Killingly Public Schools –

Request for Proposal / Invitation to Bid

For:

School Classroom Lockset Installation

The Board of Education of the Town of Killingly (the “Killingly Public Schools” or “KPS”) hereby solicits proposals from qualified firms/companies/individuals for the following:

School Classroom Lockset Installation

All responsible, qualified firms are strongly encouraged to submit proposals with pricing.

The KPS will serve as the point of contact for this project.

The KPS reserves the right to award in part or in whole or to reject any or all proposals.

The following conditions apply concerning the purchase and/or the engagement of contractual services for the above listed project and/or items:

1.  All Proposals are to be sealed with the words “School Classroom Lockset Installation” (or close equivalent) visible on exterior.

2.  At least one (1) Original Proposal will be received at:

Killingly Public Schools

Business Office

Room 103 – 79 Westfield Avenue

Danielson, Connecticut 06239

3.  It is understood that the KPS reserves the right to accept or reject any and/or all proposals and to waive any formalities or informalities.

4.  All proposals must be dated and signed by authorized personnel.

5.  No prices shall include state or federal excise taxes.

6.  Proposals from respondents that do NOT meet minimum qualifications and/or do NOT include and/or satisfy required language and/or items specified in this document may be eliminated from the list of eligible respondents to be considered.

7.  Proposals must be received by Monday, March 30, 2015, at 3 PM.

8.  Responses will be opened and recorded on March 30, 2015, beginning at 3:15 PM at the Business Office, Killingly Public Schools, 79 Westfield Avenue, Danielson, Connecticut.

Purpose:

The purpose and intent of this Request for Proposal and Invitation to Bid is to solicit proposals and specific itemized pricing from those who meet the qualifications described herein to furnish and install sixty-five (65) Sargent 8205-WTL-626-LC Mortise locks, sixty-five (65) Corbin-Rushwin 1000-118-626 1-1/8” Mortise cylinders, one hundred fifty-eight (158) Corbin CL3151-NZD-626 Vandal Resistant levers, and all associated hardware (one hundred fifty-eight Hardware CL3151, sixty five Hardware 8205), factory keyed, in the classroom (and related) doors of four Killingly Public Schools, as follows:

·  Goodyear Early Education Center, 22 Williamsville Road, Rogers, CT 06263 (“Goodyear”).

·  Killingly Central School, 60 Soap Street, Dayville, CT 06241 (“KCS”).

·  Killingly Memorial School, 339 Main Street, Danielson, CT 06239 (“KMS”).

·  Killingly Intermediate School, 1599 Upper Maple Street, Dayville, CT 06241 (“KIS”).

Minimum Qualification Requirements:

The proposer must have at least three (3) years of documented experience in the installation and keying of Sargent 8205-WTL-626-LC Mortise locks, Corbin-Rushwin 1000-118-626 1-1/8” Mortise cylinders, Corbin CL3151-NZD-626 Vandal Resistant levers, and all associated hardware.

The proposer must be able to commence work immediately following KPS approval (which is anticipated to take place on or about April 1, 2015) and complete the project in full by Friday, June 19, 2015. (Should the KPS approval process not be completed by April 1, a later completion date may be negotiated).

The proposer and the proposal must meet any and all additional requirements and/or qualifications as detailed in this document.

School Classroom Locksets

Respondents must include:

1.  A Statement that disposed materials (if any) from the worksite must be mechanically loaded in transport vehicles and disposed of in accordance with local, state, and federal guidelines and regulations.

2.  A work schedule demonstrating the planned commencement and conclusion of work.

Optional Pre Response / Pre Bid Meeting

The KPS will hold an optional Pre Response / Pre Bid Meeting on Thursday, March 26, at the KPS Central Office, 79 Westfield Avenue, Danielson, CT 06239, beginning at 10:00 AM.

Prospective proposers may ask questions of KPS officials at this meeting. Proposals, including detailed pricing, must be based on the information provided both in this document and at this meeting.

Additional Information

Costs set forth in RFP and Bid Responses will be considered “not to exceed costs” by the KPS.

The KPS may choose to hold “RFP/Bid Response” Interviews prior to making a selection.

Qualified persons/firms may access the site where work is to be performed during normal business hours, by previous appointment with the Manager of Business Affairs (Brian O’Connell: 860-779-6611). The installation sites are as specified under “Purpose”, above.

The proposal shall be quoted according to the following specifications, unless the proposer wishes to recommend alternatives, in which case the proposer shall identify the reasons therefor:

Specifications:

Scope of Work

The purpose and intent of this Request for Proposal and Invitation to Bid is to solicit proposals and specific itemized pricing from those who meet the qualifications described herein to install Sargent 8205-WTL-626-LC Mortise locks, Corbin-Rushwin 1000-118-626 1-1/8” Mortise cylinders, Corbin CL3151-NZD-626 Vandal Resistant levers, and related hardware, with appropriate keying, in the classroom (and related) doors of the four Killingly Public Schools identified above.

All associated devices required to place on site fully operational Sargent 8205-WTL-626-LC Mortise locks, Corbin-Rushwin 1000-118-626 1-1/8” Mortise cylinders, Corbin CL3151-NZD-626 Vandal Resistant levers, and related hardware, with keying for same, as mandated by this Request for Proposal / Invitation to Bid, shall be included as part of this RFP/bid specification. Any required instructional or operational manuals shall be included as part of this specification.

As the number of locks and levers which the KPS will install may change, according to available funding and circumstances, the proposal MUST specify a per unit credit deduction which will be applicable should the final quantity installed be less than the estimates detailed above.

Bidding Contractor Qualifications

The Contractor shall be a trained installer (and keyer, as appropriate) of each product specified within this document.

Insurance Requirements:

The contractor shall obtain and maintain at its own cost and expense for the duration of the project, the insurance specified in Attachment A.

The KPS reserves the right to accept a proposal with alternative coverages and limits as it deems appropriate.

Performance / Payment Bond:

There is no performance bond requirement for this project.

Hold Harmless Statement:

The respondent, by submitting a proposal / bid, releases the Town of Killingly and the KPS for issues concerning any claims or injuries of any nature whatsoever that may arise out of the scope of work proposed, and indemnifies and holds the Town and the KPS harmless from any and all claims, losses, damages, judgments, costs, settlements, fines, penalties and expenses (including legal fees) that the Town / KPS may incur, directly or indirectly, as the result of the work performed by the respondent on either public or private property as assigned, including without limitation claims, losses, etc. that may result from a claim by an employee of the contractor, a land owner, or a third party.

References:

Persons and/or firms who elect to provide proposals and bid documents must include – or otherwise make available to the KPS - at least three references from customers for whom they have performed work in the past five years, or provide evidence of similar projects completed on behalf of the Town and/or the KPS within the past five (5) years.

Site Conditions:

All respondents are encouraged to make inspections of the site to familiarize themselves with the environment in which the work is to take place and to establish construction procedures that minimize disruption of the work or school day. Submission of a proposal/bid shall constitute acknowledgement by the respondent that it is familiar with all site conditions. The failure of a respondent to familiarize itself with the site shall in no way relieve it from any obligations with respect to its proposal/bid and shall not entitle the awarded contractor to additional compensation after contract award.

Severability

If any terms or provisions of this proposal/bid shall be found to be illegal or unenforceable, then such terms or provisions shall be deemed stricken and the remaining portions of this proposal/bid shall remain in full force and effect.

Withdrawal of Proposals / Bids

No proposal/bid submitted may be withdrawn, in whole or in part, without the written consent of the KPS.

Rejection / Cancellation of Proposals / Bids

The KPS reserves the right to cancel the procurement process prior to the established opening date and time, if such action is deemed to be in its best interest to do so. Moreover, the KPS reserves the right to reject any or all proposals/bids or any part of any or all proposals/bids, if it is in its best interest to do so.

Questions

General inquiries should be directed to Brian A. O’Connell, Director of Business Affairs, at the following address:

Business Office

Killingly Public Schools

79 Westfield Avenue, P.O. Box 210

Danielson, CT 06239-0210

Tel: 860-779-6611

Fax: 860-779-3798

E-mail:

However, no oral interpretations shall be made to any respondent as to the meaning of any of the proposal/bid documents. Every request for an interpretation shall be made in writing, addressed and forwarded either to the address above, faxed to the number above or emailed to . To receive consideration, such questions must be received at least one (1) calendar day before the established date for receipt of proposals/bids

ATTACHMENT A

Killingly Public Schools

Insurance Requirements

For Vendors/Contractors

The Vendor/Contractor shall procure and maintain for the duration of the contract term, including any and all extensions, the required insurance coverages for services and goods provided by the Vendor/Contractor. The cost of such insurance, including any and all deductibles, shall be paid by the Vendor/Contractor.

The policies shall be on the occurrence form and must be written by companies licensed to do business in the State of Connecticut. Any and all exceptions shall be reviewed by the Manager of Business Affairs of the Killingly Public Schools (“KPS”).

All renewal certificates shall be furnished at least thirty (30) days prior to policy expiration. All such insurance policies shall contain an agreement by the insurer that it will not cancel or effect any material change in such policy except upon thirty (30) days prior written notice, or upon ten (10) days’ notice for non-payment. Failure to maintain insurance coverage as required and to name the Town of Killingly and the Killingly Board of Education as the additional insureds will be grounds for termination of the contract by the Town of Killingly.

Such insurance shall be written for not less than specified, or as required by applicable federal, state and/or municipal law, regulation or requirement, whichever is greater. It is agreed that the scope and limits of the insurance specified are minimum requirements and shall in no way limit or exclude the Town of Killingly and the Killingly Board of Education from additional limits or coverage provided under the Vendor/Contractor’s polices.

1.  Commercial General Liability for bodily injury, property damage, personal injury, contractual liability, and products/completed operations coverage with minimum limits of $1,000,000 combined single limit. The Town of Killingly, the Killingly Board of Education, and their respective officers, agents, officials, employees, volunteers, boards and commissions are to be named as additional insureds and shall include, but not be limited to investigation, defense, settlement, judgment or payment of any legal liability.

2.  Automobile Liability and Physical Damage Coverage:

$1,000,000 combined single limit per occurrence for any auto, including statutory uninsured/underinsured motorists’ coverage and $1,000 medical payments. The policy is to include collision and comprehensive coverage for any auto used for the purpose of this contract.

3.  Umbrella Liability:

$1,000,000 per occurrence.

4.  Workers Compensation for the statutory limits including Employer’s Liability with limits of $100,000 each accident, $500,000 for each disease/policy limit, and $100,000 for disease for each employee as required by the State of Connecticut or applicable to the work performed.

5.  Personal Property:

“All risk” insurance on a replacement cost basis to cover the value of personal property belonging to the Vendor/Contractor and others (including but not limited to the personal property of subcontractors) located on Town property while in the use or in storage for the duration of the contract. Deductible not to exceed $1,000.

Request for Proposal –School Classroom Lockset Installation – 3-15

Bid and RFP Documents

March 20, 2015

2