REQUEST FOR PROPOSAL FOR: Fire Alarm Testing & Fire/Security System Monitoring



Similar documents
REQUEST FOR PROPOSAL FOR: Fire and Security Alarm Service and Monitoring

REQUEST FOR PROPOSAL FOR: IT CONSULTANT

Architectural Consulting Services for a New Automotive Building. Lakes Region Community College, Laconia, NH

How To Paint A State Police Cruiser

RFP VOICE OVER IP PHONE SYSTEM BID: # BOE

Request for Proposal S P R I N G F I E L D U T I L I T Y B O A R D MAIN OFFICE

Request for Proposal. Internet Access. Satilla Regional Libraries. Erate Funding Year July 1, 2014 through June 30, 2015

SARPY COUNTY, NEBRASKA REQUEST FOR PROPOSALS. Jail Boiler Replacement Project For the. Facilities Management Department

PROPOSAL FOR ASBESTOS and ENVIRONMENTAL SURVEY

COUNTY OF SARPY, NEBRASKA SPECIFICATIONS. VOIP Phones For the. Various County Departments

REQUEST FOR QUOTES (RFQ) FOR PLUMBING SERVICES. RFQ Release Date: August 3, Quote Due Date: August 21, 2015 at 5:00 p.m.

To: From: Patricia Baskerville, PCS Phone: (000) Date: June 12, 2015 Pages: 10

RFP VOICE OVER IP PHONE SYSTEM BID: # BOE

Request for Quotations on Termite and Pest Control Service to Include Repair & Maintenance RFQ

REQUEST FOR QUOTATION

REQUEST FOR PROPOSAL MEDICAL BILLING FOR AMBULANCE SERVICES 2015 FOR THE TOWN OF EXETER FIRE DEPARTMENT

TOWN OF GROTON INVITATION TO BID ARCHIVING SYSTEM

RFP Request for Proposal Fire Protection Systems Services

Department of Purchasing & Contract Compliance

Sidewalk Rehabilitation Program

Ceres Unified School District INDEPENDENT CONTRACTOR AGREEMENT

Department of Purchasing & Contract Compliance

REQUEST FOR QUOTE NUMBER: 10RD75957YB WILL BE RECEIVED UNTIL 11/5/2010 at 2:00 p.m.

GUIDELINES TO UNIVERSITY OF MARYLAND CONSULTANT AGREEMENT <$5,000

Request for Proposal Architectural/Engineering Services. Adapt/SouthRiver CHC. P a g e 1

Stephenson County, Illinois

City of Portsmouth, Portsmouth, NH School Department Plumbing Repair Services INVITATION TO BID

REQUEST FOR QUALIFICATIONS FOR CONSTRUCTION MANAGER-AT-RISK (CMAR)

Menlo Park City School District 181 Encinal Avenue Atherton, CA 94027

Request For Price. Work Schedule The project shall commence within a reasonable time of the request.

INSTRUCTION FOR COMPLETING COMPETITIVE SOLICITATION ACKNOWLEDGEMENT FORMS

BID DOCUMENTS FOR LAUNDERING, PRESSING & DRY CLEANING SERVICES FOR THREE-YEAR TERM

REQUEST FOR PROPOSALS

Invitation to Bid FIRE ALARM & DETECTION SYSTEM

FIRST AND FINAL ADDENDUM RFP FOR ROOFING SERVICES FOR DISASTER RECOVERY ASSISTANCE

PROPOSAL COVER SHEET

CITY OF MADISON HEIGHTS PURCHASING DEPARTMENT 300 W. 13 MILE ROAD MADISON HEIGHTS, MI INVITATION TO BID

HAMILTON COUNTY SCHOOL DISTRICT

REQUEST FOR QUOTE NUMBER: 09RD65575YB WILL BE RECEIVED UNTIL 1/21/2009

REQUEST FOR PROPOSALS FOR TELEPHONE SYSTEM ADMINISTRATIVE AND SUPPORT SERVICES

Shawnee County ATTN: Bill Kroll 200 SE 7 th Street, Rm B-30 Topeka, KS Phone Bill.Kroll@snco.us

Request for Proposals

City of Bellevue Request for Proposal RFP #15091 Locate Ticket Management Software

CITY OF LAREDO PURCHASING DIVISION TERMS AND CONDITIONS OF INVITATIONS FOR BIDS

MANTON CONSOLIDATED SCHOOLS. REQUEST for PROPOSALS ENERGY SAVING CAPITAL IMPROVEMENT PROJECTS. On a PERFORMANCE CONTRACTING BASIS

CITY OF BONITA SPRINGS, FLORIDA RFP #

QUOTE OPENING MEETING: Sealed Quotes will be opened at 9:00 a.m (eastern standard time) on Wednesday, May 1, 2013 at the County of Muskegon.

Construction Management Services Delmar School District RFP No. DSD16001-CONSTR_MAN

REQUEST FOR PROPOSAL BID # ELECTRONIC CHECK PROCESSING SOFTWARE AND RELATED EQUIPMENT. August 10, 2015

REQUEST FOR QUALIFICATIONS ARCHITECTURAL/ENGINEERING DESIGN SERVICES For the RENOVATION OF THE TUTTLE BUILDING

MARYLAND DEPARTMENT OF HOUSING AND COMMUNITY DEVELOPMENT SMALL PROCUREMENT CONTRACT (FOR CONTRACTS OF $25,000 OR LESS) [Insert Contract Name and No.

APPALCART REQUEST FOR PROPOSAL

RFQ # CONSULTANT SERVICES REPLACEMENT OF ELECTION SYSTEM MANAGEMENT SOFTWARE

REQUEST FOR PROPOSAL: STRUCTURED CABLING, LAN SWITCHES, LONG DISTANCE SERVICE, ELECTRONIC FAXING, AND HOSTED VOIP SPECIFICATIONS

INDEPENDENT CONTRACTOR AGREEMENT FOR SPECIAL SERVICES

Muskegon Community College Request for Proposal Insurance Agent/Broker

NEGAUNEE PUBLIC SCHOOLS. REQUEST for PROPOSALS ENERGY SAVING CAPITAL IMPROVEMENT PROJECTS. On a PERFORMANCE CONTRACTING BASIS

NEWBURGH ENLARGED CITY SCHOOL DISTRIST NEWBURGH, NEW YORK REQUEST FOR PROPOSAL ARCHITECTURE SERVICES

INVITATION FOR PRICE QUOTES FIRE HOSE TESTING

Town of Maiden. Request for Proposals For Sign Replacement Project

REQUEST FOR PROPOSAL MEDICAL BILLING FOR AMBULANCE SERVICES FOR THE TOWN OF BELMONT FIRE DEPARTMENT

HADDONFIELD PUBLIC SCHOOLS ONE LINCOLN AVENUE HADDONFIELD, NJ Phone: , X 215 Fax:

ADVERTISEMENT FOR BIDS DUCKETT CREEK SANITARY DISTRICT TP1 CLARIFIERS #1 AND #2 REHABILITATION

EXHIBIT A SCOPE OF WORK

QSP INFORMATION AT A GLANCE

Request for Proposals Website Design & Content Development Services

REQUEST FOR PROPOSALS FOR LANDSCAPE ARCHITECTURAL SERVICES TOWN OF AVON, CONNECTICUT

Air Conditioning Maintenance Services

BID PACKAGE LEGAL NOTICE - BIDS WANTED GENERAL INFORMATION AND INSTRUCTION SECTION I REQUEST FOR BIDS

INVITATION TO BID EOE

SEALED BID SOLICITATION QUOTATION

How To Work With The City Of Riverhead

CULVER CITY UNIFIED SCHOOL DISTRICT INDEPENDENT CONTRACTOR AGREEMENT FOR PROFESSIONAL SERVICES (SPECIAL SERVICES) CONSULTING SERVICES

Gasparilla Island Bridge Authority REQUEST FOR PROPOSALS LANDSCAPE SERVICES

ATLANTA PUBLIC SCHOOLS

FOOD VENDING APPLICATION. May 21 st 4-10pm Main St. Downtown Monroe, NC

REQUEST FOR PROPOSALS

388 Blohm Ave. PO Box 388 Aromas CA (831) FAX (831) ADDENDUM NO. 1

Town of Guttenberg Hudson County, NJ Notice for R.F.Q. and R.F.P. (Request for Qualifications) (Request for Proposals)

L ARAMIE C OUNTY C OMMUNITY C OLLEGE Cheyenne Wyoming

TABLE OF CONTENTS. Purchasing and Contracts Division Purchasing Policies and Procedures The Competitive Process... 2

STAMFORD PUBLIC SCHOOLS PURCHASING DEPARTMENT P.O. BOX 9310 STAMFORD, CT (203) E-RATE CONSULTING SERVICES FOR STAMFORD PUBLIC SCHOOLS

COUNTY OF UNION, NEW JERSEY

Request for Proposals WEB-BASED GRANT MANAGEMENT SOFTWARE FOR THE CITY OF MOUNTAIN VIEW S CDBG AND HOME PROGRAMS

BOTTLED WATER/COFFEE SERVICE. Invitation to Bid No Issued: June 3, PURCHASING BUREAU CONTACT: Tammy M. Macon, Purchaser (585)

CHAPTER 7 PUBLIC WORKS LAW

Retaining Wall Replacement at the Currituck County Veterans Memorial Park

INSTRUCTIONS TO BIDDERS

DUE DATE: August 23, :00 p.m.

How To Perform A Contract With A Community College District

All necessary documents can be downloaded from the official Guttenberg website,

Transcription:

NHTI14-72 REQUEST FOR PROPOSAL FOR: Fire Alarm Testing & Fire/Security System Monitoring NHTI Concord s Community College PURPOSE: The purpose of this REQUEST FOR PROPOSAL is to establish a contract for NHTI Concord s Community College for the monitoring of NHTI s S2 security system burglary panels and the monitoring & testing of the (13) thirteen fire alarm panels and their devices on campus. VENDOR CERTIFICATIONS The vendor who is awarded the contract must comply with the terms of the CCSNH P-37 contract and of the TAACCCT (or insert other DOL grant name here) grant. Prospective bidders are encouraged to ensure they are able to comply with all applicable regulations. Compliance regulations are indicated further down in the document under the header COMPLIANCE BY CONTRACTOR WITH LAWS AND REGULATIONS. CONTRACT TERM: The term of any resulting contract shall end on or before June 30, 2017. NHTI Concord s Community College shall have the right to terminate the contract at any time by giving the Contractor a thirty (30) day written notice. PAYMENT AND COMPENSATION: Payment terms: 100% due within 30 days after satisfactory completion of work invoiced, receipt of the invoice, approval, and acceptance by NHTI Concord s Community College. Partial payments are allowed. SCOPE OF SERVICES: Work within this request for proposal (RFP) shall include the following: Scope #1 Fire Alarm System Testing The contractor shall provide fire panel and device testing for the following buildings: Building Panel Type Child and Family Development Center Gamewell Zans 400 Library Simplex 4100 North Hall South Hall Strout Hall Sweeney Hall Goldie Crocker Wellness/Student Centers Little Hall MacRury Hall Simplex 4010 Grappone Hall Simplex 4010 Farnum Hall Gamewell Zans 400 Business/Campus Safety/Maintenance Building Silent Knight 5207 Maintenance/Grounds Building Notifier NFW2-100

The following list is an approximate number of devices which will be required to be tested during the annual inspection: Qty Description 12 Fire Panel & Batteries 11 Master Box 9 Annunciator 124 Manual Pull Stations 56 Door Holders 221 Heat Detectors 47 Duct Detectors 449 Photo Detectors 202 Strobes 242 Horns/Strobes 197 Horns 90 Speaker/Strobes 7 Other Testing of the fire alarm system and its components must be done bi-annually and consist of 50% detector activation, relay operation and interlocks (if applicable) i.e.: elevators, air handlers, etc. Audible testing & central station verification and done by code and in compliance with regulations and statutes. Testing of the following buildings may only be conducted between the hours of 10:00 am and 4:00 pm: North Hall South Hall Strout Hall Child and Family Development Center* Must be scheduled with the Campus Safety Department and the Director of Child and Family Development Center The contractor shall provide a schedule for acceptance by NHTI for all required testing a minimum of 2 weeks before the actual inspection occurs. Acceptance by NHTI shall not be unduly denied. The contractor shall provide a sufficient number of qualified personnel to perform the work and be prepared to complete the testing within the scheduled time frame. NHTI reserves the right to assess the Contractor $100/hour, and in quarterly increments, for missing timeframes of the agreed upon schedule. Bi-annual tests must be performed so that all initiating devices are tested at least once I a calendar year. The contractor is required to provide an inspection report to the contracting office within (7) seven days of the work being performed. The inspection report must clearly define what was tested and each devices status during the inspection. Any device or software that failed during the inspection which is an immediate threat to the life safety of persons must be reported immediately to the contracting office at the time of its discovery. All services will comply with NFPA Standards and Contracting Officer s requirements depending on the type of system. All manufacturer recommendations and any State or local codes will be met to keep the fire alarm systems in proper working condition. All Fire alarm System testing and maintenance services shall be accomplished as required by current NFPA and New Hampshire State requirements and manufacturers requirements. This includes but is not limited to smoke detector cleaning and sensitivity testing. Prospective contractors must be able to demonstrate their ability to perform smoke detector sensitivity testing as required by NFPA 72, Chapter 7.3.21. Failure to meet this requirement may be grounds for bid rejection. The Contractor shall be required to coordinate all activities with prior contractors as well as subsequent contractors in order to maintain a smooth transition of service. The Contractor will be responsible for having master boxes plugged out. Fines assessed to the campus due to failure to have a master box plugged out will be the responsibility of the successful bidder. Campus Safety is to be notified when a master box is plugged out and when it has been put back into service. 4

Scope #2 Fire Alarm and Security System Monitoring The contractor is to provide monitoring for three (3) panels located in North, South, and Strout Residence Halls, one (1) Silent Knight fire panel located in Maintenance and four (4) burglary panels located in the Residence Halls and Library seven (7) days a week, twenty four (24) hours a day including holidays. During the course of the contract any additional burglary or fire panels that are added to the system must be covered by the vendor for monitoring purposes. Once activation of an event has occurred, the contracting company must notify NHTI Campus Safety by phone at (603) 224-3287. The contractor is required to sign in at the Maintenance Office when arriving on campus and signing out when leaving campus. Remove and legally dispose of all waste generated by the work. Remove all unused material brought on site by the bidder. Scope #3 Battery Replacement All batteries will be replaced when needed at no cost to NHTI Concord s Community College. SITE VISITATION: A walk through will be Mandatory in order to submit a bid and is scheduled for May 27, 2014 at 10:00 a.m. at NHTI - Concord s Community College. Bidders are responsible for having ascertained pertinent local conditions, such as equipment, conditions, locations, accessibility, and general character of the site, knowledge of conditions affecting the work. The act of submitting a bid is to be considered as full acknowledgment that the bidder inspected the site and is familiar with the conditions and requirements of these specifications. Any questions regarding the contents of this request will be discussed at the site visit. contact Anne Breen at (603) 230-4042. If there are any questions, please ADDITIONAL INFORMATION: NHTI Concord s Community College reserves the right to make a written request for additional information from a Contractor/Vendor to assist in understanding or clarifying a Bid Proposal. The responses are to be provided in writing. Required Material Safety Data Sheets (MSDS) for material brought on site by the successful bidder must be available on site at all times. All local, state and federal regulations are to be followed. Any fines assessed to NHTI Concord s Community College due to the lack of these regulations being followed will be the responsibility of the successful bidder. If applicable, vendor is responsible for calling Dig Safe System, Inc., a private locating service. A private locating service is needed as with the exception of natural gas, all utilities on the campus of NHTI Concord s Community College are privately owned. Any fines, damages, etc. assessed to NHTI Concord s Community College due to failure to obtain a Dig Safe permit and to have utilities located by a private company will be the responsibility of the successful bidder. Shirts are required to be worn at all times on the work site, smoking is allowed only in designated smoking areas, no radios or headsets are allowed, food is available for purchase in two locations and parking for vehicles and equipment must be cleared through the Maintenance Department. Use of cell phones and radios are prohibited while vehicles are in motion. Posted speed limits are to be obeyed. Infractions of rules can result in the offender being asked to leave the campus. The Contractor who is awarded the contract will need to complete a P-37 contract (sample available upon request) and provide the required Corporate Resolution (corporations/llc) or Partnership Certificate of Authority or Sole Proprietor Certification of Authority, whichever applies, to show the individual signing the contract is authorized to do so. 5

Workers compensation requirements as outlined in the P37 (15) and as required by NH law must be followed, and includes, in part, providing proof by the Contractor of workers compensation insurance coverage for all of its employees on this site. The Contractor awarded the work is also to submit information as required under RSA 21-I:81 B. This law requires, among other things, the Contractor to provide timely information on employee and subcontractor identity, including all CFOs and principals on a log for this purpose, and for the College to potentially post this information on a publicly accessible website. (Note: Any exemptions demonstrated by the Contractor can be noted in the contract at Exhibit C.) After the Award of Bid, the Contractor shall submit a list of all employees, all subcontractor s employees, and other related personnel who will be physically required to work at NHTI Concord s Community College, providing the following information for each person: Name Employer s Company Name NHTI Concord s Community College reserves the right to request a criminal background check on any employee of Contractor. NHTI Concord s Community College also in its discretion may decide that anyone with a criminal history, other than traffic violations that have not been annulled, will not be allowed to work at the project site. COMPLIANCE BY CONTRACTOR WITH LAWS AND REGULATIONS In connection with the performance of the Services, the Contractor shall comply with all statutes, laws, regulations, and orders of federal, state, county or municipal authorities which impose any obligation or duty upon the Contractor, including, but not limited to, civil rights and equal opportunity laws. In addition, the Contractor shall comply with all applicable copyright laws. During the term of any contract, the Contractor shall not discriminate against employees or applicants for employment because of race, color, religion, creed, age, sex, handicap, sexual orientation, or national origin and will take affirmative action to prevent such discrimination. If the contract is funded in any part by monies of the United States, the Contractor shall comply with all the provisions of Executive Order No. 11246 of September 24, 1965 entitled Equal Employment Opportunity, as amended by Executive Order 11375 of October 13, 1967 and as supplemented in Department of Labor regulations (41C.F.R. Part 60) and with any rules, regulations and guidelines as the State of New Hampshire or the United States shall issue to implement these regulations. The Contractor shall allow access by the grantee, the sub-grantee, the Federal agency, the Comptroller General of the United States, or any of the their duly authorized representatives to any books, documents, papers, and records of the contractor which are directly pertinent to that specific contract for the purpose of making audits, examinations, excerpts, and transcripts. The Contractor agrees to retain all pertinent records for three years after CCSNH makes final payment and all other pending matters are closed. INSURANCE: Insurance will be more fully addressed at the time a P37 is submitted after the bidding process. The Contractor awarded the contract will need to furnish an insurance certificate which includes the following: The Contractor shall, at its sole expense, obtain and maintain in force, and shall require any subcontractor or assignee to obtain and maintain in force, both for the benefit of the State and NHTI Concord s Community College, the following insurance: Comprehensive general liability insurance against all claims of bodily injury, death or property damage, in amounts of not less than $250,000 per claim and $2,000,000 per incident, or the current statutory cap on the State s liability, and fire and extended coverage insurance covering all property subject to subparagraph 9.2 (P-37) of these general provisions, in an amount not less than 80% of the whole replacement value of the property. This insurance is in addition to the workers compensation insurance requirements outlined above in this document. The policies shall be the standard form employed in the State of New Hampshire, issued by underwriters acceptable to the State, and authorized to do business in the State of New Hampshire. 6

The certificates shall contain a clause prohibiting cancellations or modifications of the policy earlier than 10 days after written notice thereof has been received by NHTI Concord s Community College. The certificates are required to name NHTI Concord s Community College a component of the Community College System of New Hampshire as additional insured. BOND/SECURITY AND POWER OF ATTORNEY: NH RSA 447:16 requires contracts for construction, repair or rebuilding of public buildings or other public works (not including design work) over $35,000 to include a payment bond or other security in an amount equal to 100% of the contract price. Other types of contracts may also have bond/security requirements for payment and/or performance. In such contracts, the bond and power of attorney of the person executing the bond must be included in the contract. ADDENDUM: In the event it becomes necessary to add to or revise any part of this RFP prior to the scheduled submittal date, NHTI Concord s Community College will fax addenda to all who have already submitted bids and post any changes to its website www.ccsnh.edu/open-bids. Before your submission, always check for any addenda or other materials that may have been issued which would affect the RFP by checking this website. Any change, correction or deviation to this RFP must be addressed in a written addendum. Verbal changes will not be allowed. SUBMISSION OF RFP RESPONSE: Bids are due on June 3, 2014 at 2:00 p.m. If any Addenda to the RFP are issued, please acknowledge in your bid. Your response must include the following: Labor Total, Material Total and Project Total. All the materials requested in this RFP document. Bids should be mailed to NHTI Concord s Community College, Attention Melanie Kirby, Chief Financial Officer, 31 College Drive, Concord, NH 03301, faxed to (603) 230-9311, Attn: Melanie Kirby or hand carried to 31 College Drive, Concord, NH. NHTI Concord s Community College is not responsible for proposals not received due to equipment failure, mail delays, etc. If you want to ensure your proposal was received please verify by calling Melanie Kirby at (603) 230-4000 ext. 4225. AWARD: This contract will be awarded solely on the Fire Alarm Testing & Fire/Security System Monitoring for NHTI Concord s Community College, as listed on Exhibit A. The contract will be awarded to the lowest bidder who meets the criteria listed in the specifications. NHTI Concord s Community College reserves the right to accept or reject any or all of the proposals. NHTI Concord s Community College reserves the right to waive any and all informalities in its best interest. BID RESULTS: Bid results may be viewed when available, once the award has been made, on our web site only at: www.ccsnh.edu/closed-bids For Vendors wishing to attend the bid opening: Only the names of the Vendors submitting responses will be made public. 7

EXHIBIT A PROJECT: Fire Alarm Testing & Fire/Security System Monitoring COLLEGE NAME: NHTI Concord s Community College BID FORM NHTI14-72 Company Name: Address: Telephone Number: Fax Number: The total cost for scope of services broken out by year Monitoring & Testing 2014-2015 $ Monitoring & Testing 2015-2016 $ Monitoring & Testing 2016-2017 $ Total Contract Cost $ (Contract will be awarded on this amount) Hourly Repair Rates: Monday thru Friday 8:00 a.m. to 4:00 p.m. $ per hour/per person Monday thru Friday 4:01 p.m. to 7:59 a.m. $ per hour/per person Signature: Printed Name: Date: Acknowledging Inclusion of Addendum: Signature: Printed Name: Date: This bid must be signed by a person authorized to legally bind the bidder. 8

EXHIBIT B PROJECT: Fire Alarm Testing & Fire/Security System Monitoring COLLEGE NAME: NHTI Concord s Community College INTENT TO BID FORM NHTI14-72 To: NHTI Concord s Community College ATTN: Melanie Kirby FAX: (603) 230-9311 31 College Drive Concord, NH 03301 In filing this Intent to Bid, the firm of, gives notice to the College of intent to bid for the work of providing Fire Alarm Testing & Fire/Security System Monitoring at NHTI Concord s Community College. No obligation on the part of either party is assumed or binding in filing this notice. Company Name: Contact Person: Address: Email Address: Telephone Number: Fax Number: Signature of person filing the Intent to Bid Form: Date: 9