractor shall not use the existence of this Contract, or the name of the City of Raleigh, as part of any advertising without the prior written approval of the City. 12. Cancellation The City may terminate this Contract at any time by providing thirty (30) days written notice to the Contractor. In addition, if Contractor shall fail to fulfill in timely and proper manner the obligations under this Contract for any reason, including the voluntary or involuntary declaration of bankruptcy, the City shall have the right to terminate this Contract by giving written notice to the Contractor and termination will be effective upon receipt. Contractor shall cease performance immediately upon receipt of such notice. 27 In the event of early termination, Contractor shall be entitled to receive just and equitable compensation for costs incurred prior to receipt of notice of termination and for the satisfactory work completed as of the date of termination and delivered to the City. Notwithstanding the foregoing, in no event will the total amount due to Contractor under this section exceed the total amount due Contractor under this Contract. The Contractor shall not be relieved of liability to the City for damages sustained by the City by virtue of any breach of this Contract, and the City may withhold any payment due to the Contractor for the purpose of setoff until such time as the City can determine the exact amount of damages due the City because of the breach. Payment of compensation specified in this Contract, its continuation or any renewal thereof, is dependent upon and subject to the allocation or appropriation of funds to the City for the purpose set forth in this Contract. 13. Laws/Safety Standards The Contractor shall comply with all laws, ordinances, codes, rules, regulations, safety standards and licensing requirements that are applicable to the conduct of its business, including those of Federal, State, and local agencies having jurisdiction and/or authority. All manufactured items and/or fabricated assemblies subject to operation under pressure, operation by connection to an electric source, or operation involving a connection to a manufactured, natural, or LP gas source shall be constructed and approved in a manner acceptable to the appropriate state inspector which customarily requires the label or re-examination listing or identification marking of the appropriate safety standard organization, such as the American Society of Mechanical Electrical Engineers for pressure vessels; the Underwriters' Laboratories and/or National Electrical Manufacturers' Association for electrically operated assemblies; or the American Gas Association for gas operated assemblies, where such approvals of listings have been established for the type(s) of devices offered and furnished. Further, all items furnished by the Contractor shall meet all requirements of the Occupational Safety and Health Act (OSHA), and state and federal requirements relating to clean air and water pollution. Contractor must comply with North Carolina Occupational Safety and Health Standards for General Industry, 29CFR 1910. In addition, Contractor shall comply with all applicable occupational health and safety and environmental rules and regulations. Contractor shall effectively manage their safety and health responsibilities including: A. Accident Prevention Prevent injuries and illnesses to their employees and others on or near their job site. Contractor managers and supervisors shall ensure personnel safety by strict adherence to established safety rules and procedures. 28 B. Environmental Protection Protect the environment on, near, and around their work site by compliance with all applicable environmental regulations. C. Employee Education and Training Provide education and training to all contractors employees before they are exposed to potential workplace or other hazards as required by specific OSHA Standards. 14. Applicability of North Carolina Public Records Law Notwithstanding any other provisions of this Contract, this Contract and all materials submitted to the City by the Contractor are subject to the public records laws of the State of North Carolina and it is the responsibility of the Contractor to properly designate materials that may be protected from disclosure as trade secrets under North Carolina law as such and in the form required by law prior to the submission of such materials to the City. Contractor understands and agrees that the City may take any and all actions necessary to comply with federal, state, and local laws and/or judicial orders and such actions will not constitute a breach of the terms of this Contract. To the extent that any other provisions of this Contract conflict with this paragraph, the provisions of this section shall control. 15. Miscellaneous The Contractor shall be responsible for the proper custody and care of any property furnished or purchased by the City for use in connection with the performance of this Contract, and will reimburse the City for the replacement value of its loss or damage. The Contractor shall be considered to be an Independent Contractor and as such shall be wholly responsible for the work to be performed and for the supervision of its employees. Nothing herein is intended or will be construed to establish any agency, partnership, or joint venture. Contractor represents that it has, or will secure at its own expense, all personnel required in performing the services under this Contract. Such employees shall not be employees of or have any individual contractual relationship with the City. This Contract may be amended only by written agreement of the parties executed by their authorized representatives. 16. Right to Audit and Access to Records 1. The City may conduct an audit of any services performed and fees paid subject to this Contract. The City, or its designee, may perform such an audit throughout the contract period and for three (3) years after termination thereof or longer if otherwise required by law. 2. The Contractor and its agents shall maintain all books, documents, papers, accounting records, contract records and such other evidence as may be 29 appropriate to substantiate costs incurred under this Contract. The City, or its designee, shall have the right to, including but not limited to: review and copy records; interview current and former employees; conduct such other investigation to verify compliance with contract terms; and conduct such other investigation to substantiate costs incurred by this Contract. 3. Records shall be defined as data of every kind and character, including but not limited to books, documents, papers, accounting records, contract documents, information, and materials that, in the City's sole discretion, relate to matters, rights, duties or obligations of this Contract. 4. Records and employees shall be available during normal business hours upon advanced written notice. Electronic mail shall constitute written notice for purposes of this section. 5. Contractor shall provide the City or its designee reasonable access to facilities and adequate and appropriate workspace for the conduct of audits. 6. The rights established under this section shall survive the termination of the Contract, and shall not be deleted, circumvented, limited, confined, or restricted by contract or any other section, clause, addendum, attachment, or the subsequent amendment of this Contract. 7. The Contractor shall reimburse the City for any overcharges identified by the audit within ninety (90) days of written notice of the Citys findings. 17. E Verify Contractor shall comply with E-Verify, the federal E-Verify program operated by the United States Department of Homeland Security and other federal agencies, or any successor or equivalent program used to verify the work authorization of newly hired employees pursuant to federal law and as in accordance with N.C.G.S. 64-25 et seq. In addition, to the best of Contractors knowledge, any subcontractor employed by Contractor as a part of this contract shall be in compliance with the requirements of E-Verify and N.C.G.S. 64-25 et seq. 18. Iran Divestment Act Certification Contractor certifies that, as of the date listed below, it is not on the Final Divestment List as created by the State Treasurer pursuant to N.C.G.S. 147- 86.55, et seq. In compliance with the requirements of the Iran Divestment Act and N.C.G.S. 147-86.59, Contractor shall not utilize in the performance of the contract any subcontractor that is identified on the Final Divestment List. 19. Companies Boycotting Israel Divestment Act Certification Contractor certifies that it has not been designated by the North Carolina State Treasurer as a company engaged in the boycott of Israel pursuant to N.C.G.S. 147-86.81. 30 [REMAINDER OF PAGE INTENTIONALLY LEFT BLANK] 31 APPENDIX V EXCEPTIONS TO RFP Check one: NO EXCEPTIONS, PROPOSER COMPLIES WITH ALL DOCUMENTS IN RFP. EXCEPTIONS ARE LISTED BELOW: # RFP Page #, Section #, Appendix # Exceptions [Describe nature of Exception] Explain why this is an issue Proposed Alternative Indicate if exception is negotiable (N) or non- negotiable (NN) 1 2 3 4 5 6 7 8 9 10 11 12 FAILURE TO IDENTIFY ANY EXCEPTIONS WILL INDICATE ACCEPTANCE OF ALL TERMS AND CONDITIONS, AND REQUIREMENTS OF THE RFP AND ANY CORRESPONDING ADDENDUM ISSUED. THE CITY, AT ITS SOLE DISCRETION, MAY MODIFY OR REJECT ANY EXCEPTION OR PROPOSED CHANGE. Firm: Authorized Signature Title: Printed Name of Signer Date: Facility Name Facility Address Manufacture / Brand Equipment Type Panel Type Phone Type Phone Line # Year 1 Year 2 Year 3 Year 4 Year 5 Total 110 Building 110 S. McDowell St Honeywell - Gamewell E3 series Fire Copper -$ 215 South Person St. 215 S. Person Street Honeywell 411UDAC Fire / Burg Copper (919) 807-5423 -$ Abbotts Creek 9950 Durant Rd Siemens FD 2012-U1 Fire Copper (919) 870-4417 -$ Abbotts Creek 9950 Durant Rd Honeywell - Ademco Vista 128 Burg Copper (919) 870-4417 -$ Anderson Pt. *Active Burg 20 Anderson Point Dr. Honeywell Vista 128 F/B Fire / Burg Copper (919) 212-8797 -$ Anne Gordon Center for Active Adults 1901 Spring Forest Rd. GE Vigilant Fire Copper (919) 431-8089 -$ Anne Gordon Center for Active Adults 1901 Spring Forest Rd. Honeywell - Ademco Vista 128 Burg Copper (919) 431-8090 -$ Barwell Rd Center 5857 Barwell Park Dr Simplex 4100 Fire Copper (919) 329-5995 -$ Barwell Rd Center 5857 Barwell Park Dr Honeywell - Ademco Vista 128 Burg Copper (919) 661-4649 -$ Berry O'Kelly - Pioneer Bldg 514 Method Road Caddx Ranger 8980 Burg Copper (919) 831-6224 -$ Biltmore Hill Center *Active Burg 2615 Fitzgerald Drive Honeywell Vista 128 F/B Fire / Burg Copper (919) 821-5360 -$ Borden Building 820 Clay Street Honeywell Vista 128 F/B Fire / Burg Copper (919) 856-4899 -$ Brentwood Warehouse 2631 Brentwood Road GE N/A Burg Copper (919) 713-4101 -$ Cabarrus Parking Deck (Inside / Outside) 436 S Salisbury St Mircom FX350 / FA300 Fire Copper (919) 829-1555 / (919) 831-6617 -$ Cabarrus St. 218 Cabarrus St. Honeywell - Gamewell 7100 Series Fire Copper (919) 831-1965 -$ Carolina Pines 2305 Lake Wheeler Rd GE Vigilant Fire Copper (919) 831-6684 -$ Carolina Pines 2305 Lake Wheeler Rd Honeywell - Ademco Vista 128 Burg Copper (919) 831-6417 -$ Central Communnications Center 2320 Westinghouse Blvd Simplex Fire Control 4010 ES Fire Copper -$ Central Communnications Center 2320 Westinghouse Blvd Burg Copper -$ Central Communnications Center 2320 Westinghouse Blvd Copper -$ Central Operations Facility Building #1 (VFS) Rm 152 2501 Raleigh Blvd Siemens FC2025 Fire Copper (919) 876-8625 / (919) 876-8694 -$ Central Operations Facility Building #1 (VFS) Rm 152 2501 Raleigh Blvd Honeywell - Ademco Vista 128 F/B Burg Copper (919) 872-4132 -$ Central Operations Facility Building #2 (street main facility) Rm. 211 2550 Operations Way Siemens FC2005-U2 Fire Copper (919) 872-2894 -$ Central Operations Facility Building #2 (street main facility) Rm. 211 2550 Operations Way Honeywell - Ademco Vista 128 F/B Burg Copper (919) 872-4127 -$ Central Operations Facility Building #4 (streets) Rm. 403 2520 Operations Way Siemens FC2005-U2 Fire Copper (919) 876-8539 -$ Central Operations Facility Building #4 (streets) Rm. 403 2520 Operations Way Honeywell - Ademco Vista 128 F/B Burg Copper (919) 872-4134 -$ Central Operations Facility Building #6 (traffic engineering) Rm. 639 2530 Westinghouse Blvd Siemens FC2005-U2 Fire Copper (919) 713-4240 -$ Central Operations Facility Building #6 (traffic engineering) Rm. 639 2530 Westinghouse Blvd Honeywell - Ademco Vista 128 F/B Burg Copper (919) 431-8107 -$ Central Operations Facility Building #8 (Fuel Building) Rm. 807 2540 Westinghouse Blvd Siemens FC2005-U2 Fire Copper (919) 431-8108 -$ Central Operations Facility Building #8 (Fuel Building) Rm. 807 2540 Westinghouse Blvd Honeywell - Ademco Vista 128 F/B Burg Copper (919) 790-5566 -$ Charter Square Parking Deck 502 S Wilmington St Simplex Simplex 4100 U Fire Copper (919) 828-0381 / (919) 828-0342 -$ Chavis Carousel "New" 503 MLK Jr. Blvd Honeywell - Gamewell Gamewell Fire Copper (919) 831-3483 -$ Chavis Carousel "New" 503 MLK Jr. Blvd Honeywell - Ademco Vista 128 Burg Copper (919) 831-3484 -$ Facility Name Facility Address Manufacture / Brand Equipment Type Panel Type Phone Type Phone Line # Year 1 Year 2 Year 3 Year 4 Year 5 Total Chavis Carousel "Old" 422 Chavis Way EST EST-3 Fire Wireless 919-715-5231 -$ Chavis Center 505 MLK Jr. Blvd. EST EST-3 Fire Wireless (919) 831-3483 -$ City Center Parking Deck 429 S Wilmington St Notifier AFP100 Fire Copper (919) 831-6188 / (919) 856-4788 -$ Convention Center Parking Deck 1 W Lenoir St Simplex Simplex 4100 U Fire Copper (919) 807-2517 / (919) 807-5124 -$ Dillon Building 310 W. Martin Street Fike-Cheetah 10-052 Series Fire Copper (919) 831-6653 -$ Dillon Building 310 W. Martin Street Panic Buttons Burg Copper (919) 831-6648 -$ Dorthea Dix - Chapel 1030 Richardson Dr Honeywell Notifier NFW-100X Fire Wireless -$ Dorthea Dix - Chapel 1030 Richardson Dr Honeywell - Ademco Vista 128 F/B Burg Wireless -$ Dorthea Dix - Graham Building 691 Palmer Drive Edwards EST Fire Copper -$ Dorthea Dix - Graham Building 691 Palmer Drive Honeywell - Ademco Vista 128 F/B Burg Copper -$ Durant Campbell Lodge 3237 Spottswood St. (S) Honeywell - Notifier SFT 1040 Fire Copper (919) 878-9105 / (919) 878-9116 -$ Durant Training 8305 Camp Durant Rd. (N) Honeywell - Notifier Fire-Lite MS 5024wd Fire Copper (919) 845-6915 -$ Eastgate 4200 Quail Hollow Dr Honeywell - Gamewell FCI GWF 7075 Fire Wireless (631) 226-5096 -$ Field Operations Center 1615 S Wilmington St Honeywell - Ademco Vista 128 F/B Burg Copper (919) 807-5186 -$ Five Points Center for Active Adults 2000 Noble Rd. Honeywell - Notifier AFW2-100 Fire Copper (919) 508-5132 / (919) 508-5133 -$ Five Points Center for Active Adults 2000 Noble Rd. Honeywell - Ademco Vista 128 F/B Burg Copper (919) 508-5134 -$ Forest Ridge 6737 Ridge Park Rd, Wake Forest, NC, 27587 Honeywell - Gamewell S3 Series Fire Wireless (919) 556-6731 -$ Forest Ridge 6737 Ridge Park Rd, Wake Forest, NC, 27587 Panic Button Burg Copper (919) 556-6783 -$ Frank Evans - Admin Building (Wade) 2401 Wade Ave. Honeywell - Ademco Vista 128F/B - Silent Knight Alarm Panel Fire / Burg Copper (919) 831-6846 -$ Garris Building 820 Clay Street Honeywell - Ademco Vista 128 F/B Fire / Burg Copper (919) 546-9118 -$ Glen Eden Center 1500 Glen Eden Drive Honeywell - Ademco Vista 32 Fire Burg / Silent Knight Alarm Panel Fire / Burg Copper (919) 420-2321 -$ Green Rd. Center 4201 Green Road Honeywell - Ademco Vista 128 F/B / Silent Knight Fire / Burg Copper (919) 713-4107 -$ Greystone Village 7713-55 Lead Mine Road Honeywell - Ademco Vista 128 F/B Fire / Burg Copper (919) 870-2954 / (919) 870-2953 -$ Halifax Center 1023 Halifax Street Honeywell - Gamewell E3 Series Fire Copper (919) 831-8746 -$ Halifax Center 1023 Halifax Street Honeywell Vista 128BPT Burg Copper (919) 831-8801 -$ Hill St. Park 2307 Hill Street GE EST Vicon Security Fire Copper (919) 431-8085 -$ Hill St. Park 2307 Hill Street Honeywell Vista 128BPT Burg Copper (919) 431-8087 -$ Honeycutt Park (Septic System) 8901 Honeycutt Park Honeywell - Ademco Vista 20P Burg / lift station Copper -$ Jaycee Center 2405 Wade Avenue Honeywell - Ademco Vista 128F/B - Silent Knight Alarm Panel Fire / Burg Copper (919) 857-4458 -$ Kiwanis 2525 Noble Rd Honeywell Vista 128BPT Burg Copper -$ Kiwanis 2525 Noble Rd Firelite ES-50X Fire Wireless -$ Lake Johnson Concession 4601 Avent Ferry Rd. Honeywell - Ademco Vista 128 F/B Fire / Burg Copper (919) 233-2113 -$ Facility Name Facility Address Manufacture / Brand Equipment Type Panel Type Phone Type Phone Line # Year 1 Year 2 Year 3 Year 4 Year 5 Total Lake Johnson Magnolia Cottage 1500 Lake Dam Rd. Honeywell Vista 128 F/B Fire / Burg Copper (919) 852-0937 -$ Lake Lynn 7921 Ray Road Edwards EST-2 Fire Copper (919) 870-2914 -$ Lake Wheeler (Concession Area) 6404 Lk. Wheeler Rd. Honeywell Vista 128 FB Burg Copper (919) 662-5712 -$ Lake Wheeler (Septic System) 6404 Lk. Wheeler Rd. Honeywell Silent Knight SK5041 B Burg / lift station Copper (919) 662-5713 -$ Laurel Hills 3808 Edwards Mill Rd. Edwards EST-2 Fire Copper (919) 420-2384 -$ Law Enforcement Training Center 2320 Law Enforcement Drive Simplex Simplex 4010ES Fire Wireless -$ Law Enforcement Training Center 2320 Law Enforcement Drive Area of Rescue Assistance ARA -$ Lions Center 516 Dennis Avenue Honeywell - Ademco Vista 128 F/B Fire / Burg Copper (919) 857-4377 -$ Lower Mordecai Historic Park 1 Mimosa Street Honeywell - Ademco Vista 128 FB Fire / Burg Copper (919) 664-5208 -$ Marsh Creek Community Center 3050 North New Hope Rd. Honeywell - Gamewell E3 series Fire Copper (919) 873-2482 -$ Marsh Creek Community Center 3050 North New Hope Rd. Honeywell - Ademco Vista 20P Burg Copper (919) 873-2469 -$ Marsh Creek Maintenance Facility *Smoke annunciated by burg system 4225 Daly Road Honeywell Vista 250 F/B Fire / Burg Copper (919) 713-4108 -$ Method Center 514 Method Road Honeywell - Ademco Vista 128F/B - Silent Knight Alarm Panel Fire / Burg Copper (919) 838-0892 -$ Method Warehouse 1001 Richward Place Honeywell Vista 128F/B Fire / Burg Copper (919) 857-4009 -$ Millbrook Exchange Center 1905 Spring Forest Rd. Honeywell - Ademco Vista 128F/B - Silent Knight Alarm Panel Fire / Burg Copper (919) 872-4141 / (919) 713-5298 -$ Millbrook Tennis 1905B Spring Forest Rd Honeywell - Ademco Vista 128 F/B Fire / Burg Copper (919) 713-4193 -$ Moore Square (Square Burger) 225 E Martin St Honeywell - Gamewell S3 Series Fire Wireless -$ Moore Square Office 226 E Martin St Honeywell - Ademco Vista 20P Fire / Burg Copper (919) 834-0280 -$ Moore Square Parking Deck 233 S Wilmington St Honeywell - Gamewell 7100 Series Fire Copper (919) 857-4006 / (919) 857-4007 -$ Mordecai Interpretative Center 1101 Wake Forest Edwards EST-2 Fire Copper (919) 831-6780 -$ Mordecai Interpretative Center 1101 Wake Forest Honeywell - Ademco Vista 20P Burg Copper (919) 831-6779 -$ Mount Hope Cemetery 120 Prospect Ave. Honeywell - Ademco Vista 20P Burg Copper -$ Municipal Building 222 W. Hargett St. Honeywell - Gamewell E3 series Fire Copper (919) 807-5101 -$ Municipal Building 222 W. Hargett St. Panic Buttons Burg Copper (919) 832-1755 -$ Municipal Building 222 W. Hargett St. 4 - Area of Rescue Asistance ARA -$ Northeast Remote Operations Center - Parks 7700 Burwell Rd Bldg A, B and C Honeywell Fire-lite MS-9050UD Fire Copper (919) 850-2045 / (919) 431-8092 -$ Northeast Remote Operations Center - VFS 7702 Burwell Rd (VFS) Honeywell Fire-lite MS-9050UD Fire Copper (919) 790-7894 / (919) 431-8093 -$ Northeast Remote Operations Center Street Maintenance 3228 Spottswood St Street Maintenance Honeywell Fire-lite MS-9200UDLS Fire Copper (919) 431-8098 -$ Old Police Training Center 4205 Spring Forest Rd Simplex Simplex 4007 Fire Wireless (919) 431-8357 -$ One Exchange Plaza 1 Exchange Plaza Honeywell - Gamewell E3 series Fire Copper (919) 755-9289 -$ One Exchange Plaza 1 Exchange Plaza Panic Buttons Burg Copper (919) 807-5209 -$ One Exchange Plaza 1 Exchange Plaza 4- Area of Rescue Assistance ARA -$ Facility Name Facility Address Manufacture / Brand Equipment Type Panel Type Phone Type Phone Line # Year 1 Year 2 Year 3 Year 4 Year 5 Total Optimist Center 5900 Whittier Drive Honeywell Vista 128 F/B Fire Copper (919) 870-2941 -$ Peach Rd. Center 720 Peach Rd. Honeywell - Ademco Vista 32 FB Fire / Burg Copper (919) 807-8545 -$ Performing Arts Parking Deck 128 W South St Notifier AFP200 Fire Copper (919) 807-8373 / (919) 807-8372 -$ Pope House - Stand Alone System 511 S. Wilmington CPI Digital Security Burg Copper (919) 833-4633 -$ Powell Drive 740 Powel Dr Honeywell - Gamewell FCI GWF 7075 Fire Wireless (934) 444-0299 -$ Pullen Arts Center 105 Pullen Road Honeywell - Gamewell S3 Series Fire Wireless -$ Pullen Arts Center 105 Pullen Road Area of Rescue Assistance -$ Pullen Carousel 520 Ashe Avenue Honeywell Fire-lite Fire / Burg Copper -$ Pullen Carousel 520 Ashe Avenue Xtralis Vesda Fire Copper -$ Pullen Community Center 408 Ashe Avenue Honeywell Vista 128 F/B Fire / Burg Copper (919) 831-6054 -$ Pullen Park Amusements (Welcome Ctr) 520 Ashe Avenue Honeywell - Gamewell Fire-lite Fire Copper (919) 807-8365 -$ Pullen Park Amusements (Welcome Ctr) 520 Ashe Avenue Honeywell - Ademco Vista 20P Burg Copper (919) 807-8366 -$ Pullen Park Concession 520 Ashe Avenue Honeywell - Gamewell Fire-lite Fire / Burg Copper -$ Raleigh Little Theatre 301 Pogue Street Honeywell Vista 128 F/B Fire / Burg Copper (919) 856-4683 -$ Raleigh Union Station 512 W Martin St Simplex 4100 ES Fire Copper (919) 839-2278 -$ Raleigh Union Station 512 W Martin St Honeywell Vista 32 Burg Burg Copper (919) 839-2280 -$ Ralph Cambell 756 Lunar Dr. Honeywell Vista 32 Burg Burg Copper -$ Ralph Cambell 756 Lunar Dr. Honeywell - Gamewell FCI GWF 7075 Fire Wireless (631) 226-4257 / 919-250-2757 -$ Roberts Park 1300 E. Martin Street Honeywell Vista 128 FB Fire / Burg Copper (919) 857-4507 -$ Saint Monica Teen Center 15 North Tarboro St Honeywell Vista - Burg Alarm Burg Copper (919) 857-4001 -$ Sanderford Rd. 2623 Sanderford Rd. Honeywell Vista 128 Fire / Burg Copper (919) 831-1914 -$ Sertoma Art Center 1400 W. Millbrook Rd Honeywell Vista 128 FB Fire / Burg Copper (919) 420-2330 -$ Sgt. Courtney Johnson 1801 Proctor Street Honeywell - Ademco Vista 20P Burg Copper (919) 831-2126 -$ Six Forks Rd. *Burg panel has septic tank monitoring 6716 Six Forks Rd. Simplex 4005 Fire Copper (919) 846-2595 -$ South Wilmington St. 900 S. Wilmington Street Honeywell - Notifier AFP 200 Fire Copper (919) 755-0042 -$ South Wilmington St. 900 S. Wilmington Street Honeywell - Ademco Vista 20P Burg Copper (919) 755-0041 -$ Street Annex 400 W. Peace Street Honeywell Fire-lite Fire Wireless -$ Street Annex 400 W. Peace Street Honeywell - Ademco Vista 128 FB Burg Copper (919) 831-1969 -$ Street Maintenance - Horse Barn 1027C North West Street Honeywell - Gamewell 7100 Series Fire Copper (919) 831-2996 / (919) 508-5145 -$ Street Maintenance - Main Building 1027A North West Street Honeywell - Gamewell 7100 Series Fire / Burg Copper (919) 807-8424 -$ Tarboro Rd. 121 N. Tarboro Road Honeywell - Notifier Notifier System 500 Caddx Fire Copper (919) 857-4383 -$ Tarboro Rd. 121 N. Tarboro Road Ranger Ranger 8980E Burg Copper -$ Facility Name Facility Address Manufacture / Brand Equipment Type Panel Type Phone Type Phone Line # Year 1 Year 2 Year 3 Year 4 Year 5 Total Theatre in the Park 107 Pullen Rd. Honeywell - Gamewell 7100 Series Fire / Burg Copper (919) 831-6936 -$ Tucker House 418 N Person St Honeywell - Ademco Vista 20P Burg Copper -$ Upper Mordecai Historic Park 1 Mimosa Street Honeywell - Ademco Vista 128 FB Fire / Burg Copper (919) 857-4365 -$ Vehicle Fleet Services Fueling Station 1014 North West Street Honeywell - Ademco Vista 20P Burg Copper -$ Vehicle Fleet Services Heavy Equipment 4120 New Bern Avenue Honeywell - Ademco Vista 20P Burg Copper (919) 250-2822 -$ Vehicle Fleet Services Heavy Equipment 4120 New Bern Avenue Simplex 4005 Fire Copper (919) 250-2822 -$ Walnut Creek Softball - Wheel 1 only 1201 Sunnybrook Rd. Honeywell - Ademco Vista 20P Burg Copper (919) 250-2602 -$ Walnut Creek Wetland Center 950 Peterson St. Honeywell - Ademco Vista 128 F/B Fire / Burg Copper (919) 831-2417 -$ Walnut Terrace 1256 McCauley St Burg Wireless -$ Walnut Terrace 1256 McCauley St Panic Button -$ Wilders Grove 630 Beacon Lake Drive Simplex 4100U Fire / Burg Copper (919) 212-4288 -$ Wilders Grove Fuel Station 610 Beacon Lake Drive Simplex 4010 Fire Copper (919) 212-4294 -$ Wilkerson - Office 5229 AWL's Haven Road Honeywell - Gamewell 7100 Series Fire Copper (919) 870-2861 -$ Wilkerson - Office 5229 AWL's Haven Road Honeywell - Ademco Vista 20P Burg Copper (919) 870-2862 -$ Wilkerson Ed Center 5249 Awl's Haven Rd Honeywell - Ademco Vista 128 F/B Fire / Burg Copper (919) 848-8723 / (919) 848-8424 -$ Wilmington St Parking Deck 115 S Wilmington St Farenhyt IFP100 Fire Copper (919) 839-7617 / (919) 839-7290 -$ Woodland Center 5611 Jaguar Park Dr Burg Copper (919) 859-6327 -$ Woodland Center 5611 Jaguar Park Dr Honeywell Fire-lite MS-9050UD Fire Copper (919) 859-6327 / (919) 859-5360 -$ Worthdale Center *Active Burg 1001 Cooper Road Honeywell - Ademco Vista 128 FB Fire / Burg Copper (919) 250-2805 -$ Yard Waste Center 900 N. New Hope Road Honeywell - Ademco Vista 20P Burg Copper (919) 250-2789 -$ Yard Waste Center Burn Building - Flare System monitoring only 4120 New Bern Avenue Honeywell - Ademco Vista 20P cellular flare system monitoring Wireless -$

2 W Edenton St, Raleigh, NC 27601, USALocation

Address: 2 W Edenton St, Raleigh, NC 27601, USA

Country : United StatesState : North Carolina

You may also like

ALARM MONITORIING NMCA

Due: 20 Nov, 2025 (in 19 months)Agency: VETERANS AFFAIRS, DEPARTMENT OF

ALARM MONITORING SERVICES

Due: 31 Dec, 2026 (in about 2 years)Agency: Alachua County Public Schools

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.