2025-2028 NK FACILITIES FIRE PROTECTION PREVENTIVE MAINTENANCE RFP

Location: Rhode Island
Posted: Apr 18, 2025
Due: May 16, 2025
Agency: Town of North Kingstown
Type of Government: State & Local
Category:
  • J - Maintenance, Repair, and Rebuilding of Equipment
Publication URL: To access bid details, please log in.
Bid Title: 2025-2028 NK FACILITIES FIRE PROTECTION PREVENTIVE MAINTENANCE RFP
Category: Purchasing
Status: Open
Description:

Pleas See Related Documents

Publication Date/Time:
4/18/2025 9:00 AM
Closing Date/Time:
5/16/2025 10:00 AM
Pre-bid Meeting:
4/30/2025
Related Documents:

Attachment Preview

TOWN OF
NORTH KINGSTOWN, RHODE ISLAND
100 Fairway Drive
North Kingstown, RI 02852-6202
Phone: (401) 294-3331
Fax: (401) 583-4140
www.northkingstown.org
REQUEST FOR PROPOSALS
DEPARTMENT OF PUBLIC WORKS
NORTH KINGSTOWN FACILITIES MAINTENANCE SERVICES TO
FIRE ALARMS, SPRINKLER SYSTEMS, FIRE EXTINGUISHERS
AND ANSUL SYSTEMS
*Sealed proposals for the above will be accepted in the Office of the Purchasing Agent, Town Municipal
Offices, 100 Fairway Drive, North Kingstown, RI 02852, until 10:00am on Friday May 16, 2025, and
will then be publicly opened and read aloud. The Municipal Offices are open 8:30am 4:30pm,
Monday through Friday. Please plan accordingly. *PLEASE SUBMIT AN ORIGINAL, ONE
(1) COPY AND ONE (1) ELECTRONIC COPY (THUMB DRIVE).
NO BIDS WILL BE ACCEPTED AFTER THE FRIDAY MAY 16, 2025,
10:00AM DEADLINE
A PRE-BID CONFERENCE IS SCHEDULED FOR 10:00AM ON WEDNESDAY APRIL 30,
2025: MEET AT 2050 DAVISVILLE ROAD, NORTH KINGSTOWN, RI 02852.
All questions are to be submitted in writing via email to: Tim McDavitt, Purchasing/Finance
tmcdavitt@northkingstownri.gov, NO LATER than Wednesday May 07, 2025 at 4:00pm in order to
post any necessary Addendum in a timely manner. NO QUESTIONS WILL BE ACCEPTED
AFTER THIS DATE.
IT IS THE RESPONSIBILITY OF THE PROSPECTIVE BIDDERS TO MONITOR
THE TOWN AND/OR STATE OF RHODE ISLAND PURCHASING WEBSITES FOR
ANY SUBSEQUENT BID ADDENDUM. NO ADDENDA WILL BE ISSUED OR
POSTED WITHIN FORTY-EIGHT (48) HOURS OF THE BID SUBMISSION
DEADLINE.
The bid will be evaluated as to R.I.G.L. 45-55-5. (2) “Competitive Sealed Bidding” and the award shall
be made based on the lowest evaluated or responsive bid price.
A certificate of Insurance showing $1 million General Liability and $1 million Any Auto, with the
Town being named as an additional insured; Worker’s Compensation with a waiver of subrogation; will
be required of the successful bidder.
The Town of North Kingstown reserves the right to reject any or all proposals or parts thereof; to waive
any formality in same, or accept any proposal deemed to be in the best interest of the Town.
The Town of North Kingstown will provide interpreters for the hearing impaired at any pre-bid or bid
opening, provided a request is received three (3) days prior to said meeting by calling 294-3331, ext.
142.
1
DEPARTMENT OF PUBLIC WORKS
NORTH KINGSTOWN FACILITIES MAINTENANCE SERVICES TO
FIRE ALARMS, SPRINKLER SYSTEMS, FIRE EXTINGUISHERS
AND ANSUL SYSTEMS
Scope of Work
The Town of North Kingstown is soliciting proposals for maintenance services to the Town’s
fire alarms, sprinkler systems, fire extinguishers and Ansul systems, inspection testing, and
emergency repairs. There are four (4) options for each year. BIDDERS MAY SUBMIT
PROPOSALS FOR ANY OR ALL OPTIONS.
The specifications for each area are as follows:
The following request is for a three (3) year service contract for Inspection, Testing
Maintenance and Emergency Services for Fire Sprinklers, Fire Alarms, Fire
Extinguishers, and Ansul Systems. (See Facilities Schedule APPENDIX A)
It is highly recommended that all vendors review and assess all fire panel systems
throughout the Town of North Kingstown before bidding this contract. Vendors must
have the capability to service all types of fire alarm panel systems. (See Photos
APPENDIX B)
Vendors must have the capability to service all types of fire alarm panel systems and
to provide a full assessment and list of all existing systems.
All Contractors bidding this RFP shall be licensed in the State of RI for all trades
included herein and will not be allowed to sub-contract any of the services required,
unless said successful contractor incurs all cost, regardless of cause. Copies of licenses,
insurance must be submitted with bid offer.
Vendor employees must successfully complete RI State BCI check
All service requests, scheduling, communications, and invoicing are to be processed
through the Town of North Kingstown.
Payment of inspection and testing invoices will be contingent upon copies of all
certificates and reports for each facility and Payroll Certificates being received by
the Department of Public Works, Facilities Project Manager, 2050 Davisville
Road, North Kingstown, RI.
SPRINKLER SYSTEMS:
The contractor shall perform required testing in accordance with RI Uniform Fire Code, and
NFPA 25. Report of inspection, test results, services performed, and recommended
improvements shall be completed on a Report Form acceptable to the Town of North Kingstown.
All maintenance and repairs, resulting from inspections and testing, shall be documented and
upon approval of the Town shall be scheduled for repair during normal working hours except
for emergencies. Cost for labor and replacement parts shall not be included as part of the
inspection fee and will be the responsibility of the Town.
FIRE ALARM SYSTEMS:
The Contractor shall furnish complete quarterly inspection and testing service of interior fire
alarm systems for every building utilized by the Town of North Kingstown in accordance with
the RI Uniform Fire Code, and NFPA 72.
Inspection and testing of the fire alarm system in each building shall be completed every
ninety (90) days for a total of four (4) inspections per year except as noted in the building list.
All invoices shall include labor and material. Base Bid shall include the following:
2
l) Test the fire alarm master box in cooperation with the North Kingstown Fire Department
at each inspection.
2) Schedule inspection and maintenance of fire control panels, manual, conventional
stations, monitor modules, heat and smoke detectors, control relay, horn, mini horns,
strobe, booster power supply, conventional heat detector, remote drill switch, door
closures, conventional control panel.
3) The re-setting of all fire alarm panels, when panels are reading trouble, beeping, and/or
both, regardless of cause.
4) Cleaning of all types of detectors.
5) Replace electronic door holders magnets as necessary
6) No truck and fuel charges will be included in this contract
7) Any repair found needed during inspections shall be noted and upon approval of the
Town shall be scheduled for repair during normal working hours except for emergencies.
Cost for labor and replacement parts shall not be included as part of the inspection fee
and will be the responsibility of the Town.
All Service Calls shall be responded to within a twenty-four (24) hour time period.
All Emergency Calls shall be responded to within a four (4) hour time period.
The Town of North Kingstown shall hold the Contractor liable for any damages caused by its
employees to any equipment, apparatus, or installed property in the buildings. The Contractor
shall procure, at its expense, all necessary insurance, licenses and permits and shall conform to
all laws and regulations.
FIRE EXTINGUISHERS:
The Contractor shall furnish complete yearly inspection and testing service for all types of fire
extinguishers in accordance with NFPA #10 and OSHA requirements, including the 6 years
maintenance / recharge of all dry chemical (ABC) extinguishers. Provide verification of services
collars, inspection tamper seals and all required labels.
END OF SECTION
3
DEPARTMENT OF PUBLIC WORKS
NORTH KINGSTOWN FACILITIES MAINTENANCE SERVICES TO
FIRE ALARMS, SPRINKLER SYSTEMS, FIRE EXTINGUISHERS
AND ANSUL SYSTEMS
Invitation for Bids
Scope of Work
TABLE OF CONTENTS
……………………………
……………………………
Table of Contents
……………………………
Selection Criteria
……………………………
Information for Bidders
……………………………
Performance Bond Form
……………………………
Labor & Material Payment Bond Form
-
Laws Pertaining to Public Works Projects
……………………………
……………………………
Standard Form of Agreement
……………………………
Prevailing Wage Requirements
……………………………
General Wage Decision
……………………………
Release of Liens Form
……………………………
BID DOCUMENTS:
Bid Proposal Form
Bid Form
Experience Sheet
……………………………
……………………………
……………………………
1
2-3
4
5
6-12
13-14
15-16
17-18
19-22
23-24
25
26
27
28-35
36
APPENDIX A
Facilities Schedule
APPENDIX “B”
Photos
4
DEPARTMENT OF PUBLIC WORKS
NORTH KINGSTOWN FACILITIES MAINTENANCE SERVICES TO
FIRE ALARMS, SPRINKLER SYSTEMS, FIRE EXTINGUISHERS
AND ANSUL SYSTEMS
SELECTION CRITERIA
The bid will be evaluated as to R.I.G.L. 45-55-5.2(2) “Competitive Sealed Bidding” and the
award shall be made based on the lowest evaluated or responsive bid price from a qualified
vendor.
The following factors will be considered in determining the lowest evaluated or responsive bid
price:
Ability to perform the services as reflected by workload and the availability
of adequate personnel, equipment, and facilities to perform the service
expeditiously.
Record of the vendor in accomplishing work on similar projects in the
required time: (List references and listing of like projects completed or
currently in progress on Experience Sheet.) Completion of Experience Sheet
is required for bid consideration.
Quality of work previously performed by the vendor for the Town of North
Kingstown, if any.
Meets or exceeds Insurance Requirements.
Rhode Island Contractors License number as issued by the State of Rhode
Island, if required.
Bid Price; BIDDERS MAY SUBMIT PROPOSALS FOR ANY OR ALL
OPTIONS.
Early Payment Discount.
Attendance at Pre-bid Conference HIGHLY RECOMMENDED
NOTE: IN OUR ONGOING EFFORTS TO PREVENT FRAUDULANT ACTIVITY, ALL
SUBMISSIONS MUST INCLUDE THE FOLLOWING:
A COPY OF THE VENDOR’S W-9
5
This is the opportunity summary page. It provides an overview of this opportunity and a preview of the attached documentation.
Daily notification on new contract opportunities

With GovernmentContracts, you can:

  • Find more opportunities and win more business
  • Receive daily alerts for all new bid opportunities
  • Get contract opportunities matched to your business
ONE WEEK FREE TRIAL

See also

Follow DT-513 Series Hydrophones Active Contract Opportunity Notice ID N66604-26-R-0029 Related Notice N66604-26-R-0029

DEPT OF DEFENSE

Bid Due: 2/13/2026

Follow Design Build - NAPS Looney Plaza Replacement, NAVAL STATION NEWPORT, NEWPORT, RI.

DEPT OF DEFENSE

Bid Due: 12/18/2025

Follow Solicitation - Submarine High Data Rate (SubHDR) LN-100 Mast Motion Sensor (MMS)

DEPT OF DEFENSE

Bid Due: 2/18/2026

Follow New BeCu Machined Part Production Active Contract Opportunity Notice ID N6660425Q0101 Related

DEPT OF DEFENSE

Bid Due: 12/27/2025

* Disclaimer: Information regarding bids, requests for proposals (RFPs), or requests for qualifications (RFQs) is provided on this website only for convenience and does not constitute official public notice. Persons wishing to respond to or inquire about bids, RFPs, or RFQs should contact the appropriate government department.