REQUEST FOR PROPOSAL - University of Northern British … · Request for Proposal ... will include...

36
Page 1 ______________________________________________________________________________ Request for Proposal RFP15-1519 SUBJECT: Annual Fire Alarm System and Sprinkler System Test MANDATORY SITE VISIT: May 6, 2015 10:00 AM Purchasing Office Room 1085 DATE OF ISSUE: May 1, 2015 TO RESPOND BY: May 20, 2015 @ 1400 Hours (2:00 PM Pacific Time) RESPOND TO: Leslie Burke, Purchasing Agent Purchasing Department University of Northern British Columbia 3333 University Way Prince George, BC V2N 4Z9 SIGNATURE AT ISSUE: Please read this document in its entirety, especially before asking any questions of the University. Please ensure if couriering your submission you leave enough time. Overnight or next day often means to Vancouver and requires an additional day to Prince George.

Transcript of REQUEST FOR PROPOSAL - University of Northern British … · Request for Proposal ... will include...

Page 1 ______________________________________________________________________________

Request for Proposal

RFP15-1519

SUBJECT: Annual Fire Alarm System and Sprinkler System Test

MANDATORY SITE VISIT: May 6, 2015 10:00 AM Purchasing Office – Room 1085

DATE OF ISSUE: May 1, 2015

TO RESPOND BY: May 20, 2015 @ 1400 Hours (2:00 PM Pacific Time)

RESPOND TO: Leslie Burke, Purchasing Agent Purchasing Department University of Northern British Columbia 3333 University Way Prince George, BC V2N 4Z9

SIGNATURE AT ISSUE:

Please read this document in its entirety, especially before asking any questions of the University.

Please ensure if couriering your submission you leave enough time. Overnight or next day often means to Vancouver and requires an additional day to Prince George.

Page 2 ______________________________________________________________________________

RECEIPT CONFIRMATION FORM

REQUEST FOR PROPOSAL RFP15-1519

____________________

Please complete this form and e-mail or fax to: Purchasing Department University of Northern British Columbia 3333 University Way Prince George, BC V2N 4Z9 Attn: Leslie Burke, Purchasing Agent E-mail: [email protected] Fax Number: 250-960-5507 Failure to return this form may result in no further communication regarding this Request for Proposal.

COMPANY NAME:

ADDRESS:

CITY: PROV: POSTAL CODE:

CONTACT PERSON:

CONTACT CONTACT TELEPHONE: FAX:

EMAIL:

I have received a copy of the above noted Request for Proposal. ______ Yes, I will be responding to this Request. Therefore, I will be in attendance at the

Mandatory Site Visit at 10:00am on Wednesday May 6, 2015 in room 1085. ______ No, I will not be attending the Mandatory Site Visit and therefore will be foregoing the

opportunity to respond to the tender.

Page 3 ______________________________________________________________________________

UNIVERSITY OF NORTHERN BRITISH COLUMBIA

REQUEST FOR PROPOSAL RFP15-1519

___________________ 1.0 INFORMATION AND INSTRUCTIONS

1.1 PURPOSE

The University of Northern British Columbia, hereinafter referred to as the “University” is in the final stages of selecting an experienced professional Contractor to perform the Annual Fire Alarm System and Sprinkler System testing and verifications at all UNBC buildings as detailed in the Schedule “A”. Specialized systems verifications and tasks will include kitchen duct cleaning, hood suppression systems, CO2 suppression systems, as well as a clean agent fire suppression system. Invoicing and report turnover to be monthly as detailed in Attachment “B”. Fire Extinguishers, Backflow Preventers, Fire Pumps, Fire Hoses and Emergency Light certifications are specifically excluded. The work listed herein is to be completed in its entirety by the 15th of February 2016. The University reserves the right to renew the contract for up to four one year additional terms. Strict adherence to the schedule provided in Attachment B must be maintained. Through this Request for Proposal, the University seeks to:

1.1.1 determine final pricing 1.1.2 specify the terms and conditions that would govern any resulting contract; and 1.1.3 select the successful Contractor

This Request for Proposal states the instructions for submitting proposals, and the procedure and criteria by which the Contractor will be selected.

1.2 DEFINITIONS

Hereinafter, each company receiving this Request for Proposal is referred to as a “Proponent”. A Proponent’s proposal in response to the Request for Proposal is referred to as a “Proposal”. The successful Proposal and the company whose Proposal is awarded is referred to as the “Contractor”.

Page 4 ______________________________________________________________________________

1.3 ISSUING OFFICE

University of Northern British Columbia Purchasing Department 3333 University Way Prince George, BC V2N 4Z9 Attention: Leslie Burke, Purchasing Agent Fax: 250-960-5507 E-mail: [email protected]

1.4 KEY DATES

Listed below are the important events and the target dates and times by which the events are expected to be completed unless stated as a must be completed by else where in this document:

A. Issue of Request for Proposal May 1, 2015 B. Return Receipt Confirmation Form at earliest convenience C. Mandatory Site Visit May 6, 2015 10:00 am D. Respondent’s Inquiries Up to the end of May 8, 2015 E. University’s Answers Up to the end of May 12, 2015 F. Due Date for Submission of Proposals May 20, 2015 G. Contract Start Date by the middle of June

1.5 CLOSING DATE AND TIME

Proposals, signed by the Proponent’s authorized representative, must be received by the Issuing Office, not later than 2:00 PM (1400 Hours) Pacific Time, May 20, 2015.

The University will not accept submissions of any Proposals after the closing date and time. Any submissions received after the closing date and time shall be considered disqualified and will be returned unopened to the Respondent who submitted the RFP. Under no circumstances, regardless of weather conditions, transportation delays, or any other situation, will late submissions be accepted.

1.6 PROPOSAL SUBMISSION

The Proponent’s proposal must be submitted to the Issuing Office on or before the closing date and time electronically [email protected] with the RFP number as the subject. The Signature Page, Schedule II must be signed. The University accepts no responsibility for non-receipt and delays in receipt caused by transmission and reception problems, equipment failure, or any other similar cause FAXED REPLIES WILL NOT BE ACCEPTED.

Proponents may not make modifications to their Proposals after the closing date and time except as may be allowed by the University pursuant to Section 1.10.

Page 5 ______________________________________________________________________________

Amendments to a Request for Proposal by e-mail will be accepted provided that the amendment amount is shown and not the total offer. Amendments must be received in writing prior to the Closing Time to be considered as part of the Respondent's proposal.

The University accepts no responsibility for non-receipt and delays in receipt caused by transmission and reception problems, equipment failure, or any other similar cause. Modifications or amendments received after the Closing Time will not be considered and will not form any part of the Proposal submitted. SECTIONS 1.0, 2.0, 3.0 and 4.0, ATTACHMENT A and B , SCHEDULES I, II, and III, addenda, specifications, terms and conditions, and any attachments hereto shall become part of any contract entered into between the successful Proponent and the University of Northern British Columbia.

Proposals which contain qualifying conditions may be disqualified or rejected.

Proposals will be opened immediately after the Closing Time at the office of the Purchasing Division, University of Northern British Columbia, Room 1085, 3333 University Way, Prince George, BC V2N 4Z9. Respondents are invited to attend the Proposal Opening. Only the names of the Respondents and the total proposed price will be disclosed by the University of Northern British Columbia to the Respondents in attendance.

The University may reproduce any of the Proponent’s Proposal and supporting documents for internal use or for any other purpose required by law.

The University will not be obligated in any way by the Proponent’s Proposal. The University will not return any of the Proponent’s Proposal and supporting documents to the Proponent.

1.7 PROPOSAL COSTS

The Proponent has the sole responsibility for any costs associated with preparing and submitting its Proposal in response to the Request for Proposal.

In no event will the University be responsible for the costs of preparation or submission of any Proposal.

1.8 IRREVOCABLE OFFER

Proposals submitted to the University shall constitute a valid and irrevocable offer which is open for acceptance by the University from and after submission until the expiration of the 90th day following the Closing Date specified in Section 1.5.

The University reserves the right to accept the Proposal which it deems most advantageous, and the right to reject any or all Proposals.

Page 6 ______________________________________________________________________________

The University will not be liable under any contract in connection with this Request for Proposal, or the submission of Proposal, unless and until the University has accepted one or more Proposals.

1.9 INQUIRIES AND CHANGES

Any inquiries MUST be e-mailed before the end of May 8, 2015 to:

[email protected] subject: RFP15-1519

The proponents’ questions and answers from the University of Northern British Columbia will be issued in written form and signed by the Purchasing Agent and then sent out to all parties registered as having attended the mandatory site visit. Any Addenda shall be considered as part of the Proposal Documents.

Any Respondent who does not submit the RECEIPT CONFIRMATION may not be sent any amendments or addenda.

Any Addenda shall be considered as part of the Proposal Documents. All Addendums will be posted on the UNBC Purchasing website listed as “Active Tenders & RFP’s”.

It is the responsibility of each Proponent to inquire about and clarify any requirements of this Request for Proposal which are not understood.

The University of Northern British Columbia shall not be responsible for, and the Respondent shall not rely upon, any instructions or information given to any Respondent other than in writing in accordance with the requirements of the Request for Proposal.

The RFP is not to be discussed with any other University of Northern British Columbia employee except at the direction of the Purchasing Agent. Failure to do so could result in the rejection of your bid.

Proponents must obtain their own information on all matters and things that may in any way influence them in making their Proposal and quoting prices.

Proponents must satisfy themselves in all respects as to the risks and obligations to be undertaken by them.

If a Proponent discovers any inconsistency, discrepancy, ambiguity, errors, or omissions in this Request for Proposal, it must notify the University immediately in writing.

The University may, at any time, make and stipulate changes to this Request for Proposal.

Page 7 ______________________________________________________________________________

The University may provide additional information, clarification or modification by written addenda. All addenda shall be incorporated into and become part of the Request for Proposal. The University shall not be bound by oral or other informal explanations or clarifications not contained in written addenda.

1.10 SELECTION PROCESS

Because the University bases any decision to award a contract on the Proposals submitted, Proponents should include all requirements, terms or conditions it may have in their proposal, and should not assume that any opportunity will exist to add such matters after the Proposal is submitted.

If the University determines, in its sole discretion, that one Proponent is clearly more highly qualified than the others under consideration, it may decide to award a contract directly to that Proponent.

The University reserves the right, at its sole discretion, to negotiate, clarify, and/or seek additional information with any Proponent as it sees fit, or with another Proponent or Proponents concurrently. In no event will the University be required to offer any modified terms to any other Proponent. The University shall incur no liability to any other Proponent as a result of such negotiations or modifications.

1.11 BASIS OF SELECTION

The University will not necessarily accept the lowest price or any Proposal. Any implication that the lowest or any Proposal will be accepted is hereby expressly negated.

The University will not be limited as to its criteria for evaluation of Proposals. The University may take into account whatever criteria and considerations it wishes to. These may include:

1.11.1 The Proponent’s capability to provide the services as described in Attachment A

and the information contained in the documentation supplied by the Proponent in response to this Request for Proposal.

1.11.2 Any features or advantages which are unique to the Proponent’s Proposal which

the University has not listed in Attachment A.

1.11.3 The Proponent’s relevant experience, qualifications and success in providing a service of the type described in Attachment A.

1.11.4 The quality of the Proposal, specifically: Proposals shall be prepared in a straight

forward manner, and shall describe the Proponent’s offering(s) and capabilities in a format that is reasonably consistent, comprehensible, and appropriate to the purpose.

1.11.5 The Proponent’s price.

Page 8 ______________________________________________________________________________

1.12 CONTRACTUAL OBLIGATION

Mandatory Contractual Provisions (Mandatory Provisions) and Preferred Contractual Provisions (Preferred Provisions) that will govern any subsequent contract issue are outlined in this Request for Proposal. The Proponent’s Proposal is automatically deemed to include the Proponent’s agreement to the Mandatory Provisions and the Preferred Provisions unless the Proponent expressly and specifically provides otherwise in its Proposal.

Mandatory Provisions are listed in Section 3.0. The Proponent may not modify any Mandatory Provisions in its Proposal. If the Proponent has any Mandatory Provision or wished to incorporate or use any Proponent standard terms and conditions, the Proponent shall append such materials to its Proposal and indicate thereon such Mandatory Provisions. The Proponent’s Mandatory Provisions will also be considered as part of the selection process.

Preferred Provisions are listed in Section 4.0. Such provisions are desirable to the University but are open to negotiation between the University and the Proponent. The Proponent may reject or make changes to preferred provisions by explicitly stating so in its Proposal.

1.13 CONTRACT PROVISIONS BY REFERENCE

The University’s acceptance of the Proponent’s Proposal by issuance of a Service Contract shall create a contract between the University and such Proponent containing all specifications, terms and conditions in the Proposal except any additional terms to the original contract that are agreed to in writing by both the Proponent and the University and amended in the Service Contract. Any exceptions taken by the Proponent which are not included in the Service Contract will not form part of the contract.

In the event of a conflict between the terms and conditions of the Request for Proposal and information submitted by a Proponent, the terms and conditions of this Request for Proposal and the Contract will govern.

1.14 CONFIDENTIALITY

The Proponent acknowledges that the University is a public body subject to the Freedom of Information and Protection of Privacy Act (the Act). The Proponent shall review the Act and determine the categories of records which are excepted from disclosure under the Act. The Proponent shall clearly mark “Confidential” all information regarding the items and conditions, financial and/or technical aspects of the Proponent’s Proposal, which in the Proponent’s opinion are of a proprietary or confidential nature at the relevant item or page.

If the University receives a request for information under the Act which includes information provided by the Proponent, the University will give the Proponent notice of

Page 9 ______________________________________________________________________________

such request and the Proponent will respond to such notice within 20 days or less. If the Proponent does not respond to the notice from the University, the University will proceed to process the request for information. The University shall use all reasonable efforts to hold all information marked “Confidential” by the Proponent in strict confidence but shall not be liable for any inadvertent disclosure.

If the University’s response to a request under the Act is appealed to the Office of the Information and Privacy Commissioner, the Proponent shall have the burden of proof per section 57 (3) of the Act. The Proponent shall be responsible for all costs related to its confidentiality requirements.

If the University declares and marks certain information about the University to be received by the Contractor as “Confidential”, the Contractor must not disclose such “Confidential” information to any third parties unless authorized to do so in writing by the University.

The Contractor and The University agree that the reciprocal obligations of confidentiality will survive the termination of any contract that might arise between the parties. The Contractor acknowledges that the terms and conditions of this Agreement including, without limitation, the fees and expenses for the Services, the Contractor will not, without the prior written consent of the University, disclose or permit to be disclosed any part of this Agreement to any third party.

1.15 FORCE MAJEURE The University shall not be liable for any damage, breach of contract, or breach of

covenant contained in this RFP, due to causes beyond the control of the University, and in particular, (but not so as to restrict the generality of the foregoing) it shall not be liable for damages or breach caused by act of God, acts of military or civil authorities, war, riot or civil disobedience, fire, explosion, strikes, lock outs or other labour unrest, including picketing. The University shall not, in any event, under any circumstances whatever, be liable for consequential damage or special damages to any person arising be reason of any of the aforesaid matters.

It is further expressly agreed by the parties that should legislation and/or budgetary

direction by duly constituted governmental authority adversely affect either party to this RFP so as to frustrate the intent of this RFP, or any part thereof then this RFP may, at the option of the University, be at an end and void.

In any event, should the University be of the opinion that this RFP cannot continue due

to circumstances beyond its control and jurisdiction, it shall thereupon be, at the option of the University, terminated and at an end and no action of any sort shall be taken against the University as a result thereof.

2.0 GUIDELINES TO SUBMISSION OF PROPOSAL

In order to receive a uniform format of Proposal from all Proponents, the following guidelines for formatting the proposal have been outlined.

Page 10 ______________________________________________________________________________

2.1 PROPOSED SERVICES

The Proponent shall describe how the proposed services meets the specifications set forth in Attachment A and include complete detailed specifications on all components of the proposed service. Any specifications which cannot be met shall be identified in the Proposal.

2.2 WARRANTY, SERVICE AND SUPPORT

2.2.1 The Proponent shall propose a warranty for the work it offers.

2.3 SITE PREPARATION AND REQUIREMENTS

The Contractor will be totally responsible for site preparation, including supplying all necessary equipment, tools, materials, and supplies.

2.4 COSTS

All prices must be quoted tax excluded. Taxes to be invoiced to the University are to be shown separately (see Schedule II). Each Proponent shall provide project (all in) prices for:

2.4.1 All costs for equipment to be used for the project.

2.4.2 All labour required to complete the job on time and at proposed prices. The

University will not pay in addition to the amount quoted for overtime hours or hours worked on weekend days.

2.4.3 All material must be included in total price.

2.4.4 Any charges not specified in the above which will or may be billed to the

University by the Proponent in performing the work proposed. In addition, the Proponent shall clearly indicate any known possibility for unanticipated charges to the University, other than the Proponent’s charges specified in its Proposal, as well as make any suggestions for cost savings in any area.

2.4.5 Invoices are due in the University’s Accounts Payable department by the 15th day

of the month following the completion of the work (see Schedule II). Payment will be net 30 days from the date the invoice is due.

2.4.5 The successful bidder shall protect UNBC's property and equipment from damage

and shall be responsible for damage which may arise as the result of his operations under the Contract except damage which occurs as the result of:

1. errors in the Contract documents 2. acts or omissions by UNBC

Page 11 ______________________________________________________________________________

2.4.6 Should the successful Proponent in the performance of this Contract damage UNBC's property or equipment or any other owner’s property or equipment, the successful Proponent shall be responsible for the making good of such damage at his expense.

2.5 COMPLETION DATES

Strict adherence to the schedule provided in Attachment B must be maintained. This includes work completion, invoicing dates and verification reports turn over to UNBC as detailed in Schedule II. NOTE: The exception to the schedule provide in Attachment B, will be the work to be done in May. For the first year of the contract only, this work may be done in June and/or July as agreed upon by the UNBC Chief Engineer or designate. Invoicing and report must be by the 15th of the month following the work being completed. All work will to be coordinated with the UNBC Chief Engineer or designate.

3.0 MANDATORY CONTRACTUAL PROVISIONS

The following terms and conditions are mandatory and shall be deemed to be incorporated.

3.1 THE UNIVERSITY’S AUTHORIZED REPRESENTATIVES

The only persons who are or shall be authorized to speak or act for the University in any way with respect to any contract resulting from this Request for Proposal are those whose positions or names that will be specifically designated.

It is hereby declared and agreed by the Proponent that all Proposals submitted to the University by the Proponent have been prepared on the basis of its own knowledge of the nature of the work to be performed or of the goods to be supplied, the location, quality, and character of the equipment and facilities needed, as well as general and local conditions and all other such matters which can affect the Proponent’s performance under any contract between the parties that might result from the Proponent’s Proposal.

The Proponent further agrees that it does not rely upon any information given or statements made by representatives of the University with regard to the Proponent’s Proposal or work to be performed.

3.2 AMENDMENTS

No amendment of a contract resulting from this proposal process shall be effective unless it is reduced to writing and executed by the University’s Purchasing Agent or Major Contracts Officer and by the individual signing the Proponent’s Proposal or another individual named by the Contractor as specified.

Page 12 ______________________________________________________________________________

3.3 NOTICES

All notices provided hereunder shall be given in writing and delivered as follows:

If to the University:

Purchasing Department University of Northern British Columbia Attention: Leslie Burke, Purchasing Agent 3333 University Way Prince George, BC V2N 4Z9 Fax No. (250) 960-5507 The person signing the Proponent’s Proposal in response to the University’s Request for Proposal, at the Proponent’s address indicated in such Proposal; or to such other person or address as either may designate for itself in writing and provide to the other. Notice shall be deemed given when delivered the third business day following the day such notice is deposited in the mail, or upon facsimile transmission. In the event of any interruption in the ordinary postal service, any such notice shall be delivered or sent by facsimile transmission and not mailed.

3.4 INSURANCE

The Proponent warrants and represents that it has the following insurance coverage:

3.4.1 GENERAL REQUIRMENTS FOR INSURANCE

The Proponent warrants and represents that it has the following insurance coverage. All sub-trades must carry the same insurance coverage.

3.4.1 GENERAL LIABILITY INSURANCE

General Liability Insurance with a limit of not less than $2,000,000.00 inclusive per occurrence for bodily injury, (including death) and damage to property including loss of use thereof. Such insurance shall include coverage for broad form property damage, contractual liability, completed operations and product liability. The University of Northern British Columbia shall be named as an additional insured on the policy, but only with respect to the operations of the Contractor in the performance of this contract.

3.4.2 AUTOMOBILE LIABILITY INSURANCE

Automobile Liability Insurance for a limit of not less than $2,000,000.00 for all owned, leased or rented licensed vehicles used in the performance of the contract.

3.4.3 PROPERTY INSURANCE

Page 13 ______________________________________________________________________________

Property Insurance (all risk installation floater) for the value of the work performed and the full value of products specified by the University, if any, for incorporation into the work. Such insurance shall include a waiver of subrogation against the University, its servants, employees or agents.

3.4.4 OTHER INSURANCE

The Contractor shall provide, maintain and pay for any additional insurance

required to be provided by law, or which he considers necessary to cover risks not otherwise covered by insurance specified in the Contract Documents.

3.5 WORKERS’ COMPENSATION

The Contractor with whom the University wishes to contract warrants and represents that it shall comply with the relevant Workers’ Compensation Board requirements.

The Contractor and any sub-contractors must be registered with the Worker’s Compensation Board (WCB) and WCB coverage must be maintained for the duration of the contract. Prior to receiving any payment, the Contractor may be required to submit a WCB clearance letter indication that all WCB assessments have been paid.

3.6 APPLICABLE REGULATIONS

All equipment provided shall comply with all applicable provincial and federal regulations. This Agreement does not operate as a permit, license, approval or other statutory authority which the Contractor may be required to obtain from the Province or any of its agencies in order to provide the Services.

3.7 ELECTRICAL APPROVAL

All electrical equipment used at the University must have C.S.A. (Canadian Standards Association) or Canadian Underwriters Laboratory approval. Preference will be given to Proponents whose equipment has either of these approvals or who agree to cover the cost of gaining such approval, completing any necessary modifications required.

The Proponent must state in its Proposal whether: 1) Equipment has C.S.A. approval 2) Equipment has CSA; cUL; or ULC approval

3) The Proponent agrees to arrange C.S.A. or Canadian Underwriters Laboratory

approval and cover the cost of approval and modifications Unless a Proponent expressly and specifically provides otherwise in its written proposal received by the University in response to this Request for Proposal, the Proponents

Page 14 ______________________________________________________________________________

proposal shall automatically be deemed to include the Proponents agreement to provide equipment that has this approval or to arrange for this approval and cover the cost of approval and modifications.

3.8 COPYRIGHT

The Material produced by the successful Proponent or received or provided by the University to the successful Proponent as a result of this Agreement or any other property provided by the University to the successful Proponent as a result of this Agreement will be the exclusive property of the University.

3.9 CRIMINAL RECORDS CHECK

All those who will be working at the University for the Contractor must have a clean criminal records check on file with the Contractor. UNBC reserves the right to review a Contractor’s worker’s criminal records check if the worker is involved in or suspected by the University of being involved in a situation criminal in nature.

4.0 PREFERRED CONTRACTUAL PROVISIONS

The following terms and conditions are desirable. Proponents may propose alternate language, but are requested to limit their changes to those of a substantive nature. Except to the extent that changes are made in the Proponent’s Proposal, these provisions shall be deemed to be incorporated in the Proponent’s Proposal. 4.1 COMMITMENTS, WARRANTIES AND REPRESENTATIONS

Any commitment made by a Proponent pursuant to its Proposal shall be binding upon the Proponent. For the purposes of its Proposal, a commitment by a Proponent includes:

4.1.1 Prices and options committed to remain in force over specified periods of time;

4.1.2 Any written warranty or representation made by the Proponent in a Proposal as

to equipment or software performance, total system performance, and other physical, design or functional characteristics of a machine, software package or system.

4.1.3 Any written warranty or representation made by the Proponent concerning the

characteristics of items described in 4.1.2 above made during the course of negotiations whether or not incorporated into a formal amendment to the Proposal in question; and

4.1.4 Any written warranty or representation by the Proponent in a Proposal, support documents, side letters or other memoranda, or negotiations subsequent thereto as to training to be provided, services to be performed, prices and options

Page 15 ______________________________________________________________________________

committed to remain in force over fixed periods of time, or any other similar matter regardless of the fact that the duration of such commitment may exceed the duration of any contract that may be entered into by the parties.

4.3 TERMINATION AND CANCELLATION

The University shall have the unilateral right to terminate any contract formed between the parties in the event that any one or more of the following events of default occur or continue during the term of the contract: (a) the Proponent shall fail to deliver the services required by the agreement or (b) the Proponent shall repeatedly fail to respond to requests for services within the time limits set forth in the agreement or (c) the Proponent shall breach any of the other terms set forth within the agreement or (d) upon 30 days notice by the University.

4.4 DELIVERY

4.4.1 The Contractor shall transport, deliver, unload, move to the installation location,

unpack, assemble, and install all products and services to be provided.

4.4.2 All work on campus is to be coordinated with the UNBC Facilities Maintenance and Project Supervisor. Forty-eight (48) hours prior to the commencement of work, the successful proponent will need to fill out a Work Order Permit available through the Facilities department

4.5 DELIVERY AND LIQUIDATED DAMAGES

4.5.1 Neither the Contractor nor the University shall be responsible for delays resulting

from acts beyond the control of each party. These include, but are not limited to, acts of God, riots, acts of war, fire, earthquakes, epidemics, or disasters, but do not include poor planning or management or lack of funds or financial resources by either party.

4.5.2 Time is of the essence in any contract resulting from this proposal. The University of Northern British Columbia reserves the right to invoke all available remedies for non-performance. Periods of performance may be extended at the discretion of the Purchasing Agent.

4.5.3 If the Contractor does not complete all aspects of the annual fire alarm system

and sprinkler system test by the completion dates outlined in Attachment B, then liquidated damages shall be paid by the Contractor equal to one (1%) percent per day of the total proposed cost.

4.6 INDEMNITY

Notwithstanding the provision of coverage and insurance by the Owner, the Contractor

Page 16 ______________________________________________________________________________

will indemnify and save harmless the Owner, its employees and agents, from and against any and all losses, claims, damages, actions, causes of action, costs and expenses that the Owner may sustain, incur, suffer or be put to at any time either before or after the expiration or termination of this Contract, where the same or any of them are based upon, arise out of or occur, directly or indirectly, by reason of any act or omission of the Contractor or of any agent, employee, officer, director or Subcontractor of the Contractor pursuant to this Contract, excepting always liability arising out of the independent negligent acts of the Owner.

4.7 GOVERNING LAW

Any contract resulting from this request for proposal shall be governed by and interpreted in accordance with the laws of the Province of British Columbia.

Page 17 ______________________________________________________________________________

ATTACHMENT A

SPECIFICATIONS

REQUEST FOR PROPOSAL

RFP15-1519 ________________

Mandatory Site Visit: All Proponents wishing to submit a proposal are required to attend a Mandatory Site Visit on Wednesday, May 6, 2015. Proponents are asked to meet at 9:50am in the Purchasing department Room 1085 of the Administration building on the UNBC campus with the Mandatory Site Visit scheduled to commence at 10:00am.

All Proponents will be required to sign that they are present for the mandatory site visit. Any Proponent who is not represented at the Mandatory Site Visit will NOT be permitted to submit a proposal for consideration. Proponents must be present by the start of the site visit and have at least one individual who signed in remain present for the entirety of the site visit. The University reserves the right to refuse any proposal from a Proponent that was deemed by the University, regardless of the reason, to have arrived late and missed the essence of the mandatory site visit and/or did not have representation present for the entirety of the mandatory site visit and missed the essence of the mandatory site visit. Proponents are expected to have reviewed this Request for Proposal prior to attending the Mandatory Site Visit.

The site visit will be approximately 1 hour in length. Scope of Work: 2.0 Project Deliverables: 1. All testing and inspection procedures must be performed as per the requirements of the B.C. fire code and

CAN/ULC-S536-13 “Standard for the Inspection and Testing of Fire Alarm Systems”.

1. 2. All employees who will be scheduled to work on UNBC property will be required to complete an annual UNBC contractor orientation. No work is to take place on campus until; a) work has been scheduled with the Chief Engineer or designate, and b) a work permit has been issued by the Chief Engineer or designate.

3. Annual Device Tests shall include:

a. Test all:

- Manual pull stations - Heat detectors - Smoke detectors (Devices to be cleaned after testing completed)

Page 18 ______________________________________________________________________________

- Duct smoke detectors (Devices to be cleaned after testing completed) - Flow switches - Tamper switches - Pressure Switches; - Loss of power to jockey pumps - Loss of power on heat trace - Signaling devices (bells, strobes, Residence suite buzzers) - Pressurization fans - AHU shutdowns - Smoke evacuation fans - Fire shutter door sequences - Confirm fire department call out for each building - Door hold open devices - Mag lock release devices - Research Lab CO2 system (every 6 months) -Kitchen Hood suppression systems (2 kitchens Agora and Conference/NUSC) (every 6 months) -Administration Building server room clean agent (sapphire) suppression system (every 6 months)

- Kitchen Exhaust Fan Duct Cleaning (2 kitchens Agora and NUSC)- every 6 months -all devices in elevator shafts for a given month will be tested on the same day during that month

4. Maintenance/Test of Wet sprinkler systems to include: a. Open inspection valve to confirm adequate water flow b. Back drain system to remove any debris c. Drain down low points d. Flush system through inspectors valve with fresh water e. Inspect system for leaks f. Confirm accuracy of pressure gauges and document. g. Water gong test h. Confirm operation of all supervisory and alarm devices at each station and record. i. Inspect fire department connection for damage, corrosion, missing caps, etc. j. Provide test reports to UNBC

Maintenance/Test of Dry sprinkler System to include: a. Auxiliary dry valve system drains shall be drained

b. Confirm operation of all supervisory and alarm devices at each station and record. c. Annual wet trip, drain down low points and refill drum drips with Propylene glycol. d. Confirm accuracy of pressure gauges and document. e. Confirm top dry pressure and bottom water supply pressures and record f. Check integrity of valve body g. Inspect fire department connection for damage, corrosion, missing caps, etc.

h. Provide test reports to UNBC

Page 19 ______________________________________________________________________________

5. A meeting with the UNBC Chief Engineer or designate will be conducted on the first Monday of every month that the reports are due. The purpose is to review and correct any issues prior to issuance of the report as outlined in schedule I(B).The contractors management representatives will conduct a walk through prior to this meeting to confirm any issues recorded.

The annual verification and inspection of the specified devices/systems work listed herein is to be completed in its entirety by the 15th of February, as outlined in Schedule I(B). Strict adherence to this schedule must be maintained.

Supply UNBC with an annual fire system testing Log Book with tab separation by both building and building fire systems (ie Building; fire system, Sprinkler system, suppression system etc.). Supply complete inspection reports and comments to be entered into the supplied log book. At the end of the calendar year once all inspections and testing have been completed UNBC is to be supplied with electronic copies of the reports for the year in Excel format on a portable storage device. Test reports will be in Excel format and provide all required information as well as list every single device and output tested and shall be provided as outlined in Schedule I(B). A review of the report format shall be reviewed by both the successful vendor and UNBC Chief Engineer or designate prior to implementing.

UNBC staff will assist in locating difficult to find devices. It is expected that the reports submitted by the successful contractor, be edited to provide more accurate descriptions of these locations for future reference. All deficiencies shall be reported to UNBC for immediate repair. During the annual test UNBC forces will repair/replace any non-functioning devices and they will be retested at no extra charge.

6. Testing of the following is NOT to be included:

- Emergency Lights - Fire Extinguishers - Backflow preventers - Fire pump - Fire hoses

7. The contractor will be familiar with Edwards EST-3 fire alarm systems as well as the EST FireWorks

Graphical interface software version 1.41.

The contractor shall be responsible for having Edwards service technician on site for one day (8 hrs) at the conclusion of the annual test. This time will be used to make any programs sequence / point description changes as required.

8. All main fire alarm system cabinets (15) will:

- be cleaned / vacuumed as required - have all screw terminals checked for tightness - have appropriate voltage checks and battery tests performed and recorded

9. Semi-Annual Inspection of Carbon Dioxide (CO2) Extinguishing Systems (As Per-NFPA 12-2015 Edition)

Protected Areas - Research Lab Room 224 Flammable Solvents Room 225 Explosive Chemicals Room 226 Flammable Gases

Page 20 ______________________________________________________________________________

Inspection to be done using CO2 gas to confirm all components operate as per design. (NFPA 12-1-7.4) Visual Inspection: protected area's to be inspected for i) Correct signage for each hazard in area (NFPA 12-1-6.1)

ii) Unobstructed and clearly posted means of evacuation (NFPA 12-1-6.1.3)

iii) Correct warnings about entry into hazard area after discharge. (NFPA12 1-5.1.2)

iv) Correct warning signs in place about CO2 system in use.

At every entrance into protected space, at every manual actuation station and in every protected space

v) a) All discharge piping for proper bracing, damage free and corrosion free. (NFPA12-1.8) As well as corrosion resistant coating is intact and complete.

b) All detection tubing and cabling for proper bracing, damage free and correct operation of all corner pulleys. (NFPA 12-1.8)

vi) All cylinders (master & slave) for current Hydrostatic Test date, correct weight and proper bracing for manifold mounted high pressure cylinders. (NFPA 12-1-9.5.3)

vii)Safety outlets (pressure reliefs) for proper operation and components based on pre engineered system design (NFPA 12-1-9.5.2) (operates at 166-193 Bar)

viii)High pressure flexible loops - for current hydrostatic test date and stamp as well as damage free and correct connections (NFPA 12-1-11.2)

ix) Discharge heads and cylinder valves for correct operation, connection and settings.

x) Each protected space for proper size, placement and orientation of multijet nozzles, based on size of space and type of hazard(s) contained. Also each (nozzle) is free of obstructions and foreign matter.

Physical Tests Discharge sequence to be confirmed (NFPA 12-1.8) i) Initiation, either manual or automatic. ii) The siren, supplied by CO2, starts immediately. (20.4lbs/min required) iii) The CO2 discharge is held outside the protected space for a minimum of 30 seconds, by the time

delay accumulator iv) Pressure switch contacts transfer immediately causing 1) Fire alarm signal to main control panel (NFPA 12-A-1-8.5.2) 2) Damper actuation if utilized. v) After 30 seconds, the mechanical time delay operates, discharging gas into the protected space.

vi) If for any reason the time delay fails to operate and discharge does not occur, the lever control for

each accumulator, can be manually activated allowing immediate bypass discharge.

Page 21 ______________________________________________________________________________

Functional Tests "Manual discharge" operational test Activate manual pull station and it's cabling system, to initiate discharge sequence (simulated). *Most important is the 30 second time delay being true and accurate, in order to allow evacuation of personnel who initiate the discharge. This is simulated using secondary source CO2

gas, and the actual pressure operated switch and cylinder valves from the existing system. "Automatic discharge" operational test i) Confirm correct, heat activated, operation of each pneumatic heat detector, in the system to start

sequence. ii) Test each, lever operated control head, attached to time delay accumulator, to override time delay

for immediate discharge. 9. All work affecting air delivery systems must be directly approved by UNBC Chief Engineer or designate. All work that will be disruptive to the University’s staff, faculty or students must be performed from 10:00 pm to 7:00 am. This includes operational test of bells and strobes and use of the man lift in public areas. Residences will be from 10:00 AM until 4:00 pm.

During the annual verifications, it will be the responsibility of the Contractor to provide enough

employees to facilitate any and all required verifications as well as provide their own form of communication. When working on UNBC fire systems, the Contractor will follow UNBC procedures in order to prevent incidental alarms causing building evacuation and fire department response. In the event that an incident occurs at the fault of the Contractor, any charges that are invoiced to UNBC as a result, will be the responsibility of the Contractor.

10. Cleaning of the Kitchen hood and vent systems shall be completed as per NFPA96 on a semi-

annual basis as per Schedule 1(B). UNBC will be provided a certificate of inspection and cleaning as per NFPA 96.

Campus Systems

11. A fire system device list for each UNBC building covered under this RFP is attached. Also

attached is an example of a report that will be included with the device list for each building system. Reports will also be provided to UNBC for the various suppression and sprinkler systems on campus as outlined below. It will be the responsibility of the successful vendor to create and supply UNBC with an excel copy of these reports.

Campus Suppression/Sprinkler Systems

Building 2-Power Plant 1 Wet System Building 3-Administration 1 Wet system with 7 zones 1 Server room Sapphire system

Page 22 ______________________________________________________________________________

Building 4-Research Laboratory 1 Wet system with 10 zones 1 Dry system with 1 zone 1 Hazardous storage area CO2 system Building 5-Library 1 Wet system with 7 zones Building 6-Conference Centre 1 Wet system with 5 zones 1 Pub kitchen suppression system Building 7-Agora 2 wet systems with total of 3 zones 1 Dry system with 1 zone 4 Main Kitchen suppression systems Building 8-Teaching Laboratory 1 Wet system with 10 zones Building 9-Dr Donald Rix Northern Health Sciences (Medical) Building 1 wet system 4 zones 1 Dry system 1 zone Building 10-Teaching and Learning Building 1 wet system with 10 zones Building 14-Charles Jago Northern Sports Centre (NSC) 1 wet system with 4 zones Building 16-Daycare 1 Wet system with 1 zone 1 Dry system with 1 zone Building 17-Residence #1 1 Wet system with 8 zones Building 18-Residence #2 1 Wet system with 7 Zones

Page 23 ______________________________________________________________________________

Building 19-BioEnergy Building 1 Dry system with 1 zone

Page 24 ______________________________________________________________________________

ATTACHMENT B

Life Safety Systems Test Schedule

REQUEST FOR PROPOSAL RFP15-1519

Strict adherence to this schedule must be maintained. All work will to be coordinated with the UNBC Chief Engineer or designate.

Schedule I(B)Fire System Inspections/Verifications Schedule

Building System/Type Day/Night Month

Report/Invoice due by

Agora Kitchen Hood Suppression Night

May - Semi Annual June 15th

Kitchen Duct Clean Night May - Semi

Annual June 15th

Administration -Server Rm Suppression Fire Alarm Devices Day

May - Semi Annual June 15th

Fire Signalling / Control Devices Night

May - Semi Annual June 15th

Conference/ NUSC - Kitchen Suppression

Kitchen Hood Suppression Night

May - Semi Annual June 15th

Kitchen Duct Clean Night May - Semi

Annual June 15th

Research Lab - CO2 Suppression Fire Alarm Devices Day

May - Semi Annual June 15th

Fire Signalling / Control Devices Night

May - Semi Annual June 15th

Library Fire Alarm Devices Day June July 15th

Fire Signalling / Control Devices Night June July 15th

Sprinkler- Wet Day June July 15th

Teaching Lab Fire Alarm Devices Day June July 15th

Fire Signalling / Control Devices Night June July 15th

Sprinkler-Wet Day June July 15th

Medical Fire Alarm Devices Day July August 15th

Fire Signalling / Control Devices Night July August 15th

Sprinkler-Wet Day July August 15th

Sprinkler-Dry Day July August 15th

Agora Fire Alarm Devices Day July August 15th

Fire Signalling / Control Devices Night July August 15th

Sprinkler-Wet (3) Day July August 15th

Page 25 ______________________________________________________________________________

ATTACHMENT B continued

Life Safety Systems Test Schedule

REQUEST FOR PROPOSAL

RFP15-1519

Building System/Type Day/Night Month Report/Invoice due by

Residence #1 Fire Alarm Devices Day August September 15th

Fire Signalling / Control Devices Day August September 15th

Sprinkler-Wet Day August September 15th

Residence #2 Fire Alarm Devices Day August September 15th

Fire Signalling / Control Devices Day August September 15th

Sprinkler-Wet Day August September 15th

Terrace Campus Fire Alarm Devices Day August September 15th

4817 Keith Ave. Terrace B.C. Fire Signalling / Control Devices Night August September 15th

BioEnergy Plant Dry Sprinkler system Day September October 15th

Daycare Dry Sprinkler system Night/Weekend September October 15th

Research Lab Dry Sprinkler system Day September October 15th

Enhanced Forestry Lab- EFL Fire Alarm Devices Day October November 15th

Fire Signalling / Control Devices Night October November 15th

Daycare Fire Alarm Devices Night/Weekend October November 15th

Fire Signalling / Control Devices Night/Weekend October November 15th

Sprinkler Night/Weekend October November 15th

Maintenance Shop Fire Alarm Devices Day October November 15th

Fire Signalling / Control Devices Day October November 15th

Power Plant Fire Alarm Devices Day October November 15th

Fire Signalling / Control Devices Day October November 15th

Sprinkler- Wet Day October November 15th

Page 26 ______________________________________________________________________________

ATTACHMENT B continued

Life Safety Systems Test Schedule

REQUEST FOR PROPOSAL RFP15-1519

Building System/Type Day/Night Month Report/Invoice due by

Administration Fire Alarm Devices Day October November 15th

Fire Signalling / Control Devices Night October November 15th

Sprinkler- Wet Weekend October November 15th

Conference/ NUSC Fire Alarm Devices Day November December 15th

Fire Signalling / Control Devices Night November December 15th

Sprinkler-Wet Day November December 15th

Research Lab Fire Alarm Devices Day November December 15th

Fire Signalling / Control Devices Night November December 15th

Sprinkler- Wet Day November December 15th

Agora - Kitchen Hood Supression

Kitchen Hood Suppresion Night

November - Semi Annual December 15th

Kitchen Duct Clean Night November - Semi

Annual December 15th

Administration -Server Rm Suppression Fire Alarm Devices Night

November - Semi Annual December 15th

Fire Signalling / Control Devices Night

November - Semi Annual December 15th

Conference/ NUSC - Kitchen Suppression

Kitchen Hood Suppresion Night

November - Semi Annual December 15th

Kitchen Duct Clean Night November - Semi

Annual December 15th

Research Lab - CO2 Suppression Fire Alarm Devices Night

November - Semi Annual December 15th

Fire Signalling / Control Devices Night

November - Semi Annual December 15th

Teaching & Learning Centre Fire Alarm Devices Day December January 15th

Fire Signalling / Control Devices Night December January 15th

Sprinkler- Wet Day December January 15th

BMO Building Fire Alarm Devices Day December January 15th

1310 3rd Avenue Prince George

Fire Signalling / Control Devices Day December January 15th

Page 27 ______________________________________________________________________________

ATTACHMENT B continued

Life Safety Systems Test Schedule

REQUEST FOR PROPOSAL RFP15-1519

Building System/Type Day/Night Month Report/Invoice due by

BioEnergy Plant Fire Alarm Devices Day December January 15th

Fire Signalling / Control Devices Day December January 15th

Charles Jago Northern Sports Centre Fire Alarm Devices Day December January 15th

Fire Signalling / Control Devices Night December January 15th

Sprinkler-Wet Day December January 15th

Main Campus CHUBB/Edwards Site Visit

January

Complete and invoice due before February 15th

Page 28 ______________________________________________________________________________

SCHEDULE I

BIDDERS SUBMISSION CHECKLIST

REQUEST FOR PROPOSAL RFP15-1519

____________________ Your submission must be submitted on time as per section 1.6. The proposal submissionmust include the following: YES 1. SCHEDULE II – Itemized Price List ____ 2. SCHEDULE II (A) – Proposal Response Form ____ 3. SCHEDULE II (B) – Proposal Signature(s) ____ 4. SCHEDULE III – Sub-contractors ____ FAILURE TO SIGN YOUR PROPOSAL WILL RESULT IN AN AUTOMATIC REJECTION.

Page 29 ______________________________________________________________________________

SCHEDULE II ITEMIZED PRICE LIST

Proposals shall be itemized as indicated. The University of Northern British Columbia reserves the right to increase or delete any item or number of items shown hereunder. NOTE 1: Pricing below must be submitted in Canadian Funds, landed, taxes out. NOTE 2: All cost must be listed below. The University will not pay for any charges not

included in the respondent’s proposal. NOTE 3: Prices below are to reflect the work as outlined in Attachments A and B.

Schedule represents each year of the contract. NOTE 4: Even though the number of devices is an estimate, the Contract Price is to be

based on this quantity. NOTE 5: In the event of a discrepancy between the written and numerical amounts of any

price quoted, the written amount shall prevail. NOTE 6: Having examined all of the Proposal documents and all addendums, if

any, and reviewed the site and heard the explanation at the mandatory site visit, the signatory (Contractor) offers to the University of Northern British Columbia (University) to execute the Work for the Project as listed herein for total amount of quotation.

NOTE 7: Each line item below is to be invoiced separately and submitted in conjunction

with the required report by deadline noted. To further clarify, a separate invoice and report is required for each system/type and each building.

NOTE 8: Below pricing will remain firm through the first year of the contract. The contractor is to indicate and substantiate in writing to the attention of the UNBC Director Facilities Management a minimum of 120 days prior to the end of a term any proposed market driven price increases or decreases for the following term. If no such notice is received by the University the proposed pricing will remain in effect for the remainder of the contract. The University’s acceptance of the proposed price or any other agreed

upon price will be done so in writing. If the contractor and University are unable to come to agreement on pricing before the end of the term, then the contract resulting from this tender will end and the contractor’s services will no longer be required or paid for under the said contract.

Page 30 ______________________________________________________________________________

Fire System Inspection, Test and Verification Work completed between May 1 and May 31. Report and invoice due by June 15, of the same

year.

Building System Type Total 1. Agora Kitchen Hood Suppression $_____________ 2. Kitchen Duct Clean $_____________ 3. Administration - Server Fire Alarm Devices $_____________ 4. Room Suppression Fire Signalling/Control $_____________ 5. Conference/NUSC Kitchen Hood Suppression $_____________ 6. Kitchen Suppression Kitchen Duct Clean $_____________ 7. Research Lab-CO2 Fire Alarm Devices $_____________ 8. Suppression Fire Signalling/Control $_____________ Work completed between June 1 and June 30. Report and invoice due by July 15 of the same year. Building System Type Total 9. Geoffrey R. Weller Fire Alarm Devices $_____________ 10. Library Fire Signalling/Control $_____________ 11. Sprinkler – Wet $_____________ 12. Teaching Lab Fire Alarm Devices $_____________ 13. Fire Signalling/Control $_____________ 14. Sprinkler – Wet $_____________ Work completed between July 1 and July 31. Report and invoice due by August 15, of the

same year.

Building System Type Total 15. Dr Donald Rix Northern Fire Alarm Devices $_____________ 16. Health Sciences Centre Fire Signalling/Control $_____________ 17. (Medical) Sprinkler – Wet $_____________ 18. Sprinkler – Dry $_____________ 19. Agora Fire Alarm Devices $_____________ 20. Fire Signalling/Control $_____________ 21. Sprinkler – Wet (3) $_____________

Page 31 ______________________________________________________________________________

Work completed between August 1 and August 31. Report and invoice due by September 15,

of the same year. Building System Type Total 22. Residence #1 Fire Alarm Devices $_____________ 23. Fire Signalling/Control $_____________ 24. Sprinkler – Wet $_____________ 25. Residence #2 Fire Alarm Devices $_____________ 26. Fire Signalling/Control $_____________ 27. Sprinkler – Wet $_____________ 28. Terrace Campus Fire Alarm Devices $_____________ 4817 Keith Av Fire Signalling/Control $_____________ Terrace BC Work completed between September 1 and September 30. Report and invoice due by October

15, of the same year.

Building System Type Total 29. BioEnergy Plant Dry Sprinkler System $______________ 30. Daycare Dry Sprinkler System $______________ 31 Research Lab Dry Sprinkler System $______________ Work completed between October 1 and October 31. Report and invoice due by November 15,

of the same year.

Building System Type Total 32. I.K. Barber Enhanced Fire Alarm Devices $_____________ Forestry Lab (EFL) Fire Signalling/Control $_____________ 33, Daycare Fire Alarm Devices $_____________ 34. Fire Signalling/Control $_____________ 35. Sprinkler $_____________ 36. Maintenance Shop Fire Alarm Devices $_____________ 37. Fire Signalling/Control $_____________

Page 32 ______________________________________________________________________________

38 Power Plant Fire Alarm Devices $_____________ 39. Fire Signalling/Control $_____________ 40. Sprinkler – Wet $_____________ 41. Administration Fire Alarm Devices $_____________ 42. Fire Signalling/Control $_____________ 43. Sprinkler – Wet $_____________ Work completed between November 1 and November 30. Report and invoice due by

December 15, of the same year. Building System Type Total 44. Conference/NUSC Fire Alarm Devices $_____________ 45. Fire Signalling/Control $_____________ 46. Sprinkler – Wet $_____________ 47. Research Lab Fire Alarm Devices $_____________ 48. Fire Signalling/Control $_____________ 49. Sprinkler – Wet $_____________ 50.. Agora Kitchen Hood Suppression $_____________ 51. Kitchen Duct Clean $_____________ 52. Administration - Server Fire Alarm Devices $_____________ 53. Room Suppression Fire Signalling/Control $_____________ 54. Conference/NUSC Kitchen Hood Suppression $_____________ 55. Kitchen Suppression Kitchen Duct Clean $_____________ 56. Research Lab-CO2 Fire Alarm Devices $_____________ 57. Suppression Fire Signalling/Control $_____________ Work completed between December 1 and December 31. Report and invoice due by January

15, of the following year. Building System Type Total 58. Teaching & Learning Fire Alarm Devices $_______________ 59. Centre Fire Signalling/Control $_____________ 60. Sprinkler – Wet $_____________ 61. BMO Building Fire Alarm Devices $_____________ 62. 1310 3rd Av Fire Signalling/Control $_____________ Prince George BC

Page 33 ______________________________________________________________________________

63. BioEnergy Plant Fire Alarm Devices $_____________ 64. Fire Signalling/Control $_____________ 65. Charles Jago Northern Fire Alarm Devices $_____________ 66. Sport Centre (NSC) Fire Signalling/Control $_____________ 67. Sprinkler – Wet $_____________

Work completed between January 1 and January 31. Report and invoice due by February 15,

of the same year.

79. Main Campus CHUBB/Edwards Site Visit $____________

Other costs (if any):

Sub-total of entire work $____________ GST $____________ Total for first term of contract $____________

Page 34 ______________________________________________________________________________

SCHEDULE II (A)

PROPOSAL RESPONSE FORM

REQUEST FOR PROPOSAL RFP15-1519

____________________

This proposal response form must be completed by each Proponent and forwarded to The University of Northern British Columbia. All requirements outlined in the Request for Proposal with their submission and any other documentation requested by UNBC, and any important information developed by the Proponent as part of its presentation, must accompany this form.

PROPOSAL We, ____________________________, having examined the Request for Proposal and all other information and documents included in the Request for Proposal, do hereby offer and agree to furnish __________________ as described. 1. Receipt of the following addenda is acknowledged:

Addendum No._______________ Date: __________________ Addendum No._______________ Date: __________________ Addendum No._______________ Date: __________________

2. The University reserves the right to waive irregularities and informalities, to reject proposals

from Proponents found not to be responsive according to the terms of the invitation, and the right to reject all proposals.

Page 35 ______________________________________________________________________________

SCHEDULE II (B)

PROPOSAL SIGNATURE(S)

REQUEST FOR PROPOSAL RFP15-1519

____________________ The undersigned agrees not to withdraw or modify this Proposal for a period of ninety (90) days from submission deadline. NAME OF FIRM: _________________________________________________ AUTHORIZING SIGNATURE: ______________________________________ ______________________________________ Print Name Official Capacity: _________________________________________________ Address: _________________________________________________ City: _________________________________________________ Province or State: _________________ Postal or Zip Code: ___________ Date: _________________________________________________ Telephone: _________________ Fax:________________________ Duly authorized officers of the Proponent(s) shall properly execute the Proposal as follows: If the Proponent is a corporation, the proposal shall be signed in the name and under the seal of the corporation by a duly authorized officer of the corporation, with the designation of hislher official capacity, and attested properly. The proposal shall show the place in which the corporation is chartered. If the Proponent is an individual, he or she shall sign the proposal in person or by representative and be witnessed, stating the name or style, if any, under which he or she is doing business. If the signing is by representative, his or her power of attorney or other authorization shall be stated, and a certified copy thereof shall be attached to the Proposal. If the Proponent is a joint venture or partnership, the proposal shall be signed by each of the persons or firms, which is a party to the joint venture agreement. A certified copy of the joint venture agreement shall be attached to the Proposal. A joint venture will not be accepted unless the joint venture agreement or some other signed and legally binding instrument is certified and attached to the proposal, containing provisions for one of the parties to the joint venture to be in full direction of the project and to exercise this direction through a single individual, to be appointed Manager of Operations with the consent of all parties to the joint venture agreement.

Page 36 ______________________________________________________________________________

SCHEDULE III

PROPOSED WORK SCHEDULE

REQUEST FOR PROPOSAL RFP15-1519

____________________ 1. Please include a proposed list of any sub-contractors you may be hiring to assist in the

completion of this project.

1) The Contractor shall maintain and require Subcontractor(s) to maintain Workers’ Compensation coverage.

2) The subcontractor will indemnify and save the University of Northern BC harmless from any and all claims against the University arising out of the performance of the Contractor’s and subcontractor’s services under this agreement

3) The contractor warrants that the subcontractor is fully insured and that the insurance is adequate to provide coverage for any injuries sustained by any person on the worksite or for any property damages occurring as a direct result of the work done under this contract.