IEP REQUIRED MUSIC & ART THERAPY FOR STAMFORD PUBLIC SCHOOLS

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

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

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

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

1. Applicants must provide information requested in the section titled Required Information.

ALLEGANY COUNTY DEPARTMENT OF PUBLIC WORKS 7 Court Street, Room 210 Belmont, NY Telephone: Fax: NOTICE TO BIDDERS

D3 Bus Wash Rehabilitation AC Transit Contract # SECTION INSURANCE REQUIREMENTS

Request for Proposal. Uintah High School Yearbook Publishing & Printing Services. Uintah School District 635 West 200 South Vernal Utah, 84078

Request for Quotes Conductor Heads / Downspout Replacement

HAMILTON COUNTY SCHOOL DISTRICT

REQUEST FOR PROPOSALS Occupational Therapy Services July 29, 2014

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

SCHENECTADY CITY SCHOOL DISTRICT

Request for Proposal Hewlett Packard Network Switches and Peripherals

REQUEST FOR PROPOSALS LIBRARY SECURITY CAMERA SYSTEM NOVEMBER 3, 2015

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

REQUEST FOR PROPOSALS FOR CONSTRUCTION MANAGEMENT AT-RISK FOR LOGANVILLE ELEMENTARY SCHOOL (REPLACEMENT) FOR THE WALTON COUNTY SCHOOL DISTRICT

MIDDLESEX COUNTY UTILITIES AUTHORITY REQUEST FOR QUALIFICATIONS FOR PROVIDING SERVICES AS THE AUTHORITY S HEALTH & SAFETY CONSULTANT 2016

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

TRUSTEES OF THE GOVERNOR WILLIAM STOUGHTON TRUST REQUEST FOR QUOTES FOR THE PROCUREMENT OF APPRAISAL SERVICES

EXHIBIT "B" CRITERIA AND BILLING FOR EXTRA SERVICES

Attachment 04 Contractor s Insurance Requirements

BOROUGH OF KENILWORTH

WASHINGTON SUBURBAN SANITARY COMMISSION

5. Preparation of the State and Federal Single Audit Reports.

TOWN OF SCITUATE MASSACHUSETTS

Request for Proposals for Upgraded or Replacement Phone System

PINE HILL BOARD OF EDUCATION Pine Hill, New Jersey REQUESTS FOR PROPOSALS OCCUPATIONAL THERAPY SERVICES NOTICE OF SOLICITATION


Town of Trumbull. Trumbull Town Hall Purchasing Department 5866 Main Street Trumbull CT Request for Qualification

REQUEST FOR PROPOSALS CLOSED CAPTIONING SERVICES FOR NEW HANOVER COUNTY GOVERNMENT

L ARAMIE C OUNTY C OMMUNITY C OLLEGE Cheyenne Wyoming

AT: 1. Norridge Village Hall N. Olcott Ave. and 2. Norridge Police Department N. Olcott Ave.

EXHIBIT D INSURANCE REQUIREMENTS

Town of Durham. Selectman s Office P.O. Box 428 Durham, CT Request for Qualification

Attachment 4: Insurance Requirements

Town of North Haven. REQUEST FOR QUALIFICATIONS OF and PROPOSALS FROM SOLAR ENERGY DEVELOPERS

REQUEST FOR QUALIFICATIONS FOR FORENSIC ACCOUNTING SERVICES

Office of Purchasing/Contracting*324 W. Evans Street*Florence, South Carolina 29501

Translation Services for Parent Meetings. Lynbrook/East Rockaway Herald

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

BRITISH SOCCER CAMP A G R E E M E N T

April 22, 2009 REQUEST FOR PROPOSALS (RFP)

INSURANCE REQUIREMENTS FOR MASTER AGREEMENT CONTRACTORS

Tax Credit Consultant

Borough of Jamesburg

OSWEGO COUNTY PURCHASING DEPARTMENT

HURRICANE PROTECTION AND SEVERE WEATHER PLAN INFORMAL REQUEST FOR PROPOSALS FOR NEW HANOVER COUNTY EMERGENCY MANAGEMENT

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

REQUEST FOR PROPOSALS FOR DISASTER RECOVERY ADMINISTRATIVE SERVICES

Stephenson County, Illinois

RFQ REQUEST FOR QUALIFICATIONS. Architectural/Engineering Services. MENANDS SCHOOL DISTRICT 19 Wards Lane Menands, NY 12204

KNOWLTON TOWNSHIP SCHOOL DISTRICT 80 Route 46, P.O. Box 227, Delaware, N.J Phone: (908) Fax:

CONTRACT INSURANCE REQUIREMENTS

#5 Independent Contractor Form - With Insurance With Bonds

CITY OF LEAWOOD. Independent Contractor Agreement

THE UNIVERSITY OF UTAH INDEPENDENT CONTRACTOR SERVICES AGREEMENT INSTRUCTIONS

TOWN OF GLASTONBURY PROFESSIONAL SERVICES PROCUREMENT NOTICE REQUEST FOR PROPOSAL MERCHANT PAYMENT PROCESSING SERVICES RPGL #

COUNTY OF YORK, VIRGINIA REQUEST FOR PROPOSALS RFP. Issue Date: August 22, 2008 RFP #: 1642

THE GLOCESTER SCHOOL DEPARTMENT Request for Proposals G Architectural Services RIDE 5 Year Capital Plan

REQUEST FOR PROPOSALS HIGHLAND PARK HOUSING AUTHORITY INSTALLATION AND MONITORING OF A WIRELESS MEDICAL ALERT SYSTEM

Attachment 4. Contractor Insurance Requirements

P. Insurance Submittal Address: All Insurance Certificates requested shall be sent to the Clark County Purchasing and Contracts Division, Attention:

RFP VOICE OVER IP PHONE SYSTEM BID: # BOE

TOHO WATER AUTHORITY REQUEST FOR QUALIFICATIONS RFQ RATE CONSULTING SERVICES

RFQ # CONSULTANT SERVICES REPLACEMENT OF ELECTION SYSTEM MANAGEMENT SOFTWARE

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

REQUEST FOR PROPOSALS

OAKLAND USD RFP /09) ATTOR RNEY ENSATION WORKERS' COMP

GREENBURGH CENTRAL SCHOOL DISTRICT No. 7 REQUEST FOR PROPOSALS CONSTRUCTION MANAGEMENT SERVICES

QSP INFORMATION AT A GLANCE

Vendor Insurance Requirements Revised

Invitation to Bid. Asphalt Restoration and Spot Repairs. For. Hardin County Water District No. 1

LIVINGSTON COUNTY MICHIGAN

Re: Specialized Educational Services Request for Proposal # RFP. Notice to Proposers

REQUEST FOR PROPOSALS FOR PINE GROVE ELEMENTARY SCHOOL PLAYGROUND REPLACEMENT PROJECT TOWN OF AVON, CONNECTICUT

GUILFORD COUNTY REQUEST FOR PROPOSALS EVENT 515 THIRD PARTY ADMINISTRATOR SERVICES LIABILITY CLAIMS. And WORKERS COMPENSATION CLAIMS

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

REQUEST FOR QUALIFICATIONS CONSULTANT ARCHITECTURAL SERVICES FOR VARIOUS TOWN BUILDINGS FOR THE PUBLIC WORKS DEPARTMENT, TOWN OF GROTON, CT

REQUEST FOR PROPOSAL

REQUEST FOR QUALIFICATIONS (RFQ) DIVISION OF THE STATE ARCHITECT INSPECTOR OF RECORD SERVICES

REQUEST FOR PROPOSALS FOR LEGAL SERVICES

Request for Proposal For Health Insurance Brokerage Services

EXHIBIT C CONSULTANT INSURANCE REQUIREMENTS SACRAMENTO AREA FLOOD CONTROL AGENCY

NIAGARA FALLS WATER BOARD

CALIFORNIA DEPARTMENT OF TRANSPORTATION CONTRACTOR LIABILITY INSURANCE

TOWNSHIP OF BERKELEY HEIGHTS

Request for Statements of Qualifications # for Electric Motor Repair

The West Lafayette Engineering Department is requesting quotes for sidewalk repairs needed in the Barbarry Subdivision.

CITY OF PORTSMOUTH PORTSMOUTH, NH Purchasing Department. Annual Fuel Bid - #01-14 INVITATION TO BID

TOWN OF CANTON, CONNECTICUT REQUEST FOR PROPOSALS FOR ARCHITECTURAL/ENGINEERING CONSULTANT SERVICES

Transcription:

MAIL BIDS TO: STAMFORD PUBLIC SCHOOLS PURCHASING DEPARTMENT P.O. BOX 9310 STAMFORD, CT 06904 (203) 977-5011 RFP 15-02 REQUESTING DEPT: PURCHASING TITLE OF RFP: IEP REQUIRED MUSIC & ART THERAPY FOR STAMFORD PUBLIC SCHOOLS BID OPENING: DATE: TUESDAY, APRIL 14, 2015 TIME: PLACE: 11:00 A.M. PURCHASING, 3 rd FLOOR 888 Washington Boulevard Stamford, CT 06901 6 COPIES OF RESPONSE REQUIRED

P.O. Box 9310, Stamford, CT 06904 Offices at 888 Washington Blvd. Phone (203) 977-4105 www.stamfordpublicschools.org Winifred Hamilton, Ph.D., Superintendent of Schools RFP 15-02 IEP REQUIRED MUSIC AND ART THERAPY A. Introduction and Instructions 1. Invitation to Bid/Overview of Services Stamford Public Schools (SPS) is soliciting proposals from individuals, consultants, or organizations to provide expert services related to Music and Art Therapy for Special Education students. Currently, SPS requires these services for 3 Special Education classes at Westhill High School, 1 TEAM (ASD and medically fragile) Class at Stillmeadow Elementary School, and 1 TEAM class at Cloonan Middle School. SPS seeks qualified individuals, consultants, or organizations that have prior successful experience with implementing Music and Art Therapy into a Special Education environment and providing individual therapy through the use of Music and Art while also providing an educational experience. Contract shall be awarded to the individual, consultant, or organization whose proposal best meets all criteria listed in the RFP. Requests for proposals will be available at the purchasing department section of the Stamford Public Schools (SPS) website: http://www.stamfordpublicschools.org/district/finance/pages/bids-and-rfps from Thursday, March 12, 2015 through Thursday, April 9, 2015. Proposals must be sealed and received by Tuesday, April 14, 2015 at 11:00 am. 2. Rejection of Proposals Stamford Public Schools reserves the right to reject for any reason deemed to be in the District s best interest any and/or all proposals submitted under this RFP. 3. Selection Committee For requests for proposals for services anticipated to exceed $100,000, a selection committee shall be formed to review all proposals. The selections committee shall, if possible, interview the most qualified proposers. Proposals under $100,000 may be awarded without a selection committee.

B. General Contract Information 1. Awarding the Contract The contract shall be awarded to the proposer whose proposal is deemed by the department head and/or selection committee to best provide the services desired, taking into account the requirements, terms and conditions contained in the request for proposals and the criteria for evaluating proposals. 2. Contract Agreement The successful bidder will be required to enter into an Agreement with Stamford Public Schools for the completion of the project. The specifications of the proposal and the purchase order issued to the proposer shall serve as a contract where no formal written contract is required. 3. Terms of Agreement This Agreement shall remain in effect for three (3) years beginning July 1, 2015. Thereafter, the Agreement shall remain in effect until such time that either party gives sixty (60) business days prior written notice of its intent to terminate the Agreement. 4. Cancellation of the Contract The Stamford Public Schools reserves the right to cancel this contract, at any time, with sixty (60) days prior written notice to the consultant or organization, should any of the following conditions exist: Funds are not appropriated by the City of Stamford for the continuance of this contract. The Stamford Public Schools, through changes in its requirements, method of operation, or program operation no longer has a need for the commodity or service. 5. Provision for Required Insurance City of Stamford/Stamford Public Schools The Consultant hereby agrees to maintain at its own expense comprehensive general liability, automobile liability, excess liability, professional liability, and workers compensation insurance during the term of this Agreement in amounts determined to be sufficient by the City s Risk Manager. The commercial general liability insurance policies shall contain minimum limits of liability of $1,000,000 / $2,000,000 combined single limit per occurrence for bodily injury and property damage and shall name the City of Stamford, the Stamford Public Schools, and their officers, agents and employees as additional insureds. The general liability policy shall contain, but not be limited to: operations liability, contractual liability, which insures any indemnities contained in the Agreement, products liability and completed operations, which shall be maintained for a period of not less than three (3) years following completion of the work under the Agreement and personal injury and advertising liability.

The Consultant shall also maintain commercial automobile liability insurance, subject to minimum limit of liability of $1,000,000 per accident for bodily injury and property damage. This insurance shall include coverage for all owned, non-owned and leased / rented vehicles. The City of Stamford, Stamford Public Schools, and their employees, agents and officers shall be designated as additional insureds. The Consultant shall maintain professional liability insurance, which covers the services to be provided pursuant to the contract between the Stamford Public Schools and the Consultant. The minimum limit of liability shall be $1,000,000 per claim or per incident and $2,000,000 in the aggregate. The Consultant shall also maintain Umbrella (excess) liability insurance, which provides an additional $3,000,000 of liability insurance in excess of the commercial general liability, employer s liability and commercial automobile liability insurance. The umbrella (excess) liability insurance shall be at least as broad as the primary liability insurance. The Consultant further agrees to maintain at its own expense workers compensation and employer s liability insurance, which shall insure all employees of the Consultant. The workers compensation insurance shall comply with all workers compensation laws and regulations in the State of Connecticut. The employer s liability insurance shall contain limits of liability of not less than $100,000 for each accident, disease each employee and disease policy limit. All such insurance required hereunder shall contain provisions requiring the insurance company(s) to provide thirty (30) days prior written notice to the Risk Manager for the City of Stamford in the event of cancellation, termination or material change to any policy terms and conditions. Any insurance required hereunder written on a claims made rather than on an occurrence basis shall contain a retroactive date no later than the earlier of the commencement date of the services under the Agreement or execution of the Agreement and shall provide that in the event of cancellation or non-renewal, the discovery period for insurance claims (Tail Coverage) shall be available for at least sixty (60) months following termination of the services under the Agreement or termination of the Agreement, whichever is later. The Consultant agrees to waive any right of claim against the City of Stamford, Stamford Public Schools, and their employees, agents and officers for any losses, damages and expenses arising out of the services in the Contract between the Stamford Public Schools and the Consultant. All insurance required hereunder shall contain waivers of subrogation against the City of Stamford, Stamford Public Schools, and their employees, agents and officers.

The insurance required hereunder shall be primary without any right of contribution by any insurance maintained by or on behalf of the City of Stamford and Stamford Public Schools. The Consultant agrees to provide the Risk Manager for the City of Stamford with certified copies of all insurance policies required hereunder or certificates of insurance, whichever the Risk Manager deems appropriate, prior to commencement of services under this Agreement and throughout the full term of this contract, upon expiration or termination, or change in any insurance coverage required hereunder. The insurance requirements of the Agreement are an integral part of the Agreement. Any defect in the insurance program required in the Agreement may result in termination of the Agreement, as stipulated in the Agreement. No employee of the Consultant can modify the terms of the Agreement without the prior approval of Counsel for the Stamford Public Schools or his/her designee. 6. Employer Discrimination by Consultant/Organization Prohibited The successful bidder will not discriminate against any employee, or applicant for employment, because of race, religion, color, sex or national origin, except where religion, sex or national origin is a bona fide occupational qualification reasonably necessary to the normal operation of the contractor. The successful bidder agrees to post in a conspicuous place, available to employees to applicants for employment, notices setting forth the provision of this non division clause. The successful bidder in all solicitation or advertisements for employees, placed by or behalf of the contractor, will state that such successful bidder is an equal opportunity employer. Employment discrimination by contractor prohibited. Notices, advertisements, and solicitations placed in accordance with Federal Law, rules or regulation shall, be deemed sufficient for the purpose of meeting the requirements of this section. C. Scope of Services 1. Independent Contractor Status It is the intent of this proposal that the successful bidder is an independent contractor, and not an employee or agent. Nothing in this proposal or the contract to be signed shall be interpreted or construed as creating or establishing the relationship of employer and employee between the Stamford Public Schools and the Agency, or any employee or agent of the Agency, or between the Agency and any agent or employee of the Board. Both parties acknowledge that the Agency will not be an employee for federal or state tax purposes.

2. Background SPS serves some 16,000 students in grades PreK - 12 in 20 schools. This position would service minimally 35-40 students across three schools with a need for Music and Art Therapy. SPS estimates approximately 15 hours per week for the September through June school year. Currently, SPS requires these services for 3 Special Education classes at Westhill High School, 1 TEAM (Autism Spectrum Disorder and Medically Fragile students) Class at Stillmeadow Elementary School, and 1 TEAM (ASD and Medically Fragile) class at Cloonan Middle School. The number of students and schools involved may change throughout the year and over time based on student need and program success. 3. Detailed Scope of Services Components of the individual s/consultant s/organizations work in Music and Art Therapy for Special Education students includes, but are not limited to: Evaluation of students needs, levels, abilities, and performance as it relates and impacts the special education services. Development of recommendations based on evaluative findings to support individual programming and provide related service. Development of programs that will provide interactive and enriching experiences for students with multiple disabilities, autism, physical disabilities, neurological as well as emotional needs. that support positive changes in a student s thoughts, feelings and behavior as it relates to the curriculum Implementation of a program that will increase attention and focus, develop fine and gross motor skills, support sensory deficits and enhance social / emotional well-being along with increased communication. Consultation with staff members working with children in buildings to meet the IEP goals of each student.. The individual/consultant is expected to: Work with SPS staff and service providers (Occupational therapy, Physical therapy, Speech and language therapy, psychology) working with these students to understand SPS expected and required processes Work with the above staff to understand SPS desired outcomes and meet IEP objectives. Meet regularly with SPS staff to review progress and carry out implementation of the program. Review and revise program each school semester to adjust needs for students and programs.

4. Consultant Capabilities/Specifications: At a minimum, consultants should have a record of experience in: Comprehensive knowledge of evaluating varying levels of abilities (e.g. cognitive, language, social/emotional, motor skills, etc.) as they relate to Art and Music Therapy. Knowledge of best practice when working with special needs in the areas of art, music, movement, and communication. Possess degrees and experience in the field of art and music therapy and the various techniques utilized to support instruction. Have experience in writing IEP Goals and Objectives as well as experience with IEP Direct Other Requirements: Multiple language proficiency is a plus (e.g. Spanish, Urdu, Albanian, Ukrainian, Russian, Mandarin, Creole Haitian, Arabic and Hindi) Submit copies of any earned certifications and/or licenses 5. Place of Work The successful consultant/organization and the Stamford Public Schools shall agree on the location of space within the identified schools. Services will be provided within the school environment where the students requiring the Music and Art therapy attend. D. Pricing Term of contract three (3) years. Provide an hourly rate for service for each of the three (3) years. Provide a fixed annual price for the hours and number of students currently projected E. Submission of Questions Questions relating to this request for proposal must be submitted in writing (E-MAIL ONLY) to the following address no later than Thursday, April 2, 2015: Stamford Public Schools Wayne Holland Director of Special Education Services 888 Washington Blvd., 5 th Floor Stamford, CT 06901 wholland@stamfordct.gov

F. Proposal Opening and Submission 1. Six (6) complete sets of the Bid along with an (electronic copy (CD or Flash Drive) are to be submitted in a sealed envelope and received by the Purchasing Department, 3 rd Floor, by Tuesday April 14, 2015 at 11:00 am, and listing the following information on the outside of the envelope: RFP 15-02 Bidder s name and address BID Due date. No telephone, electronic, or facsimile proposals will be considered. No bids will be accepted after this time. Send your bid to the attention of: Stamford Public Schools Vivens Joachim, Management Analyst Purchasing Agent 888 Washington Blvd., 3rd Fl., Purchasing Stamford, CT 06901 RFP 15-02 IEP Required Music and Art Therapy 2. Tax Exempt The Stamford Public Schools is exempt from the payment of taxes imposed by the Federal Government and/or State of Connecticut. Such taxes must not be included in the bid price. 3. The proposal shall be a maximum of 3 pages in length (excluding resumes, reference information, samples of completed work, information provided on the mandatory Official Response Form, and documentation to support certifications and/or licenses). 4. The Official Response Form (maximum of 1 page) attached must be completed. 5. The Non-Collusion Affidavit attached must be completed and will not be included as part of the 5 page proposal. 6. The contract shall be awarded to the bidder whose bid is deemed by the selection committee to best provide the district s service desired.

G. Official Response Form RFP 15-02 IEP Required Music and Art Therapy Name of Consultant/Vendor Name of Primary contact person Address of Vendor Phone Number of Vendor Contact Person e-mail for follow-up 1. Number of Years providing Music and Art Therapy years 2. Number of Years experience dealing with Sped student needs years 3. List of School based references including contact names, school district and phone numbers (Contract size can be either # students served or annual dollar amount) a) Reference District Contact Name Phone Number E-mail Contract Size b) c) 4. Billing/pricing based on direct service hours for each of the three years Year 1 (2015-2016) Year 2 (2016-2017) Year 3 (2017-2018) $ per hour Annual Fixed Price

H. Non-Collusion Affidavit The undersigned, having been duly sworn, affirms and says that to the best of his/her knowledge and belief: 1. The prices in this Proposal have been arrived at independently without collusion, consultation, communication, or agreement with any other Proposer or with any competitor for the purpose of restricting competition. 2. Unless otherwise required by law, the prices, which have been quoted in this Proposal, have not been knowingly disclosed by the Proposer and will not knowingly be disclosed by the Proposer prior to opening, directly or indirectly, to any other Proposer or to any competitor. 3. No attempt has been made or will be made by the Proposer to induce any other person, partnership or corporation to submit or not to submit a Proposal for the purpose of restricting competition. Name of Proposer: By: Print Name: Title: