TOWN OF GLOCESTER RFP FIREWORKS

Similar documents
THE TOWN OF MIDLAND INVITATION TO SUBMIT PROPOSALS 2017 ONTARIO 150 TOUR FIREWORKS DISPLAY

FIREWORKS DISPLAY SERVICES

INVITATION TO BID FIREWORKS

REQUEST FOR PROPOSAL FOR PAWTUCKET/CENTRAL FALLS STATION DISTRICT BRAND DEVELOPMENT, COMMUNICATIONS AND MARKETING STRATEGY

TOWN OF CUMBERLAND, RI BID #

City of Forest Park Request for Proposals. Automatic Fire Sprinkler System - Community Building

City of Blue Springs. Parks and Recreation Department. Request for Proposals Fireworks Display for July 4 th

MIDDLESEX COUNTY UTILITIES AUTHORITY

INSTRUCTIONS TO BIDDERS. Project Title: Water Line Replacement in the Area of Gillis Street, Richmond, Missouri

TOWN OF PEMBROKE PARK REQUEST FOR PROPOSALS (RFP) PROFESSIONAL FINANCIAL ACCOUNTING SERVICES

SANDY CITY CENTENNIAL PARKWAY SANDY, UTAH DEPARTMENT OF ADMINISTRATIVE SERVICES DIVISION OF PURCHASING MARCH 2017

HEATING AND COOLING SYSTEM MAINTENANCE

REQUEST FOR PROPOSAL CONCESSION OPERATIONS. for. The City of Sherman, Texas

THE CITY OF BRENTWOOD 2348 South Brentwood Blvd. Brentwood, MO REQUEST FOR PROPOSAL FOR 2015 VIDEO PRODUCTION SERVICES

City of New Rochelle New York

Introduction Background

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

REQUEST FOR PROPOSAL(S) FOR THE CITY OF MT. JULIET, TN

PROPANE GAS HEATING FUEL, GENERATOR FUEL AND BURNER SERVICE

City of Central Falls. Request for Proposals : Emergency Vs Nonemergency Medical Care Media Campaign

RISK MANAGEMENT BULLETIN

City of Forest Park Request for Proposals. Landscape Installation, 803 & 785 Forest Parkway, Forest Park Ga

CITY OF LEE S SUMMIT PURCHASING, ADMINISTRATION DEPARTMENT 220 S.E. GREEN STREET LEE S SUMMIT, MO Phone Fax

TOWN OF LINCOLN GENERAL SPECIFICATIONS

REQUEST FOR PROPOSALS CLEAN OUT AND JUNK REMOVAL SERVICES Date Issued: March 16, 2017 Due: Thursday, March 30, 2017 at 2:00pm

REQUEST FOR PROPOSALS INSURANCE BROKERAGE SERVICES

Request for Proposal For Scrap Metal Removal

Housing Development Corporation of Rock Hill. Request for Proposal. CONSTRUCTION OF THREE NEW HOMES Cottages at Southend

TOWN OF WINDSOR. Self Contained Breathing Apparatus (SCBA) and Bottle Filling Equipment REQUEST FOR PROPOSAL

OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES

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

The schedule of events associated with this Request for Proposals (RFP) is as follows: RFP release date: July 01, 2016

TOWN OF RICHMOND 26 Gardiner Street Richmond, ME INVITATION TO BID REMOVAL AND CLEANUP OF JUNKYARD/AUTOMOBILE GRAVEYARD

INVITATION TO BID (ITB)

REQUEST FOR PROPOSALS FOR REMOVAL AND REPLACEMENT OF RV POWER PEDESTALS AT 6201 W PARK ST MISSAUKEE LAKE PARK LAKE CITY MI 49651

EL PASO COUNTY COMMUNITY COLLEGE DISTRICT POST OFFICE BOX EL PASO, TEXAS GENERAL CONDITIONS OF CONTRACT

REQUEST FOR PROPOSAL FINANCIAL AUDIT SERVICES RETURN TO:

REQUEST FOR PROPOSAL (RFP 06-16) WATER SYSTEM ASSESSMENT CITY OF FOLLY BEACH

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

TOWN OF HOPKINTON WINTER SAND. Town of Hopkinton Department of Public Works 395 Woodville Road Hopkinton, Rhode Island 02833

COWLEY COUNTY, KANSAS REQUEST FOR PROPOSAL. SALARY STUDY SUBMITTAL DEADLINE June 1, 2012 RFP NUMBER

Environmental Health and Safety Building & Fire Code Office. Show Name: Show Address: Name of UCF Contact:

REQUEST FOR QUALIFICATIONS: ACCOUNTING &/OR AUDIT SERVICES

RE: Request for Proposals (RFP) Consultant Services for Public Transit Board Training

PATRIOT PARK CONCESSION OPERATION BID DOCUMENTS. 4. Patriot Park Concession Operation Agreement between Park Board and Contractor

TOWN OF FARMINGTON REQUEST FOR PROPOSALS INSURANCE / RISK MANAGEMENT SERVICES

EXHIBIT A: SECTION INSTRUCTIONS TO BIDDERS

REQUEST FOR PROPOSAL. UPS Maintenance

REQUEST FOR PROPOSALS PROFESSIONAL CONSULTING SERVICES RFP

Montgomery Housing Authority 525 South Lawrence Street Montgomery, Alabama 36104

RFP # SPECIAL MAGISTRATE SERVICES FOR CODE ENFORCEMENT CASES

City of Anaheim. Request for Bids # 8081 Two-way Radio and Repeater Maintenance Services. December 5, Pre-bid Conference: None

CITY OF GAINESVILLE REQUEST FOR PROPOSAL

CITY OF GAINESVILLE REQUEST FOR PROPOSAL

Cherokee Nation

City of Forest Park Request for Proposals. Concrete Slab and Footings 5977 Lake Dr. Community Building

Town of Manchester, Connecticut General Services Department. Request for Proposals for Fingerprinting Services 17/18-85.

TOWN OF CENTREVILLE Queen Anne s County, Maryland. Centreville Wastewater Treatment Plant Expansion Preliminary Engineering Report. Invitation for Bid

REQUEST FOR PROPOSALS CITY OF CONROE OSCAR JOHNSON, JR. COMMUNITY CENTER FEASIBILITY STUDY

REQUEST FOR PROPOSALS LEVELLAND PARK SYSTEM PLAYGROUNDS

Mailing address: P.O. Box, 9422, South Portland, ME Telephone (207) Fax (207)

INSTRUCTIONS TO BIDDERS

BOROUGH OF HADDONFIELD CAMDEN COUNTY NEW JERSEY MUNICIPAL LABOR ATTORNEY REQUEST FOR PROPOSAL

REQUEST FOR PROPOSAL FOR EXCESS WORKERS COMPENSATION PREPARED BY: TOWNSHIP OF GLOUCESTER. P. O. Box 8. Blackwood, N. J

ADVERTISEMENT FOR BIDS. Notice is hereby given that the City of Beacon shall receive sealed proposals for: Towing Services

REQUEST FOR PROPOSALS- INSURANCE BROKER AND CONSULTING SERVICES

THE RHODE ISLAND TURNPIKE AND BRIDGE AUTHORITY REQUEST FOR PROPOSALS AUDIT SERVICES CONTRACT #17-4

a. Proposals shall be submitted in a sealed envelope and addressed as follows:

Sealed Bid, Tree Pruning and Removal Bid # City of Rochester 31 Wakefield Street Rochester, NH Attn: Purchasing Agent

MUST SUBMIT THIS PAGE WITH PROPOSAL

REQUEST FOR PROPOSAL (RFP) Montrose County Fairgrounds EVENT CENTER MARKETING Date Issued: Wednesday, October 25 th, 2017

The CITY OF BAYONNE is soliciting responses/proposals to the City's RFQ/RFP for the provision of the following professional services:

Kipona product Vendor Application. Important Deadlines. The City of Harrisburg Presents. Early Registration Deadline April 20, 2018

ADVERTISEMENT FOR BIDS City of Northport, Alabama. Bid File Number LAWN MAINTENANCE SERVICE

Request for Proposal

Town of Manchester, Connecticut General Services Department. Request for Proposal

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

RFP NO: REQUEST FOR PROPOSAL BUILDING DEMOLITION SERVICES CITY OF SOUTH BAY 335 SW 2ND AVENUE, SOUTH BAY, FLORIDA 33493

REQUEST FOR PROPOSAL for Legal Services for the HIGH PLAINS LIBRARY DISTRICT Greeley, CO

Request for Proposals RFP#8-012 FLEET MANAGEMENT SERVICES

Montgomery Housing Authority 525 South Lawrence Street Montgomery, Alabama 36104

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

COUNTY OF WISE, VIRGINIA REQUEST FOR QUALIFICATIONS FOR PROFESSIONAL CONSULTING SERVICES BROWNFIELDS GRANT. Date of Issue: September 25, 2017

WEXFORD COUNTY REQUEST FOR PROPOSALS

SAN DIEGO CONVENTION CENTER CORPORATION

RHODE ISLAND TURNPIKE AND BRIDGE AUTHORITY INVITATION TO BID FINANCIAL ADVISORY SERVICES CONTRACT 11-11

AGENCY-WIDE LAWN MAINTENANCE

Cherokee County Water and Sewerage Authority

REQUEST FOR QUALIFICATIONS (RFQ) Central Valley Opportunity Center Winton Vocational Training Center Project Proposals Due: February 21, 2014

NOTICE TO BIDDERS. Notice is hereby given that the City of Livermore invites sealed proposals for CAMPUS NETWORK AND LOCAL AREA NETWORK CABLING.

CITY OF MOBILE REQUEST FOR PROPOSALS RFP: FOOD AND BEVERAGE CONCESSIONS HERNDON - SAGE PARK/MEDAL OF HONOR PARK

CITY OF TWO RIVERS PARK CONCESSIONS REQUEST FOR PROPOSAL ISSUE DATE: JANUARY 8, 2019 WRITTEN PROPOSALS DUE BY: FEBRUARY 8, 2019, 2:00 PM

The City of Moore Moore, Oklahoma

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

Evaluation Criteria. Proposals for Armored Car Services will be evaluated for: 1. Ability to meet specifications 2. References 3.

The City of Roanoke is currently soliciting bid proposals for fire lane striping for all City owned facilities with fire lanes.

PROPOSAL LIQUID CALCIUM CHLORIDE

BID DOCUMENTS FOR THERMAL IMAGING CAMERA

CITY OF GAINESVILLE INVITATION TO BID

Sealed Bid, Traffic Signal Repair & Maintenance Bid # City of Rochester 31 Wakefield Street Rochester, NH Attn: Purchasing Agent

Transcription:

TOWN OF GLOCESTER RFP 2015-03 FIREWORKS Sealed bids, in quadruplicate, plainly marked ASealed Bid B RFP-2015-3 FIREWORKS@ will be received until 4:00 p.m. prevailing time, June 1, 2015 at the Office of the Treasurer, Town of Glocester, 1145 Putnam Pike, PO Drawer B, Chepachet, RI 02814-0702. They will be opened publicly at 4:15 p.m. prevailing time, June 1, 2015 in the Glocester Town Hall Council Chambers. Bid documents can be obtained at the above office on or after May 21, 2015 between the hours of 8:00 a.m. and 4:00 p.m. and on the Town=s website at www.glocesterri.org. Call 4351 1

TOWN OF GLOCESTER REQUEST FOR PROPOSAL# 2015-03 Fireworks Display Services Issue Date: May 21, 2015 Submit Proposals to: Town of Glocester Finance Director s Office 1145 Putnam Pike Chepachet, RI 02814 By June 1st, 2015 4:00 P.M. Local Time This solicitation is available on the Town s Web Site at www.glocesterri.org 2

INSTRUCTIONS TO PROPOSERS: The Town of Glocester seeks proposals from qualified firms to provide Fireworks Display Services as further set forth in this Request for Proposals (RFP). The Town will accept sealed proposals up to June 1st 2015 at 4:00 P.M. Proposals received after that time will not be accepted and will be returned unopened. All proposals become property of the Town of Glocester upon submission and are subject to Rhode Island Public Records law. All prospective bidders shall be responsible for routinely checking the Town of Glocester website for Addenda and other bid related information: www.glocesterri.org. The Town will not be responsible for the failure of a prospective bidder to obtain addenda and other information related to this RFP. All Proposers are directed to submit an original and three (3) copies of their Proposal. The original shall be unbound and marked ORIGINAL. All Proposals shall be delivered to the Finance Director s Office in a sealed envelope clearly marked as noted: Fireworks Display Services 2015-03. The Proposer s name and address must appear on the outside of the envelope. The Proposer s name must appear on each page of the proposal. Proposers are directed to submit their proposal in the following format: Section 1 Qualifications and Experience of Firm and Personnel Section 2 Proposed Display Section 3 Price Page and Payment Terms Section 3 - Offer and Acceptance Page Award of Contract The contract will be awarded to the Proposer or Proposers whose offer is deemed most advantageous to the Town of Glocester. Unless otherwise indicated in the Request for Proposals, the Town of Glocester reserves the right to award the contract in whole or in part, by item, by group of items, or by section where such action serves the best interests of the Town of Glocester. The Town of Glocester reserves the right to award the contract to more than one Proposer. The Town of Glocester reserves the right to reject any or all proposals, to waive any informality in any proposal, and to negotiate with Proposers to reach Best and Final Offers. 3

INTRODUCTION The Town of Glocester (herein The Town ) is seeking proposals from qualified firms who have experience in providing fireworks and pyrotechnicians for fireworks displays. The Town has budget capacity of $15,000.00 for the 2015 event. The date for the fireworks display will be Saturday, July 4 th, 2015 with a rain date of Sunday, July 5 th, 2015. SCOPE OF WORK Offerors shall provide a fireworks display in accordance with the provisions stated below. Offerors shall provide a complete description of the type of shells to be used within the defined parameters of the show. Firework shells may be premium, fancy, or American special. Fireworks may be fired either electronically or manually. It shall be the sole responsibility of the offeror to propose a display that is site appropriate and is in compliance with all regulatory requirements. 1. Length of Program: The 4th of July fireworks display shall be at least 22 minutes in length. 2. Music: If the Town secures a music/radio sponsor, the Contractor will be required to work closely with the music/radio sponsor to coordinate the music selection, which will include a variety of patriotic and contemporary music, with the fireworks display. All music must be reviewed and approved by Town of Glocester staff prior to the event. 3. Sound: If music is made part of the display, the Town will provide the equipment necessary for playing music and a professional sound system for the audience. 4. Fireworks Display: The display will be fired from the designated area as determined by the Town either electronically or manually as long as both processes meet all regulatory requirements. The display shall include both a distinct opening and a distinct closing portion. Shells used in the display shall be approved as to size by the Chepachet Fire Department and shall range from 3-12 inches in size and include low-level fireworks. Shells do not need to be preloaded. Offeror may propose fireworks that vary from the size specified. However, it is the sole responsibility of the offeror to propose a display that is site appropriate and is in compliance with all regulatory requirements. 5. Display and Discharge Criteria: The fireworks display shall be conducted in accordance with the latest edition of the National Fire Protection Association (NFPA) Standard 1123, 4 Code for Fireworks Display and State of R.I. State Fire Safety Regulations. All unfired fireworks shall be covered or protected during firing. Any shell not properly fired shall be disposed of in accordance with applicable regulations. All fireworks material shall be clearly marked, indicating the type of shell and shall be delivered to the site on the day of firing. A representative of the Town of Glocester and/or Northwest Fire District shall conduct inspection and inventory of the fireworks shells at least six (6) hours prior to the display being readied for firing. The firing time for the display shall be 9:00 P.M. dependent upon darkness and weather conditions. Arrangements will be made for access to the firing site prior to July 5th, as requested by the Contractor. The Contractor shall provide necessary safety equipment, and all tools and materials, including, but not limited to mortar racks, lumber and stakes, etc., which may be required for the firing of the display. In addition, the Town will close down the designated area for the event. Fire extinguishers of appropriate classification and approved as operational shall be accessible and in plain view from the time the fireworks arrive on site until all fireworks are completely removed from the site. Display worksheets must be completed and submitted with the proposal. 4

6. Inclement Weather: The decision to cancel or postpone the fireworks display due to inclement weather shall be made by the Town of Glocester. If the display is canceled for the scheduled day, the event must be rescheduled for the following day, otherwise the Town of Glocester will pay the Contractor its 'Actual Expenses' related to preparation for the unsuccessful displays on the Original Date. 'Actual Expenses' shall include expenses for travel, lodging, labor, meals, rentals, permits, setup and dismantling of the display, and any other expenses related to the unsuccessful attempts to present the display on the Original Date. 7. Condition of Site: The Contractor shall be responsible for removing all firing materials, large debris, packing materials, etc., and for filling all holes utilized for firing of the displays. All holes left unattended as a result of postponement of the display shall be marked with safety ribbon or cones. The Town of Glocester will be responsible for picking up small debris (e.g. confetti). Removal of all materials shall be completed within three hours after the firing of the display. The contractor shall walk the fallout zone of the fireworks site the following morning beginning at 6:00 A.M. and shall be responsible for the removal of any unexploded shells and to assist in the cleanup of debris. 8. Ground Protection: The Contractor shall provide protection to minimize damage to the area caused by the firing of shells. 9. Storage: The Contractor shall assume all responsibility and liability in connection with the storage of fireworks and/or firing materials. 5

10. Permits and Licensing: The Contractor shall obtain all required permits and licenses from the Town of Glocester and State of RI, necessary to conduct a fireworks display in the Town of Glocester. Contractor shall be responsible for any associated fees. 11. Crowd Control: The Town shall provide personnel at the fireworks site for crowd control and site security. 12. Contractor Responsibility: The Contractor is the Prime Contractor for purposes of this contract and shall be responsible for completely supervising and directing the setup and discharge of the fireworks displays. Subcontractors who perform work under this contract shall be responsible to the Prime Contractor. The Prime Contractor agrees that it is as fully responsible for the acts and omissions of its subcontractors and of persons employed by them as it is for the acts and omissions of its own employees. 13. Taxes: The Contractor shall pay all sales, consumer, use and other similar taxes required by the laws of the place where fireworks displays are performed where applicable. 14. Substitute Shells: The Contractor may not substitute shells for the shells listed on the display worksheet without prior written approval of the Town of Glocester. 15. Labeling of Shells: Each shell shall be specifically labeled and inventoried for easy review and identification by the Town representative(s). 6

PROPOSAL EVALUATION REQUIREMENTS I. PROPOSAL EVALUATION CRITERIA (listed in relative order of importance) A. Qualifications & Experience of Firm and Personnel B. Proposed Display C. Price Proposal II. REQUIREMENTS SPECIFIC TO EVALUATION CRITERIA: The narrative portion and the materials presented in response to this Request for Proposal should be submitted in the same order as requested and must contain, at a minimum, the following: A. Qualifications & Experience of Firm and Personnel 1. Provide a brief history of your firm, including addresses for all locations and years in business. 2. Identify the key individuals that would be committed to this program, including the head pyrotechnician and assistant pyrotechnician. Head and assistant pyrotechnician must possess an appropriate number of years of experience and fired displays, which clearly demonstrates competency in this field. Identify number of displays fired, of the size and nature of the displays proposed in the Scope of Work herein, within the previous 12 months, by the head pyrotechnician (or for any head pyrotechnician who could be assigned to this contract). 3. Provide an organizational chart identifying the key personnel, including qualifications, job titles, duties and responsibilities, and reporting relationships. 4. Identify three (3) references for whom similar work has been performed, including the name of the contract, contact name and telephone number, and type of operation. 5. Identify any subcontractors, if any, you might propose to use in the operation and their specific qualifications. 6. Identify and describe any accidents or violations the firm or individual employees have been involved in while performing firework services. 7. Provide the firm s safety policy / plan. 7

B. Proposed Display 1. Fireworks Materials quantity, quality, diversity, and size of materials. 2. Fireworks Display Narrative / Worksheets (Provide Video Tapes if available) - Provide a narrative description of the proposed fireworks display which includes the order in which shells are to be fired. SPECIAL TERMS AND CONDITIONS 1.0 INSURANCE AND BOND The Contractor and any subcontractor who performs any work for the Contractor under any Contract issued pursuant to this Bid shall maintain insurance with carriers acceptable to the Town with the following required coverages and limits: a. The Contractor agrees to defend, indemnify, protect, save and keep harmless the Town of Glocester for any and all loss, cost, damage or exposure arising from the negligent acts or omissions of the Contractor in undertaking this project. b. The Contractor will maintain in full force at all times workers compensation and employer s liability insurance for all labor employed on the project. Workers Compensation coverage must meet the statutory obligation of the State and employer s liability at a limit of $500,000/$500,000/$500,000 and supply evidence of the same to the Town of Glocester. c. The Contractor will maintain in full force at all times during this engagement general liability insurance in the minimum amount of $1,000,000 per occurrence for all damages on account of personal injuries and/or property damage arising out of an occurrence. The Contractor will provide evidence of its general liability policy to the Town of Glocester and name the Town of Glocester as an Additional Insured. d. The Contractor will maintain in full force at all times during this engagement auto liability insurance covering all owned vehicles, hired vehicles, or non-owned vehicles in the minimum amount of $1,000,000 per occurrence for all damages on account of personal injuries and/or property damage arising out of an occurrence. e. The Contractor will maintain in full force at all times during this engagement professional liability insurance coverage of at least $1,000,000 ($1,000,000) per occurrence, and will provide evidence of the same to the Town of Glocester. The successful bidder will provide said insurance to the Town of Glocester. 8