10.07.2015 Views

R10 Request for Proposal - Connecticut Department of ...

R10 Request for Proposal - Connecticut Department of ...

R10 Request for Proposal - Connecticut Department of ...

SHOW MORE
SHOW LESS

You also want an ePaper? Increase the reach of your titles

YUMPU automatically turns print PDFs into web optimized ePapers that Google loves.

RFP ADDENDUMRFP-18 NEW 6/98Pat DeContiBuyer Name(860) 713-5061Buyer Phone NumberSTATE OF CONNECTICUTDEPARTMENT OF ADMINISTRATIVE SERVICESPROCUREMENT SERVICES165 Capitol Avenue, Room 5 th Floor SouthPO Box 150414HARTFORD, CT 06115-0414RFP NO.:05PSX0132<strong>Proposal</strong> Due Date:8 June 2005RFP ADDENDUM #1DESCRIPTION: Preventive Maintenance, Repair and Emergency Repair <strong>of</strong> Temperature Control SystemFOR:<strong>Department</strong> <strong>of</strong> In<strong>for</strong>mation TechnologyPROPOSERS NOTE:In the original RFP document the mandatory pre-proposal meeting was listed twice with conflicting dates and time.The mandatory pre-proposal meeting is scheduled <strong>for</strong> Friday May 27, 2005 at 10:30 AM in Room G19 <strong>of</strong> the State OfficeBuilding at 165 Capitol Avenue, in Hart<strong>for</strong>d.Please note this is a mandatory meeting.Late Arrivals (15 minutes or more) will not be given credit <strong>for</strong> attending nor allowed to participate in the RFP process.This Addendum must be Signed & Returned with your <strong>Proposal</strong>.Authorized Signature <strong>of</strong> ProposerCompany NameAPPROVED_________________________________PAT DECONTIContract Specialist(Original Signature on Document in Procurement Files)Date Issued: 24 May 2005


REQUEST FOR PROPOSALRFP-11 Rev. 10/03Pat DeContiContract Specialist(860) 713-5061Telephone NumberSTATE OF CONNECTICUTDEPARTMENT OF ADMINISTRATIVE SERVICESPROCUREMENT SERVICES165 Capitol Avenue, 5 th Floor SouthPO Box 150414HARTFORD, CT 06115-0414NOTICE TO VENDORS:Logon to:http://www.das.state.ct.us/busopp.aspselect the Bidder Notification System &complete the <strong>for</strong>m to automatically receive a synopsis<strong>of</strong> new Bids & RFP’s via e-mail.www.das.state.ct.us/busopp.aspDAS CT State Web Sitepat.deconti@po.state.ct.usContract Specialist E-mail Address(860) 622-2943Fax Number<strong>Request</strong> <strong>for</strong> <strong>Proposal</strong> (RFP)SPECIFICATIONS & PROPOSAL DOCUMENTS ATTACHEDRFP Number: 05PSX0132RFP Due Date & Time: 8 June 2005 at 2:00 pm Eastern TimeDESCRIPTION: Preventive Maintenance, Repair and Emergency Repair <strong>of</strong> Temperature Control SystemSpecial Instructions: ***RFP Special Instructions***No Special InstructionsNOTE: RFP’s are not opened in public on the due date.*** MANDATORY PRE-PROPOSAL MEETING on 27 May 2005 at 10:30am Eastern Time ***NOTE: Late Arrivals (15 minutes or more) will not be given credit <strong>for</strong> attending nor allowed to participate in the RFP process.Pre-<strong>Proposal</strong> Meeting Location: State Office Building165 Capitol AvenueHart<strong>for</strong>d, <strong>Connecticut</strong> 06106Room G-19This contract replaces the following contract award(s) in part or in total: NONESEALED RFP NO.: 05PSX0132RFP DUE DATE/TIME: 8 June 20052:00 PMReturn <strong>Proposal</strong> To:PROCUREMENT SERVICESDEPARTMENT OF ADMINISTRATIVE SERVICESSTATE OF CONNECTICUT165 CAPITOL AVE 5th FLOOR SOUTHPO BOX 150414HARTFORD CT 06115-0414NOTE: Always use mailing labelat left on all packages whenreturning the ORIGINAL &ONE COPY <strong>of</strong> your RFP response.RFP’s responses cannot be accepted afterspecified RFP Due Date/Time.Vendors will not be admitted to statebuildings without a valid photo ID.Hand-delivered RFP’s must be brought to:DAS Customer ServiceRoom 110165 Capitol Avenue,Hart<strong>for</strong>d, CT


PROPOSER’S CHECKLISTRFP-20 REV. 1/05STATE OF CONNECTICUTPROPOSER’S CHECKLISTREAD CAREFULLYRFP Number:05PSX0132THIS FORM IS NOT TO BE RETURNED WITH YOUR PROPOSAL. HOWEVER, IT IS SUGGESTEDTHAT YOU REVIEW AND CHECK OFF EACH ACTION AS YOU COMPLETE IT.____ 1. The <strong>Proposal</strong> (RFP-26) must be signed by a duly authorized representative <strong>of</strong> the company.____ 2. The proposal prices you have <strong>of</strong>fered have been reviewed and verified.____ 3. The payment terms are Net 45 Days. Net Terms <strong>for</strong> periods less than 45 days (Ex. Net 30) may result in proposalrejection. (You may <strong>of</strong>fer cash discounts <strong>for</strong> prompt payment.)Exception: State <strong>of</strong> CT Small Business Set-Aside proposal payment terms shall be in accordance with CGS 4a-60j.____ 4. Any technical or descriptive literature, drawing or proposal samples that are required have been included with theproposal.____ 5. If required, the amount <strong>of</strong> proposal surety has been checked and the surety has been included.____ 6. Any addenda to the proposal have been signed and included.____ 7. The pre-addressed mailing label has been used on your return mailing envelope or the envelope has been:a. marked with the <strong>Proposal</strong> Number and RFP Due Date &b. addressed to:State <strong>of</strong> <strong>Connecticut</strong><strong>Department</strong> <strong>of</strong> Administrative ServicesProcurement Services165 Capitol Avenue, 5 th Floor SouthPO Box 150414Hart<strong>for</strong>d, CT 06115-0414____ 8. The proposal number on the pre-addressed mailing label or on your hand marked return envelope exactly matchesthe RFP number inside the envelope.____ 9. Mail or hand-deliver your proposal in-time to be received no later than the designated RFP due date and time. Handdeliveredproposals must be delivered to the DAS Customer Service Desk, Room 110, 165 Capitol Avenue,Hart<strong>for</strong>d, CT. Late proposals are not accepted under any circumstances. Allow ample time if mailing in yourproposal.____ 10. Form DAS-45 Employment In<strong>for</strong>mation Form must be completed entirely regardless <strong>of</strong> the number <strong>of</strong> employees,even if the company is family owned and/or operated and must be submitted with each proposal or proposal maybe rejected.____ 11. Vendor affidavit must be completed, signed, notarized and returned with your proposal.


PROPOSALRFP-26 Rev. 04/03STATE OF CONNECTICUTTHIS FORM ANDREQUIRED PROPOSALSCHEDULE FORMSMUST BE RETURNED(Prev. Rev. 11/02)Pat DeContiDEPARTMENT OF ADMINISTRATIVE SERVICESPROCUREMENT SERVICESContract Specialist165 Capitol Avenue, 5 th Floor South(860) 713-5061PO BOX 150414Telephone NumberHARTFORD, CT 06115-0414Page 1 <strong>of</strong> 3RFP NO: RFP DUE DATE: RFP DUE TIME: RFP SURETY: DATE ISSUED:05PSX0132 8 June 2005 2:00 PM Eastern Time $0.00 17 May 2005DESCRIPTION: Preventive Maintenance, Repair and Emergency Repair <strong>of</strong> Temperature Control SystemRead & CompleteCarefullyFOR: <strong>Department</strong> <strong>of</strong> In<strong>for</strong>mation TechnologyTERM OF CONTRACT / DELIVERY DATE REQ’D:Five yearsSee Mandatory Pre-<strong>Proposal</strong> In<strong>for</strong>mation on <strong>Request</strong> <strong>for</strong> <strong>Proposal</strong> (<strong>for</strong>m RFP-11) Agency Requisition Number(s): 1324401371REQUEST FOR PROPOSAL: Pursuant to the provisions <strong>of</strong> Section 4a-57 <strong>of</strong> the General Statutes <strong>of</strong> <strong>Connecticut</strong> asamended, sealed proposals will be received by Procurement Services <strong>for</strong> the State <strong>of</strong> <strong>Connecticut</strong>, at the address above <strong>for</strong>furnishing the commodities and/or services herein listed to state agencies.NOTE: Proposer means Individual/Sole Proprietor, Partnership or Corporation name.IMPORTANT: ALL pages <strong>of</strong> this <strong>for</strong>m, Sections 1 through 4 must be completed, signed and returned by proposeras part <strong>of</strong> the proposal package. Failure to submit both pages constitutes grounds <strong>for</strong> rejection <strong>of</strong> your proposal.Section 1 <strong>of</strong> 4 - PROPOSER INFORMATIONCOMPLETE PROPOSER LEGAL BUSINESS NAME Taxpayer ID # (TIN): SSN FEINBUSINESS NAME , TRADE NAME, DOING BUSINESS AS (IF DIFFERENT FROM ABOVE)WRITE/TYPE SSN/FEIN NUMBER ABOVEBUSINESS ENTITY: CORPORATION LLC CORPORATION LLC PARTNERSHIP LLC SINGLE MEMBER ENTITYNON-PROFIT PARTNERSHIP INDIVIDUAL/SOLE PROPRIETORSHIPNOTE: IF INDIVIDUAL/SOLE PROPRIETOR, INDIVIDUAL’S NAME (AS OWNER) MUST APPEAR IN THE LEGAL BUSINESS NAME BLOCK ABOVE.BUSINESS TYPE: A. SALE OF COMMODITIES B. MEDICAL SERVICES C. ATTORNEY FEES D. RENTAL OF PROPERTY(REAL ESTATE & EQUIPMENT)E. OTHER (DESCRIBE IN DETAIL)UNDER THIS TIN, WHAT IS THE PRIMARY TYPE OF BUSINESS YOU PROVIDE TO THE STATE? (ENTER LETTER FROM ABOVE)UNDER THIS TIN, WHAT OTHER TYPES OF BUSINESS MIGHT YOU PROVIDE TO THE STATE? (ENTER LETTER FROM ABOVE)NOTE: IF YOUR BUSINESS IS A PARTNERSHIP, YOU MUST ATTACH THE NAMES AND TITLES OF ALL PARTNERS TO YOUR BID SUBMISSION.NOTE: IF YOUR BUSINESS IS A CORPORATION, IN WHICH STATE ARE YOU INCORPORATED?WRITTEN SIGNATURE OF PERSON AUTHORIZED TO SIGN PROPOSALS ON BEHALF OF THE ABOVE NAMED PROPOSERSIGN HERETYPE OR PRINT NAME OF AUTHORIZED PERSONTITLE OF AUTHORIZED PERSONDATE EXECUTEDIS YOUR BUSINESS CURRENTLY A DAS CERTIFIED SMALL BUSINESS ENTERPRISE? YES (ATTACH COPY OF CERTIFICATE) NOIF YOU ARE A STATE EMPLOYEE, INDICATE YOUR POSITION,AGENCY & AGENCY ADDRESS.


PROPOSALRFP-26 Rev. 04/03(Prev. Rev. 11/02)Pat DeContiContract Specialist(860) 713-5061Telephone NumberSTATE OF CONNECTICUTDEPARTMENT OF ADMINISTRATIVE SERVICESPROCUREMENT SERVICES165 Capitol Avenue, 5 th Floor SouthPO BOX 150414HARTFORD, CT 06115-0414Page 2 <strong>of</strong> 3Section 1 <strong>of</strong> 4 - PROPOSER INFORMATION (CONTINUED)THIS FORM ANDREQUIRED PROPOSALSCHEDULE FORMSMUST BE RETURNEDRead & CompleteCarefullyPROPOSER ADDRESS STREET CITY STATE ZIP CODEPROPOSER E-MAIL ADDRESSAdd Additional Business Address & Contact in<strong>for</strong>mation on back <strong>of</strong> this <strong>for</strong>m.PROPOSER WEB SITEREMITTANCE INFORMATION: INDICATE BELOW THE REMITTANCE ADDRESS OF YOUR BUSINESS. SAME AS PROPOSER ADDRESS ABOVE.REMIT ADDRESS STREET CITY STATE ZIP CODECONTACT INFORMATION: NAME (TYPE OR PRINT)1 ST BUSINESS PHONE: Ext. # HOME PHONE:2 ND BUSINESS PHONE: Ext. # 1 ST PAGER:CELLULAR:2 ND PAGER:1 ST FAX NUMBER: TOLL FREE PHONE:2 ND FAX NUMBER: TELEX:WRITTEN SIGNATURE OF PERSON AUTHORIZED TO SIGN BIDS ON BEHALF OF THE ABOVE NAMED PROPOSERSIGN HERETYPE OR PRINT NAME OF AUTHORIZED PERSONTITLE OF AUTHORIZED PERSONDATE EXECUTEDIS YOUR BUSINESS CURRENTLY A DAS CERTIFIED SMALL BUSINESS ENTERPRISE? YES (ATTACH COPY OF CERTIFICATE) NOIF YOU ARE A STATE EMPLOYEE, INDICATE YOUR POSITION,AGENCY & AGENCY ADDRESS.FOR PURCHASE ORDER DISTRIBUTION: 1) CHECK ONLY ONE BOX BELOW 2) INPUT E-MAIL ADDRESS OR FAX # (IF CHECKED)E-MAIL FAX USPS MAIL EDIIf EDI was selected, give us a person to contact in your company to set up EDI:NAME:E-MAIL ADDRESS:TELEPHONE NUMBER:FOR REQUEST FOR QUOTATION (RFQ) DISTRIBUTION: 1) CHECK ONLY ONE BOX BELOW 2) INPUT E-MAIL ADDRESS OR FAX # (IF CHECKED)E-MAIL FAX USPS MAILADD FURTHER BUSINESS ADDRESS, E-MAIL & CONTACT INFORMATION BELOW IF REQUIRED


PROPOSALRFP-26 Rev. 04/03(Prev. Rev. 11/02)Pat DeContiContract Specialist(860) 713-5061Telephone NumberSTATE OF CONNECTICUTDEPARTMENT OF ADMINISTRATIVE SERVICESPROCUREMENT SERVICES165 Capitol Avenue, 5 th Floor SouthPO BOX 150414HARTFORD, CT 06115-0414Page 3 <strong>of</strong> 3Section 2 <strong>of</strong> 4 - IMPORTANT INFORMATION FOR PROPOSERSTHIS FORM ANDREQUIRED PROPOSALSCHEDULE FORMSMUST BE RETURNEDRead & CompleteCarefullyAFFIRMATION OF PROPOSER: The abovesigned proposer affirms and declares:1. That this proposal is executed and signed by said proposer with full knowledge and acceptance <strong>of</strong> the provisions <strong>of</strong> Form RFP-19 <strong>of</strong> currentissue and in effect on the date <strong>of</strong> proposal issue. Form RFP-19, entitled Standard <strong>Proposal</strong> and Contract Terms and Conditions are made a part<strong>of</strong> the contract.2. That this proposal is executed and signed by said bidder with full knowledge and acceptance <strong>of</strong> the provisions <strong>of</strong> all Special <strong>Proposal</strong> andContract Terms and Conditions attached hereto.3. That should any part <strong>of</strong> this proposal be accepted in writing by Procurement Manager within ninety (90) calendar days from the proposal duedate unless an earlier date <strong>for</strong> acceptance is specified by proposer in proposal schedule, said proposer will furnish and deliver the commoditiesand/or services <strong>for</strong> which this proposal is made, in the quantities and at the prices proposed, and in compliance with the provisions <strong>of</strong> theSTANDARD PROPOSAL AND CONTRACT TERMS AND CONDITIONS, COMMODITY SPECIFICATION, PROPOSAL SCHEDULEAND SPECIAL PROPOSAL AND CONTRACT TERMS AND CONDITIONS. Should award <strong>of</strong> any part <strong>of</strong> this proposal be delayed beyondthe period <strong>of</strong> ninety (90) days or an earlier date specified by proposer in proposal schedule, such award shall be conditioned upon proposer’sacceptance.4. Acceptance <strong>of</strong> the conditions set <strong>for</strong>th herein, agreement in strict accordance therewith, and will furnish and deliver the commodities and/orservices to the state agency or agencies named in the PROPOSAL SCHEDULE at the prices proposed therein.5. Should Procurement Services determine that proposer has not completed Section 1 - Proposer Debarment and/or Suspension includedas part <strong>of</strong> this document, then such determination may be just cause <strong>for</strong> disqualification from the evaluation <strong>of</strong> this proposal.Section 3 <strong>of</strong> 4 - PROPOSER DEBARMENT AND/OR SUSPENSIONThe abovesigned proposer further affirms and declares that neither the proposer and/or any company <strong>of</strong>ficial nor any subcontractor to the proposerand/or any company <strong>of</strong>ficial has received any notices <strong>of</strong> debarment and/or suspension from contracting with the State <strong>of</strong> <strong>Connecticut</strong> or the FederalGovernment.YES NOThe abovesigned proposer further affirms and declares that neither the proposer and/or any company <strong>of</strong>ficial nor any subcontractor to the proposerand/or any company <strong>of</strong>ficial has received any notices <strong>of</strong> debarment and/or suspension from contracting with other states within the United States.YES NOIf the abovesigned proposer and/or any company <strong>of</strong>ficial or any subcontractor to the proposer and/or any company <strong>of</strong>ficial has received notices <strong>of</strong>debarment and/or suspension from contracting with the State <strong>of</strong> <strong>Connecticut</strong>, other states within the United States or Federal Government, saidnotices must be attached to this document when submitting this proposal.Number <strong>of</strong> notices attachedSection 4 <strong>of</strong> 4 – OTHER NOTICESNotice regarding Package Handling at 165 Capitol AvenueAs part <strong>of</strong> new security processes, all mail, packages and parcels, including RFP’s, delivered to the State Office Building at 165Capitol Avenue will be opened and examined by trained mail handling staff. RFP’s will then be resealed and <strong>for</strong>warded toProcurement Services. This procedure also applies to hand- carried packages.Proposers, note that additional time will be required to carry out these procedures. Allow extra time <strong>for</strong> processing <strong>of</strong> mail orpersonally delivered bids to Procurement Services. Remember, RFPs cannot be accepted after the RFP Due Date & Time specified onthe RFP.NOTE: ALWAYS USE MAILING LABEL INCLUDED WITH EACH RFP ON ALL PACKAGES WHEN RETURNING THE ORIGINAL & ONECOPY OF YOUR RFP RESPONSE.SIGNATURE OF AUTHORIZED PERSON IN SECTION 2 CONSTITUTES AGREEMENT WITH ALL PROCEDURES INDICATED ABOVE.


STANDARD RFPTERMS AND CONDITIONSRFP-19 Rev. 1/05Prev. Rev. 11/02Pat DeContiBuyer Name(860) 713-5061Buyer Phone NumberSTATE OF CONNECTICUTDEPARTMENT OF ADMINISTRATIVE SERVICESPROCUREMENT SERVICES165 Capitol Avenue, 5 th Floor SouthPO Box 150414HARTFORD, CT 06115-0414RFP NO.:05PSX0132Standard <strong>Request</strong> <strong>for</strong> <strong>Proposal</strong> (RFP) and Contract Terms and Conditions - Page 1 <strong>of</strong> 3All <strong>Request</strong>s <strong>for</strong> <strong>Proposal</strong> issued by the <strong>Department</strong> <strong>of</strong>Administrative Services, Procurement Services will bindProposers to the terms and conditions listed below, unlessspecified otherwise in any individual <strong>Request</strong> <strong>for</strong> <strong>Proposal</strong>.Incorporated by reference into this contract are applicableprovisions <strong>of</strong> the <strong>Connecticut</strong> General Statutes includingbut not limited to Sections 4a-50 through 4a-80 andapplicable provisions <strong>of</strong> the Regulations <strong>of</strong> <strong>Connecticut</strong>State Agencies including but not limited to Sections 4a-52-1 through 4a-52-22.The contractor agrees to comply with the regulationsreferred to in this section as they exist on the date <strong>of</strong> thisproposal and as they may be adopted or amended from timeto time during the term <strong>of</strong> this contract and anyamendments thereto.Submission <strong>of</strong> <strong>Proposal</strong>s1. <strong>Proposal</strong>s must be submitted on <strong>for</strong>ms supplied byProcurement Services. Telephone or facsimile proposals will notbe accepted in response to a <strong>Request</strong> <strong>for</strong> <strong>Proposal</strong>.2. The time and date proposals are due is given in each RFPissued. <strong>Proposal</strong>s received after the specified due date and time<strong>of</strong> RFP given in each RFP shall not be considered. RFPenvelopes must clearly indicate the RFP number as well as thedate and time that the RFP is due. The name and address <strong>of</strong> theProposer should appear in the upper left hand corner <strong>of</strong> theenvelope.3. Incomplete RFP <strong>for</strong>ms may result in the rejection <strong>of</strong> theproposal. Amendments to proposals received by ProcurementServices after the due date and time specified, shall not beconsidered. An original and one copy <strong>of</strong> the proposal scheduleshall be returned to Procurement Services. <strong>Proposal</strong>s shall becomputer prepared, typewritten or handwritten in ink.<strong>Proposal</strong>s submitted in pencil shall be rejected. All proposalsshall be signed by a person duly authorized to sign proposals onbehalf <strong>of</strong> the proposer. Unsigned proposals shall be rejected.Errors, alterations or corrections on both the original and copy<strong>of</strong> the proposal schedule to be returned must be initialed by theperson signing the proposal or their authorized designee. In theevent an authorized designee initials the correction, there mustbe written authorization from the person signing the proposal tothe person initialing the erasure, alterations, or correction.Failure to do so shall result in rejection <strong>of</strong> the proposal <strong>for</strong> thoseitems erased, altered or corrected and not initialed.4. Conditional proposals are subject to rejection in whole or inpart. A conditional proposal is defined as one which limits,modifies, expands or supplements any <strong>of</strong> the terms andconditions and/or specifications <strong>of</strong> the <strong>Request</strong> <strong>for</strong> <strong>Proposal</strong>.5. Alternate proposals will not be considered. An alternateproposal is defined as one which is submitted in addition to theproposers primary response to the <strong>Request</strong> <strong>for</strong> <strong>Proposal</strong>.6. Prices should be extended in decimal, not fraction, to be net,and shall include transportation and delivery charges fullyprepaid by the Contractor to the destination specified in theproposal, and subject only to cash discount.7. Pursuant to Section 12-412 <strong>of</strong> the <strong>Connecticut</strong> GeneralStatutes, the State <strong>of</strong> <strong>Connecticut</strong> is exempt from the payment<strong>of</strong> excise, transportation and sales taxes imposed by the FederalGovernment and/or the State. Such taxes must not be includedin proposal prices.8. In the event <strong>of</strong> a discrepancy between the unit price and theextension, the unit price shall govern.9. By its submission the proposer represents that the proposalis not made in connection with any other proposer submitting aproposal <strong>for</strong> the same commodity or commodities and is in allrespects fair and without collusion or fraud.10. All proposals are subject to public inspection upon award.Guaranty or Surety11. <strong>Proposal</strong> and or per<strong>for</strong>mance bonds may be required. Bondsmust meet the following requirements: Corporation - must besigned by an <strong>of</strong>ficial <strong>of</strong> the corporation above their <strong>of</strong>ficial titleand the corporate seal must be affixed over the signature; Firmor Partnership - must be signed by all the partners and indicatethey are “doing business as”; Individual - must be signed by theowner and indicated as “Owner”. The surety company executingthe bond or countersigning must be licensed in <strong>Connecticut</strong>and the bond must be signed by an <strong>of</strong>ficial <strong>of</strong> the suretycompany with the corporate seal affixed over their signature.Signatures <strong>of</strong> two witnesses <strong>for</strong> both the principal and thesurety must appear on the bond. Power <strong>of</strong> attorney <strong>for</strong> the<strong>of</strong>ficial signing the bond <strong>for</strong> the surety company must besubmitted with the bond.Samples12. Accepted proposal samples do not supersede specifications<strong>for</strong> quality unless sample is superior in quality. All deliveriesshall have at least the same quality as the accepted proposalsample.13. Samples are furnished free <strong>of</strong> charge. Proposer mustindicate if their return is desired, provided they have not beenmade useless by test. Samples may be held <strong>for</strong> comparison withdeliveries.Award14. Award will be based on quality <strong>of</strong> the articles or services tobe supplied, their con<strong>for</strong>mance with specifications, deliveryterms, price, administrative costs, past per<strong>for</strong>mance, andfinancial responsibility.15. Procurement Services may reject any proposer in default <strong>of</strong>any prior contract or guilty <strong>of</strong> misrepresentation or anyproposer with a member <strong>of</strong> its firm in default or guilty <strong>of</strong>misrepresentation.16. Procurement Services may correct inaccurate awardsresulting from clerical or administrative errors.Contract17. The existence <strong>of</strong> the contract shall be determined inaccordance with the requirements set <strong>for</strong>th above. However, theaward <strong>of</strong> the contract is not an order to ship.18. The Contractor shall not assign or otherwise dispose <strong>of</strong> theircontract or their right, title or interest, or their power to executesuch contract to any other person, firm or corporation withoutthe prior written consent <strong>of</strong> Procurement Services.


STANDARD RFPTERMS AND CONDITIONSRFP-19 Rev. 1/05Prev. Rev. 11/02Pat DeContiBuyer Name(860) 713-5061Buyer Phone NumberSTATE OF CONNECTICUTDEPARTMENT OF ADMINISTRATIVE SERVICESPROCUREMENT SERVICES165 Capitol Avenue, 5 th Floor SouthPO Box 150414HARTFORD, CT 06115-0414RFP NO.:05PSX0132Standard <strong>Request</strong> <strong>for</strong> <strong>Proposal</strong> (RFP) and Contract Terms and Conditions - Page 2 <strong>of</strong> 319. Proposers have ten days after notice <strong>of</strong> award to refuseacceptance <strong>of</strong> the award; after ten days the award will bebinding on the Contractor. If the Contractor refuses to acceptthe award within the ten day period, the award will be made tothe next lowest responsible qualified proposer.20. Failure <strong>of</strong> a Contractor to deliver commodities or per<strong>for</strong>mservices as specified will constitute authority <strong>for</strong> ProcurementServices to purchase these commodities or services on the openmarket. The Contractor agrees to promptly reimburse the State<strong>for</strong> excess cost <strong>of</strong> these purchases. The purchases will bededucted from the contracted quantities.21. Rejected commodities must be removed by the Contractorfrom State premises within 48 hours. Immediate removal maybe required when safety or health issues are present.22. Contractor agrees to: hold the State harmless from liability<strong>of</strong> any kind <strong>for</strong> the use <strong>of</strong> any copyright or uncopyrightedcomposition, secret process, patented or unpatented inventionfurnished or used in the per<strong>for</strong>mance <strong>of</strong> the contract; guaranteetheir products against defective material or workmanship;repair damages <strong>of</strong> any kind, <strong>for</strong> which they are responsible tothe premises or equipment, to their own work or to the work <strong>of</strong>other contractors; obtain and pay <strong>for</strong> all licenses, permits, feesetc. and to give all notices and comply with all requirements <strong>of</strong>city or town in which the service is to be provided and to theState <strong>of</strong> <strong>Connecticut</strong>; to carry proper insurance to protect theState from loss.23. Notwithstanding any provision or language in this contractto the contrary, the Commissioner may terminate this contractwhenever he/she determines in his/her sole discretion thatsuch termination is in the best interests <strong>of</strong> the State. Any suchtermination shall be effected by delivery to the Contractor <strong>of</strong> awritten notice <strong>of</strong> termination. The notice <strong>of</strong> termination shall besent by registered mail to the Contractor address furnished tothe State <strong>for</strong> purposes <strong>of</strong> correspondence or by hand delivery.Upon receipt <strong>of</strong> such notice, the Contractor shall bothimmediately discontinue all services affected (unless the noticedirects otherwise) and deliver to the State all data, drawings,specifications, reports, estimates, summaries, and such otherin<strong>for</strong>mation and materials as may have been accumulated bythe Contractor in per<strong>for</strong>ming his duties under this contract,whether completed or in progress. All such documents,in<strong>for</strong>mation, and materials shall become the property <strong>of</strong> theState. In the event <strong>of</strong> such termination, the Contractor shall beentitled to reasonable compensation as determined by theCommissioner <strong>of</strong> the <strong>Department</strong> <strong>of</strong> Administrative Services,however, no compensation <strong>for</strong> lost pr<strong>of</strong>its shall be allowed.Delivery24. All products and equipment delivered must be new unlessotherwise stated in the proposal specifications.25. Delivery will be onto the specified State loading docks by theContractor unless otherwise stated in the proposalspecifications.26. Deliveries are subject to re-weighing on State sealed scales.27. Payment terms are net 45 days after receipt <strong>of</strong> goods orinvoice, whichever is later, unless otherwise specified.28. Charges against a Contractor shall be deducted fromcurrent obligations. Money paid to the State by the Contractorshall be payable to the Treasurer, State <strong>of</strong> <strong>Connecticut</strong>.Tangible Personal Property29. (a) For any contract <strong>for</strong> provision <strong>of</strong> tangible personalproperty to the state entered into on or after the effective date <strong>of</strong>this section, each department head, as defined in section 4-5 <strong>of</strong>the general statutes, shall enter into an agreement with thecontractor pursuant to which such contractor shall agree, on itsown behalf and on behalf <strong>of</strong> each affiliate, as defined insubsection (d) <strong>of</strong> this section, <strong>of</strong> such contractor, <strong>for</strong> the term <strong>of</strong>the state contract, to collect and remit to the state on behalf <strong>of</strong>its customers any use tax due to the state under the provisions<strong>of</strong> chapter 219 <strong>of</strong> the general statutes <strong>for</strong> items <strong>of</strong> tangiblepersonal property sold by the contractor or by any <strong>of</strong> itsaffiliates in the same manner as if the contractor and itsaffiliates were engaged in the business <strong>of</strong> selling tangiblepersonal property <strong>for</strong> use in this state and had sufficient nexuswith this state to be required to collect use tax due to the state.(b) The following provisions shall apply to and be made part <strong>of</strong>any agreement entered into pursuant to subsection (a) <strong>of</strong> thissection: (1) The contractor and its affiliates are not liable <strong>for</strong>use tax not paid to them by a customer; (2) A customer'spayment <strong>of</strong> a use tax to the contractor or its affiliates relievesthe customer <strong>of</strong> liability <strong>for</strong> the use tax; (3) The contractor andits affiliates shall remit all use taxes they collect from customerson or be<strong>for</strong>e the due date specified in the agreement, which maynot be later than the last day <strong>of</strong> the month next succeeding theend <strong>of</strong> a calendar quarter or other tax collection period duringwhich the tax was collected; and (4) Any contractor or affiliatewho fails to remit use taxes collected on behalf <strong>of</strong> its customersby the due date specified in the agreement shall be subject tothe interest and penalties provided <strong>for</strong> persons required tocollect sales tax under chapter 219 <strong>of</strong> the general statutes. (c)Any agreement entered into under subsection (a) <strong>of</strong> this sectionmay provide that the contractor and its affiliates shall collectthe use tax only on items that are subject to the six per centrate <strong>of</strong> tax. (d) For purposes <strong>of</strong> this section, "affiliate" meansany person, as defined in section 12-1 <strong>of</strong> the general statutes,that controls, is controlled by, or is under common control withanother person. A person controls another person if the personowns, directly or indirectly, more than ten per cent <strong>of</strong> the votingsecurities <strong>of</strong> the other person. For purposes <strong>of</strong> this subsection,"voting security" means a security that confers upon the holderthe right to vote <strong>for</strong> the election <strong>of</strong> members <strong>of</strong> the board <strong>of</strong>directors or similar governing body <strong>of</strong> the business, or that isconvertible into, or entitles the holder to receive, upon itsexercise, a security that confers such a right to vote. "Votingsecurity" includes a general partnership interest. (PA 03-01 Sec.105)Saving Clause30. The Contractor shall not be liable <strong>for</strong> losses or delays in thefulfillment <strong>of</strong> the terms <strong>of</strong> the contract due to wars, acts <strong>of</strong>public enemies, strikes, fires, floods, acts <strong>of</strong> God or any otheracts not within the control <strong>of</strong> or reasonably prevented by theContractor. The Contractor will give written notice <strong>of</strong> the causeand probable duration <strong>of</strong> any such delay.Advertising31. Contractors may not reference sales to the State <strong>for</strong>advertising and promotional purposes without the priorapproval <strong>of</strong> Procurement Services.


STANDARD RFPTERMS AND CONDITIONSRFP-19 Rev. 1/05Prev. Rev. 11/02Pat DeContiBuyer Name(860) 713-5061Buyer Phone NumberSTATE OF CONNECTICUTDEPARTMENT OF ADMINISTRATIVE SERVICESPROCUREMENT SERVICES165 Capitol Avenue, 5 th Floor SouthPO Box 150414HARTFORD, CT 06115-0414RFP NO.:05PSX0132Standard <strong>Request</strong> <strong>for</strong> <strong>Proposal</strong> (RFP) and Contract Terms and Conditions - Page 3 <strong>of</strong> 3Rights32. The State has sole and exclusive right and title to all printedmaterial produced <strong>for</strong> the State and the contractor shall notcopyright the printed matter produced under the contract.33. The Contractor assigns to the State all rights title andinterests in and to all causes <strong>of</strong> action it may have underSection 4 <strong>of</strong> the Clayton Act, 15 USC 15, or under Chapter 624<strong>of</strong> the general statutes. This assignment occurs when theContractor is awarded the contract.34. Contractor agrees that it is in compliance with all applicablefederal, state and local laws and regulations, including but notlimited to <strong>Connecticut</strong> General Statutes Sections 4a-60 and 4a-60a. The Contractor also agrees that it will hold the Stateharmless and indemnify the State from any action which mayarise out <strong>of</strong> any act by the contractor concerning lack <strong>of</strong>compliance with these laws and regulations. All purchases willbe in compliance with Section 22a-194 to Section 22a-194g <strong>of</strong>the <strong>Connecticut</strong> General Statutes related to product packaging.35. This contract is subject to the provisions <strong>of</strong> Executive OrderNo. Three <strong>of</strong> Governor Thomas J. Meskill promulgated June 16,1971, the provisions <strong>of</strong> Executive Order No. Seventeen <strong>of</strong>Governor Thomas J. Meskill promulgated February 15, 1973and section 16 <strong>of</strong> P.A. 91-58 nondiscrimination regardingsexual orientation, and the provisions <strong>of</strong> Executive Order No.Sixteen <strong>of</strong> Governor John G. Rowland promulgated August 4,1999 regarding Violence in the Workplace Prevention Policy.Records, Files, and In<strong>for</strong>mation36. The contract resulting from the RFP is subject to theprovisions <strong>of</strong> §1-218 <strong>of</strong> the <strong>Connecticut</strong> General Statutes, as itmay be modified from time to time. In accordance with thissection, each contract in excess <strong>of</strong> two million five hundredthousand dollars between a public agency and a person <strong>for</strong> theper<strong>for</strong>mance <strong>of</strong> a governmental function shall (1) provide thatthe public agency is entitled to receive a copy <strong>of</strong> records andfiles related to the per<strong>for</strong>mance <strong>of</strong> the governmental function,and (2) indicate that such records and files are subject to theFreedom <strong>of</strong> In<strong>for</strong>mation Act and may be disclosed by the publicagency pursuant to the Freedom <strong>of</strong> In<strong>for</strong>mation Act. No requestto inspect or copy such records or files shall be valid unless therequest is made to the public agency in accordance with theFreedom <strong>of</strong> In<strong>for</strong>mation Act. Any complaint by a person who isdenied the right to inspect or copy such records or files shall bebrought to the Freedom <strong>of</strong> In<strong>for</strong>mation Commission inaccordance with the provisions <strong>of</strong> sections 1-205 and 1-206 <strong>of</strong>the <strong>Connecticut</strong> General Statutes.37. Incorporated by reference into this contract is Section 4-61dd(g)(1) and 4-61dd(3) and (f) <strong>of</strong> the <strong>Connecticut</strong> GeneralStatutes which prohibits contractors from taking adverse actionagainst employees who disclosed in<strong>for</strong>mation to the Auditors <strong>of</strong>Public Accounts or the Attorney General.Health Insurance Portability and Accountability Act(HIPAA)38. Under the Health Insurance Portability and AccountabilityAct (HIPAA) <strong>of</strong> 1996, Bidders are expected to adhere to the samestandards as the state agency/covered entity as to ProtectedHealth In<strong>for</strong>mation (PHI), to maintain compliance with Title 45CFR Part 164.504, Uses and Disclosures: OrganizationalRequirements, Bidder Contracts. Protected Health In<strong>for</strong>mation(PHI) includes in<strong>for</strong>mation related to claims, health services,federal and state tax in<strong>for</strong>mation, financials, criminal/courtrelated in<strong>for</strong>mation and other personally identifiable records.Bidder agrees that it shall be prohibited from using ordisclosing the PHI provided or made available by the stateagency/covered entity or viewed while on the premises <strong>for</strong> anypurpose other than as expressly permitted or required by thisContract. These uses and disclosures must be within the scope<strong>of</strong> the Bidder’s services provided to the state agency/coveredentity. Bidders shall establish and maintain reasonablesafeguards to prevent any use or disclosure <strong>of</strong> the PHI, otherthan as specified in this Contract or required by law. Bidderagrees that anytime PHI is provided or made available to anysubcontractors or agents, Bidder must enter into a subcontract,which contains the same terms, conditions and restrictions onthe use and disclosure <strong>of</strong> PHI as contained in this Contract.Bidder agrees to make available and provide a right <strong>of</strong> access toPHI by the individual <strong>for</strong> whom the in<strong>for</strong>mation was created anddisclosed. Bidder agrees to make in<strong>for</strong>mation available asrequired to provide an accounting <strong>of</strong> disclosures. Bidder agreesto make its internal practices, books, and records relating to theuse or disclosure <strong>of</strong> PHI received from, or created or received byBidder on behalf <strong>of</strong> the state agency/covered entity, available tothe Secretary <strong>of</strong> Health and Human Services (HHS) <strong>for</strong> purposes<strong>of</strong> determining compliance with the HHS Privacy Regulations.At termination <strong>of</strong> this Contract, Bidder agrees to return ordestroy all PHI received from, or created by the stateagency/covered entity. If not feasible, extend the protections <strong>of</strong>this agreement to the PHI and limit further uses anddisclosures. Bidder will have procedures in place <strong>for</strong> mitigatingany harmful effects from the use or disclosure <strong>of</strong> PHI in amanner contrary to this Contract or the HHS PrivacyRegulations. Bidder must develop and implement a system <strong>of</strong>sanctions <strong>for</strong> any employee, subcontractor or agent who violatesthis Contract or the HHS Privacy Regulations. The PHI shall beand remain the resources <strong>of</strong> the state agency/covered entity.Bidder agrees that it acquires no title or rights to thein<strong>for</strong>mation, including any de-identified in<strong>for</strong>mation, as a result<strong>of</strong> this Contract. Bidder agrees that the state agency/coveredentity has the right to immediately terminate this Contract ifthe state agency/covered entity determines that Bidder hasviolated a material term <strong>of</strong> this HIPAA Compliance Agreementabove.


EMPLOYMENTINFORMATION FORM(DAS-45)REV 2/98Company NameStreet AddressCityStateJOB CATEGORYSTATE OF CONNECTICUTCOMMISSION ON HUMAN RIGHTS AND OPPORTUNITIES (CHRO)WORKPLACE ANALYSIS AFFIRMATIVE ACTION REPORTRFP Number:05PSX0132EMPLOYMENT INFORMATION FORMContact Person Phone Number DateReport all permanent full-time or part-time employees, including apprentice and on-the-job trainees. Enter the number on all lines and in all columns.ABCDEOVERALL TOTALS WHITEBLACKHISPANIC ASIAN / PACIFIC(Sum <strong>of</strong> all columns, (NOT OF HISPANIC (NOT OF HISPANICISLANDERA-FORIGIN)ORIGIN)Male & FemaleOfficials/ManagersPr<strong>of</strong>essionalsTechniciansSales WorkersOffice/ClericalCraft Workers (Skilled)Operatives(Semi-skilled)Laborers (Unskilled)Service WorkersTOTALS ABOVEDo you use minority businesses as subcontractors or suppliers?Yes NoFAMERICAN INDIAN ORALASKAN NATIVEMale Female Male Female Male Female Male Female Male FemaleExplain:Do you use an Affirmative Action Plan? Yes No Explain:Describe your recruitment, hiring, training and promotion anti-discrimination practices.


OSHA COMPLIANCERFP-12 NEW 6/98STATE OF CONNECTICUTRFP Number:05PSX0132Certificate <strong>of</strong> Compliance with<strong>Connecticut</strong> General Statute Section 31 - 57bI hereby certify that all <strong>of</strong> the statements herein contained below have been examined by me, and to the best <strong>of</strong> myknowledge and belief are true and correct.The __________________________________________________________________ HAS / HAS NOTCompany Name(Cross out Non-applicable)been cited <strong>for</strong> three (3) or more willful or serious or serious violations <strong>of</strong> any Occupational Safety and Health Act(OSHA) or <strong>of</strong> any standard, order or regulation promulgated pursuant to such act, during the three year period precedingthe RFP, provided such violations were cited in accordance with the provisions <strong>of</strong> any State Occupational Safety andHealth Act <strong>of</strong> 1970, and not abated within the time fixed by the citation and such citation has not been set aside followingappeal to the appropriate agency <strong>of</strong> court having jurisdiction or HAS / HAS NOT (Cross out Non-applicable) received one ormore criminal convictions related to the injury or death <strong>of</strong> any employee in the three-year period preceding the RFP.The list <strong>of</strong> violations (if applicable) is attached.______________________________________________________(Name <strong>of</strong> Firm, Organization or Corporation)Signed:______________________________________________________Written Signature:______________________________________________________Name Typed:(Corporation Seal)Title:Dated:______________________________________________________(Title <strong>of</strong> Above Person, typed)________________________State <strong>of</strong> )County <strong>of</strong> ) ss: A.D., 20_________)Sworn to and personally appeared be<strong>for</strong>e me <strong>for</strong> the above, ________________________________________________,(Name <strong>of</strong> Firm, Organization, Corporation)Signer and Sealer <strong>of</strong> the <strong>for</strong>egoing instrument <strong>of</strong> and acknowledged the same to be the free act and deed <strong>of</strong>_______________________________________________, and his/her free act and deed as(Name <strong>of</strong> Person appearing in front <strong>of</strong> Notary or Clerk)_______________________________________________.(Title <strong>of</strong> Person appearing in front <strong>of</strong> Notary or Clerk)My Commission Expires:_______________________________________________(Notary Public)(Seal)


PROPOSERQUALIFICATIONSRFP-14 NEW 6/98Page 1 <strong>of</strong> 2STATE OF CONNECTICUTPROPOSER’S STATEMENT OF QUALIFICATIONSRFP Number:05PSX0132THIS FORM WILL BE USED IN ASSESSING A PROPOSER’S QUALIFICATIONS AND TO DETERMINE IF THE PROPOSAL SUBMITTED IS FROM ARESPONSIBLE PROPOSER. STATE LAW DESIGNATES THAT CONTRACTS BE AWARDED TO THE LOWEST RESPONSIBLE QUALIFIED PROPOSER.FACTORS SUCH AS PAST PERFORMANCE, INTEGRITY OF THE PROPOSER, CONFORMITY TO THE SPECIFICATIONS, ETC. WILL BE USED INEVALUATING PROPOSALS. ATTACH ADDITIONAL SHEETS IF NECESSARYCOMPANY NAME:&ADDRESS:NUMBER OF YEARS COMPANY HAS BEEN ENGAGED IN BUSINESS UNDER THIS NAME: __________YEARSLIST ANY CONTRACT AWARDS TO YOUR COMPANY BY THE STATE OF CONNECTICUT WITHIN THE LAST THREE (3) YEARS, THAT YOUACTUALLY PERFORMED SERVICE AGAINST. INDICATE WHICH STATE AGENCY, AND PROVIDE CONTRACT NAME ANDNUMBER, AND THE NAME AND TELEPHONE NUMBER OF THE PURCHASING AGENT ADMINISTERING THE CONTRACT.CONTRACT NO. CONTRACT NAME STATE AGENCY PURCHASING AGENT TEL. NO.______________ ________________________ _____________________ ______________________ _____________________________ ________________________ _____________________ ______________________ _____________________________ ________________________ _____________________ ______________________ _______________LIST ANY CONTRACT AWARDS TO YOUR COMPANY BY THE STATE OF CONNECTICUT WITHIN THE LAST THREE (3) YEARS. INDICATEWHICH STATE AGENCY, AND PROVIDE CONTRACT NAME AND NUMBER, AND THE NAME AND TELEPHONE NUMBER OF THE PURCHASINGAGENT ADMINISTERING THE CONTRACT.CONTRACT NO. CONTRACT NAME STATE AGENCY PURCHASING AGENT TEL. NO.______________ ________________________ _____________________ ______________________ _____________________________ ________________________ _____________________ ______________________ _____________________________ ________________________ _____________________ ______________________ _____________________________ ________________________ _____________________ ______________________ _______________LIST OTHER NAMES YOUR COMPANY GOES BY: _____________________________________________________________________LIST PREVIOUS COMPANY NAME (S)_______________________________________________________________________________LIST AT LEAST THREE COMPLETED PROJECTS SIMILAR IN NATURE TO THIS REQUEST FOR PROPOSAL WHICH DEMONSTRATES YOURCOMPANY’S ABILITY TO PERFORM THE REQUIRED SERVICES.Company Name and Address Telephone No.: Dollar Value:1. ______________________________________________________ _____________________ ____________________________________________________________________________ _____________________ ______________________2. ______________________________________________________ _____________________ ____________________________________________________________________________ _____________________ ______________________3. ______________________________________________________ _____________________ ____________________________________________________________________________ _____________________ ______________________


PROPOSERQUALIFICATIONSRFP-14 NEW 6/98Page 2 <strong>of</strong> 2COMPANY NAME:STATE OF CONNECTICUTPROPOSER’S STATEMENT OF QUALIFICATIONSRFP Number:05PSX0132SIZE OF COMPANYOR CORPORATION: NUMBER OF EMPLOYEES: FULL TIME _______________________ PART TIME _______________________COMPANY VALUE: EQUIPMENT ASSETS ________________ TOTAL ASSETS ___________________IS YOUR COMPANY REGISTERED WITH THE OFFICE OF THE CONNECTICUT SECRETARY OF STATE? YES NOREGISTRATION DATE, IF AVAILABLE: ____________________________IF REQUESTED, WOULD YOUR COMPANY PROVIDE A “GOOD STANDING” CERTIFICATEISSUED BY THE CONNECTICUT SECRETARY OF STATE’S OFFICE? YES NOLIST OF EQUIPMENT TO BE USED FOR THIS SERVICE (INCLUDE MODEL, YEAR & MANUFACTURER):MODEL YEAR MANUFACTURER___________________________ _____________ _____________________________________________________________________ _____________ _____________________________________________________________________ _____________ _____________________________________________________________________ _____________ __________________________________________(Attach additional sheets if necessary)LIST ANY RELEVANT CERTIFICATIONS, LICENSES, REGISTRATIONS, ETC. WHICH QUALIFY YOUR COMPANY TO MEET THE REQUIREMENTSOF THIS RFP.(Attach additional sheets if necessary)LIST ANY CRIMINAL CONVICTIONS AGAINST YOUR COMPANY AND ANY OF YOUR COMPANY’S OFFICERS,PRINCIPAL SHAREHOLDERS, DIRECTORS, PARTNERS, LLC MEMBERS AND LLC MANAGERS.(Attach additional sheets if necessary)LIST ANY ADMINISTRATIVE ACTIONS EITHER PENDING REVIEW BY THE STATE OR DETERMINATIONS THAT THE STATE HASMADE REGARDING YOUR COMPANY OR ANY OF YOUR COMPANY’S OFFICERS, PRINCIPAL SHAREHOLDERS, DIRECTORS,PARTNERS, LLC MEMBERS OR LLC MANAGERS. THIS WOULD INCLUDE COURT JUDGEMENTS, ACTIONS, SUITS, CLAIMS,DEMANDS, INVESTIGATIONS AND LEGAL, ADMINISTRATIVE OR ARBITRATION PROCEEDINGS PENDING IN ANY FORUM.INCLUDE A LISTING OF OSHA VIOLATIONS AND ANY ACTIONS OR ORDERS PENDING OR RESOLVED WITH ANY STATEAGENCY SUCH AS THE DEPARTMENT OF CONSUMER PROTECTION, THE DEPARTMENT OF ENVIRONMENTAL PROTECTION,ETC. DETAIL THIS INFORMATION ON A SEPARATE SHEET OF PAPER. SUCH INFORMATION SHOULD BE FOR THE LAST THREE(3) YEARS.________________________________________________________________________________________________________________________(Attach additional sheets if necessary)I HEREBY CERTIFY UNDER PENALTY OF FALSE STATEMENT THAT ALL THE INFORMATION SUPPLIED ISCOMPLETE AND TRUE.________________________________________________________SIGNATURE_______________________________________________________________________TITLE___________________________DATE


VENDOR AFFIDAVIT TOACCOMPANY PROPOSALRFP-8 Rev. 6/04Pat DeContiContract Specialist(860) 713-5061Telephone NumberSTATE OF CONNECTICUTDEPARTMENT OF ADMINISTRATIVE SERVICESPROCUREMENT SERVICES165 Capitol Avenue, 5 th Floor SouthPO Box 150414HARTFORD, CT 06115-0414Vendor Affidavit to Accompany <strong>Proposal</strong> <strong>for</strong> DAS State Contracts,as defined in Section 2 <strong>of</strong> Public Act 04-245Page 1 <strong>of</strong> 1BID NO.:05PSX0132I, ______________________________________________________ (name, title and company name), herebyswear that, during the two-year period preceding the submission <strong>of</strong> this proposal that neither myself nor anyprincipals or key personnel <strong>of</strong> the submitting firm or corporation who participated directly, extensively andsubstantially in the preparation <strong>of</strong> this proposal nor agent <strong>of</strong> the above gave a gift, as defined in Conn. Gen. Stat.Section 1-79(e), including a life event gift as defined in Conn. Gen. Stat. Section 1-79(e)(12), except the giftslisted below:Name <strong>of</strong> recipient <strong>of</strong> gift Value <strong>of</strong> Gift Date <strong>of</strong> Gift Gift Description __1.2.3.to (1) any public <strong>of</strong>ficial or state employee <strong>of</strong> the state agency or quasi-public agency soliciting the proposalswho participated directly, extensively, and substantially in the preparation <strong>of</strong> the preparation <strong>of</strong> the request <strong>for</strong>proposal; or (2) to any public <strong>of</strong>ficial or state employee who has supervisory or appointing authority over thestate agency or quasi-public agency soliciting the proposal.Further, neither I nor any principals or key personnel <strong>of</strong> submitting firm or corporation who participateddirectly, extensively and substantially in the preparation <strong>of</strong> this proposal know <strong>of</strong> any action to circumvent thisvendor affidavit disclosure.Sworn as true to the best <strong>of</strong> my knowledge and belief, subject to the penalties <strong>of</strong> false statement.__________________________________Print name Signature DateSworn and subscribed be<strong>for</strong>e me on this day <strong>of</strong> , 200 ,____________________________Commissioner <strong>of</strong> the Superior Court/Notary Public


State <strong>of</strong> <strong>Connecticut</strong><strong>Request</strong><strong>for</strong> <strong>Proposal</strong>sPreventive Maintenance, Repair and Emergency Repair <strong>of</strong> TemperatureControl Systems <strong>for</strong> the <strong>Department</strong> <strong>of</strong> In<strong>for</strong>mation Technology DataCenter.Patrick DeConti<strong>Department</strong> <strong>of</strong> Administrative ServicesMay 17,2005


State <strong>of</strong> <strong>Connecticut</strong><strong>Department</strong> <strong>of</strong> Administrative ServicesAnnouncement <strong>of</strong> <strong>Request</strong> <strong>for</strong> <strong>Proposal</strong>s (RFP) to provide Preventive Maintenance, Repair andEmergency Repair <strong>of</strong> Temperature Control Systems <strong>for</strong> <strong>Department</strong> <strong>of</strong> In<strong>for</strong>mation Technology DataCenter.Date: May 17, 2005RFP No.: 05PSX0132The State <strong>of</strong> <strong>Connecticut</strong>, <strong>Department</strong> <strong>of</strong> Administrative Services (“DAS”) is committed to providingquality products and Services to our customers. To that end, DAS is issuing this RFP to obtainPreventive Maintenance, Repair and Emergency Repair <strong>of</strong> Temperature Control Systems <strong>for</strong><strong>Connecticut</strong> <strong>Department</strong> <strong>of</strong> In<strong>for</strong>mation Technology Data Center (“DOIT”). The DAS welcomes theopportunity to work with our customers and suppliers to provide Preventive Maintenance, Repair andEmergency Repair <strong>of</strong> Temperature Control Systems <strong>for</strong> DOIT to the State <strong>of</strong> <strong>Connecticut</strong> as outlinedthroughout this RFP document.We invite you to be part <strong>of</strong> this ef<strong>for</strong>t.Patrick J. DeContiContract Specialist<strong>Department</strong> <strong>of</strong> Administrative ServicesPAGE 2


TABLE OF CONTENTSOVERVIEW _____________________________________________________________4SCOPE OF SERVICES _____________________________________________________4PRODUCT AND/OR SERVICE SPECIFICATIONS_______________________________8PROPOSAL / CONTRACT REQUIREMENTS _________________________________11SELECTION CRITERIA __________________________________________________15INSTRUCTIONS TO PROPOSERS __________________________________________16SUBMITTAL REQUIREMENTS ____________________________________________17SPECIAL TERMS AND CONDITIONS _______________________________________18INDEX OF ABBREVIATIONS/DEFINITIONS AND OTHER RELATED COMMENTS__22PAGE 3


<strong>Request</strong> <strong>for</strong> <strong>Proposal</strong>sPreventive Maintenance, Repair and Emergency Repair <strong>of</strong> Temperature ControlSystems <strong>for</strong> <strong>Connecticut</strong> <strong>Department</strong> <strong>of</strong> In<strong>for</strong>mation Technology Data CenterOverviewThis contract is to provide Preventive Maintenance, Repair and Emergency Repair <strong>for</strong> the Temperature Control Systemsincluding but not limited to Air Conditioning (“AC”) equipment and related temperature control systems <strong>for</strong> DOIT aslisted in this <strong>Request</strong> <strong>for</strong> <strong>Proposal</strong> (the “Services”). The Services includes all components and equipment associated withthe facility’s air distribution system <strong>for</strong> conditioned spaces and/or occupied or un-occupied zones.Scope <strong>of</strong> ServicesContractor shall provide preventive and emergency maintenance <strong>of</strong> Air Conditioning (“AC”) equipment and relatedtemperature control systems <strong>for</strong> DOIT as listed in this <strong>Request</strong> <strong>for</strong> <strong>Proposal</strong> (“RFP”). The AC system and relatedautomatic temperature control systems includes all components and equipment associated with the facility’s airdistribution system <strong>for</strong> conditioned spaces and/or occupied or un-occupied zones.Services shall consist <strong>of</strong> the entire air-conditioning and ventilation system from the points where the air enters thesystem to the point where the air is discharged from the system.The contractor shall furnish all labor, materials and equipment necessary to complete this work in a first class manner,in accordance with the manufacturer’s recommendations, existing codes, standards, and local/state regulations. Thecontractor shall be responsible <strong>for</strong> all fees and/or permits applicable to this contract.This contract shall include testing, and all Services required keeping the equipment in proper operating condition andensuring per<strong>for</strong>mance consistent with the design. All necessary coil washing, tube brushing, and coil cleaning areincluded. All materials to repair or replace a failed component shall be <strong>of</strong> the same quality and type as originallyinstalled. If the same quality and type is not available, then a better, not lesser, quality type shall be used. Allreplacement refrigerant and disposal <strong>of</strong> old refrigerant is also included in the Scope or Services.It shall be the responsibility <strong>of</strong> the Contractor to effectively produce the required system sequencing to allow allassociated auxiliary equipment to per<strong>for</strong>m in the intended mode. The intent <strong>of</strong> the maintenance program shall be tomaintain the integrity <strong>of</strong> the temperature control system and related mechanical system(s).For all applicable equipment, the preventive and emergency maintenance shall include, but not be limited to, thefollowing procedures listed in this RFP.SERVICE SPECIFICATIONS AND CONTRACTOR’S REQUIREMENTSSUBCONTRACTING:Under no condition shall any preventive maintenance work be subcontracted. Services must be provided by qualified andtrained service personnel that are directly employed by the contractor. (See “Subcontractors” in Special Terms andConditions).MAINTENANCE SUPPORT:The contractor is required to supply a maintenance department staffed with full-time pr<strong>of</strong>essionals in the field <strong>of</strong> AC,electric and electronic controls.PAGE 4


WORK SCHEDULING:The contractor shall schedule preventive maintenance tasks by computer to assure a uni<strong>for</strong>m and detailed method <strong>of</strong>scheduling work. The Contractor’s system must capture Preventive Maintenance (“PM”) tasks to be per<strong>for</strong>ming, alongwith the tools, needed to per<strong>for</strong>m each task. The scheduling system must output work orders to the service techniciansinstructing <strong>of</strong> such. The scheduling system must store within a database the specific work per<strong>for</strong>med and material used<strong>for</strong> management advisory regarding on-going issues and repairs. Additionally, the scheduling system must collect andhold all hours spent within the facility involving PM, emergency, and repair work, as well as any materials used withinthe facility <strong>for</strong> auditing by the State or DOIT. This in<strong>for</strong>mation must be submitted to: Facilities Maintenance Manager orrepresentative twice a year at the minimum. The contractor must state the system/s<strong>of</strong>tware that they will be utilized <strong>for</strong>this function.a) Schedule <strong>of</strong> pre-season, mid-season, semi-annual, and annual inspections and Services shall be submitted to theFacilities Maintenance Manager or designated representative two (2) weeks be<strong>for</strong>e service. Repairs and routinepreventive maintenance will be scheduled and accomplished at such times to minimize temperature andenvironmental impact to employees, systems, and equipment.The contractor will establish a checkout log, which will be at the facility <strong>of</strong> DOIT. The checkout board is to remain withthe Facility Maintenance Manager. The contractor agrees that the mechanic responsible <strong>for</strong> work will check in and outon this board and with any designated DOIT representative be<strong>for</strong>e and after completion <strong>of</strong> any work, maintenance, oradjustment. The Service Technician is to list the maintenance or adjustments completed on the checkout board.PARTS REPLACEMENT AND COST ESTIMATE1. A cost estimate <strong>for</strong> the repair and or replacement <strong>of</strong> all parts, components, or devices <strong>for</strong> mechanical systems thatare worn or are not in proper operational condition shall be submitted to the Facilities Maintenance Manager. Thecontractor shall proceed with repairs upon receipt <strong>of</strong> written approval from the Facilities Maintenance Manager.2. When the equipment or parts are to be replaced in their entirety, a newer design <strong>of</strong> the part is available which isfunctionally equivalent, and compatible, the device <strong>of</strong> the newer design shall be used as the replacement.3. The contractor shall be responsible <strong>for</strong> initiating recommendations to DOIT <strong>for</strong> system or operating modificationsthat will accomplish better economy or efficiency <strong>of</strong> the operation.EXCLUSIONSTravel charges and mileage expenses are not included in this contract and will not be paid by DOIT. The contractor isresponsible <strong>for</strong> his/her own travel charges and mileage expenses.The following are the only items excluded from the contractor’s responsibility:1. Willful and wanton damage to a unit.2. Upgrades and modifications requested by DOIT to enhance per<strong>for</strong>mance beyond current equipment specificationsor design capacity.3. Electrical service upstream <strong>of</strong> the line side <strong>of</strong> the disconnects; however, all contactors and control wiring andrelays are included.4. Any asbestos removal necessary to per<strong>for</strong>m repairs.5. For all excluded items, the contractor shall propose three (3) additional figures on the attached RFP-16 proposalpage: a job site hourly rate between 8:00 a.m. and 4:00 p.m., overtime rate <strong>for</strong> work at all other times, and amaterial mark-up percentage from his cost <strong>of</strong> material. The job site hourly rate is the only amount chargeable toDOITINVENTORY AND TEST EQUIPMENT:Contractor shall have available and maintain a local <strong>of</strong>fice with adequate inventory <strong>of</strong> replacement parts and componentsto per<strong>for</strong>m service in accordance with the manufactures specifications. The contractor shall demonstrate they own theproper tools and test equipment to maintain all <strong>of</strong> the systems under contract. The contractor must own and be able todocument possession <strong>of</strong> test equipment and parts which DOIT reserves the right to examine and verify the existence <strong>of</strong>an adequate inventory and necessary test equipment.PAGE 5


OSHA COMPLIANCE:The contractor must fully comply with all relevant OSHA requirements.CONTRACT MANAGER:The Contractor shall assign a member <strong>of</strong> its staff to manage this contract on behalf <strong>of</strong> the Contractor. This member shallhave full authority to allocate Contractor resources to per<strong>for</strong>m under this contract. This member shall review all PMreports and materials being sent to DOIT and ensure they are accurate and complete, and per<strong>for</strong>m necessary follow-up.The Contractor shall detail with his proposal how they will manage this contract and what steps will be taken to per<strong>for</strong>mall follow up and ensure DOIT’s satisfaction.COMPONENT PARTSContractor shall be required to make replacements or repairs <strong>of</strong> component parts necessitated by “normal and routinemaintenance” and any other unusual circumstances.MATERIALSContractor in per<strong>for</strong>ming maintenance and repairs shall use, factory-produced parts, currently in production with OEM,which are regularly used <strong>for</strong> the type <strong>of</strong> equipment being serviced. In addition, ensure that no attachment or part hasbeen substituted or applied contrary to the manufacturers recommendations and standard practice. All equipment partsand supplies must be made by an OEM or an OEM approved provider. When it is necessary to remove insulationmaterials <strong>for</strong> repairs/replacement, the Contractor is responsible <strong>for</strong> re-insulating the pipes or equipment after repairs arecompleted, at no additional charge to DOIT.WARRANTIES, GUARANTEES, AND INSTRUCTIONSThe Contractor warrants <strong>for</strong> itself, its subcontractors, and its suppliers, that Services per<strong>for</strong>med shall con<strong>for</strong>m to therequirements <strong>of</strong> this contract and shall be accomplished in a workmanlike manner and, unless otherwise specified, inaccordance with generally recognized and adequate practices, in accordance with the manufacturer’s recommendationsand standards. For any Services that does not con<strong>for</strong>m in all respects or are defective in any respect, and DOIT notifiesthe Contractor within a reasonable time after discovery there<strong>of</strong>, the Contractor, at its sole expense, shall promptly correctsuch non-con<strong>for</strong>mity or defect. This obligation <strong>of</strong> the Contractor to correct non-con<strong>for</strong>ming or defective Services shallcontinue <strong>for</strong> three (3) months after completion <strong>of</strong> Services. All warranties herein shall be assignable to DOIT or its agentthere<strong>of</strong> intended to benefit from such Services. These warranties shall survive any termination <strong>of</strong> the agreement and anyacceptance or payment by DOIT and shall be in addition to any remedies provided by applicable law.WARRANTY OF SERVICESThe contractor shall warrant all work <strong>for</strong> a minimum period <strong>of</strong> three (3) months from the date <strong>of</strong> completion <strong>of</strong> the workagainst all defective workmanship and materials furnished by the contractor. Where longer periods <strong>of</strong> warranty/guaranteeare required by these specifications or are provided <strong>for</strong> by specific or implied warranty <strong>of</strong> materials, goods, or equipmentor by general law, the longer period will govern.The contractor shall promptly replace or repair in a manner satisfactory to DOIT any such defective work after duenotice is given by DOIT. Work will be assumed to be defective if it is determined by DOIT that the material orequipment is not per<strong>for</strong>ming in a manner consistent with its intended use or operation. It the contractor fails to make suchreplacement or repairs, DOIT may per<strong>for</strong>m or cause to be per<strong>for</strong>med such work and the contractor and its sureties shallbe liable <strong>for</strong> all costs there<strong>of</strong>.PAGE 6


MAINTENANCE PROCEDURES AND RECORDS1. Awarded contractor must submit a written systematic planned maintenance program in spreadsheet <strong>for</strong>matupdated monthly, including all work orders completed from the previous month.2. The awarded contractor shall prepare a checklist <strong>of</strong> preventative maintenance tasks to be completed and providethe service technician with a copy <strong>of</strong> the checklist. The checklist must be checked <strong>of</strong>f as completed by the Servicetechnician and the completeness <strong>of</strong> the tasks listed on the checklist verified by the Facilities MaintenanceManager or his representative) at the work site.3. Each major mechanical equipment shall be provided with a service tag indicating the mechanic, date and serviceper<strong>for</strong>med.4. After each preventive maintenance, Service and emergency call the contractor shall leave one legible servicereport/work order at the work site and a second copy shall be mailed to the Facilities Maintenance Manager ordesignated representative. In addition, the contractor shall mail the service checklist to the Facilities MaintenanceManager or designated representative. The service report shall detail all work per<strong>for</strong>med, location, date, materials,and equipment serviced, etc.5. The contractor shall per<strong>for</strong>m preventive maintenance and service calls as recommended by the manufacturer <strong>of</strong>each piece <strong>of</strong> equipment.6. The contractor shall coordinate all preventive maintenance and service calls with the Facilities MaintenanceManager7. Preventive maintenance calls shall be provided during normal working hours <strong>of</strong> 8:00 a.m. to 4:00 p.m., Mondaythrough Friday.8. Emergency service shall be provided 24 hours a day, 365 days a year as needed.PAGE 7


Product and/or Service SpecificationsSCHEDULE 1 –AC EQUIPMENT AND TEMPERATURE CONTROL SYSTEMS PREVENTIVE MAINTENANCESPECIFICATIONS AND REQUIREMENTSEquipment Included:The specific quantities, manufacture, and type <strong>of</strong> the major pieces <strong>of</strong> the equipment are listed separately on theEquipment list (Schedule 2).The AC system and related automatic temperature control systems include all components and equipment associatedwith the facility’s air distribution system <strong>for</strong> conditioned spaces and/or occupied or un-occupied zones. This consists <strong>of</strong>the entire air conditioning and ventilation system from the points where the air enters the system to the point where theair is discharged from the system. The maintenance <strong>of</strong> the equipment and the responsibility <strong>of</strong> the contractor shall not belimited to only these major pieces <strong>of</strong> equipment as shown on the equipment list, but shall also include all appurtenantdevices and systems listed below that are related to the AC and temperature control systems.1. Compressors, complete with motors, starters and drives.2. Condensers, with related fans, pumps and their motors, starters and drives.3. Evaporators, main chilled water pump and their motors, starters and drives and D/X coils.4. Refrigerant piping and the controls and valves in such piping.5. Refrigerant.6. Capacity and temperature devices, including thermometers and gauges that directly start, stop andcontrol the capacity <strong>of</strong> the apparatus.7. Insulation on equipment and refrigerant piping.8. Manual service valves on all equipment.9. Chilled water pumps, as pertains to cooling system, complete with check valves, motor, starter anddrives.10. Air handling apparatus, including fan and their motor, starter and drives.11. Temperature controls, dampers and damper motors.12. Cooling coils.13. Air filters, including changes.14. Ventilation systems.15. All chilled water circulating pumps.16. Bearings, fans, and belts.Preventive MaintenanceShall include, but not be limited to:1. Air filter service, including filter material. All filter changes must be completed every three (3) months.2. Lubrication <strong>of</strong> motors, drivers, bearing, etc3. Megger checks <strong>of</strong> motors over ¾ HP.4. Air diffusers cleaning must be quarterly, with a cleaning solvent suitable <strong>for</strong> removing mildew.5. Acid/oil tests <strong>of</strong> all refrigeration systems. Furnish copies to the Facilities Maintenance Manager or hisrepresentative6. Check all resets and all switches and verify all amperage draws7. Calibration <strong>of</strong> all temperature controls.8. Repair all leaks in AC cooling coils when necessary.PAGE 8


9. It is the Contractor’s responsibility to remove ceiling grids and tiles to access fan coil units <strong>for</strong> filterchanges and preventive maintenance.10. Adjust all linkages, motors, drives, etc., that have drifted from the initial design settings and positions.11. Test and cycle all equipment as a system after it has been cleaned, lubricated, adjusted, and calibrated toensure it is in proper operating condition and per<strong>for</strong>ming at optimum efficiency according to themanufacturer’s recommendations.The contractor shall per<strong>for</strong>m preventive maintenance and service calls as recommended by the manufacture <strong>of</strong> each piece<strong>of</strong> equipment and shall incorporate as applicable the following listed checks and functions into the work schedule,INSPECTION1. Brush and vacuum coil, fan and housing as required.2. Lubricate fan and motor bearings per manufacturer’s recommendations.3. Change belts4. Check and clean drains and drain pan.5. Check and clean strainers and valves.6. Change filters.7. Check operating condition <strong>of</strong> the unit.8. Lubricate and adjust dampers and linkages.9. Check motor operating condition <strong>of</strong> the unit.10. Inspect electrical connections, contactors, relays and operating/safety control.11. Secure unit panels.12. Tighten all nuts and bolts. Check motor mounts and vibration pads. (Replace and adjust as required)13. Verify gauges <strong>for</strong> accuracy. (Replace and adjust as required)14. Check suction and discharge pressures.15. Testing <strong>of</strong> chemically treated water.16. Inspect humidifier.17. Check refrigerant pressure.18. Check refrigerant temperature.19 Calibrate all controllers.20. Calibrate all transmitter and receiver gauges.21. Check all control valves. (Change and adjust as required)22. Check all pilot positions. (Change and adjust as required)23. Check all auxiliary control devices. (Change and adjust as required)24. Clean all condensate pans and blow out traps25. Check all control tables26. Wipe down all cabinets inside and out with Simple GreenPAGE 9


Equipment List (Schedule 2).Infrastructure Specs <strong>for</strong> A/CMake Model # Serial # PM’s Site Scan IDScanco S12506/UH125A Air filter 010612-2 4 DOIT 1 st floor parts roomScanco S12506/UH125A Air filter 010612-1 4 Jud. 1 st floor parts roomLiebert VE240GU-AAEI 431928-001 4 CRAC-1ALiebert DE240GU-AAEI 431928-002 4 UPSAC-1Liebert DE240GU-AAEI 431928-003 4 UPSAC-2Liebert DE240GU-AAEI 512728-001 4 UPSAC-3Liebert RAC UNIT UPS-RM1Liebert DE363GU-AAEI 431928-008 4 CRAC-1Liebert DE363GU-AAEI 431928-007 4 CRAC-2Liebert DE363GU-AAEI 431928-009 4 CRAC-3Liebert DE363GU-AAEI 431928-005 4 CRAC-4Liebert DE363GU-AAEI 431928-010 4 CRAC-5Liebert DE363GU-AAEI 431928-006 4 CRAC-6Liebert DE363GU-AAEI 431928-011 4 CRAC-7Liebert DE363GU-AAEI 431928-012 4 CRAC-8Liebert DE363GU-AAEI 431928-004 4 CRAC-9Liebert DE363GU-AAEI 431928-013 4 CRAC-10Liebert DDNT940A Dry-Cooler 0107C44873 4 G3Liebert DDNT940A Dry-Cooler 0106C4476 4 G3Liebert DDNT940A Dry-Cooler 0103C43743 4 G3Liebert DDNT940A Dry-Cooler 0106C44572 4 G3Liebert DDNT940A Dry-Cooler 0109C45324 4 G3Liebert DDNT940A Dry-Cooler 0106C44454 4 G3Liebert VE72G-ASM 317963001 4 PBXLiebert VE110G-ASM 317963-002 4 LABLiebert DD0310A/Dry Cooler 93050214 4 G2Liebert D3A Pump Package 4 G2Liebert MMD60K-AHELB 0125N49750 4 AC-1-MinimateLiebert MMD60K-AHELB 0125n49731 4 AC-2-MinimateLiebert MCD69W3-A00 0125N49504 4 AC-1-Minimate Cond.Liebert MCD69W3-A00 0125N49505 4 AC-2-Minimate Cond.Liebert DM037EPH3 0338N92518 4 Data Mate 1/Batt. RM 1Liebert DM037EPH3 0337N82343 4 Data Mate 2/Batt. RM 2Liebert Cond./ PFH037A-PL3 0337N82347 4 Data Mate 1/Batt. RM 1Liebert Cond./ PFH037A-PL3 0337N82351 4 Data Mate 2/Batt. RM 2Koldwave 2K10DHB11 Z4-256152 4 IDF-1Koldwave 2K10DHB11 Z4-256157 4 IDF-2Koldwave 2K10DHB11 Z4-256153 4 IDF-3Koldwave 2K10DHB11 Z4-256155 4 IDF-4Koldwave 2K10DHB11 Z4-256154 4 IDF-5Koldwave 2K10DHB11 Z4-256151 4 IDF-6Koldwave 2K10DHB11 Z4-256156 4 IDF-7Systecon PPCH212 PUMP 1PKG. Baldor/Z0010190130 4 Pump House/ G3Systecon PPCH212 PUMP 2PKG. Baldor/Z0010310165 4 Pump House/ G3PAGE 10


<strong>Proposal</strong> / Contract Requirements1 QUALIFICATIONS OF PROPOSER AND PROPOSAL INFORMATION2 Contract PeriodThe Contractor must meet all the following requirements. Any proposal that does not meet theserequirements or is incomplete, conditional, obscure, or which contains exceptions, or irregularities <strong>of</strong> anykind, may be cause <strong>for</strong> rejection <strong>of</strong> proposal.The State intends that the contract produced from this RFP may be in effect <strong>for</strong> a period <strong>of</strong> five (5) years withthe right to extend this contract <strong>for</strong> a period up to the full original contract term, or parts there<strong>of</strong>.3 Pre-<strong>Proposal</strong> Meeting and Site Inspection RequirementsThis RFP contains a required pre proposal meeting (time and location listed below) and a site inspection thatwill occur after the RFP process is completed. Only the highest scoring qualified vendor will then be allowedto inspect the equipment. Vendors responding to this RFP must attend the pre-proposal meeting at thespecified date and location listed below. Proposers who do not attend Pre <strong>Proposal</strong> Meeting will not be allowedto respond to this RFP.Pre <strong>Proposal</strong> Meeting Time & LocationState Office Building165 Capitol AvenueHARTFORD, CTDate: May 25, 2005Time: 2:00 PM**Room: G-19**Late arrivals to the pre-<strong>Proposal</strong> meeting listed above will not be permitted. Late arrivalsare defined as 15 minutes past the time stated above. This meeting is intended to review the RFPrequirements and answer any questions that interested Proposer may have about this RFPdocument. Failure to attend this meeting will result in the rejection <strong>of</strong> your proposal.Site InspectionsOnly the highest scoring qualified vendor will be required to inspect the Equipment referenced in this RFP toconfirm its condition. A time will be scheduled with this vendor only after all proposals have been evaluatedand scored, and all other vendors have been notified in writing that their proposal had not been accepted.Please note, if the State does not come to an agreement with the highest scoring qualified vendor, the State willcontact the next highest scored qualified vendor as long as this vendor to schedule a site inspection and sign anagreement.Schedule 2 (Equipment List) provides in<strong>for</strong>mation on the equipment list <strong>of</strong> on site AC systems. Thisin<strong>for</strong>mation is provided with the understanding that it complete and up to date. Since equipment may be addedor deleted during the course <strong>of</strong> this contract. The proposer is required to conduct a thorough inspection <strong>of</strong> theAC systems at the site inspection.Where deficiencies are cited and verified DOIT has the option <strong>of</strong> adding the unlisted equipment to Schedule 2and amending the contract cost accordingly.PAGE 11


4 Contract AwardThe State reserves the right to award this Contract in a manner deemed to be in the best interest <strong>of</strong> the State andmay include, but not be limited to:A. by item, group <strong>of</strong> items, or in it’s entiretyB. Multiple Vendor Award5 Required InsuranceContractor shall not commence work under this contract until he has obtained all insurance required under thisSection, nor shall the Contractor allow any sub-contractor to commence work on his subcontract until allsimilar insurance required <strong>of</strong> the subcontractor has been obtained.A) Commercial General Liability$1,000,000 Combined Single Limit per occurrence <strong>for</strong> bodily injury, personal injury and propertydamage. Coverage shall include Premises and Operations, Independent Contractors, Products andCompleted Operations, Contractual Liability and Board Form Property Damage coverage. If a generalaggregate is used, the general aggregate limit shall apply either separately to the project or the generalaggregate limit shall be twice the occurrence amount.B) Automobile Liability$1,000,000 Combined Single Limit Automobile Liability insurance shall be maintained against claims<strong>for</strong> damages resulting from bodily injury, including wrongful death, and property damage which mayarise from the operations <strong>of</strong> any owned, hired or non-owned automobiles used by or <strong>for</strong> the Contractorin any capacity in connection with carrying out this contract.C) Workers Compensation and Employers’ LiabilityStatutory coverage in compliance with the Compensation laws <strong>of</strong> the State <strong>of</strong> <strong>Connecticut</strong>.Coverage shall include Employers’ Liability with minimum limits <strong>of</strong> $100,000 each accident,$100,000 disease-each employee, and $500,000 disease-policy limit.D) Minimum Scope <strong>of</strong> InsuranceAll Liability insurance policies shall be written on an “occurrence” basis only. All insurance coverage isto be placed with insurers authorized to do business in the State <strong>of</strong> <strong>Connecticut</strong> and must be placed withan insurer that has an A.M. Best’s Rating <strong>of</strong> no less and A-, VII. All certificates <strong>of</strong> insurance shall befiled with the <strong>Department</strong> <strong>of</strong> Administrative Services on the standard Acord Certificate <strong>of</strong> Insurance<strong>for</strong>m showing the specified insurance and limits. The State <strong>of</strong> <strong>Connecticut</strong> shall be named as anAdditional Insured. The contractor’s insurer shall have no right <strong>of</strong> recovery <strong>of</strong> subrogation against theState and the contractor’s insurance shall be primary coverage.6 Compliance with law, Codes, Standards and Regulations7 Contract ChangesThe contractor shall comply with all applicable laws, codes, standards and regulations <strong>of</strong> the State <strong>of</strong><strong>Connecticut</strong>.DAS and DOIT may, from time to time, request changes in the Scope <strong>of</strong> Services to be per<strong>for</strong>med by thecontractor hereunder. Any such change, including any increase or decrease in the amount <strong>of</strong> the contractor’scompensation, which are mutually agreed upon by and between DAS and the contractor, shall beincorporated in a written amendment to the agreement.PAGE 12


8 QUALIFICATIONS OF PROPOSER AND PROPOSAL INFORMATIONEXPERIENCE: The Proposer shall include with his proposal, a list <strong>of</strong> five contracted customers, <strong>of</strong> equalsize and complexity, where Proposer has per<strong>for</strong>med maintenance coverage as described herein, includingsubcontractors. The State retains the option <strong>of</strong> contacting any or all <strong>of</strong> those listed <strong>for</strong> reference purposes.The Proposer shall have been in the temperature control and mechanical business <strong>for</strong> at least five (5) years.This experience should include, and be proven to have occurred at, a minimum <strong>of</strong> two (2) sites controlled bythe same owner, such as a campus, where service has been provided on a variety <strong>of</strong> systems and components.CERTIFICATION REQUIREMENTS: The Proposer shall provide the State with current licensed S-1mechanical contractor in the State <strong>of</strong> <strong>Connecticut</strong> and have two or more employees with a current State <strong>of</strong><strong>Connecticut</strong> Journeyman’s License D-2, D-4, D-6, or S-2. Pro<strong>of</strong> <strong>of</strong> this requirement shall be submitted withthis RFP. Proposer may also include any industry, manufacturer, or other certification(s), which may providethe State with additional in<strong>for</strong>mation regarding experience to satisfy the requirements <strong>of</strong> this RFPLOCAL REFERENCES: The Proposer shall submit a list <strong>of</strong> three (3) local clients with similar multiplefacilities in excess <strong>of</strong> $25,000.00per year who have been under contract with the Proposer <strong>for</strong> a period <strong>of</strong> notless than three (3) years. In addition, the Proposer shall submit one (1) reference <strong>of</strong> a client with multiplefacilities that is no longer doing business with your company. For all four (4) clients, you are required tosubmit the company name, contact name and telephone number, and the number <strong>of</strong> years they were undercontract with you.EXPERIENCE WITH THE EQUIPMENT AND/OR ABILITY TO MAINTAIN AND SERVICEEQUIPMENT: The proposer must have experience or ability to service the equipment listed in Schedule 2.For the purpose <strong>of</strong> selection, the proposer must provide a pre-award maintenance plan and schedule <strong>for</strong> thelisted equipment in accordance with the manufacturer’s recommendation. The following source <strong>of</strong> themanufacturer’s recommendations and schedule will be accepted: OEM Manuals, Internet downloads,catalogs, or any other service related documentation. The proposer must provide copies <strong>of</strong> any documentused to prepare the pre-award maintenance plan and schedule.Note: The proposer’s pre-award maintenance plan and schedule is a selection tool and may not be the plan orschedule that will be used <strong>for</strong> this contract – see specifications in this contract to determine currentmaintenance plan and schedule. When the specification in this contract does not define a maintenance plan orschedule the pre-award maintenance plan and schedule may be relevant, subject to prior approval fromDOIT’s Facilities Maintenance Manager or representative.9 HAZARDOUS CONDITIONS AND SAFETY REQUIREMENTSIt is possible that asbestos may exist in some <strong>of</strong> the locations covered by this agreement. The work to be doneunder this contract does not specifically require the removal <strong>of</strong> or contact with any hazardous materials.During the course <strong>of</strong> per<strong>for</strong>ming work under this contract, should the contractor find serious or hazardousconditions existing in any <strong>of</strong> the AC systems, the contractor shall stop work, secure the equipmentimmediately, and notify the Facilities Maintenance Manager.The contractor will be fully responsible <strong>for</strong> developing, implementing, and actively supervising a workprocedure that will comply with all applicable state and federal occupational health and safety rules andregulations pertaining to asbestos and all hazardous materials in regards to the contractor’s employees. Thecontractor will further ensure that all precautions are taken to avoid asbestos and hazardous contamination <strong>of</strong>DOIT facility space affecting department personnel.10 REFRIGERANT HANDLING, RECOVERY AND RECYCLING OF CFC’s and HCFC’sThe contractor must comply with all laws, codes and regulations concerning fully halogenated CFCrefrigerants and recovery. In addition, the contractor must comply with ASHRAE (American Society <strong>of</strong>PAGE 13


Heating Refrigerating and Air Conditioning Engineers, Inc.) Guideline #3-1990 on the subject. However, thelatest guideline on the subject shall be complied with if Guideline #3-1990 has been superseded. Thecontractor must have recovery equipment as described in the guidelines.The contractor will provide service technicians who are certified to handle refrigerant and operate recoveryand recycling equipment. Where ever possible refrigerant is to be recycled on site. The contractor is toemploy at least one service technician who has received industry-recognized training in retr<strong>of</strong>itting systems.The contractor must be in and demonstrate compliance with EPA standards, which took effect July 1992 andremain in compliance thereafter.11 SECURITYThe contractor is responsible <strong>for</strong> training his employee(s) in the security requirements <strong>of</strong> the agency, and willbe responsible <strong>for</strong> en<strong>for</strong>cing the security rules as they apply to his employees. In addition to any othersecurity rules and regulations, the contractor shall in<strong>for</strong>m his employees <strong>of</strong> the following:1. No guns, knives or other dangerous weapons are allowed on state property.2. No dangerous drugs or other prohibited substances, including alcohol, are allowed on state property.3. No unauthorized personnel, including children, shall be allowed on state property.4. The use <strong>of</strong> state telephone is strictly prohibited, except in an emergency situation.5. The state/federal personnel to the contractor will furnish all keys to the building. All keys remain theproperty <strong>of</strong> the state/federal government and shall not be duplicated by the contractor or his employee(s).All keys shall be returned to the agency upon completion work or request. A charge will be assessed <strong>for</strong>any keys not returned. Contractor will assume cost <strong>of</strong> re-keying buildings if keys are lost or stolen by himor his employee(s).6. No camera or picture taking is allowed.7. The awarded Contracted and his designated employees shall be required to under go a full backgroundcheck be<strong>for</strong>e entering the site.PAGE 14


Selection CriteriaA selection committee will review and score all proposals. The following in<strong>for</strong>mation, in addition to therequirements, terms and conditions identified throughout this RFP Document, will be considered as part <strong>of</strong>the Selection process.1. Applicable Contenta. Ability to meet specifications, requirements, terms and conditionsb. Pre-Award Maintenance Plan (see section 9.4)c. Current Licensesd. Current inventory <strong>of</strong> parts.e. Current inventory <strong>of</strong> tools and test equipment.f. Ability to provide service, maintenance, service calls, etc.-g. Description <strong>of</strong> the process to access field change notices and update diagrams and schematicsh. Description <strong>of</strong> be your escalation process in case <strong>of</strong> an emergency call not being repairedi. Description <strong>of</strong> your problem reporting procedures including after hours, weekends and holidays2. Business In<strong>for</strong>mation:a. Set Aside Status (if applicable)b. Length <strong>of</strong> Time in the Temperature control & Maintenance Businessc. Appropriate Insuranced. Provide 2 references <strong>for</strong> high availability contracts where you provide Service.e. Have any lawsuits been brought against your firm in the last three (3) years (If yes explain)3. Account Managementa. Ability to adhere to Quality Assurance / Safety requirementsb. Reporting Capabilities (Sample <strong>of</strong> planned maintenance program)4. Valuea. Form RFP-16 <strong>Proposal</strong> Schedule (Job-site rates and part prices)5. Deliverya. Ability to adhere to delivery requirementsb. Ability to respond to Emergency calls (24/7/365)PAGE 15


Instructions to Proposers1. <strong>Proposal</strong> ScheduleRelease <strong>of</strong> RFP: Date: May 17, 2005<strong>Proposal</strong> Due Date:Date: June 8, 2005, by 2:00 pm2. Sealed <strong>Proposal</strong>sDuring the period from your organization’s receipt <strong>of</strong> this <strong>Request</strong> <strong>for</strong> <strong>Proposal</strong>s, and until a contract isawarded, your organization shall not contact any employee <strong>of</strong> the State <strong>of</strong> <strong>Connecticut</strong> <strong>for</strong> additionalin<strong>for</strong>mation, except in writing, directed to the <strong>Department</strong> <strong>of</strong> Administrative Services, Attn. Patrick DeConti,Procurement Services, 165 Capitol Avenue, 5 th Floor South, Hart<strong>for</strong>d, CT 06106.<strong>Proposal</strong>s must be submitted in a SEALED envelope or carton, clearly marked with RFP 05PSX0132 thedate, and the name and address <strong>of</strong> the proposer. Any material that is not so received may be opened asgeneral mail, and result in invalidating the proposer’s submission. Facsimile or unsealed proposals will notbe accepted under any circumstances.3. Number and Submission <strong>of</strong> <strong>Proposal</strong>sProposers should submit one (1) original and four (4) copies <strong>of</strong> the proposal. Any proposal, which isincomplete or does not follow the prescribed <strong>for</strong>mat may not be considered.<strong>Proposal</strong>s may be mailed or delivered in person to the address below to arrive by June 8, 2005, by 2:00 PM.<strong>Proposal</strong>s received after that time, due to whatever reason, will not be accepted and will be sent backunopened. Postmark dates will not be considered as the basis <strong>for</strong> meeting any submission deadline.<strong>Proposal</strong>s will not be publicly read on the due date.4. Authorized SignaturesState <strong>of</strong> <strong>Connecticut</strong><strong>Department</strong> <strong>of</strong> Administrative Services/ProcurementServicesRFP 05PSX132165 Capitol Avenue, 5 th Floor SouthHart<strong>for</strong>d, CT 06106The proposal must be signed by an authorized <strong>of</strong>ficial. The proposal must also provide the name, title address andtelephone number <strong>of</strong> individuals with authority to bind the company, and <strong>for</strong> those who may be contacted to clarify thein<strong>for</strong>mation provided.PAGE 16


Submittal Requirements1. Pre-Award Maintenance Plan (see section 9.4).2. Current Licenses, Pr<strong>of</strong>essional designations.3. Current inventory <strong>of</strong> parts.4. Current inventory <strong>of</strong> tools and test equipment.5. Set Aside Status (if applicable) DAS Set Aside Certificate.6. Brief business history outlining length <strong>of</strong> time in Temperature Control & Maintenance Business.7. Past 2 years financial statements. ** Should proposers wish this in<strong>for</strong>mation to be considered confidential, this in<strong>for</strong>mation should be placed in asealed envelope marked “Confidential”, this in<strong>for</strong>mation will not be made viewable to the public and will onlybe reviewed by the evaluation committee.)8. Appropriate Insurance <strong>for</strong>ms.9. Client References: please provide the following in<strong>for</strong>mation <strong>for</strong> each reference. *Name <strong>of</strong> companyContact nameTelephone numberDescription <strong>of</strong> work provided* Should proposers wish this in<strong>for</strong>mation to be considered confidential, this in<strong>for</strong>mation should be placed in asealed envelope marked “Confidential”, this in<strong>for</strong>mation will not be made viewable to the public and will onlybe reviewed by the evaluation committee.)10. Reporting Capabilities (Sample <strong>of</strong> planned maintenance program).11. Form RFP-16 <strong>Proposal</strong> Schedule (Job-site rates and part prices).PAGE 17


Special Terms and Conditions1. Con<strong>for</strong>mity and Completeness <strong>of</strong> <strong>Proposal</strong>sTo be considered acceptable, proposals must be complete and con<strong>for</strong>m with all RFP instructions and conditions.DAS, at its discretion, may reject in whole or in part, any proposal if in its judgment the best interests <strong>of</strong> the State willbe served.2. Stability <strong>of</strong> Proposed PricesAny price <strong>of</strong>ferings from proposers must be valid <strong>for</strong> a period <strong>of</strong> 180 days from the due date <strong>of</strong> the proposals.3. Amendment or Cancellation <strong>of</strong> the RFPDAS reserves the right to cancel, amend, modify or otherwise change this RFP at any time if it deems it to be in thebest interest <strong>of</strong> the State to do so.4. Multiple AwardDAS reserves the right to award to multiple vendors.5. <strong>Proposal</strong> ModificationsNo additions or changes to any proposal will be allowed after the proposal due date, unless such modification isspecifically requested by DAS. DAS, at its option, may seek proposer retraction and/or clarification <strong>of</strong> anydiscrepancy or contradiction found during its review <strong>of</strong> proposals.6. Proposer Presentation <strong>of</strong> Supporting EvidenceProposers must be prepared to provide any evidence <strong>of</strong> experience, per<strong>for</strong>mance, ability, and/or financial surety thatDAS deems to be necessary or appropriate to fully establish the per<strong>for</strong>mance capabilities represented in theirproposals.7. Proposer Demonstration <strong>of</strong> Proposed Services and or ProductsAt the discretion <strong>of</strong> DAS, proposers must be able to confirm their ability to provide all proposed Services. Anyrequired confirmation must be provided at a site approved by DAS and without cost to the State.8. Proposer Misrepresentation or DefaultDAS may reject the proposal and void any award resulting from this RFP to a proposer who makes any materialmisrepresentation in their proposal or other submittal in connection with this RFP.9. Erroneous AwardsDAS reserves the right to correct inaccurate awards. This may include, in extreme circumstances, revoking theawarding <strong>of</strong> a contract already made to a proposer and subsequently awarding the contract to another proposer.Such action on the part <strong>of</strong> DAS shall not constitute a breach <strong>of</strong> contract on the part <strong>of</strong> DAS since the contract with theinitial proposer is deemed to be void and <strong>of</strong> no effect as if no contract ever existed between DAS and such proposer.10. <strong>Proposal</strong> ExpensesProposers are responsible <strong>for</strong> all costs and expenses incurred in the preparation <strong>of</strong> proposals and <strong>for</strong> any subsequentwork on the proposal that is required by DAS.11. Ownership <strong>of</strong> <strong>Proposal</strong>sAll proposals shall become the sole property <strong>of</strong> the State and will not be returned.12. Ownership <strong>of</strong> Subsequent ProductsAny product, whether acceptable or unacceptable, developed under a contract awarded as a result <strong>of</strong> this RFP shall bethe sole property <strong>of</strong> the State unless otherwise stated in the contract.PAGE 18


13. Transfer <strong>of</strong> DataAll data stored in the successful proposer’s files, electronic or hard copy will be returned to DAS upon the expiration<strong>of</strong> the contract.14. State Fiscal and Product Per<strong>for</strong>mance RequirementsAny product or Services acquisition resulting from this RFP must be contingent upon contractual provisions <strong>for</strong>cancellation <strong>of</strong> such acquisition, without penalty, if the applicable funds are not available <strong>for</strong> required payment or if theproduct or Services fail to meet minimum State criteria <strong>for</strong> acceptance and per<strong>for</strong>mance reliability.15 Validation <strong>of</strong> <strong>Proposal</strong>sThe proposals shall be binding commitments which DAS may include, by reference or otherwise, into any contractwith a proposer. The proposals must provide the names, titles, addresses and telephone numbers <strong>of</strong> those individualswith authority to negotiate a contract with DAS and contractually bind the proposer. The proposal must also includeevidence that it has been duly delivered on the part <strong>of</strong> the proposer, that the persons submitting the proposal have therequisite corporate power and authority to structure, compile, draft, submit and deliver the proposal and subsequentlyto enter into, execute and deliver and per<strong>for</strong>m on behalf <strong>of</strong> the proposer any contract contemplated in this RFP.16. Execution <strong>of</strong> ContractThis RFP is not a contract and, alone, shall not be interpreted as such. Rather, this RFP only serves as the instrumentthrough which proposals are solicited.Once the evaluation <strong>of</strong> the proposals is complete and a proposer(s) is selected, the selected proposal(s) and this RFPmay then serve as the basis <strong>for</strong> a contract that will be negotiated and executed between DAS and the selectedproposer(s). This RFP and the proposal will likely be attached to the contract as exhibits.If, <strong>for</strong> some reason, DAS and the initial proposer fail to reach consensus on the issues relative to the contract, thenDAS may commence contract negotiations with other proposers. DAS may decide at any time to start the RFPprocess again.The contract may include a liquidated damages clause at the discretion <strong>of</strong> the State.17. Oral Agreement or ArrangementsAny alleged oral agreements or arrangements made by proposers with any State agency or employee will bedisregarded in any State proposal evaluation or associated award.18. Independent Price DeterminationsIn the proposals, proposers must warrant, represent, and certify that the following requirement have been met inconnection with this RFP:The costs proposed have been arrived at independently, without consultation, communication, or agreement <strong>for</strong> thepurpose <strong>of</strong> restricting competition as to any matter relating to such process with any other organization or with anycompetitor;Unless otherwise required by law, the costs quoted have not been knowingly disclosed by the proposer on a prior basisdirectly or indirectly to any other organization or to any competitor; andNo attempt has been made, or will be made, by the proposed to induce any other person or firm to submit or not tosubmit a proposal <strong>for</strong> the purpose <strong>of</strong> restricting competition.19. Offer <strong>of</strong> GratuitiesThe proposer warrants, represents, and certifies that no elected or appointed <strong>of</strong>ficial or employee <strong>of</strong> the State <strong>of</strong><strong>Connecticut</strong> has, or will, benefit financially or materially from this procurement. Any contract and/or award arisingfrom this RFP may be terminated by DAS if it is determined that gratuities <strong>of</strong> any kind were either <strong>of</strong>fered to, orPAGE 19


eceived by, any <strong>of</strong> the a<strong>for</strong>ementioned <strong>of</strong>ficials or employees from the proposer, the proposer’s agent(s),representatives(s) or employees(s).20. Subletting or Assigning <strong>of</strong> ContractThe contract or any portion there<strong>of</strong>, or the work provided <strong>for</strong> therein, or the right, title, or interest <strong>of</strong> the contractortherein or thereto may not be sublet, sold, transferred, assigned or otherwise disposed <strong>of</strong> to any person, firm, orcorporation, or other entity without the prior written consent <strong>of</strong> DAS. No person, firm or corporation, or other entity,other than the proposer to whom the project was awarded is permitted to commence work on the project unless suchconsent has been granted.21. SubcontractorsDAS must approve in writing all subcontractors utilized by the successful proposer prior to any such subcontractorcommencing work. Proposers acknowledge that by the act <strong>of</strong> submitting a proposal that any work provided under thecontract is work conducted on behalf <strong>of</strong> the State and that the Commissioner <strong>of</strong> DAS or her designee maycommunicate directly with any subcontractor as the State deems to be necessary or appropriate. It is also understoodthat the successful proposer shall be responsible <strong>for</strong> all payment <strong>of</strong> fees charged by the subcontractor(s). Aper<strong>for</strong>mance evaluation <strong>of</strong> any subcontractor shall be provided promptly by the successful proposer to DAS uponrequest.The successful proposer must provide the majority <strong>of</strong> Services described in the specifications.22. Freedom <strong>of</strong> In<strong>for</strong>mationDue regard will be given <strong>for</strong> the protection <strong>of</strong> proprietary or confidential in<strong>for</strong>mation contained in all proposalsreceived. However, proposers should be aware that all materials associated with the procurement are subject to theterms <strong>of</strong> the <strong>Connecticut</strong> Freedom <strong>of</strong> In<strong>for</strong>mation Act (FOIA) and all rules, regulations and interpretations resultingtherefrom. It will not be sufficient <strong>for</strong> proposers to merely state generally that the proposal is proprietary orconfidential in nature and not, there<strong>for</strong>e, subject to release to third parties.Those particular sentences, paragraphs, pages or sections which a proposer believes to be exempt from disclosureunder the FOIA must be specifically identified as such. Convincing explanation and rationale sufficient to justify eachexemption consistent with Section 1-210(b) <strong>of</strong> the FOIA must accompany the proposal. The rationale and explanationmust be stated in terms <strong>of</strong> the prospective harm to the competitive position <strong>of</strong> the proposer that would result if theidentified material were to be released and the reasons why the materials are legally exempt from release pursuant tothe above cited statute.23. Con<strong>for</strong>mance with Federal, State and Other RequirementsBy executing the contract, the proposer represents and warrants that, at all pertinent and relevant times to the contract,it has been, is and will continue to be in full compliance with all Federal, State, municipal or other governmentaldepartment, commission, board, bureau, agency, institution, <strong>of</strong>fice council, instrumentality, municipalities or not <strong>for</strong>pr<strong>of</strong>its codes, statutes, acts, ordinances, guidelines, resolutions, orders, judgments, decrees, injunctions, rules,regulations and the like.24. Discrimination and Labor RecruitmentThe contractor shall comply with Executive Orders No. Three and Seventeen, promulgated June 16, 1971 andFebruary 15, 1973 and to the Guidelines and Rules <strong>of</strong> the State Labor Commissioner implementing Executive OrderNo. Three and further agree to submit reports <strong>of</strong> compliance staffing on Labor <strong>Department</strong> Form E.O. 3-1 when andas required. The contractor shall also comply with non-discrimination provisions as described in <strong>Connecticut</strong> GeneralStatutes Nos. 4a-60 and 4a-60a and any other applicable statute or regulation and administrative procedure.25. Americans with Disabilities ActThe contractor shall comply with the Americans with Disabilities Act in accordance with Public Law 101-336 and anyother applicable federal laws and regulations.PAGE 20


26. Affirmative Action and Contract Compliance ReportingProposers are advised that in addition to evaluating their qualifications, experience, capabilities, competitiveness <strong>of</strong>cost, and con<strong>for</strong>mance to the RFP specifications, weight may also be given to proposers who demonstrate acommitment to affirmative action by full compliance with the Commission on Human Rights and Opportunitiesregulations.The Employment In<strong>for</strong>mation Form, included in this RFP, should be completed by the proposer and included withproposal.27. State Access to Records, Record Keeping, and Record TransferThe successful proposer shall prepare, maintain and preserve all records with respect to the administration <strong>of</strong> thisprogram. During the term <strong>of</strong> the contract the State shall have access during normal business hours to all such records,in whatever <strong>for</strong>m they exist or are stored, which records shall be the property <strong>of</strong> the State, and upon termination <strong>of</strong> thecontract, all such records, or exact copies there<strong>of</strong>, shall be immediately turned over intact to the State. The successfulproposer shall af<strong>for</strong>d the <strong>of</strong>ficers, attorneys, accountants, auditors, and other authorized representatives <strong>of</strong> the State freeand full access to the records to be maintained by the successful proposer as pertains to the contract.At the option <strong>of</strong> the State, periodic audits may, at reasonable times, be made <strong>of</strong> the successful proposers’ and all <strong>of</strong> itssubcontractors’ books and records ins<strong>of</strong>ar as they pertain to the contract. Such audits shall be made at the Statesexpense by the State or independent public accountants designated by the State. Said books and records shall bemade available to the Auditors <strong>of</strong> Public Accounts <strong>of</strong> the State <strong>of</strong> <strong>Connecticut</strong>.28. Confidentiality and Care <strong>of</strong> DataThe successful proposer agrees to protect the confidentiality <strong>of</strong> any files, data or other material pertaining to thiscontract and to restrict their use solely <strong>for</strong> the purpose <strong>of</strong> per<strong>for</strong>ming this contract. The successful proposer shall takeall steps necessary to safeguard data, files, reports or other in<strong>for</strong>mation from loss, destruction or erasure. Any costs orexpenses <strong>of</strong> replacing or damages resulting from the loss <strong>of</strong> such data shall be borne by the contractor when such lossor damage occurred through its negligence.29. Year 2000 ComplianceAny product or Services acquisition resulting from this RFP will be year 2000 compliant. The successful proposer isresponsible <strong>for</strong> any costs incurred in accordance with year 2000 compliance at no additional cost to the state.30. Payments Against a Contract AwardUnder no circumstances shall the successful proposer begin to per<strong>for</strong>m under the contract prior to the effective date<strong>of</strong> the contract. The State <strong>of</strong> <strong>Connecticut</strong> shall assume no liability <strong>for</strong> payment <strong>of</strong> Services under the terms <strong>of</strong> thecontract until the successful proposer is notified that the contract has been accepted by DAS and approved by theOffice <strong>of</strong> the Attorney General <strong>of</strong> the State <strong>of</strong> <strong>Connecticut</strong>. In no case, shall a successful proposer bill the useragencies <strong>for</strong> amounts in excess <strong>of</strong> the amount(s) indicated in the final proposal agreed to and accepted by the DAS.Any authorized or agreed additional charges can only be approved <strong>for</strong> payment by means <strong>of</strong> an amendment to thecontract.31. Equipment Failure ResponseIn case <strong>of</strong> failure beyond normal inspection and routine maintenance, the Contractor shall respond with adequatenumber <strong>of</strong> personnel with expertise necessary to correct the problem within a twenty-four (24) hour period. TheContractor shall coordinate this work with the Facilities Maintenance Manager or representative. DOIT shall retainthe option <strong>of</strong> having personnel present at any inspection or maintenance (preventive or emergency) visits.32. Labor Wage RatesThis contract award may be subject to the CT <strong>Department</strong> <strong>of</strong> Labor's Wage rates <strong>for</strong> “Certain Services Workers (CTStatute 31-57F)”. If subject to such wages, in the event wages increase over the term <strong>of</strong> this contract, the contractormust request in writing the appropriate increase to fulfill this requirement.PAGE 21


Index <strong>of</strong> Abbreviations/Definitions and Other Related CommentsAdjust: To regulate, settle, or bring to a more satisfactory state or to normal operating condition.Annual: Services per<strong>for</strong>med during the contract period at intervals <strong>of</strong> not less than 300 to not more than 365days. It is considered that there is one annual period within a year. Any service is subject to advancescheduling.Pre-Cooling: Services per<strong>for</strong>med during the contract period prior to the cooling season. Services should beper<strong>for</strong>med in the month <strong>of</strong> April.Check: Examine, inspect, test, or verify by trial. If the component fails to meet design or operationalstandards or specifications, then the component shall be adjusted or repaired as necessary to bring it to suchstandard.Component Part: Any part <strong>of</strong> an equipment or system, which is detachable or removable from the main body,or main assembly <strong>of</strong> the equipment or system; a constituent part necessary to the per<strong>for</strong>mance <strong>of</strong> the system.DAS: <strong>Department</strong> <strong>of</strong> Administrative ServicesEmergency Service: Emergency service, <strong>for</strong> the purpose <strong>of</strong> this contract, is defined as any repair orreplacement <strong>of</strong> parts beyond the scope <strong>of</strong> full maintenance (normal and routine – preventive maintenance,repair or replacement). This includes, but is not limited to, any work requiring immediate action to correct orprevent loss, damage or necessitated by vandalism, negligence by the State, fire, Acts <strong>of</strong> God or otherunusual circumstances.Note: Emergency service rendered under this contract shall be available continually on a 24-hours a day,365 days a year basis. Twenty-four (24) hour emergency service capability shall include “answeringservice” response system. Home telephone numbers or recording devices are unacceptable in lieu <strong>of</strong> ananswering service capability. Emergency calls on listed equipment shall be provided at no extra cost abovebid price. Response to the emergency must be within four (4) hours. DOIT is operational during winterstorm emergencies. Service on an emergency basis, should a breakdown occur, will be needed attimes <strong>of</strong> extreme weather conditions.FOIA: Freedom <strong>of</strong> In<strong>for</strong>mation ActFrequency: This is the frequency <strong>of</strong> accomplishment <strong>of</strong> items <strong>of</strong> maintenance (PM) in accordance with,where applicable, frequencies within paragraphs <strong>of</strong> this specification and the manufacturer’srecommendations.Full Maintenance: Work which is required to repair, replace, or maintain (preventive) HVAC equipment in acondition outlined in manufacturer’s specifications and operational manuals <strong>for</strong> respective pieces <strong>of</strong>equipment, or consultant recommendations <strong>for</strong> overcoming the effects <strong>of</strong> wear and tear, disaster, damage, ordeterioration. New construction or alteration is not included.Inspect: To examine thoroughly, to view closely in critical appraisal.Maintain (preventive): To keep in a state <strong>of</strong> repair and efficiency, to preserve from failure or decline.Monthly: Services per<strong>for</strong>med during calendar months at intervals <strong>of</strong> not less than 28 to not more than 31days.Provide: Shall be understood to mean provide in place, that is, furnished and installed, ready to use.PAGE 22


Quarterly: Services per<strong>for</strong>med during the contract period at intervals <strong>of</strong> not less than 80 but not more than100 days. It is considered that there are four (4) quarterly periods within a year. Any service is subject toadvance scheduling.Regular Hours: Regular hours are from 7:00 a.m. to 4:00 p.m., Mondays through Fridays, except Stateapproved holidays.Repairs: To restore or renew to original condition, including restoration or renewals <strong>of</strong> necessary componentsand the installation or replacement <strong>of</strong> defective or deficient components. Repair phase also includes anynecessary disassembly and re-assembly.Replace: To remove damaged, defective, or deteriorated materials or parts and install new parts as approved.RFP: <strong>Request</strong> <strong>for</strong> <strong>Proposal</strong>Semi-Annual: Services per<strong>for</strong>med during the contract period at intervals <strong>of</strong> not less than 160 but not morethan 200 days. It is considered that there are two semi-annual periods within a year. Any service is subject toadvance scheduling.This solicitation is <strong>for</strong> procurement through competitive negotiation, NOT through competitive bidding, inaccordance with the <strong>Department</strong> <strong>of</strong> Administrative Services competitive negotiation statutes and regulations.Accordingly, all references in this (RFP) to “bids”, “bidder” and like terms shall be disregarded. Instead,such terms shall be read and be deemed to mean, <strong>for</strong> interpretative purposes, “proposal”, “proposer”, and liketerms.PAGE 23


PROPOSAL SCHEDULERFP-16 NEW 6/98Patrick DeContiContract SpecialistSTATE OF CONNECTICUTRFP NO.:05PSX0132PROCUREMENT SERVICESPROPOSAL SCHEDULE DELIVERY:<strong>for</strong> RFP # 05PSX0132TERMS: CASH DISCOUNT:(860) 713-5061* * * * * IMPORTANT! * * * * *Telephone NumberRETURN ORIGINAL AND ONE COPYPayment terms are net 45 days. Any deviation may result in proposal rejection.<strong>Proposal</strong> prices shall include all transportation charges FOB state agency.Page 1 OF 1PROPOSER NAME:SSN OR FEIN #:% DaysItem#LocationQuarterly PMChargeRepair RateHourlyAfter HourEmergency Rate<strong>Department</strong> Of In<strong>for</strong>mation TechnologyData Center101 East River DriveEast HARTFORD, CT 06108-3274$___________ $___________ $___________Parts:Original Equipment Manufacture Parts Cost Plus:andPercentage Off List Price <strong>of</strong> Original Equipment Manufacture Parts:% ___________________% ___________________Please provide pricing <strong>for</strong> both Cost Plus and Percentage <strong>of</strong>f list.Page 1 <strong>of</strong> 1

Hooray! Your file is uploaded and ready to be published.

Saved successfully!

Ooh no, something went wrong!