School Risk Assessment

Similar documents
RSU 14 - WINDHAM RAYMOND SCHOOL DISTRICT OFFICE OF THE ASSISTANT SUPERINTENDENT

Gadsden City Schools

Oxford & Area Trails Association River Philip Bridge Construction, Oxford, N.S Project No.: OATA003 SECTION 1.0 INSTRUCTION TO BIDDERS

SECTION BID FORM

Invitation for Bid - Standard Office Furniture / Task Chair

CITY OF HOPKINSVILLE

INVITATION FOR BID #2 FUEL OIL

DEAN + TYLER + BURNS ARCHITECTURE

DOCUMENT BID FORM. Village of Middle Point

The Bid Date has changed to 03/16/2010 at 2:30 PM.

I INVITATION TO BID City of Fort Morgan Water Distribution Department Waterline Isolation Project

I INVITATION TO BID FLOORING MATERIALS Fort Morgan Public Library

CITY OF MARSHALL, MINNESOTA

Bidding Conditions. March 22, (Project# 0192) at the. Fresno Chaffee Zoo. Project : Warthog Exhibit. Located at. 894 West Belmont Avenue

August 19, Addendum No. 2 Roosevelt Hall Interior Renovation Brooklyn College Project No.: BY

Request for Proposal Internet Access Columbus Urban League

INVITATION TO BID CITY OF HOPKINSVILLE

INVITATION TO BID FUEL PRODUCTS. Notice is hereby given that the Aberdeen School District is accepting fuel bids for the following:

REQUEST FOR PROPOSALS AUDIT

Refer to Section Proposal Form/All Trades (issued) a. Revised Alternate No. 2 b. Added Alternate No. 3

INSTRUCTIONS TO BIDDERS

The Home Depot U.S.A., Inc. Instructions to Bidders

UAF Combined Heat & Power Replacement (CPHR)

Bidding Conditions Attachment C

Oak Park Unified School District Request for Proposal Bid Packet 16-04C Wireless Expansion

INVITATION FOR BID Copier ST. CHARLES COUNTY AMBULANCE DISTRICT (Herein referred to as District ) 4169 OLD MILL PARKWAY ST.

This Addendum is directed to all prime Contract Bidders, and all others to whom Drawings and Specifications have been issued by the Architect.

REQUEST FOR PROPOSALS AND STATEMENT OF QUALIFICATIONS IMPACT FEE STUDY

REQUEST FOR PROPOSAL Refrigerators Delivery, Setup, Pickup and Disposal

Section 6: Returnable Bidding Forms / Checklist

Please include a business card with updated contact information in the packet.

REQUEST FOR PROPOSAL INVENTORY MANAGEMENT SYSTEM

CHARLES COUNTY GOVERNMENT ITB NO WHITE PLAINS FAILING SEPTIC SYSTEM IMPROVEMENTS

ALASKA. Request for. Anchorage, AK. com. the following: a.) Offeror s Name b.) c.) Project title. e: A Pre-Bid

REVISED BID FORM. To Procurement Services, Room 1104, 900 East Broad Street, Richmond, Virginia:

REQUEST FOR PROPOSAL. HRIS Human Resources Information Software Fort Morgan, Colorado

CITY OF MOBILE. Purchasing Department and Package Delivery: Government Plaza 4th Floor, Room S Government St Mobile, Alabama 36644

Bowman Outside Plant Splicing Project

REQUEST FOR BID MULTI-PURPOSE PAPER FOR ILLINOIS VALLEY COMMUNITY COLLEGE BID # BID2014-B07

Fill material and Top Soil

Town of Skowhegan BOAT

Amity School District 4J

INVITATION FOR BID Bid #872 - Printing Services

INVITATION FOR BID. HVAC Equipment Replacement for Nordlof Center Lower Level West. Issued November 8, Name of Bidding Firm:

NEW YORK LIQUIDATION BUREAU REQUEST FOR PROPOSAL

REQUEST FOR PROPOSALS (RFP) FOR ARCHITECTURAL SERVICES CLEARWATER PUBLIC SCHOOLS EWING PUBLIC SCHOOLS NELIGH-OAKDALE PUBLIC SCHOOLS

INVITATION TO BID CITY OF HOPKINSVILLE

City of Portsmouth Portsmouth, New Hampshire REQUEST FOR PROPOSAL

INVITATION FOR BID. HVAC Equipment Replacement for Black Box Theatre at Nordlof Center. Issued June 14, Name of Bidding Firm:

BID Addenda No. Date Issued Addenda No. Date Issued

REQUEST FOR PROPOSAL For Comprehensive Compensation and Job Analysis Study for

Request for Proposals for: Construction Management Services For The ADDISON PUBLIC LIBRARY INTERIOR RENOVATION

Roosevelt County. INVITATION FOR BID No CRUSHED CALICHE

Date: Telephone: Company Name: Address: City: State: Zip Code: Contact Person: Title: Authorized Signature:

Purchasing and Procurement Policy

Scott Eagle Attack Thermal Imaging Camera

REQUEST FOR QUALIFICATIONS. FOR THE PROVISION OF LEGAL SERVICES General Counsel. ISSUE DATE: August 10, DUE DATE: August 23, 2017.

City of Jacksonville Finance Department

REQUEST FOR PROPOSAL (RFP)

Finance & Technology Administrator (815) ext 223

ADDENDUM #3. GRW Project No.: Date: March 19, 2019 Subject: City of Nicholasville Fire Station #4

City of Jonesboro Invitation to Bid - Not an Order P.O. Box South Church St. Room 421 (72401) Purchasing Office Jonesboro, Arkansas 72403

SAN JOAQUIN COUNTY PURCHASING AND SUPPORT SERVICES PURCHASING DIVISION

REQUEST FOR QUALIFICATIONS. FOR THE PROVISION OF LEGAL SERVICES General Counsel. ISSUE DATE: December 20, DUE DATE: January 11, 2019.

Northwest Business Park, Building 5, Bay 3. Issued for Tender: August 24, Substantial Date: November 17, 2017

INVITATION FOR BID Medical Supplies 2016

Architectural Services

UNIVERSITY OF WASHINGTON PACK FOREST LOG SALE LS PROSPECTUS

INVITATION FOR BIDS IFB NO FOR CDCA BATHROOMS/KITCHEN UPDATES. Dr. Julius R. Scruggs, Pastor

MEMORANDUM. Taylor Schoel with Walter Schoel Engineering. DATE: August 29, Addendum 1 - Green Drive Culvert Replacement.

Peralta Community College District th Avenue Oakland, California Phone (510) Fax (510) Purchasing Department

Main Building Auditorium

Section IV. Bidding Forms

SECTION INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS Sealed proposals shall be addressed to:

INSTRUCTIONS FOR COMPLETING PRE-QUALIFICATION STATEMENT

T Simcoe Street Parking Garage Elevator Cylinder Replacement

NOTICE TO PROSPECTIVE BIDDERS REGARDING PRE-QUALIFICATION FOR CONTRACTS FOR ALISAL UNION SCHOOL DISTRICT. Revised February 11, 2015

REQUEST FOR QUOTATION AND STATEMENT OF QUALIFICATIONS. RFQ No C

REQUEST FOR QUALIFICATIONS

REQUEST FOR PROPOSAL NO. 1004/KB/08 For INFORMATION TECHNOLOGY SERVICES ADDENDUM NO. 2

GUJRANWALA ELECTRIC POWER COMPANY LIMITED

COUNTY OF ALAMEDA. REVISED BID DUE DATE: 2:00 p.m., THURSDAY, NOVEMBER 17, 2016

TERMS AND CONDITIONS OF THE INVITATION TO BID

If you have questions please see contact information in the specifications sheet for Paul Johnson, Personal Computer Tech.

INSTRUCTIONS TO BIDDERS Sealed proposals shall be addressed to: For legal address, contact contracting office.

CITY OF ELBERTON. Invitation to Bid Bid # Tables and Chairs. Due: January 30, 2007 At 2:00 p.m.

Missoula County Public Schools Missoula, Montana REQUEST FOR PROPOSALS FOR LARGE COMMERCIAL COPY MACHINES FOR THE MISSOULA COUNTY PUBLIC SCHOOLS

Request for Proposal Maintenance 30X50 Storage Building Located West of Maintenance Office 902 West Trimble Berryville School District 27

REQUEST FOR BIDS Supply and Delivery of Swimming Pool Chemicals FY 1819

REQUEST FOR QUALIFICATIONS

CENTRAL VALLEY OPPORTUNITY CENTER INVITATION FOR BIDS FORKLIFT

Bidders Name: DOCUMENT 330 BID FORM

SAN ANTONIO WATER SYSTEM PURCHASING DEPARTMENT FORMAL INVITATION FOR BEST VALUE BIDS (BVB) FOR NOVELTY ITEMS & PROMOTIONAL TYPE CLOTHING ADDENDUM 1

Steve A. Kent Purchasing Agent (870)

Request for Proposal Bagged Rock Salt & Ice Melt

INVITATION FOR BID BID #1037 Parka and Softshell Coats

Quaid e Azam Thermal Power (Pvt) Limited REQUEST FOR PROPOSAL (RFP)

Request for Proposal REQUEST FOR PROPOSAL. Systems Maintenance & Integration

BID FORM This Bid is submitted to: City of Glasgow 126 East Public Square Glasgow, KY 42141

Transcription:

RSU #14 WINDHAM RAYMOND SCHOOLS AND YARMOUTH SCHOOLS School Risk Assessment RFP # 12-06 Bill Hansen and Judy Paolucci 12/2/2011 RSU #14 Windham Raymond Schools and the Yarmouth School Department are requesting sealed bid proposals for School Risk Assessment services as described within this bid package. The bids will be evaluated by both schools and vendor selection will be based on the criteria within the bid package.

INSTRUCTIONS, SPECIFICATIONS, Bid RESPONSE FORM SECTION 1: GENERAL REQUEST for QUOTE INFORMATION A. RSU #14 Windham Raymond Schools and the Yarmouth School Department are requesting sealed bids for formal School Risk Assessments for the respective K-12 Facilities. B. Sealed hard copy original bids with two copies and one PDF electronic copy on CD will be received by each School Department up to December 22, 2011 at 12 o clock noon, at which time they will be opened. Due to the nature of public competitive bidding, bids via Fax or E-mail will not be accepted. Sealed Bids are to be sent to both of the following locations : RSU #14 Windham Raymond Schools Care of: Donn Davis, Assistant Superintendent, RSU #14, 228 Windham Center Road, Windham ME 04062 Yarmouth School Department Care of: Judy Paolucci, Superintendent, Yarmouth School Department, 101 McCartney Street, Yarmouth ME 04096 C. Bids shall be submitted with the required bid response with the required documentation in sealed envelopes, plainly marked and shall be addressed as shown above. D. An optional site visit to the RSU#14 Windham Raymond Schools and Yarmouth School Department Facilities has been scheduled for December 16, 2011, at 9:00 a.m., beginning in Yarmouth. E. A decision to award this bid will be made independently by each school system and is anticipated to be announced by the end of January 2012. F. Questions regarding the bid offering may be directed to Bill Hansen, Director of Facilities, RSU #14 Windham Raymond Schools, via e-mail at bhansen@rsu14.org and Judy Paolucci, Superintendent of Yarmouth School Department via e-mail at judy_paolucci@yarmouthschools.org. G. The successful vendor may be required to sign a contract with each School System. Prices quoted should be honored by vendor for a minimum of four (4) months beyond the quote due date of December 22, 2011. Page 1 of 14

SECTION 2: QUOTE INFORMATION, REQUIREMENTS, AND INSTRUCTIONS In determining the successful vendor(s), the School Departments and their representatives/ designees will evaluate price, compliance with all applicable bid specifications where appropriate, and shall also consider: The ability, capacity and skill of the vendor to perform the bid or provide any services that may be required; Whether the vendor can perform the bid and provide any service that may be required promptly, or within the time specified, without delay or interference; The character, integrity, reputation, judgment, experience and efficiency of the vendor; References; The quality of performance of previous bids; The previous existing compliance by the vendor with laws and ordinances relating to the bid; The sufficiency of the financial resources and ability of the vendor to perform the bid; The quality, availability and adaptability of the equipment to the particular use required; The ability of the vendor to provide the services within the timing required; The number and scope of conditions attached to the bid; Such other factors that may be determined that demonstrates that the bid is not in the best interest of either school system and does not promote the underlying purposes of this policy. Page 2 of 14

SECTION 2: QUOTE INFORMATION, REQUIREMENTS, AND INSTRUCTIONS (continued) It is the custom of RSU # 14 Windham Raymond Schools and the Yarmouth School Department to pay invoices within 30 days following receipt of the invoice provided the products and services for all items covered by the purchase order are complete. In submitting bids under the attached specifications, vendors should take into consideration all discounts, both trade and time allowed in accordance with the above-mentioned payment policy. All vendors shall bid net prices, therefore, exclusive of all taxes. Any vendor submitting a quote hereby certifies that no member of RSU #14, the Yarmouth School Department, the School Committee/School Board, agents, or employees of either school system is pecuniarily interested in the bid; that the proposal is made in good faith without fraud, collusion, or connection of any kind with any other vendor for the same work; and that the vendor is competing solely on his/her behalf without connection with, or obligation to, any undisclosed person or firm. The RSU #14 Windham Raymond Schools and the Yarmouth School Department reserve the right at their sole discretion to waive any informality or irregularity in any bid, to reject any or all bids, to split the award to two parties, award a bid wholly or in part, to call for re-bids, to negotiate with any vendor, or to accept any bid even if that bid is not the lowest, if they deem it to be in the best interest of RSU #14 Windham Raymond Schools and the Yarmouth School Department. Page 3 of 14

SECTION 3: GENERAL CONDITIONS The following General Conditions shall apply and govern all equipment suppliers and contractors in matters of furnishing equipment. ARTICLE 1. CONTRACT DOCUMENTS The contract of the parties include: Services Quote Form, Advertisement, Purchase Order, General Conditions and Specifications. These documents are to be considered as one, and whatever is called for by one shall be as binding as if called for by all. Any discrepancies or questions as to quantities of any items listed in the specifications shall be immediately brought to the attention of RSU #14 Windham Raymond Schools and the Yarmouth School Department for correction by addendum during the review period. Any such discrepancies discovered by the bidder not corrected by addendum shall be resolved on the basis of furnishing the greater quantity without change in contract. ARTICLE 2. INTENT It is the intent of these contract documents to include all labor, materials, fees, charges, features, capabilities, shipping and services of every kind necessary to properly execute the work, carry out the terms and conditions of payment and to establish minimum acceptable requirements for equipment design, construction and contract performance. ARTICLE 3. QUALIFICATIONS OF VENDORS No quote will be considered unless the firm submitting the quote can meet the following conditions: A. The vendor must have financial and personal resources of sufficient scope to assure prompt and satisfactory performance in the execution of the total conditions of this specification so as to not delay the progress of the work. B. The vendor must provide with this quote a certification from the manufacturer/supplier that he is authorized to perform the service proposed. ARTICLE 4. CHANGES IN WORK RSU #14 Windham Raymond Schools and the Yarmouth School Department may, at their individual discretion, order changes in the work with the contract sum being adjusted accordingly. All changes for additional equipment must be submitted in writing in advance to the appropriate party for approval. Page 4 of 14

SECTION 3: GENERAL CONDITIONS (Continued) B. Specifications: Please See Section 5 ARTICLE 5. FINANCIAL The RSU#14 Windham Raymond Schools and the Yarmouth School Department will pay for the services after completed and found to meet requirements. ARTICLE 6. BID EVALUATION RSU #14 Windham Raymond Schools and the Yarmouth School Department will evaluate the bids based on the following criteria: a. Price 40% b. Vendor Qualification, Proposal Evaluation 40% c. Schedule 10% d. Other 10% SECTION 4: QUOTE RECOMMENDATIONS Vendors are encouraged to provide recommendations to the Bid based on their knowledge, previous work, or other factors that would be of benefit. Any proposal based on a recommendation shall be in addition to responding to the base requested bid response form. Page 5 of 14

SECTION 5: SCOPE DESCRIPTION AND SPECIFICATIONS General Scope Requirements The scope of work includes performing a formal on-site risk assessment for each of the school facilities listed in the RFP #12-06 and developing a formal report that is specific to each site. The on-site assessment shall include, but not be limited to: Assessment of the exterior access to each building Assessment of the interior security procedures for each building Assessment of the use of security equipment, communication systems and capabilities, including emergency power and communications, detection of intruders, and perimeter security Assessment of any internal theft Assessment of management procedures Identification and assessment of construction issues Assessments are to take place early in the morning, during the school day, as well as in the evenings to evaluate after-hours operation and security at a number of locations at each facility while conducting assessments at all sites. The nighttime tours shall include driving around the neighborhood surrounding school sites in order to consider community hazards near each facility. Findings from the site assessments are to be incorporated into a detailed written report with separate detailed sections for each facility. The report is also to include District recommendations, as well as individual school/facility recommendations. In addition, a site survey shall be submitted for each facility which contains photographs of major hazards found, as well as positive security, safety, emergency management and school climate best practices noted so they can be replicated in other schools. Page 6 of 14

Included in the bid shall be (1) day on-site and two (2) days off-site review of the school emergency and crisis preparedness plan, including preparedness, response and recovery which shall be included in the bid. This review shall examine lockdown procedures, shelter in place, emergency evacuation, reverse evacuation, National Incident Management System, and other functional protocols, as well as a review of incident-specific protocols such as intruder, bomb threat, fire, food contamination, weapons use, report of a weapon on campus, hostage situation, etc. The assessment shall also include a review of the types, methods, and adequacy of school emergency drills and exercises and professional development training of all school employees, students, parents, and other community stakeholders. Findings from the evaluation shall be incorporated into a written report. The report will give suggestions to develop a plan to implement improvements that would improve the overall safety of the system. An optional return visit to each school system will be requested as an itemized cost. The purpose of the return visit would be to review the risk assessment findings with Administrative Leadership and/or School Board members. Page 7 of 14

SECTION 5: SCOPE DESCRIPTION AND SPECIFICATIONS (continued) Facilities Requiring Risk Assessments RSU #14 Windham Raymond Schools # School Name Physical Location Grade # of Students Building Size Square Feet 1 Windham 404 Gray Road K-3 816 93,000 Primary School Windham, ME 04062 2 Windham 709 Roosevelt Trail 4-5 381 51,720 Manchester School Windham, ME 04062 3 Windham 408 Gray Road 6 & 8 464 80,500 Middle School Windham, ME 04062 4 Windham 215 Windham Center Road 7 190 14,700 Field Allen School Windham, ME 04062 5 Windham 406 Gray Road 9-12 1150 210,000 High School Windham, ME 04062 6 Raymond 434 Webbs Mills Road K-4 241 61,879 Elementary School Raymond, Maine 04071 7 Raymond 423 Webb's Mills Road 5-8 208 52,320 Jordan Small School Raymond, ME 04071 8 RSU #14 District 228 Windham Center Road, N/A N/A 6,948 Office 9 RSU #14 Stadium Complex Windham Maine 04062 406 Gray Road Windham, ME 04062 N/A N/A N/A Totals 3,450 571,067 Page 8 of 14

SECTION 5: SCOPE DESCRIPTION AND SPECIFICATIONS (continued) Facilities Requiring Risk Assessments Yarmouth School Department # School Name Physical Location Grade # of Students Building Size Square Feet 1 William H. Rowe 52 School Street K-1 197 33,400 School Yarmouth, ME 04096 2 Yarmouth Elementary 121 McCartney Street 2-4 310 49,000 School Yarmouth, ME 04096 3 Frank H. Harrison Middle School 220 McCartney Street Yarmouth, ME 04096 5-8 449 76,632 4 Yarmouth High School 286 West Elm Street Yarmouth, ME 04096 9-12 462 125,000 5 Central Office 101 McCartney Street Yarmouth, ME 04096 n/a n/a 4,000 Totals 1,418 288,032 Page 9 of 14

SECTION 6: RESPONSE INSTRUCTIONS The written bid responses are to be submitted in the following format: Section 1) Provide company detail including, but not limited to, number of employees, employee bios with details on experience and qualifications, years in business, etc. Section 2) A written company history detailing experience with school risk assessments. Section 3) The proposed timeline for the Risk Assessment activities for each School Department. The timeline is to encompass/include all activities from the initial assessment to the completion and submission of the final report. Section 4) A written scope of work for all activities associated with the risk assessment services. The scope is to also detail the end deliverables that will be provided. Section 5) Supply three school risk assessment references with contact names and phone numbers. Section 6) The financial proposal for the work. This section is to include the lump sum for the school risk assessment scope of work and time and material rates for additional services. This section is also to include an optional price to return to each School District for the purpose of reviewing findings with Administrator Leadership and/or School Board members. Section 7) In this section, detail the resources that will be needed from the School Departments to complete the assessment work. Section 8) Include a sample Risk Assessment Report from prior work. Section 9) Include any recommendations for the project. Section 10) Appendix Insert any additional information that has not been included above in this section. Section 11) Competed and Signed Bid Response Sheet from RFP # 12-06, Section 7 Page 10 of 14

SECTION 7: BID RESPONSE RSU #14 Windham Raymond Schools and Yarmouth School Department The undersigned declares that they have carefully examined the Invitation to Quote attached hereto and that they will contract with the Districts to provide equipment and service as specified for the price duly noted. RSU #14 Windham Raymond Schools Item Description Cost 1 Risk Assessment 2 Optional Additional Site Visit Total Proposed Start Date Proposed Finish Date Yarmouth School Department Item Description Cost 1 Risk Assessment 2 Optional Additional Site Visit Total Proposed Start Date Proposed Finish Date Project Discount Per Proposal if Awarded Both Contracts Percentage Company Name: Address: Telephone: FAX: Contact: Signature (Authorized Representative) Date Page 11 of 14

Appendix 1 Additional School Property Information RSU #14 Windham Raymond Schools Page 12 of 14

Appendix 1 Additional School Property Information Yarmouth School Department Page 13 of 14