INVITATION FOR COMPETITIVE BID. Director of Facilities

Similar documents
EXHIBIT A SCOPE OF WORK AND RELATED INFORMATION PORTABLE FIRE EXTINGUSHER SERVICES

INVITATION TO BID REGIONAL SCHOOL DISTRICT # NEW HAVEN ROAD PROSPECT, CONNECTICUT July 13, 2015 SEALED PROPOSAL WILL BE RECEIVED FOR

WINDSOR NORTH WEST PARK NATURE CENTER ADDITION AND STRUCTURE PROJECT 145 LANG ROAD. WINDSOR, CT

INVITATION TO BID APRIL 18, 2016

MASTER PURCHASE AGREEMENT (For Sale of Non-Potable Fresh or Salt Water)

AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER PRE-CONSTRUCTION AND CONSTRUCTION SERVICES

CITY OF MOBILE REQUEST FOR QUOTES. July 25, Museum Drive Mobile, AL 3660

Subcontract Agreement

WINDSOR HIGH SCHOOL POOL HOUSE HVAC UNIT REPLACEMENT PROJECT 50 SAGE PARK ROAD. WINDSOR, CT

WATER QUALITY MAINTENANCE-SPARKS MARINA CANAL CITY OF SPARKS, NEVADA

CONSULTANT SERVICES AGREEMENT (Hazardous Material Assessment/ Abatement Consulting Services)

SUBCONTRACT (SHORT FORM)

Contractor for any and all liability, costs, expenses, fines, penalties, and attorney s fees resulting from its failure to perform such duties.

SAMPLE DOCUMENT SUBCONTRACT AGREEMENT

TOWN OF BURLINGTON PURCHASING DEPARTMENT New Four Stage Breathing Air Compressor Contract #17S

St. Charles City County Library District Invitation for bid HVAC Replacement at Winghaven Branch

WESTERN RIVERSIDE COUNCIL OF GOVERNMENTS EQUIPMENT PURCHASE AGREEMENT

3940 E. Miraloma Ave Anaheim, California Phone (714) Fax (714)

MASTER SUBCONTRACT AGREEMENT

OGC-S Owner-Contractor Construction Agreement

FATIGUE TECHNOLOGY INC. PURCHASE ORDER TERMS AND CONDITIONS DATED JANUARY 4, 2006

SEALED BID REQUEST FOR ASBESTOS REMOVAL & PROPOSED FORM OF CONTRACT

CITY OF MOBILE REQUEST FOR QUOTES. April 25, Service Contract - Escalator Inspections and Preventative Maintenance

Request for Bid/Proposal

Request for Proposals 2018 Erosion Control Project. Madison, Wisconsin

SERVICE AGREEMENT. THIS AGREEMENT ( Agreement ) is made and entered into as of, 20 by and between ( Owner ) and ( Vendor ).

SUBCONTRACT CONSTRUCTION AGREEMENT

Request for Qualifications for Owner s Program Management Services For Wilton Police Headquarters Renovation and Expansion

City of Coolidge 130 W. Central Avenue Coolidge, Arizona (520) TDD: (520) / Fax: (520)

Standard Form of Agreement Between OWNER AND CONSTRUCTION MANAGER Construction Manager as Owner s Agent

STANDARD SUBCONTRACT AGREEMENT FOR BUILDING CONSTRUCTION

INVITATION FOR BID. Furnish: Provide Labor, Materials and Equipment for Removal and Installation of a New Gas Boiler

REQUEST FOR PROPOSALS (RFP) No. LHFC_RT2017_0818_3 BUILDING DEMOLITION SERVICES REQUEST FOR PROPOSALS FOR DEMOLITION SERVICES

RICE UNIVERSITY SHORT FORM CONTRACT

2. Attachments a) Design Drawings Drawing(s) Revision Revision Date Specifications (T1.1-T2.8) N/A N/A A /06/17 A1.1 N/A N/A A2.

TOWN OF MANCHESTER GENERAL SERVICES DEPARTMENT 494 MAIN STREET PO BOX 191 MANCHESTER, CONNECTICUT (860) FAX (860)

INVITATION TO BID "Town Hall First Floor Renovation Project, Windsor CT". "Town Hall First Floor Renovation Project, Windsor CT".

WESTON SCHOOL DISTRICT BOILER CLEANING. MANDATORY WALK-THRU, MONDAY, April 24, AT 10:30 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD., WESTON, CT

REQUEST FOR PROPOSAL

Drexel University Independent Contractor Service Provider Agreement. Name: [ ] Limited Liability Company [ ] Professional Corporation

LEGAL NOTICE CITY OF ANSONIA, CONNECTICUT REQUEST FOR PROPOSALS

MASTER SUBCONTRACTOR AGREEMENT

DEPARTMENT OF HOUSING & ECONOMIC SUSTAINABILITY BID PROPOSAL - HOUSING REHABILITATION PROGRAM

COUNTY OF COLE JEFFERSON CITY, MISSOURI

ASBESTOS/HAZARDOUS MATERIALS ABATEMENT AGREEMENT

Standard Form of Agreement Between OWNER AND CONSTRUCTION MANAGER Construction Manager At-Risk

INDOOR BLEACHER SAFETY RAILS MANDATORY WALK-THRU ON MONDAY, MAY 16, 2016 AT 10:00 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD.

REQUEST FOR PROPOSALS FOR RISK MANAGEMENT INSURANCE CONSULTANT/BROKER SERVICES

SARPY COUNTY AND SARPY CITIES WASTEWATER AGENCY

Contractor shall provide new thermal fused plastic laminate doors for each interior opening as scheduled. All openings are to receive new hardware.

NOTICE TO BIDDERS CUSTODIAL SUPPLIES

Standard Form of Agreement Between Contractor and Subcontractor

I N V I T A T I O N T O B I D B I D # DOOR AND WINDOW REPLACEMENT AT SOUTH PORTLAND SCHOOLS

NOTICE OF REQUEST FOR PROPOSALS TOWN OF CHAPEL HILL, NORTH CAROLINA FOR DOWNTOWN MUNICIPAL SERVICE DISTRICT (MSD) SERVICES

(SECCRA) SECCRA COMMUNITY LANDFILL LONDON GROVE TOWNSHIP CHESTER COUNTY, PENNSYLVANIA

AGREEMENT FOR CONSTRUCTION MANAGEMENT SERVICES FOR

West Hartford Housing Authority Request for Proposals (RFP) HQS Services

W I T N E S S E T H:

AIA Document A201 TM 1997

NATIONAL RAILROAD PASSENGER CORPORATION DATE EXPIRES: for not longer than one year from date of Amtrak approval)

AIA Document A101 TM 2007

AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER. Pre-Construction and Construction Phase Services

PROPOSAL LIQUID CALCIUM CHLORIDE

CITY STATE ZIP CODE TELEPHONE #

Document A201 TM. General Conditions of the Contract for Construction. (Name and location or address)

REQUEST FOR PROPOSAL LOOMIS PARK MASTER PLAN GENERAL INFORMATION LOOMIS PARK MASTER PLAN

REQUEST FOR QUALIFICATIONS FOR ENVIRONMENTAL CONSULTANT SERVICES

7/14/16. Hendry County Purchase Order Terms and Conditions

(I) (We) understand that any alteration/strike out of the Contract/Bidding Requirements or Special Provisions pages will void my bid.

MUNDELEIN ELEMENTARY SCHOOL DISTRICT 75 BID PACKAGE FOR CHILLER REPLACEMENT AT LINCOLN SCHOOL

PROFESSIONAL SERVICES AGREEMENT. For On-Call Services WITNESSETH:

BETWEEN name. address. AND name (hereinafter called the Subcontractor ) address

EXHIBIT C PROFESSIONAL SERVICES CONTRACT TEMPLATE

RENOVATION CONTRACT. Borrower Name(s): Phone #: Phone #:

SHORT FORM STANDARD SUBCONTRACT. This Agreement is made this day of, 20, between

Standard Form of Agreement Between Contractor and Subcontractor

City of Bowie Private Property Exterior Home Repair Services

AIA Document A201 TM 1997

THIS CONSTRUCTION CONTRACT ( Contract ) dated as of ( Owner ) and ( Contractor ) having a principal place of business at.

Standard Subcontract

Request for Quote. Replacement of Three HVAC Units for the Administrative Offices of the Pine Mountain Regional Library

LONE TREE SCHOOL FLOORING REPLACEMENT

HAZARDOUS WASTE AGREEMENT

Incomplete submissions will be declined

DEBT RECOVERY SERVICES FOR SHAWNEE COUNTY (THIS IS NOT AN ORDER)

REQUEST FOR QUOTATION

PRODIGY. CONTRACTING GROUP INC. CommerCial residential industrial

City of Brentwood, Missouri. Request for Proposals For Ice Rink Water Treatment Service for the Brentwood Recreation Complex.

THE PROVISION OF CRACK SEAL MATERIAL 2017/2018 NOTICE TO BIDDERS. This entire Bid Package, which includes the following:

Pre-Proposal/Site Tour Tuesday, November 22, 10:00am The Dow-Lobby (303 Johnson Ave)

Hourly rate for clean-up and sweeping (Garden City and Ocean Terminal). $ 2.

CONSTRUCTION CONTRACT EXAMPLE

ANNEX A Standard Special Conditions For The Salvation Army

CHEROKEE NATION BUSINESSES, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: CNE Ad Agency RFP NUMBER: DATED: TABLE OF CONTENTS

INSTRUCTIONS TO BIDDERS

SPECIFICATION PACKAGE. for PURCHASE OF SULFURIC ACID WITH TELEMETRY PROGRAM

SUBCONTRACTOR AGREEMENT

PROPOSALS MUST BE RECEIVED BY: 10:00 AM (CST) ON FRIDAY, FEBRUARY 1, 2019

Pella Certified Contractor Agreement. This Agreement is made this day of, 20, by and between. _ ( Pella Sales Entity ) and. ( Remodeler ).

*Audio Video Design-Build Group Cypress, CA

Transcription:

INVITATION FOR COMPETITIVE BID REGIONAL SCHOOL DISTRICT #16 30 COER ROAD PROSPECT, CONNECTICUT 06712 July 28, 2017 SPECIFICATIONS AND PROPOSAL FORM FOR ENVIRONMENTAL HEALTH AND SAFETY SERVICES PROGRAMS ANY INQUIRIES CONCERNING THE SPECIFICATIONS SHOULD BE DIRECTED TO: Director of Facilities (203) 758-6671 SEALED PROPOSALS MARKED ENVIROMENTAL SERVICES MUST BE RECEIVED IN THE BUSINESS OFFICE NO LATER THAN 1:30 P.M. ON MONDAY, AUGUST 7, 2017 1

INTRODUCTION These specifications are for proposals from firms or individuals (Contractor) for the following services at Regional School District #16 facilities in Prospect and Beacon Falls, CT. All bids shall be submitted to Regional School District #16 in accordance with these specifications and the conditions as set forth in the bid request documents. The successful respondent will be required to sign a contract with the School District, which will comply with the terms and conditions hereof. It is the intention of Regional School District #16 to select a Contractor to provide these services based on factors which include the comprehensiveness and quality of the bid, the experience of the Contractor, the costs submitted by the Contractor, and factors which, in the opinion of Regional School District #16, will lead to efficient, cost effective, and well maintained facilities. Price in and of itself will not necessarily be the deciding factor in awarding the contract. 2

SPECIFICATIONS AND BIDDING INSTRUCTIONS 1. Purpose: The Contractor will efficiently provide its services at Regional School District #16, Prospect and Beacon Falls, CT for all matters listed in Exhibit A which is attached hereto and incorporated herein by reference. Regional School District #16 remains responsible for insuring that the facilities are in conformance with state law and shall monitor the Contractor through periodic monitoring and reports. Regional School District #16 retains control of the quality, and general nature of its facilities. Regional School District #16 shall be assured by the Contractor that all federal, state and local regulations are being met in performing work under this contract and all work shall be performed in accordance with applicable law. 2. Proposed Form: The Contractor shall fill out its bid on the official proposed form that is attached hereto as Exhibit B. The Contractor shall submit pricing for additional services including rates for training not included in the basic services listed above, hourly labor rates based on technician, direct charge schedule, and any hourly rental rates of equipment on a separate form which will be referenced as Exhibit D. 3. Contract: A contract in the form attached as Exhibit C will be executed between Regional School District #16 and Successful Contractor. The contract shall include the Contractor's proposal as finally accepted and the District s approved purchase order. 4. Contractor Eligibility: The Contractor must submit appropriate evidence demonstrating the ability and the resources to provide the specified services. Submittal of this information must include a list of school districts in New England that the contractor has performed work at. In addition, the Contractor shall complete the attached certification of corporate contractor form attached hereto. 5. Contractor Responsibility: It is the responsibility of the Contractor to examine all provisions and visit each and every location where work is to be performed to become fully acquainted with the sites, problems, conditions, and other factors that pertain to the operation. No claim for relief due to mistakes or omissions will be entertained and each Contractor will be held to his proposal. Regional School District #16 reserves the right to waive errors in bids, to accept other than the low bidder, and reject any or all proposals at its discretion. 6. Fiscal Arrangements: The Contractor shall keep and maintain accounting and billing records for the duration of the contract. Within fifteen (15) working days after the end of the contract, Contractor will provide Regional School District #16 with a detailed invoice for all of its costs. For each year of the contract, a quarterly invoice shall be submitted for Basic Services in four equal amounts on (October 1, January 1, April 1, and July 1). 3

7. Personnel: All personnel required to perform under the contract shall be the employees of the Contractor. Salaries and fringe benefits for such employees will be determined and provided solely by the Contractor. The Contractor will make available staff, which, in the opinion of Regional School District #16 and the Contractor, is adequate for efficient management and to provide supervision. The Contractor will assign only persons acceptable to Regional School District #16. 8. Health and Background Examinations: The Contractor shall cause all of its employees to submit to periodic health examinations and background investigations at least as frequent and as stringent as required by law for school employees, and to submit satisfactory evidence of compliance to Regional School District #16 upon request. 9. Discounts: Buying and purchasing procedures will be according to state statutes and Regional School District #16 policy and the Contractor will make every effort to take advantage of all trade discounts and rebates which shall be credited to the cost of operations. The Contractor will practice all feasible economies in the operation of Regional School District #16 s facilities. No employee, official, manager, or representative of the Contractor shall accept gratuities or "kickbacks" of any sort. In the event of a violation, the personnel shall be immediately dismissed by the Contractor. 10. Records, Certifications. Etc.: The Contractor shall keep full and accurate accounts and records in connection with the services covered in this contract. All such records shall be retained by the Contractor for a period of six (6) years and shall be subject to audit by the Regional School District #16 and by the representative of the Department of Education, at any time during regular working hours and any reasonable place. The records shall be kept in paper and electronic format. Both formats shall be accessible by Regional School District #16. Breach or violation of the contract will be subject to available remedies prescribed by law. The Contractor will be totally and completely responsible for seeing that the operation is in complete conformity with all rules and regulations of the Connecticut Department of Education, Regional School District #16, and all other applicable Federal, State, and Local laws, codes or regulations. All assessments to Regional School District #16 for noncompliance will be paid by the Contractor. 11. General: It is strictly understood that the Contractor and its employees shall at no time bring upon the premises any alcoholic beverages for sale, gifts, or use in any manner whatsoever. No tobacco or drugs in any form are to be used by the Contractor or any of its employees on the premises. 12. Award: Award of contract will be to the Contractor that submits a bid that is determined to be responsive to this invitation and most advantageous to Regional School District #16. Such determination will be based upon, but not limited to, the following criteria: 4

A. The demonstrated ability of the Contractor to successfully provide services in a school facilities program of similar size. B. The depth, extent, scope, and availability of support personnel, including the amount of personnel representation, visitation, and coverage by principals of the Contractor. C. The proposed personnel scheduled for the contractor and the proposed cost. D. The Contractor s demonstration of having a complete understanding of the district's facilities and its service requirements, as described in this bid and all addenda. It is the responsibility of the Contractor to submit with their bid, information regarding the above criteria. 13. Insurance: Original, completed Certificates of Insurance shall be presented to Regional School District 16 prior to contract issuance. Provider agrees to provide replacement/renewal certificates at least 60 days prior to the expiration date of the policies. Insurance Requirements - Provider shall agree to maintain in force at all times during the contract the following minimum coverage and shall name Regional School District 16 as an Additional Insured on a primary and non-contributory basis to all policies except Workers Compensation. All policies should also include a Waiver of Subrogation. Insurance shall be written with Carriers approved in the State of Connecticut and with a minimum AM Best s Rating of A- VIII. In addition, all Carriers are subject to approval by the Regional School District 16. (Minimum Limits) General Liability Each Occurrence $1,000,000 General Aggregate $2,000,000 Products/Completed Operations Aggregate $2,000,000 Auto Liability Combined Single Limit Each Accident $1,000,000 Umbrella Each Occurrence $1,000,000 (Excess Liability) Aggregate $1,000,000 If any policy is written on a Claims Made basis, the policy must be continually renewed for a minimum of two (2) years from the completion date of this contract. If the policy is replaced and/or the retroactive date is changed, then the expiring policy must be endorsed to extend the reporting period for claims for the policy in effect during the contract for two (2) years from the completion date. 5

14. Indemnity: The Contractor assumes the entire responsibility and liability in and for any and all damages and/or injuries of any kind or nature whatsoever to all persons, whether employees or otherwise, and to property arising out of or resulting from the services provided as herein set forth and provided for in the contract, and for any and all damages and/or injuries of any kind which shall occur in connection herewith and said Contractor agrees to indemnify, defend and save harmless Regional School District #16, its agents, servants, and employees for and against any and all losses, expenses, including legal fees and disbursements, damages and/or injuries growing out of or resulting from or occurring in connection with the execution of the work herein provided for including, by way of example and not by way of limitation, any losses, expenses including legal fees and disbursements, damages or injuries occurring in connection with or resulting from the use by the Contractor, its agents or employees, of any equipment, stock, appliance, implements, works, tools or machinery, or any other property owned, rented, borrowed by or assigned to the aforesaid Regional School District #16 arising under any law whatever, which may be in effect in the locality in which the work is situated or otherwise. 15. Subcontractors: Regional School District #16 will recognize only the successful contractor for the proper execution of the entire work under the contract. 16. Miscellaneous: a) The submission of a bid will be construed to mean that the respondent is fully informed as to the extent and character of Regional School District #16 's requirements, and the respondent represents that it is willing and able to furnish the services requested in a satisfactory manner in complete compliance with the specifications. b) Once submitted, all bids become the property of Regional School District #16, which reserves the right to reject any and all bids. Bids must be firm and may not be withdrawn for 90 days, or until Regional School District #16 awards the contract, whichever comes first. c) Region #16 shall not be liable for any costs incurred by respondents in preparing or submitting bids. d) Region #16 reserves the right to accept any item or group of items proposed in any bid, unless the respondent qualifies its offer by specific limitation. Regional School District #16 reserves the right to select a respondent who is not the lowest priced respondent as it deems in its best interest. e) Regional School District #16 reserves the right to reject any bid, in whole or in part, and to waive technical defects, qualifications, irregularities, and omissions, if, in its sole judgment, the best interests of Regional School District #16 will be served. Each bid received within the required time frame will be evaluated individually by Regional School District #16. Each evaluation will come of necessity, consistent subjective judgments concerning each bid. 6

f) Regional School District #16 reserves the right to negotiate with any respondent regarding changes to the original bid which may be deemed to be in the best interests of Regional School District #16. g) In the event that such successful respondent fails to execute a contract within thirty (30) days after notification of award by Regional School District #16, Regional School District #16 may cancel its action and reconsider other bids or solicit new bids. h) Regional School District #16 shall consider the successful Contractor to be the sole point of contact with regard to contractual matters including payment to performance of service by the Contractor, its agents and employees. i) If it becomes necessary to revise any part of this Request for Competitive Bid or otherwise provide additional information, an addendum will be issued by Regional School District #16 and furnished to all prospective respondents who have received copies of this original Request for Competitive Bid. j) Note: Policy 3321(a) Bids. Nothing in this policy prohibits the Board of Education from extending contracts awarded through competitive bidding for an additional one-year period provided that said extension does not increase the annual contract expenditure of the contract from the previous year. 17. Stipulations a) A contract issued as the result of a bid shall not be considered exclusive. The District reserves the right to contract with other vendors for similar services when deemed appropriate. b) The District maintains the right to withhold payment for unsatisfactory materials and/or workmanship until such time that the defect is corrected. If the defect is not satisfactorily remediated within 60 days, the District may elect to have the remediation done by an alternate vendor and subtract the cost from the contractor's invoice. The District also reserves the right to deduct from the contractor s billing any costs incurred as a result of inferior or unsatisfactory materials and/or workmanship. c) The District reserves the right to cancel the contract at any time, for any or no reason, with no cost to the District. If the cancellation is for inadequate performance, then the cancellation shall be immediate. If the cancellation is for budgetary considerations or is based upon the discretionary right of the District then the cancellation shall be upon thirty (30) days written notice. d) The District reserves the right not to award the continuation of a multiple year bid. The award of each year's contract is contingent upon adoption and approval of budgetary funds for this purpose. 7

18. Dispute Resolution: Any controversy or disputes arising under this contract shall be litigated in a court of competent jurisdiction in the State of Connecticut or, as determined by the District, be first subject to mediation. The District will have the option to choose the forum. If the matter is brought in a court of competent jurisdiction, the prevailing party shall be entitled to court costs and reasonable attorney s fees. The District specifically does not agree to be a party to any arbitration proceedings. 19. Choice of Law: If any controversy between the parties arise Connecticut law will apply and the contract will be interpreted and governed by the laws of the State of Connecticut (excluding its choice of law rules). 8

REGIONAL SCHOOL DISTRICT #16 PROSPECT AND BEACON FALLS, CONNECTICUT LIST OF EXHIBITS EXHIBIT A EXHIBIT B EXHIBIT C General Specifications for: Basic Safety Services and Additional Safety Service Official Bid Form Form of Contract 9

EXHIBIT A General Specifications for: Environmental Health and Safety Services Part 1 Special Provisions 1. The contract will be awarded within thirty (30) days of bid opening. 2. The Board of Education reserves the right to accept or reject any and all bids or to award the contract in a manner that in its opinion; best serves the interest of Regional School District #16. 3. No bid will be entertained unless properly completed and signed by the Contractor(s). 4. Should a prospective Contractor(s) need clarification or interpretation of any item in the Competitive Bid, he/she must request such in writing to the Director of Facilities, Regional School District #16 at least seventy-two (72) hours prior to bid opening. The questions of clarification or interpretation requested and the answer by the Director of Facilities shall be in writing and shall be sent or given to all known Contractor(s). The Board of Education or its agents will not be responsible for any alleged oral instructions or interpretations given to Contractor(s). 5. Should the successful Contractor(s) fail to perform at any time, the Board of Education reserves the right to contract with another company. All costs related to the Contractor(s) failure to perform shall be deducted from the Contract award. 6. A Certificate of Insurance with sixty (60) days prior written notice of cancellation, naming Regional School District #16 insured must be filed by the successful Contractor(s) with the Business Office before the contract is awarded. General Specifications for: Environmental Health and Safety Services Part 2 Qualification Requirements 1. Certification: As stipulated in Department Health Licensure and Training Requirements for Persons Engaged in Asbestos Abatement and Consultation Services 20-440-1. Definitions 2. Must be qualified to train OSHA subjects including >Blood borne Pathogens and Asbestos Awareness. 3. Equipment, Materials, and Labor: The contractor shall possess and furnish all necessary equipment, materials, and labor to adequately perform the specified services. 4. Licensing: The contractor shall provide proof of maintaining the proper license(s), if any, as required to do work in Connecticut. The contractor shall comply with Federal, State, and local rules, regulations, and licensing agreements. 10

General Specifications for: Environmental Safety Services Part 3 Basic Services (Included in contract) 1. Asbestos Management a. Biannual* Periodic Surveillance of asbestos in the school buildings. b. Document by school the location and condition of asbestos. c. Complete required Local/State/Federal reporting including the three-year AHERA Inspection Report for the EPA. d. Provide generic small project specifications for bidding the removal of small quantity of asbestos materials. *Note: In the year when the three-year AHERA Inspection and Management Plan Update are performed, only one Periodic Surveillance is required. 2. Hazard Communication a. Contractor will provide a hardcopy master SDS manual to Region #16 which will list all SDS by school and department within each school. The major departments are Art, Industrial Arts, General Science, Biology, Chemistry, Custodial and Nurse. This manual will have the most up to date information on Region #16 s SDS. Contractor will provide an updated electronic copy of Region #16 s SDS. The manual copy of Region #16 s SDS will be identical to the electronic copy. b. Region #16 s Facilities Director will continue to administer internal procedures necessary to provide contractor (in a timely basis but no less frequently than every three (3) months with the Safety Data Sheets (SDS) for new chemicals purchased or purchase orders with a description of the chemicals purchased so contractor may obtain the SDS from the manufacturer s website and add them to the electronic database for the Region #16 School District. Region #16 will be responsible for adding a copy of each SDS for a new chemical to the hardcopy master manual and removing the SDS for any chemicals disposed. If a purchase order and not the SDS are used to notify the contractor of a new purchase of a chemical, contractor will find the SDS and mail it to Region #16 for inclusion in the master manual (hardcopy). c. Contractor will maintain the SDS for each school by department on a secure website which is password protected for the Region #16 School District. Concerning chemicals that are disposed of and, therefore, no longer in the school system s chemical inventory, Contractor will create a special directory for Region #16 School District in the electronic database where the SDS can be archived. This is important for OSHA and liability reasons if ever a school employee or an employee of an outside contractor claims damages because of alleged exposure to that chemical. The archived SDS will show that Region #16 was in compliance with the OSHA Hazard Communication program and that a proper SDS for that chemical was in place at the time the chemical was in use. 11

3. Underground Storage Tanks a. Inspect physically the site where the tank, including visible fill pipe, is located and report by school on acceptability of underground storage tank documents, including monthly stick gauging records, overfill protection alarm systems, leak and Cathodic Protection testing records, copy of each tank s Underground Storage Facility Notification Form (EPHM-6) which should be on file with the Connecticut DEP, an a copy of the warrant for each UST. b. Prepare report making recommendations on care of tanks, including any corrective work required to update the information required for each tank. 4. Training Provide annual training for all district custodial and maintenance employees in the following areas: a. Blood-borne Pathogens b. Asbestos Management in Schools c. Lockout/Tag-out Program d. Respiratory Protection Program e. Confined Space Entry f. Hazardous Communication g. Hazardous Chemicals in Laboratories h. Pesticide Usage in Schools i. Universal Waste Handling/Disposal Provide attendance training logs for all employees required to attend sessions. Provide training for all new hires within ninety (90) days of first day of employment. 5. Safety Committee a. Facilitate the organization and scheduling of quarterly safety committee meetings. b. Assist in preparing agendas for these meetings in coordination with school Facilities Director and local insurance agent. c. Indicate preventative measures for IAQ in schools with report format. d. Review other environmental and safety issues as needed. Part 3 Additional Services Please provide prices for the following additional services including rates for training not included in the basic services listed above, hourly labor rates based on technician, direct charge schedule, and any hourly rental rates of equipment. 1. Asbestos Inspection Inspection of asbestos or suspected asbestos containing materials in all buildings. Analysis of materials by polarized light microscopy (PLM) using approved EPA protocol in accordance with accreditation of the National Institute of Standards and Technology (NIST). 2. Toxic Character Leachate Procedure (TCLP) TCLP for any components of the building intended for demolition and landfill. 12

3. Development of Hazardous Material Abatement Design/Specification Preparation of project drawings (based on electronic files from Architects) to be used for competitive bidding and bid packaging. Preparation of construction documents including abatement plans and specifications, in an agreed upon format, to address removal of hazardous materials from the building which will be impacted by renovation project, including sections to address the removal of interior asbestos materials, exterior asbestos materials; lead based paint; PCB containing electrical equipment and mercury fluorescent lights. Specifications will need to include detailed work practices, existing site conditions, project phasing, and a detailed schedule to be met by the abatement contractor. The project specifications should identify final air clearance levels and other federal and state requirements in accordance with the most stringent regulatory requirements. Specifications for the abatement of asbestos or, as required, of other contaminants noted above will be prepared if these materials are located. The specifications shall be geared toward abatement of these materials as part of a project to include abatement of the asbestos. 4. Meeting assistance in bid process for construction projects Assistance in bid process, including conducting a pre-bid meeting with contractors, reviewing bids received from prospective contractors, SFU meeting and pre-construction meeting. 5. Project Monitoring and Daily Documentation Provision of licensed asbestos Project Monitors, to monitor exposure levels and to verify adherence to project specifications during the performance of abatement activities. Project Monitor s duties on site to include: Document that the asbestos abatement contractor is adhering to standard procedures identified in the project specification during abatement work to ensure maximum protection and safeguard from asbestos exposure of workers, visitors, building occupants, and the environment. Periodically collect and analyze air samples by phase contrast microscopy (PCM) on-site to evaluate airborne fiber levels in the work area as well as areas adjacent to abatement activities, to assure proper engineering controls are in place and/or to document airborne fiber levels. On a routing basis, check containment barriers for separation, ensure adherence to standard operating procedures, implementation of proper engineering controls and HEPA exhaust system, respiratory protection system, and any other aspects of the abatement process that may impact the health and safety of the people and the pollution of the environment. After completion of the visual inspection and lockdown procedures, the Project Monitor will perform aggressive air sampling using clean leaf blowers or fans to certify that the work area meets clearance airborne fiber levels as required by the project specifications. 13

A Documentation of Records report will be prepared at the completion of the project. This report will include the following: Introduction and summary of the project Methods, findings, and conclusions Air sample data sheets Sample analysis laboratory reports Daily log sheets Pre-abatement, daily and final checklists and inspection reports. Abatement contractor certifications, licenses, medical and training records Contractor abatement plan and material specifications Permits, notifications and disposal records 6. Indoor Air Quality (IAQ) Assessment Preliminary assessment, including on-site testing for the following indoor air quality indicators: Carbon Dioxide (CO2) Carbon Monoxide (CO) 7. Indoor Air Quality Investigation Investigation, including on-site testing for the following indoor air quality indicators: Carbon Dioxide (CO2) Carbon Monoxide (CO) Testing for Bio-aerosols (fungi spores) 8. Tank Integrity Testing For Failure Determination (Tracer Tight Tank Test) 9. OSHA Hazard Communication Plan Development of a written program for compliance of a school under the chemical hazards communication requirements of OSHA. The program shall incorporate pre-existing chemical listings and Safety Data Sheets (SDS) and identify provision for their updating. 10. OSHA Chemical Hygiene Plan A written program for compliance for Region 16 schools under the chemical hygiene in laboratories requirements of OSHA. This shall include a site visit to establish the detailing of responsible school officials and other specific requirements and shall incorporate pre-existing chemical listings and Material Safety Data Sheets (MSDS) and identify provision for their updating. The site visit shall also include measurements of hood function and other ventilation requirements of OSHA. This program shall include existing training and MSDS inventory. 14

EXHIBIT B REGIONAL SCHOOL DISTRICT #16 PROSPECT AND BEACON FALLS, CT OFFICIAL BID FORM Environmental Health and Safety Services The undersigned hereby proposes to provide services as defined in the General Specifications for: Environmental Health and Safety Programs attached hereto. The acceptance of this proposal by Regional School District #16, in writing, shall constitute the basis for a written contract between the two (2) parties for Environmental Health and Safety Programs. The contract shall be awarded based on the contractors qualifications and their demonstrated ability to perform the specified services. *Please provide prices for additional services including rates for training not included in the basic services, hourly labor rates based on technician, direct charge schedule, and any hourly rental rates of equipment in a separate from which shall be referenced as Exhibit D. Pricing: Regional School District #16 30 Coer Road Prospect, CT 06712 Environmental Health and Safety Basic Services 2017/2018 2018/2019 2019/2020 Asbestos Management* Hazard Communication Underground Storage Tanks Training** Safety Committee*** Updating OSHA Standards And Regulations Total Basic Services 15

SCHOOL DISTRICT BUILDING LOCATIONS: Laurel Ledge Elementary School 30 Highland Avenue Beacon Falls CT 06403 Region 16 District Office 30 Coer Rd Prospect CT 06712 Prospect Elementary School 75 New Haven Road Prospect CT 06712 Long River Middle School 38 Columbia Ave. Prospect CT 06712 Woodland Regional High School 135 Back Rimmon Road, Beacon Falls, CT 06403 *Asbestos Management Includes: a) (1) Periodic Surveillance Inspection & (1) 3-year AHERA re-inspection for the Year 2017/2018. b) (2) Periodic Surveillance Inspections for the Year 2018/2019. c) (2) Periodic Surveillance Inspections for the Year 2019/2020. **Training: Two hours Asbestos Awareness Training for Custodians Sixteen hours Asbestos O&M Training for Head & Night Shift Supervisors and Maintenance Personnel ***Safety Committee Meetings Four Meetings per Year Name of Bidder Name of Company Address Date Telephone Fax Signature of Authorized Agent 16

EXHIBIT C Form Contract THIS AGREEMENT made this day of, 2017 by and between hereinafter called the Contractor, and the Regional School District #16 hereinafter called the Owner. WITNESSETH, that the Contractor and the Regional School District #16 for the ($ ) and considerations stated herein mutually agree as follows: ARTICLE 1 Statement of work. The Contractor shall furnish all supervision, technical personnel, labor, materials, machinery, tools equipment and service, including utility and transportation service and perform and complete in efficient and workmanlike manner all work required for Environment Health and Safety Services in strict accordance with the contract Documents, including all Addenda, thereto, all as prepared by the Regional School District #16. ARTICLE 2 The Contract Price. Regional School District #16 will pay the Contractor for the performance of the Contract in current funds for the total quantities of work performed at the unit prices or lump sum prices stipulated in the Proposal for the several respective items of work completed subject to additions and deductions that may be agreed upon by the parties. ARTICLE 3 Work Schedule. The WORK to be done under this Contract shall be completed as scheduled by the Owner. ARTICLE 4 Contracts. The executed contract documents shall consist of the following: EXHIBIT A- General Specifications for : Basic Safety Services and Additional Safety Services EXHIBIT B -Official Bid Form EXHIBIT C- Signed form of contract. 17

THIS AGREEMENT, together with other documents enumerated in this ARTICLE 4, which said documents are as fully a part of the contract as if thereto attached or herein repeated, form the Contract between the parties hereto. In the event that any provision in any component part of the Contract conflicts with any provision of any other component part, the provision of the component part first enumerated in this ARTICLE 4, shall govern except as otherwise specifically stated. In the event of inconsistencies, this Agreement shall control. IN WITNESS WHEREOF, of the parties have caused this Agreement to be executed in two (2) original copies on the day and year first above written. (Contractor) By: (Name) (Title) By: Director of Finance & Business Operations Regional School District #16 18