RFP ADDENDUM STATE OF CONNECTICUT 05PSX0026 …SUBCONTRACTING: Under no condition shall any...

121
RFP ADDENDUM RFP-18 NEW 6/98 STATE OF CONNECTICUT DEPARTMENT OF ADMINISTRATIVE SERVICES RFP NO.: 05PSX0026 Joe Giliberto Buyer Name PROCUREMENT SERVICES 165 Capitol Avenue, Room 5 th Floor South Proposal Due Date: 12 April 2005 (860) 713-5096 Buyer Phone Number PO Box 150414 HARTFORD, CT 06115-0414 RFP ADDENDUM #2 DESCRIPTION: HVAC Maintenance and Repair for Military Department FOR: Military Department PROPOSERS NOTE: Due Date has been changed to April 12, 2005 Please read the attached revised Request for Proposal. The following sections have been revised: Work Scheduling OSHA Compliance Terminal Units All Equipment Lists Security (Property Entrance) Revised Proposal Schedule In addition, the State is requiring that Proposers submit one original and five copies of their proposal. APPROVED_________________________________ JOSEPH GILIBERTO Contract Specialist (Original Signature on Document in Procurement Files) Date Issued: 24 March 2005 This Addendum must be Signed & Returned with your Proposal. Authorized Signature of Proposer Company Name

Transcript of RFP ADDENDUM STATE OF CONNECTICUT 05PSX0026 …SUBCONTRACTING: Under no condition shall any...

Page 1: RFP ADDENDUM STATE OF CONNECTICUT 05PSX0026 …SUBCONTRACTING: Under no condition shall any preventive maintenance work be subcontracted. Services must be provided by qualified and

RFP ADDENDUM RFP-18 NEW 6/98

STATE OF CONNECTICUT DEPARTMENT OF ADMINISTRATIVE SERVICES

RFP NO.:

05PSX0026

Joe Giliberto Buyer Name

PROCUREMENT SERVICES 165 Capitol Avenue, Room 5th Floor South

Proposal Due Date:

12 April 2005

(860) 713-5096 Buyer Phone Number

PO Box 150414 HARTFORD, CT 06115-0414

RFP ADDENDUM #2 DESCRIPTION: HVAC Maintenance and Repair for Military Department FOR: Military Department PROPOSERS NOTE: Due Date has been changed to April 12, 2005 Please read the attached revised Request for Proposal. The following sections have been revised:

• Work Scheduling • OSHA Compliance • Terminal Units • All Equipment Lists • Security (Property Entrance) • Revised Proposal Schedule

In addition, the State is requiring that Proposers submit one original and five copies of their proposal.

APPROVED_________________________________ JOSEPH GILIBERTO Contract Specialist (Original Signature on Document in Procurement Files) Date Issued: 24 March 2005

This Addendum must be Signed & Returned with your Proposal. Authorized Signature of Proposer Company Name

Page 2: RFP ADDENDUM STATE OF CONNECTICUT 05PSX0026 …SUBCONTRACTING: Under no condition shall any preventive maintenance work be subcontracted. Services must be provided by qualified and

05PSX0026 ADDENDUM #2

ADDENDUM # 2 3/24/2005 PAGE 1 OF 35

SERVICE SPECIFICATIONS AND CONTRACTOR’S REQUIREMENTS SUBCONTRACTING: Under no condition shall any preventive maintenance work be subcontracted. Services must be provided by qualified and trained service personnel that are directly employed by the contractor. (See “Subcontractors” in Special Terms and Conditions). MAINTENANCE SUPPORT: The contractor is required to maintain a maintenance department staffed with full-time professionals in the field of HVAC, electric, pneumatic and electronic control. WORK SCHEDULING: The contractor shall schedule preventive maintenance tasks by computer to assure a uniform and detailed method of scheduling work. The Contractor’s system must capture Preventive Maintenance (“PM”) tasks to perform, along with tools, needed to perform each task. The scheduling system must output work orders to the service technicians instructing of such. The scheduling system must store within a database the specific work performed and material used for management advisory regarding on-going issues and repairs. Additionally, the scheduling system must collect and hold all hours spent within the facility involving PM, emergency, and repair work, as well as any materials used within the facility for auditing by the Military Department. This information must be submitted to: Military Department, Facilities Maintenance Manager or representative twice a year at the minimum.

a) Schedule of pre-season, mid-season, semi-annual, and annual inspections and services shall be submitted to the Facilities Maintenance Manager or designated representative four (4) weeks prior to service. Repairs and routine preventive maintenance will be scheduled and accomplished at such times to minimize temperature and environmental impact to employees, systems, and equipment.

The contractor will establish a checkout board on a clipboard at each facility of the Military Department. The checkout board is to remain at each facility in any of the following places: the State maintainer’s office or the Military officer-in-charge (“OIC”) office. The contractor agrees that the mechanic responsible for work will check in and out on this board and with any designated Military Department representative before and after completion of any work, maintenance, or adjustment. The mechanic is to list the maintenance or adjustments completed on the checkout board. PARTS REPLACEMENT AND COST ESTIMATE

1. A cost estimate for the repair of and or replacement of all parts, components, or devices for mechanical systems that are worn or are not in proper operational condition shall be submitted to the Facilities Maintenance Manager. The contractor shall proceed with repairs upon receipt of approval from the Facilities Maintenance Manager.

2. When the equipment or parts are to be replaced in their entirety and a newer design of this design is available which is functionally equivalent and compatible, the device of the newer design shall be used as the replacement.

3. The contractor shall be responsible for initiating recommendations to the Military Department for system or operating modifications that will accomplish better economy or efficiency of operation.

EXCLUSIONS Travel charges and mileage expenses are not included in this contract and will not be paid by the Military Department. The contractor is responsible for 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 the Military Department to enhance performance beyond current

equipment specifications or design capacity. 3. Electrical service upstream of the line side of the disconnects; however, all contactors and control wiring and

relays are included. 4. Any asbestos removal necessary to perform repairs. 5. Services on Invensys Network 8000 System and related equipment. However, the contractor is required to co-

operate with contracted vendor performing service on Invensys Network 8000 System and related equipment and have knowledge of the Network 8000 System or Direct Digital Control (“DDC”) System in general.

Page 3: RFP ADDENDUM STATE OF CONNECTICUT 05PSX0026 …SUBCONTRACTING: Under no condition shall any preventive maintenance work be subcontracted. Services must be provided by qualified and

05PSX0026 ADDENDUM #2

ADDENDUM # 2 3/24/2005 PAGE 2 OF 35

For all excluded items, the contractor shall propose three (3) additional figures on the attached RFP-16 proposal page: a job site hourly rate between 7:00 a.m. and 3:00 p.m., overtime rate for work at all other times, and a material mark-up percentage from his cost of material. The job site hourly rate is the only amount chargeable to the Military Department WATER TREATMENT PROGRAM

General Water Treatment (Hartford and AVCRAD) The contractor is responsible for chemically treating, testing and maintaining water systems and loops (chilled and hot water) with Nitrite-Product #CW 4711 and a biocide product or recommended equivalent. a. Corrosion/scale inhibitors, pH Control and dual Biocide control to meet OSHA guidelines for microbiological

protection b. Deliver and supply all necessary chemicals c. Fix any minor repairs in feeding equipment d. Provide monthly on-site water analysis of HVAC system e. Maintain chemical feed systems, proper chemical balance and cycles of concentration in appropriate systems f. There shall be no charge to the Military Department for any testing, freight, handling, pump repair, pump

installation, or any site visit g. Water softener resin shall be changed yearly or more frequently if testing by the contractor indicates a need for

more frequent changes Water Testing and Maintenance (Chiller System – Hartford) The contractor is responsible for testing and maintaining the chemically treated water monthly with both a corrosion/scale inhibitor a biocide. Water chemistry of this system must be maintained at a minimum of:

• 1200 –1500 ohms conductivity • 7.9 – 88 pH • 10 – 18 ppm PO4 • 100 ppm hardness • < 100,000 colonies/ML

Water Testing and Maintenance (Chilled Water Loop– Hartford and Hot Water Loop – Hartford and AVCRAD) The contractor is responsible for testing and maintaining the chemically treated water monthly at a rating of 600-1000 parts per million and 8.8-9.5 pH or at the recommended industry standard rating. Contractor will provide the Facility Maintenance Manager with a copy of each test result. The first test will be done at the start of the contract.

MAINTENANCE PROCEDURES AND RECORDS 1. Awarded contractor must submit a electronic and systematic planned maintenance program in spreadsheet format

updated monthly, including all work orders completed from the previous month. 2. The awarded contractor shall prepare a checklist of preventative maintenance tasks to be completed and provide

the service technician a copy of the checklist. The checklist must be checked off as completed by the technician and the completeness of the tasks listed on the checklist verified by a Military Department employee (State, Military or the Facilities Maintenance Manager or his representative) at the work site.

3. Each major mechanical equipment shall be provided with a service tag indicating the mechanic, date and service performed.

4. After each preventive maintenance work (pre-cooling, pre-heating inspection, etc) and emergency call the contractor shall leave one legible service report/work order at the work site and a second copy shall be mailed to the Facilities Maintenance Manager or designated representative. In addition, the contractor shall mail the service checklist to the Facilities Maintenance Manager or designated representative. The service report shall detail all work performed, location (facility and building number), date, materials, and equipment serviced, etc.

5. The contractor shall perform preventive maintenance and service calls as recommended by the manufacture of each piece of equipment.

Page 4: RFP ADDENDUM STATE OF CONNECTICUT 05PSX0026 …SUBCONTRACTING: Under no condition shall any preventive maintenance work be subcontracted. Services must be provided by qualified and

05PSX0026 ADDENDUM #2

ADDENDUM # 2 3/24/2005 PAGE 3 OF 35

6. The contractor shall coordinate all preventive maintenance and service calls with the facility P.O.C. 7. Preventive maintenance calls shall be provided during normal working hours of 7:00 a.m. to 3:00 p.m., Monday

through Friday. 8. Emergency service shall be provided 24 hours a day, 365 days a year as needed.

INVENTORY AND TEST EQUIPMENT: Contractor shall have available and maintain a local office with adequate inventory of replacement parts and components to perform service in accordance with specifications. The contractor shall demonstrate they own the proper tools and test equipment to maintain all the systems under contract. The contractor must own and be able to document the possession of test equipment such as: combustion efficiency test equipment, infrared scanner, water treatment chemical drop test kit, conductivity tester, refrigeration oil test kit, electronic refrigeration leak detector, velometer, anemometer, VOM, and amprobe, etc. The Military Department reserves the right to examine and verify the existence of an adequate inventory and necessary test equipment. OSHA COMPLIANCE: The contractor must fully comply with relevant OSHA requirements including, but not limited to, fall protection. Contractors must wear safety glasses at all times in all buildings! CONTRACT MANAGER: The Contractor shall assign a member of its staff to manage this contract on behalf of the Contractor. This member shall have full authority to allocate company resources to perform under this contract. This member shall review all PM reports and materials being sent to the Military Department and ensure they are accurate and complete, and perform necessary follow-up. The Contractor shall detail with his proposal how they will manage this contract and what steps will be taken to perform all follow up and ensure satisfaction of the Military Department. COMPONENT PARTS Contractor shall be required to make replacements or repairs of component parts necessitated by “normal and routine maintenance” and any other unusual circumstances. MATERIALS Contractor in performing maintenance and repairs shall use, factory-produced parts, currently in production with OEM, which are regularly used for the type of equipment being serviced. In addition, no attachment or part has been substituted or applied contrary to the manufacturers recommendations and standard practice. All equipment parts and supplies must be made by an OEM or an OEM approved provider. When it is necessary to remove insulation materials for repairs/replacement, the Contractor is responsible for re-insulating the pipes or equipment after repairs are completed, at no additional charge to the Military Department. WARRANTIES, GUARANTEES, AND INSTRUCTIONS The Contractor warrants for itself, its subcontractors, and its suppliers, that services performed shall conform to the requirements of this contract and shall be accomplished in a workmanlike manner and, unless otherwise specified, in accordance with generally recognized and adequate practices, in accordance with the manufacturer’s recommendations and standards. For any services that does not conform in all respects or are defective in any respect, and the Military Department notifies the Contractor within a reasonable time after discovery thereof, the Contractor, at its sole expense, shall promptly correct such non-conformity or defect. This obligation of the Contractor to correct non-conforming or defective services shall continue for three (3) months after completion of services. All warranties herein shall be assignable to the Military Department or its agent thereof intended to benefit from such services. These warranties shall survive any termination of this agreement and any acceptance or payment by the Military Department and shall be in addition to any remedies provided by applicable law. WARRANTY OF SERVICES The contractor shall warrant all work for a minimum period of three (3) months from the date of execution of the work against all defective workmanship and materials furnished by the contractor. Where longer periods of warranty/guarantee are required by these specifications or are provided for by specific or implied warranty of materials, goods, or equipment or by general law, the longer period will govern.

Page 5: RFP ADDENDUM STATE OF CONNECTICUT 05PSX0026 …SUBCONTRACTING: Under no condition shall any preventive maintenance work be subcontracted. Services must be provided by qualified and

05PSX0026 ADDENDUM #2

ADDENDUM # 2 3/24/2005 PAGE 4 OF 35

The contractor shall promptly replace or repair in a manner satisfactory to the Military Department any such defective work after due notice is given by the Military Department. Work will be assumed to be defective if it is determined by the Military Department that the material or equipment is not performing in a manner consistent with its intended use or operation. It the contractor fails to make such replacement or repairs, the Military Department may perform or cause to be performed such work and the contractor and its sureties shall be liable for all costs thereof.

Product and/or Service Specifications SCHEDULE 1 – HVAC EQUIPMENT AND TEMPERATURE CONTROL SYSTEMS PREVENTIVE

MAINTENANCE SPECIFICATIONS AND REQUIREMENTS

Equipment Included: The specific quantities, manufacture, and type of the major pieces of the equipment are listed separately on the equipment list (Schedule 2). The HVAC system and related automatic temperature control systems includes all components and equipment associated with the facility’s air distribution system for conditioned spaces and/or occupied or un-occupied zones. This consists of the entire heating, air-conditioning and ventilation system from the points where the air enters the system to the point where the air is discharged from the system. The maintenance of the equipment and the responsibility of the contractor shall not be limited to only these major pieces of equipment as shown on the equipment list, but shall also include all appurtenant devices and systems listed below that are related to the HVAC 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 and

control the capacity of the apparatus. 7. Insulation on equipment and refrigerant piping. 8. Manual service valve at all equipment. 9. Chilled or hot water pumps, as pertains to heating and cooling system, complete with check valves,

motor, starter and drives. 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 filter change per year. 14. Ventilation systems. 15. All cabinet heating convectors. 16. All chilled water circulating pumps. 17. Bearings, fans, and belts.

Preventive Maintenance Shall include, but not be limited to: 1. Season startup and shutdown of equipment, securing the down period. 2. Air filter service, including filter material. All filter changes must be completed every three (3) months. 3. Water treatment service, including all chemicals. 4. Lubrication of motors, drivers, bearing, etc. 5. Megger checks of motors over ¾ HP. 6. Vibration analysis of all motors over one HP. 7. Air diffusers (ceiling and wall mounted) cleaning must be quarterly, or as needed, with a cleaning

solvent suitable for removing mildew. NOTE; if a bleaching solution is used, carpeting and office furniture must be protected to prevent the discoloring of carpets and furniture.

Page 6: RFP ADDENDUM STATE OF CONNECTICUT 05PSX0026 …SUBCONTRACTING: Under no condition shall any preventive maintenance work be subcontracted. Services must be provided by qualified and

05PSX0026 ADDENDUM #2

ADDENDUM # 2 3/24/2005 PAGE 5 OF 35

8. Acid/oil tests of all refrigeration systems. Furnish copies to the Facilities Maintenance Manager or his representative: Hartford Armory, 360 Broad Street, Hartford, CT 06105

9. Check all resets and all switches and verify all amperage draws. 10. Season calibration of all temperature controls. 11. Repair all leaks in heating and cooling coils when necessary. 12. It is the Contractor’s responsibility to remove ceiling grids and tiles to access fan coil units for filter

changes and preventive maintenance. 13. Adjust all linkages, motors, drives, etc., that have drifted from the initial design settings and positions. 14. Test and cycle all equipment as a system after it has been cleaned, lubricated, adjusted, and calibrated to

ensure it is in proper operating condition and performing at optimum efficiency according to the manufacturer’s recommendations.

The contractor shall perform preventive maintenance and service calls as recommended by the manufacture of each piece of equipment and shall incorporate the following listed checks and functions into the work schedule, as applicable.

TERMINAL UNITS

A. UNIT VENTILATOR – SEMI-ANNUAL PRE-COOLING (APRIL) AND PRE-HEATING (OCTOBER) INSPECTION

1. Brush and vacuum coil, fan and housing as required. 2. Lubricate fan and motor bearings per manufacturer’s recommendations. 3. Check belt and sheaves. (Replace and adjust as required) 4. Check and clean drains and drain pan. 5. Check and clean strainers and valves. 6. Inspect filters. 7. Check operating condition of the unit. 8. Lubricate and adjust dampers and linkages. 9. Clean interior and exterior surfaces as required. Paint exterior surfaces as required.

B. UNIT HEATERS – ANNUAL PRE-HEATING (OCTOBER) INSPECTION 1. Brush and vacuum coil, fan and housing as required. 2. Lubricate fan and motor bearings per manufacturer’s recommendations. 3. Check belt and sheaves. (Replace and adjust as required) 4. Check and clean strainers and valves. 5. Inspect electrical connections, contactors, relays and operating/safety control. 6. Check operating condition of the unit. 7. Clean interior and exterior surfaces as required. Paint exterior surfaces as required.

C. RADIATION – ANNUAL PRE-HEATING (OCTOBER) INSPECTION 1. Visually inspect fins. (Clean as required) 2. Check and clean strainers and valves.

D. SPLIT A/C UNITS (HARTFORD ARMORY) – MONTHLY AND QUARTERLY INSPECTION 1. Monthly maintenance including filter replacement for four (4) Liebert 5-Ton A/Cs. Model Nos:

#CF66A (2), #CU-43 (1), #CSF-083L (1) 2. All other maintenance repairs will be completed every three (3) moths on the remaining split A/C units

according to the contract terms.

UNITARY EQUIPMENT (HOT WATER HEATING)

A. PRE-HEATING (OCTOBER) INSPECTION 1. Lubricate fan bearings per manufacturer’s recommendation. 2. Lubricate motor bearings per manufacturer’s recommendations. 3. Replace belt and check sleeves. (Replace and adjust as required) 4. Check cooling coil, clean and straighten fins as required.

Page 7: RFP ADDENDUM STATE OF CONNECTICUT 05PSX0026 …SUBCONTRACTING: Under no condition shall any preventive maintenance work be subcontracted. Services must be provided by qualified and

05PSX0026 ADDENDUM #2

ADDENDUM # 2 3/24/2005 PAGE 6 OF 35

5. Lubricate and adjust dampers and linkages. 6. Check and clean all drains and drain pan. 7. Replace filters. 8. Check motor operating condition of the unit. 9. Inspect electrical connections, contactors, relays and operating/safety control. 10. Check and clean strainers and valves. 11. Clean interior and exterior surfaces as required. Paint exterior surfaces as required. 12. Secure unit panels. 13. Flush chill water and hot water pumps.

B. PRE-COOLING (APRIL) INSPECTION 1. Lubricate fan bearings per manufacturer’s recommendation. 2. Lubricate motor bearings per manufacturer’s recommendations. 3. Check belt and sheaves. (Replace and adjust as required) 4. Inspect filters. 5. Check unit operation and make adjustments as required.

PUMPS

A. PRE-HEATING (OCTOBER) INSPECTION 1. Lubricate pump bearings per manufacturer’s recommendation. 2. Lubricate motor bearings per manufacturer’s recommendations. 3. Tighten all nuts and bolts. Check motor mounts and vibration pads. (Replace and adjust as required) 4. Visually check pumps alignment and coupling. (Replace and adjust as required) 5. Check motor operating condition of the unit. 6. Inspect electrical connections, contactors, and operating/safety control. 7. Check and clean strainers and valves. 8. Inspect mechanical seals. Replace as required or inspect pump packing. (Replace and adjust as required) 9. Verify gauges for accuracy. (Replace and adjust as required) 10. Clean interior and exterior surfaces as required. Paint exterior surfaces as required. 11. Flush all pumps, including four (4) Taco pumps: two (2) heating and two (cooling). 12. Check suction and discharge pressures. 13. Water testing of chemically treated water.

B. PRE-COOLING (APRIL) INSPECTION 1. Lubricate pump bearings per manufacturer’s recommendation. 2. Lubricate motor bearings per manufacturer’s recommendations. 3. Tighten all nuts and bolts. Check motor mounts and vibration pads. (Replace and adjust as required) 4. Visually check pumps alignment and coupling. (Replace and adjust as required) 5. Check motor operating condition of the unit. 6. Inspect electrical connections, contactors, and operating/safety control. 7. Check and clean strainers and valves. 8. Inspect mechanical seals. Replace as required or inspect pump packing. (Replace and adjust as required) 9. Verify gauges for accuracy. (Replace and adjust as required) 10. Clean interior and exterior surfaces as required. Paint exterior surfaces as required. 11. Flush all pumps, including four (4) Taco pumps: two (2) heating and two (cooling). 12. Check suction and discharge pressures. 13. Water testing of chemically treated water.

FANS AND CENTRAL FAN SYSTEMS

A. FANS – PRE-HEATING (OCTOBER) INSPECTION 1. Check and clean fan assembly. 2. Lubricate fan bearings per manufacturer’s recommendation. 3. Lubricate motor bearings per manufacturer’s recommendations.

Page 8: RFP ADDENDUM STATE OF CONNECTICUT 05PSX0026 …SUBCONTRACTING: Under no condition shall any preventive maintenance work be subcontracted. Services must be provided by qualified and

05PSX0026 ADDENDUM #2

ADDENDUM # 2 3/24/2005 PAGE 7 OF 35

4. Check belt and sheaves. (Replace and adjust as required) 5. Tighten all nuts and bolts. 6. Check motor mounts and vibration pads. (Replace and adjust as required) 7. Check motor operating condition of the unit. 8. Inspect electrical connections, contactors, and operating/safety control. 9. Lubricate and adjust dampers and linkages. (Replace and adjust as required) 10. Check fan operation, suction, velocity and discharge pressures. (Replace and adjust as required) 11. Clean interior and exterior surfaces as required. Paint exterior surfaces as required.

B. FANS – PRE-COOLING (APRIL) INSPECTION 1. Check and clean fan assembly. 2. Lubricate fan bearings per manufacturer’s recommendation. 3. Lubricate motor bearings per manufacturer’s recommendations. 4. Check belt and sheaves. (Replace and adjust as required) 5. Tighten all nuts and bolts. 6. Check motor mounts and vibration pads. (Replace and adjust as required) 7. Check motor operating condition of the unit. 8. Inspect electrical connections, contactors, and operating/safety control. 9. Lubricate and adjust dampers and linkages. (Replace and adjust as required) 10. Check fan operation, suction and discharge pressures. (Replace and adjust as required) 11. Clean interior and exterior surfaces as required. Paint exterior surfaces as required.

C. CENTRAL FAN SYSTEMS – PRE-HEATING (OCTOBER) ANNUAL INSPECTION 1. Check and clean fan assembly. 2. Lubricate fan bearings per manufacturer’s recommendation. 3. Lubricate motor bearings per manufacturer’s recommendations. 4. Check belt and sheaves. (Replace and adjust as required) 5. Tighten all nuts and bolts. 6. Check motor mounts and vibration pads. (Replace and adjust as required) 7. Check motor operating condition of the unit. 8. Inspect electrical connections, contactors, and operating/safety control. 9. Lubricate and adjust dampers and linkages. (Replace and adjust as required) 10. Check fan operation, suction and discharge pressures. (Replace and adjust as required) 11. Clean outside air intake screen. 12. Clean interior and exterior surfaces as required. Paint exterior surfaces as required. 13. Check and clean drains and drain pan. 14. Check and clean strainers and valves. 15. Check filter-advancing mechanism. Lubricate and adjust as required. 16. Inspect filters. 17. Check heating and cooling coils. 18. Inspect humidifier.

D. CENTRAL FAN SYSTEMS – PRE-COOLING (APRIL) INSPECTION 1. Check and clean fan assembly. 2. Lubricate fan bearings per manufacturer’s recommendation. 3. Lubricate motor bearings per manufacturer’s recommendations. 4. Check belt and sheaves. (Replace and adjust as required) 5. Tighten all nuts and bolts. 6. Check motor mounts and vibration pads. (Replace and adjust as required) 7. Check motor operating condition of the unit. 8. Inspect electrical connections, contactors, and operating/safety control. 9. Lubricate and adjust dampers and linkages. (Replace and adjust as required) 10. Check fan operation, suction and discharge pressures. (Replace and adjust as required) 11. Clean outside air intake screen. 12. Clean interior and exterior surfaces as required. Paint exterior surfaces as required.

Page 9: RFP ADDENDUM STATE OF CONNECTICUT 05PSX0026 …SUBCONTRACTING: Under no condition shall any preventive maintenance work be subcontracted. Services must be provided by qualified and

05PSX0026 ADDENDUM #2

ADDENDUM # 2 3/24/2005 PAGE 8 OF 35

13. Check and clean drains and drain pan. 14. Check and clean strainers and valves. 15. Check filter-advancing mechanism. Lubricate and adjust as required. 16. Inspect filters. 17. Check heating and cooling coils. 18. Inspect humidifier.

AUTOMATIC TEMPERATURE CONTROLS - PRE-COOLING (APRIL) AND PRE-HEATING (OCTOBER)

A. AIR COMPRESSOR - PRE-COOLING (APRIL) AND PRE-HEATING (OCTOBER) INSPECTION 1. Drain tank and check traps. 2. Change oil and check oil pressure. 3. Check belt and sheaves and change as required. 4. Change suction filter as required. 5. Check loader and check valve 6. Check high-pressure safety valve. 7. Check motor operating condition and lubricate. 8. Check PE switch, starter and alternator. 9. Clean interior and exterior surfaces as required. Paint exterior surfaces as required. 10. Record compressor run time.

B. REFRIGERATED AIR DRYER - PRE-COOLING (APRIL) AND PRE-HEATING (OCTOBER) INSPECTION 1. Check refrigerant pressure. 2. Check refrigerant temperature. 3. Clean condenser and cover grills. 4. Check drain tap and bypass valves. 5. Clean interior and exterior surfaces as required. Paint exterior surfaces as required.

C. FILTER AND PRESSURE REDUCING STATION - PRE-COOLING (APRIL) AND PRE-HEATING (OCTOBER) INSPECTION

1. Check particle filter. (Change as required) 2. Check oil filter. (Change as required) 3. Check pressure reducing valve settings. (Change and adjust as required) 4. Check low-pressure safety valve.

D. TIME CLOCKS - PRE-COOLING (APRIL) AND PRE-HEATING (OCTOBER) INSPECTION 1. Check operation and settings. (Change and adjust as required) 2. Check solenoid air valve and clock bypass switch. (Change and adjust as required)

E. RELATED EQUIPMENT - PRE-COOLING (APRIL) AND PRE-HEATING (OCTOBER) INSPECTION 1. Calibrate all controllers. 2. Calibrate all transmitter and receiver gauges. 3. Check all PE switches. (Change and adjust as required) 4. Check all control valves. (Change and adjust as required) 5. Check all pilot positions. (Change and adjust as required) 6. Check all auxiliary control devices. (Change and adjust as required)

DRILL SHED CARRIER UNITS (HARTFORD) – 30,000 TON UNITS

A. FILTER - PRE-COOLING (APRIL) AND PRE-HEATING (OCTOBER) INSPECTION 1. Change filters with alike (pleated) – April and October.

B. BELTS - PRE-COOLING (APRIL) AND PRE-HEATING (OCTOBER) INSPECTION 1. Check belts and sheaves where applicable. (Change and adjust as required) 2. Check for operation.

Page 10: RFP ADDENDUM STATE OF CONNECTICUT 05PSX0026 …SUBCONTRACTING: Under no condition shall any preventive maintenance work be subcontracted. Services must be provided by qualified and

05PSX0026 ADDENDUM #2

ADDENDUM # 2 3/24/2005 PAGE 9 OF 35

C. FANS - PRE-COOLING (APRIL) AND PRE-HEATING (OCTOBER) INSPECTION

1. Check and clean fan assembly. 2. Lubricate fan bearings per manufacturer’s recommendation. 3. Lubricate motor bearings per manufacturer’s recommendations. 4. Check belt and sheaves. (Replace and adjust as required) 5. Tighten all nuts and bolts. 6. Check motor mounts and vibration pads. (Replace and adjust as required) 7. Check motor operating condition of the unit. 8. Inspect electrical connections, contactors, and operating/safety control. 9. Lubricate and adjust dampers and linkages. (Replace and adjust as required) 10. Check fan operation, suction and discharge pressures. (Replace and adjust as required) 11. Clean outside air intake screen. 12. Clean interior and exterior surfaces as required. Paint exterior surfaces as required. 13. Check and clean drains and drain pan. 14. Check and clean strainers and valves. 15. Check filter-advancing mechanism. Lubricate and adjust as required. 16. Inspect filters. 17. Check heating and cooling coils. 18. Inspect humidifier.

PLATE & FRAME HEAT EXCHANGER - PRE-COOLING (APRIL) AND PRE-HEATING (OCTOBER) INSPECTION

1. Thoroughly clean all coils and perform all necessary maintenance per manufacturer specifications. 2. Before each cooling (April) and heating season (October), vendor is responsible for dismantling and

reassembling plate and frame heat exchanger after maintenance. 3. Check and repair leaks and rust.

CHILLER - PRE-COOLING (APRIL) INSPECTION 1. Thoroughly clean all coils and perform all necessary maintenance per manufacturer specifications. 2. Before each cooling season (April), vendor is responsible for the initial start up of the chiller after

performing maintenance. 3. After performing maintenance, vendor is responsible for re-insulating chiller and securing/taping all

seams. 4. Check and repair leaks and rust.

ELECTRIC MOTORS- PRE-COOLING (APRIL) AND PRE-HEATING (OCTOBER)

1. Check motor mounting and tighten if necessary. 2. Check motor pulley for security, alignment, and tighten if necessary. 3. Check bearing wear. 4. Check wiring and conduit from motor to starter for condition. 5. Check rotation of motor. 6. Check motor for excessive heat and noise. 7. Check air passage and windings. 8. Check starter and contacts. 9. Oil and grease motor bearings as required. 10. Measure current draw, record and report findings.

Page 11: RFP ADDENDUM STATE OF CONNECTICUT 05PSX0026 …SUBCONTRACTING: Under no condition shall any preventive maintenance work be subcontracted. Services must be provided by qualified and

05PSX0026 ADDENDUM #2

ADDENDUM # 2 3/24/2005 PAGE 10 OF 35

SCHEDULE 2 - EQUIPMENT LIST

HARTFORD ARMORY; 360 BROAD STREET; HARTFORD

PUMPS P-1 TACO BB - 4012 HOT WATER P-2 TACO BB - 4012 HOT WATER P-2 TACO BB - 5012 CHILLED WATER P-4 TACO BB - 5012 CHILLED WATER P-5 TACO EMM3311T-8 P-6 TACO EMM3311T-8 P-7 TACO BOOSTER

AIR HANDLING UNITS AHU-1 TRANE CLCH6R-6 AHU-2 TRANE CLCH6R-8 AHU-3 CARRIER 2196T81689 AHU-4 CARRIER 2196T81689 SPLIT A/C UNITS A/C 1 CARRIER 38BQ0066410 A/C 2 CARRIER 38BQ0066410 A/C 3 CARRIER 38BQ0066410 A/C 4 AIR-TEMP 12640DQ111 A/C 5 AIR-TEMP 12640DQ111 A/C 6 AIR-TEMP 12630DQ111 A/C 7 AIR-TEMP 12075CR111 A/C 8 LIEBERT CF66A A/C 9 LIEBERT CF66A A/C 12 TRANE (Phone Room) TWE048C14OCO

Page 12: RFP ADDENDUM STATE OF CONNECTICUT 05PSX0026 …SUBCONTRACTING: Under no condition shall any preventive maintenance work be subcontracted. Services must be provided by qualified and

05PSX0026 ADDENDUM #2

ADDENDUM # 2 3/24/2005 PAGE 11 OF 35

HOT WATER UNIT HEATER

FAN COIL UNIT MFG MODEL

FCU-1 TRANE D010Q

FCU-2 TRANE D010H

FCU-3 TRANE DO12H

FCU-4 TRANE D08Q

FCU-5 TRANE D08Q

FCU-6 TRANE D012Q

FCU-7 TRANE D08H

FCU-8 TRANE D08H

FCU-9 MAGIC AIDE 36BHW

FCU-10 MAGIC AIDE 90BHW

FCU-11 MAGIC AIDE 90BHW

FCU-12 MAGIC AIDE 48BHW

FCU-13 MAGIC AIDE 36BHW

FCU-14 MAGIC AIDE 36BHW

FCU-15 MAGIC AIDE 36BHW

FCU-16 MAGIC AIDE 36BHW

FCU-17 MAGIC AIDE 36BHW

FCU-18 MAGIC AIDE 36BHW

FCU-19 MAGIC AIDE 36BHW

FCU-19 MAGIC AIDE 36BHW

FCU-21 TRANE LSDP6DL08

FCU-22 TRANE LSDP6DL08

Page 13: RFP ADDENDUM STATE OF CONNECTICUT 05PSX0026 …SUBCONTRACTING: Under no condition shall any preventive maintenance work be subcontracted. Services must be provided by qualified and

05PSX0026 ADDENDUM #2

ADDENDUM # 2 3/24/2005 PAGE 12 OF 35

FCU-23 TRANE LSDP6DL08

FCU-24 TRANE LSDP6DL08

FCU-25 TRANE LSDP6DL08

FCU-26 TRANE LSDP6DL08

FCU-27 THRU 70 TRANE LSDP6DL08

FCU-71 CARRIER-RM#209 42VV03DRCY5AEYAYF

FCU-72 CARRIER-RM#212 42VB03DRCY5AEYAYF

FCU-73 CARRIER-ROM#219 42VB03DRCY5AEYAYF

FCU-74 CARRIER-RM#222 42VB03DRCY5AEYAYF

FCU-75 MAGIC AIRE-NW PENTHSE 36-BVW/BVX

FCU-76 TRANE-MAILRM M-BCHA72

The Officers Club kitchen hood air make up system Model # 22-U

NEW BRITAIN ARMORY; 855 STANLEY STREET; NEW BRITAIN

UNITARY UNITS

U-1 AMERICAN AIR 3102-7-40-A W/ELEC. HEAT

U-3 AMERICAN AIR 3102-7-40-A W/ELEC. HEAT

U-4 AMERICAN AIR 3102-7-40-A W/ELEC. HEAT

U-5 AMERICAN AIR 3102-7-40-A W/ELEC. HEAT

SPLIT A/C UNITS: A/C 1 CARRIER W/ELEC. HEAT

A/C 2 CARRIER W/ELEC. HEAT A/C #1 CARRIER MODLE #40F5200310, SERIAL # 0881H00162,208/230 VOLTS,MOTOR FLA 4.5,MOTOR 3/4,PH.1,60HZ. UNIT’S HYDRO SUPPLIED HEAT AND COOL AREA. LOCATION FACILITIES FRONT OFFICES. AC/2 CARRIER MODLE #40AQ030300134,208/230 VOLTS,PH. 1, 1/3 HP. MOTOR,60HZ. UNITS HYDRO SUPPLIED HEAT AND COOL AREA. LOCATION FACILITIES FRONT OFFICES. TWO UNITS MCQUARY CABINET HEATERS MOTOR 1/5HP. 1PHASE TWO SQUIRREL CAGES MOTOR DRIVES BOTH,HYDROSUPPLY TO COILS.LOCATION OLD RIFE RANGE.

Page 14: RFP ADDENDUM STATE OF CONNECTICUT 05PSX0026 …SUBCONTRACTING: Under no condition shall any preventive maintenance work be subcontracted. Services must be provided by qualified and

05PSX0026 ADDENDUM #2

ADDENDUM # 2 3/24/2005 PAGE 13 OF 35

PNEUMATICS CONTROLSALL HVAC EQUIPMENT THROUGHOUT FACILITY.

AIR COMPRESSOR FOR PNEUMATIC CONTROLS: TWO EMGLO MODEL F, AIR COMPRESSORS ONE CYLINDER EACH, SINGLR STAGE BORE 21/2,STROKE 13/4(MODEL FU WITH INTAKE UNLOADING HEAD)

a) TWO CENTURY ELECTRIC MOTORS PART 381151197-03 PHASE3,HP.1/2 460/230 VOLTS POWER COMPRESSORS.

b) AIR TANK BARBER COLEMAN COMPANY MAX.200PSI.

UNITARY UNITS

U-2 AMERICAN AIR 3102-7-40-A W/ELEC. HEAT

U-6 AMERICAN AIR W/HOT WATER COILS

U-7 AMERICAN AIR W/HOT WATER COILS

U-1 THOUGH U-5 HERMAN NELSON UNIT VENTILATORS MODLE# SPJGABPCDWG 39675-075 CONTROL # 307533 91H, UNIT VOLTS 208,FREQ.60,PHASE 3,ELECTRIC UNITS.LOCATIONS ARE OFFICES AND CLASSROOM. THREE WALL MOUNTED NELSON UNITS AIRE MODLE # RSWASRTFRXR 340213, 120 VOLTS,1.5 AMPS,FREQ.60 SINGLE PHASE, HYDRO SUPPLY COILS.LOCATION REAR FACILITY ENTRANCE TWO UNITS. FRONT FACILITY ENTRANCE ONE UNIT. TWO AAF UNIT HEATERS MODLE # SAYU-1211 HYDRO SUPPLY TO COILS. LOCATION BOILRE ROOM ONE UNIT. RADIATION STORAGE ONE UNIT. CEILING FANS – 2 EACH

HEATING VENTILATION UNIT – HV-1

EXHAUST FANS - #EF-1 THRU EF-9 EF-1 DRILL SHED EF-2 DRILL SHED EF-3 MENS ROOM REAR FACILITY EF-4 WOMANS ROOM REAR FACILITY EF-5 LOCKER ROOM EF-6 MENS AND WOMANS ROOM EF-7 KITCHEN RANGE FAN

Page 15: RFP ADDENDUM STATE OF CONNECTICUT 05PSX0026 …SUBCONTRACTING: Under no condition shall any preventive maintenance work be subcontracted. Services must be provided by qualified and

05PSX0026 ADDENDUM #2

ADDENDUM # 2 3/24/2005 PAGE 14 OF 35

NORWALK ARMORY 290 NEW CANAAN AVENUE, NORWALK

4 UNITS DAYTON ELECTRIC MODEL #3UF80,VOLTS 480,PHASE 3, AMPS0.15 LOCATION CAGES SUPPLY AREA. 10 UNITS SINGER ELECTRIC HEATERS MODEL #UHS5,VOLTS 480,PHASE 3,AMPS 6.0.WATTS 5000, LOCATION CAGES SUPPLY AND LOCKER ROOMS. 16 UNITS SINGER WALL MOUNTED HEATER MODEL #AST7,CAT# 8893Y,VOLTS 277,PHASE 1,AMPS 13.6.HZ60,LOCATION FIRST FLOOR OFFICES AND RIFLE RANGE. 8 UNITS SINGER BASEBOARD HEAT NO SPECIFICATIONS AVAILABLE. LOCATION SECOND FLOOR HALLWAY WINDOW LEDGE. 18 UNITS SINGER ELECTROMODE BASEBOARD HEAT NO SPECIFICTIONS AVAILABLE, LOCATION SECOND FLOOR OFFICES. 12 UNITS SINGER INFRARED HEATERS MODLE #9104C,T/37LAMP, METAL SHEATH, CEILING MOUNTED, LOCATION SECOND FLOOR OFFICES. 7 UNITS CHROMALOX EMERSON ELECTRIC WALL MOUNTED HEATERS CAT # CUW-RFF1663, S/N 16227,CONTROL CIRCUIT 208/244,VA125, PHASE 1,HZ60, 31 AMP, MOTOR 230 VOLT LOCAYION FRONT ENTRANCE, REAR STAIRWELL, REAR ENTRANCE. 15 UNITS CHROMALUX EMERSON ELECTRIC INFRARED HEATER MODEL#20A46V, 277 VOLT, 330 WATT, CEILING MOUNTED IN DRILL HALL 32-UNITS FEDERAL PACIFIC MOUNTED HIGH ON WALLS MODEL#CU-4527, VOLTS 277,450 WATTS, AMPS 1.65 LOCATIONS MENS AND WOMEN’S BATHROOMS, SHOWERS, LOCKER ROOMS, POWER ROOM GENERATOR ROOM, FRONT OFFICE HALLWAY, AND ROOMS 214 &215. 1 UNIT SINGER ELECTOMODE HEATER BUILT INTO WALL NO SPECIFICATIONS AVAILABLE LOCATION RIFLE RANGE. NOTES NUMEROUS INFRARED LAMPS ARE BURNED OUT, AND OTHERS NOT WORKING. BLOWER: 480V-30-605-4W, 5HP MOTOR, MAMMOTH HB201 (COMBINATION FILTER MIXING SECTION WITH MIXED AIR TEMP CONTROLS. AIR DISCHARGED SECTION WITH LEAVING AIR COMPTROLLER RESET FROM ROOM #114.

Page 16: RFP ADDENDUM STATE OF CONNECTICUT 05PSX0026 …SUBCONTRACTING: Under no condition shall any preventive maintenance work be subcontracted. Services must be provided by qualified and

05PSX0026 ADDENDUM #2

ADDENDUM # 2 3/24/2005 PAGE 15 OF 35

EXHAUST FANS:

E1 THRU 5 ROOF OVER 205, RMS#203-207 1/6 PENN.LINEA MODEL 21

E-6 ROOF OVER 201, RMS#200-202 1/6 PENN.LINEA MODEL 15

E-7 ROOF OVER 210, RM#110 1/6 PENN.LINEA MODEL 21

E-8 ROOF OVER 210, RMS#103-106 1/6 PENN.LINEA MODEL 18

E-9 ROOF OVER 212 ARMS VAULT 1/6 PENN.LINEA MODEL 15

E-10 ROOF OVER 210, RM#210 1/6 PENN.LINEA MODEL 21

E-11 ROOF OVER 270,, MEN’S TOILET/SHOWER 1/6 PENN.LINEA MODEL 15

E-12 ROOF OVER 210, RMS#200,213,214 1/6 PENN.LINEA MODEL 15

E-13 ROOF OVER RANGE 1/6 2 SP PENN.LINEA MODEL 21

E-14 ROOF OVER 116, RMS 114,117,118 1/6 PENN.LINEA MODEL 21

FACT

ORY

FA

BRIC

ATE

D S

ON

OTR

OL

ROO

F CU

RB, B

IRD

SC

REEN

, NO

DA

MPE

RS

NOTES: EF HOUSING COVRES ARE DAMAGED FROM MOTOR SHAFTS BORING HOLES THROUGH COVERS SOME MOTORS ARE SEIZED UP DRIVE SHAFT BEARINGS ARE WORN SOME UNITS ARE RUSTED MOST DRIVE BELTS ARE DAMAGED OR WORN

NORWICH ARMORY; 38 STOTT AVENUE; NORWICH

UNIT HEATERS: UNIT # MODEL # HP LOCATION ROOM

UH-1 H100C 15M FOOD PREP. RM#112 UH-2 H250C 1/20 UNIT STORAGE RM#132 UH-3 H250C ½ UNIT STORAGE RM#132 UH-4 H175C 25M UNIT STORAGE RM#130 UH-5 H500C 1/8 VEHICLE AIR LOCK RM#140 CUH#1 CUH 175 1/20 AIR LOCK RM#101 CUH#2 CUH 100 1/20 STAIR RM#104 CUH#3 CUH 175 1/20 AIR LOCK RM#201

AIR HANDLING UNITS:

UNIT # MODEL HP PHASE LOCATION ROOM

AHU#1 39E12 5 HP 3 PH DRILL SHED RM#104 AHU#2 39E12 5 HP 3 PH DRILL SHED RM#105 AHU#3 28BA040 ½ HP 3 PH LOCKER AREA RM #124-128 AHU#4 39E18 7 ½ HP 3 PH RIFLE RANGE RM#141 AHU#5 39E10 5 HP 3 PH LOCKER AREA RM#120,121&123

Page 17: RFP ADDENDUM STATE OF CONNECTICUT 05PSX0026 …SUBCONTRACTING: Under no condition shall any preventive maintenance work be subcontracted. Services must be provided by qualified and

05PSX0026 ADDENDUM #2

ADDENDUM # 2 3/24/2005 PAGE 16 OF 35

ROOF TOP UNITS:

UNIT # MODEL HP PH LOCATION ROOM

RTU#1 50MH030 51.0 LDB 3 PH LEARNING CENTER/LIBRARY RM#107&108

RTU#2 50DP008 60.7 LDB 3 PH TACTICS RM#111 RTU#3 50DP006 54.6 LDB 3 PH ADMIN.OFFICE RM#204 RTU#4 50DD012 54.2 LDB 3 PH ADMIN.OFFICE RM#207

PUMP SCHEDULE:

UNIT # MODEL HP PH LOCATION P-1 BB-3008 3 HP 3 PH MAIN HW CIRCULATING PUMP P-2 BB-3008 3 HP 3 PH P-3 THRU P-9 NOT USED P-10 120 2” 1/6 HP 1 PH AHU #1 HEATING COIL P-11 THRU P12 NOT USED P-13 121 1 ½” ¼ HP 1 PH AHU #4 HEATING COIL P-14 120 2” 1/6 HP 1 PH AHU #5 HEATING COIL

AIR COMPRESSOR FOR TEMPERATURE CONTROLS: JOHNSON CONTROL #FF1230, 2 HP, BOILER ROOM PNEUMATIC CONTROLS: ALL EXHAUST FAN SCHEDULE:

UNIT# MODEL HP PH LOCATION ROOM # EF#1 CBE-36-7 ¾ HP 3 PH DRILL SHED RM#105 EF#2 CBE-36-7 ¾ HP 3 PH DRILL SHED RM#105 EF#3 CBE-14-4 ¼ HP 1 PH LOCKER AREA RM#124-138

EF#4A CE-30-10 1 HP 3 PH RIFLE RANGE (FIRING LINE EHX) RM#141

EF#4B CBE-24-5 ½ HP 3 PH RIFLE RANGE (TARGET EXH) RM#141

EF#5 CBE-30-7 ¾ HP 3 PH LOCKER AREA RMS#119-123 EF#6 UCBE-18-5 ½ HP 3 PH RANGE HOOD/FOOD

PREP RM#112

EF#7 CBE-10-4 ¼ HP 1 PH SCULLERY RM#113 EF#8 CBE-10-4 ¼ HP 1 PH FOOD STORAGE RM#114&115 EF#9 CBE-10-4 ¼ HP 1 PH UNIT STORAGE RM#130 EF#10 CBE-14-4 ¼ HP 1 PH UNIT STORAGE RM#132 EF#11 CBE-14-4 ¼ HP 1 PH MAINT.& SOLAR MECH. RM#135&136 EF#12 CBE-10-4 ¼ HP 1 PH MEN/WOMEN JANITOR

CLOSET RM#217-219

EF#13 CBE-14-4 ¼ HP 1 PH LIBRARY & LEARNING CTR

RM#107&108

EF#14 CBE-18-4 ¼ HP 1 PH TACTICS RM#111 EF#15 CBE-18-4 ¼ HP 1 PH ADMIN. OFFICE RM#204 EF#16 CBE-24-3 1/3 HP 1 PH ADMIN. OFFICE RM#207

Page 18: RFP ADDENDUM STATE OF CONNECTICUT 05PSX0026 …SUBCONTRACTING: Under no condition shall any preventive maintenance work be subcontracted. Services must be provided by qualified and

05PSX0026 ADDENDUM #2

ADDENDUM # 2 3/24/2005 PAGE 17 OF 35

NORWICH OMS #10; 38 STOTT AVENUE; NORWICH, CT

EXHAUST FAN SCHEDULE:

UNIT # MODEL # HP PHASE LOCATION EF#1 CBE-14-4 ¼ HP 1 PH WORK BAYS EF#2 CBE-14-4 ¼ HP 1 PH WORK BAYS EF#3 CBE-14-4 ¼ HP 1 PH BATTERY RM EF#4 BL-300 2 HP 3 PH CO SYSTEM EF#5 SP-10 1/70 HP 3 PH TOILET

CT AVCRAD, GROTON-NEW LONDON AIRPORT, GROTON, CT

AIR HANDLING UNITS

1. AHU-1 Located in Flight Operations is used for air-conditioning and heat. 2. AHU-2 Located in the South Hanger for the Avionics Shop, is used for air-conditioning and heat. 3. AHU-3 Located in Quality Control is used for air-conditioning and heat. 4. AHU-4 Located in the Tool Room for rooms 232 through 258A is used for air-conditioning and heat. 5. AHU-5 Located in the Mess Hall is used for air-conditioning and hat. 6. AHU-6 Located in the Kitchen is used for heat only. 7. AHU-7 Located in the North Hanger (New Hanger) is used for heat and ventilation. 8. AHU-8 Located in the Men’s Locker Room, is used for heat and ventilation. 9. AHU-8A Located in the Men’s Locker Room, is used for heat and ventilation. 10. AHU-9 Located in the Welding Shop is used for heat and ventilation. 11. AHU-10 Located in the Sheet Metal Shop, I is used for heat and ventilation. 12. AHU-12 Located in the Power Train Shop is used for heat and ventilation. 13. AHU-14 Located in the West Mezzanine is used for air –conditioning and heat. 14. AHU-15 Located in Administration is used for air-conditioning and heat. 15. AHU-16 & 17 Located next to the East & West end of the Paint Booth, are used for heat and ventilation. 16. AHU-18 thru 20 Located on top of the Paint Shop, are used for ventilation. 17. EAHU-1 Thru 6 Located in the South Hanger (Old Hanger), are used for heat and ventilation. The Air Handling Units require service in accordance with manufacture’s specifications with the addition of changing the belts and the filters once a year. Contractor must provide their own ladders/lifts to reach specific units.

Page 19: RFP ADDENDUM STATE OF CONNECTICUT 05PSX0026 …SUBCONTRACTING: Under no condition shall any preventive maintenance work be subcontracted. Services must be provided by qualified and

05PSX0026 ADDENDUM #2

ADDENDUM # 2 3/24/2005 PAGE 18 OF 35

AIR CONDITIONING CONDENSING UNITS

CU-1 Located on Flight Operation’s Roof CU-2 Located on South Hanger’s Roof CU-3 Located on Quality Control’s Roof CU-4 Located on Tool Room’s Roof CU-5 Located on Mess Hall Roof CU-6 Located on West Mezzanine’s Roof CU-7 Located on Administration Roof CU-8 For the Component Shop Supervisor’s office air conditioner, located on the roof above that office. CU-9 For the Building Superintendent’s office air-conditioner, located on the roof above that office. CU-10 for the Silk Screening room air-conditioner, located on the roof above that room. The Air-Conditioning Condensing Units must be serviced in accordance with manufacture’s specification once a year, prior to the start of the air conditioning season. Contractor must provide their own ladders/lifts to reach specific units.

CEILING MOUNTED HORIZONTAL FAN COIL UNITS (FCU’S)

UNIT #’S LOCATION FCU 2 Armament Shop FCU 3 Armament Shop FCU 4 Blade Shop FCU 5 Blade Shop FCU 6 Sheet Metal Shop FCU 7 Sheet Metal Shop FCU 8 Sheet Metal Shop FCU 9 Sheet Metal Shop FCU 10 Lead Acid Battery Shop FCU 11 Nicad Battery Shop FCU 12 Generator Test Stand Room FCU 13 Electrical Shop FCU 14 Component Supply Office FCU 15 Generator Shop FCU 16 NDT Shop FCU 17 Hydraulic Shop FCU 18 Hydraulic Test Stand Room FCU 19 HAZ MAT Room FCU 20 Supply Warehouse FCU 21 Supply Warehouse FCU 22 Female Locker Rooms FCU 23 Male Locker Room Bathrooms FCU 24 Female Locker Room Bathrooms FCU 25 West Mezzanine FCU 26 Tool Room Ceiling Mounted Horizontal Cabinet Unit Heater requires service in accordance with manufacture’s specifications once a year. Contractor must provide their own ladder/lifts to reach specific units.

Page 20: RFP ADDENDUM STATE OF CONNECTICUT 05PSX0026 …SUBCONTRACTING: Under no condition shall any preventive maintenance work be subcontracted. Services must be provided by qualified and

05PSX0026 ADDENDUM #2

ADDENDUM # 2 3/24/2005 PAGE 19 OF 35

MASTER AIR FILTER LIST ROOM # & EQUIP. LOCATION FILTER SIZE TYPE QUANTITY

AHU-1 Flight Operations 16X25X2 Pleated 2 AHU-2 South Hanger for Avionics Shop ?? Pleated AHU-3 Quality Control 16X25X2 Pleated 2 AHU-4 Tool Room for Rooms #232-268A 20X20X2 Pleated 2 AHU-5 Mess Hall 20X25X2 Pleated 4 AHU-6 Kitchen 20X20X2 Pleated 6 AHU-7 North Hanger (New Hanger) 16X25X2 Pleated 6 AHU-8 Men’s Locker Room 16X25X2 Pleated 2 AHU-8A Men’s Locker Room 16X25X2 Pleated 2 AHU-9 Welding Shop 16X25X2 Pleated 2 AHU-10 Sheet Metal Shop 16X25X2 Pleated 2 AHU-12 Power Train Shop 16X25X2 Pleated 2 AHU-13 PAINT SHOP 16X25X2 Pleated 2 AHU-14 West Mezzanine 16X25X2 Pleated 2 AHU-15 Administration 16X25X2 Pleated 2 AHU’S 6 ea. EAHU#1 thru EAHU #6 16X25X2 Pleated 36 (6 units x 6) AHU-S 2 ea. East & West End Paint Booth ?? Fiberglass AHU-S 3 ea. Top of Paint Shop ?? Fiberglass FCU-2 Armament Shop ?? Fiberglass FCU-3 Armament Shop ?? Fiberglass FCU-4 Blade Shop ?? Fiberglass FCU-5 Blade Shop ?? Fiberglass FCU-6 Sheet Metal Shop 8-7/8X24-1/2X1 Fiberglass 1 FCU-7 Sheet Metal Shop 8-7/8X42-1/8X1 Fiberglass 1 FCU-8 Sheet Metal Shop 8-7/8X42-1/8X1 Fiberglass 1 FCU-9 Sheet Metal Shop ?? Fiberglass FCU-10 Lead Acid Battery Shop ?? Fiberglass FCU-11 Nicad Battery Shop ?? Fiberglass FCU-12 Generator Test Stand Room 8-7/8X24-1/2X1 Fiberglass 1 FCU-13 Electrical Shop 8-7/8X51-1/8X1 Fiberglass 1 FCU-14 Component Supply Office 8-7/8X33-5/8X1 Fiberglass 1 FCU-15 Generator Shop 8-7/8X33-5/8X1 Fiberglass 1 FCU-16 NDT Shop 8-7/8X51-1/8X1 Fiberglass 1 FCU-17 Hydraulic Shop 8-7/8X42-1/8X1 Fiberglass 1 FCU-18 Hydraulic Test Stand Room 8-7/8X24-1/2X1 Fiberglass 1 FCU-19 HAZ MART Room 8-7/8X51-1/8X1 Fiberglass 1 FCU-20 Supply Warehouse 8-7/8X51-1/8X1 Fiberglass 1 FCU-21 Supply Warehouse 8-7/8X33-5/8X1 Fiberglass 1 FCU-22 Female Locker Room 8-7/8X33-5/8X1 Fiberglass 1 FCU-23 Male Locker Room Bathroom 8-7/8X51-1/8X1 Fiberglass 1 FCU-24 Female Locker Room Bathroom 8-7/8X33-1/2X1 Fiberglass 1 FCU-25 West Mezzanine ?? Fiberglass 1 FCU-26 Tool Room 8-7/8X24-1/2X1 Fiberglass 1

Page 21: RFP ADDENDUM STATE OF CONNECTICUT 05PSX0026 …SUBCONTRACTING: Under no condition shall any preventive maintenance work be subcontracted. Services must be provided by qualified and

05PSX0026 ADDENDUM #2

ADDENDUM # 2 3/24/2005 PAGE 20 OF 35

WATERBURY ARMORY; 64 FIELD STREET, WATERBURY:

MAKE UP AIR UNITS – ALL GAS FIRED; LOCATED ON ROOF TOP; SERVICING THE DRILL SHED AND GYM; ALL 3 HP, 208V; 3 PH, 60 CYCLES:

UNIT # MODEL # S/N MAU-1 GRAA70GDEAON2CF1050C0 A95G34644 MAU-2 GRAA70GDEAON2CF1050C0 A95G34643 MAU-3 GRAA70GDEAON2CF1050C0 A95G34647 MAU-4 GRAA70GDEAON2CF1050C0 A95G34646 MAU-5 GRAA70GDEAON2CF1050C0 A95G34645 MAU-6 GRAA70GDEAON2CF1050C0 A95G34648

AIR HANDLING UNIT – WITH HOT WATER HEATING COILS:

UNIT # MFG. S/N HP VOLTS LOCATION SERVICING

AHU-1 TRANE S/N A95G34644 1.5 HP 208/3/60 1ST FL HALLWAY CEILING

1ST FLOOR HALLWAY

AHU-2 TRANE S/N A95G34643 1.5 HP 208/3/60 2ND FL NORTH CEILING 2ND FLOOR

AHU-3 TRANE S/N A95G34647 1.0 HP 208/3/60 2ND FL SOUTH CEILING 2ND FLOOR

AHU-4 TRANE S/N R95G71390 1.0 HP 208/3/60 3RD FL NORTH CEILING 3RD FLOOR

AHU-5 TRANE S/N R95G71391 1.0 HP 208/3/60 3RD FL SOUTH CEILING 3RD FLOOR

AHU-6 TRANE BCHA SERIES 1.0 HP 208/3/60 1ST FL MEN’S LAV/LOCKER

1ST FL. MEN’S LAV/LOCKER

AHU-7 TRANE BCHA SERIES 1.0 HP 208/3/60 1ST FL WOMEN’S LAV/LOCKER

1ST FL. WOMEN’S LAV/LOCKER

AHU-8 TRANE BCHA SERIES 1.0 HP 208/3/60 1ST FL.MESS HALL CEILING

1ST FLOOR MESS HALL

AHU-9 1.0 HP 208/3/60 BASEMENT MAINT.STORAGE

BASEMENT MAINT.STORAGE

AIR CONDITIONING UNIT – AC-1/DUCTLESS SPLIT SYSTEM W/REMOTE CONDENSER:

EVAPORATOR INDOOR COOLING COIL

MITSUBISSHI MODEL #210000-45A

EVAPORATOR HP/FRACTIONAL 208/1/60

WALL MTD-CASSETTE UNIT IN EXERCISE WEIGHT ROOM

1ST FL EAST (WEIGHT ROOM)

REMOTE CONDENSER (OUTDOOR PAD)

MITSUBISSHI MODEL #25000-138A

0.5 (2 FANS) 208/1/60 OUTSIDE BLDG.GROUND PAD

INTERLOCKED W/WIRING AND PIPING W/AC-1 ABOVE

Two cabinet unit heaters model # rc1190-06 Hot water 48000,stem66100, cfm630, serial#122295.115 volts. Hydro system. One unit located main entrance ceiling the other in the woman shower ceiling first floor. One Broan model #178a, 240 volts 60hz. 8.33/4.17 amps, 1000-2000 watts. Location pen house 9 electric baseboard heat with 4 zones, location pen house.

Page 22: RFP ADDENDUM STATE OF CONNECTICUT 05PSX0026 …SUBCONTRACTING: Under no condition shall any preventive maintenance work be subcontracted. Services must be provided by qualified and

05PSX0026 ADDENDUM #2

ADDENDUM # 2 3/24/2005 PAGE 21 OF 35

EXHAUST FANS – ALL GREENHECK MFG, W/FRACTIONAL HP MOTOR; 208V, 1 PH; 60 CYCLES, LOCATED ON ROOF: UNIT # SERVICING EF-1 BROAN #677 STORGE CEILING EF-2 GH BSQ160 MENS ROOM EF-3 GH SQ64 BOILER ROOM EF-4 GH BSQ160 CEILINC EF-5 GH GB90-4 ROOF EF-6 GH GB200-15 ROOF EF-7 GH GB200-15 ROOF EF-8 GH G-95 ROOF EF-9 GH G-95 ROOF EF-10 GH CUBE160 5 ROOF EF-11 BROAN 676 CEILING EF-12 BROAN 677 CEILING EF-13 GH G100 ROOF EF-14 GH G75 ROOF UH-1 MODEL #BG LOCATION STORGE ROOM 128 UH-2 MODEL #BG LOCATION STORGE ROOM 124 UH-3 MODEL #BG LOCATION STORGE ROOM 130 UH-4 MODEL #BG LOCATION STORGE OUTSIDE 116 UH-5 MODEL #BG LOCATION UNIT STORGE 121 UH-6 MODEL #BG LOCATION UNIT STORGE 122 UH-7 MODEL #BG LOCATION UNIT STORGE 125 UH-8 MODEL #BG LOCATION LOSDING DOCK 113 UH-9 MODEL #BG LOCATION BOILER ROOM UH-10 MODEL #BG LOCATION GARAGE UH-11 MODEL #BG LOCATION ROOM 109 UH-12 MODEL #BG LOCATION VAULT UH-13 MODEL #BG LOCATION VAULT UH-14 MODEL #BG LOCATION ROOM 119 UH-15 MODEL #BG LOCATION ELECTRIC ROOM

NOTES: 1. Two basement HB Smith Boilers each with power flame (gas) burners serviced by others on

Boiler/Burner contract. 2. Existing computerized electronic building automation system Invensys Network 8000 services by others

– proprietary software/hardware. All other mechanical/electrical components of the temperature control system serviced under this contract as they can be isolated to verify mechanical/electrical integrity for preventative maintenance routines.

Page 23: RFP ADDENDUM STATE OF CONNECTICUT 05PSX0026 …SUBCONTRACTING: Under no condition shall any preventive maintenance work be subcontracted. Services must be provided by qualified and

05PSX0026 ADDENDUM #2

ADDENDUM # 2 3/24/2005 PAGE 22 OF 35

Proposal / Contract Requirements

1 QUALIFICATIONS OF PROPOSER AND PROPOSAL INFORMATION

The Contractor must meet all the following requirements. Any proposal that does not meet these requirements or is incomplete, conditional, obscure, or which contains exceptions, or irregularities of any kind, may be cause for rejection of proposal.

2 Contract Period

The State intends that this contract shall be in effect for a period of three (3) years. The State reserves the right to extend this contract for a period up to the full original contract term, or parts thereof.

3 Pre-Proposal Meeting and Site Inspection Requirements

This RFP contains a mandatory pre-proposal meeting and site inspection requirement. Proposers who are interested in responding to this RFP must attend the meeting and site inspections at the specified dates and locations listed below. Proposer who do not attend Pre Proposal Meeting will not be allowed to attend the site inspections.

Pre Proposal Meeting Time & Location

HARTFORD ARMORY 360 BROAD STREET HARTFORD, CT Date: March 1, 2005 Time: 9:00 AM**

**Late arrivals to the pre-Proposal meeting listed above will not be permitted. Late arrivals are defined as 15 minutes past the time stated above. This meeting is intended to review the RFP requirements and answer any questions that interested Proposer may have about this RFP document. Failure to attend this meeting will result in the rejection of your proposal.

Proposer who do not attend the Pre-Proposal meeting will not be allowed to participate in the site inspections.

Site Inspections Times & Locations

Schedule 2 (Equipment List) provides information on the equipment list on the site HVAC systems. This information is provided with the understanding that it may be incomplete and a may not be up to date and is not intended as a substitute for personal investigations. Equipment may be added or deleted during the course of this contract. Proposers are required to conduct a thorough inspection of the HVAC systems at the site inspections scheduled below. an addendum to Schedule 2 (Equipment List) Proposers are asked submit describing in detail any pertinent information regarding the current status of equipment not clearly and completely detailed in Schedule 2 (Equipment List). Where deficiencies are cited and verified the Military Department has the option of adding the unlisted equipment to Schedule 2 and amending the contract cost accordingly.

Page 24: RFP ADDENDUM STATE OF CONNECTICUT 05PSX0026 …SUBCONTRACTING: Under no condition shall any preventive maintenance work be subcontracted. Services must be provided by qualified and

05PSX0026 ADDENDUM #2

ADDENDUM # 2 3/24/2005 PAGE 23 OF 35

Site Inspections March 1, 2005

HARTFORD ARMORY 360 BROAD STREET HARTFORD, CT 06105 RAY MERCIER 860-982-4147 Date: March 1, 2005 Time: 10:30 AM**

NEW BRITAIN ARMORY 855 STANLEY STREET NEW BRITAIN, CT 06051 GREGG WESTON 860-493-2768 Date: March 1, 2005 Time: 1:00 PM**

Site Inspections March 2, 2005 NORWICH ARMORY 38 STOTT STREET NORWICH, CT 06360 RAY MERCIER 860-982-4147 Date: March 2, 2005 Time: 10:00 AM**

NORWICH OMS #10 38 STOTT STREET NORWICH, CT 06360 RAY MERCIER 860-982-4147 Date: March 2, 2005 Time: 11:00 AM**

CT AVCRAD GROTON-NEW LONDON AIRPORT GROTON, CT 06340 RUBEN MULERO 860-982-4153 Date: March 2, 2005 Time: 1:00 PM**

Site Inspections March 4, 2005

NORWALK ARMORY 290 CANAAN AVENUE NORWALK, CT 06850 TBD 203-847-1249 Date: March 4, 2005 Time: 10:00 AM** WATERBURY ARMORY 64 FIELD STREET WATERBURY, CT 06802 TBD 203-756-2839 X36 Date: March 4, 2005 Time: 1:00 PM**

**Late arrivals to the site inspections listed above will not be permitted. Late arrivals are defined as 15 minutes past the time stated above. Please see website www.ct.gov/mil for directions to the various facilities.

Page 25: RFP ADDENDUM STATE OF CONNECTICUT 05PSX0026 …SUBCONTRACTING: Under no condition shall any preventive maintenance work be subcontracted. Services must be provided by qualified and

05PSX0026 ADDENDUM #2

ADDENDUM # 2 3/24/2005 PAGE 24 OF 35

4 Contract Award

The State reserves the right to award this Contract in a manner deemed to be in the best interest of the State and may include, but not be limited to: A. by item, group of items, or in it’s entirety B. geographic location to adequately service all locations listed in this RFP in the best possible manner C. Multiple Vendor Award

5 Change of Address

In the event the contractor moves or updates contact information, it is the responsibility of the contractor to advise Procurement Services of such changes in writing. The State will not be held responsible for payments or purchase orders delayed due to the lack of routing caused by the lack of notification on the contractor’s part. Change of address or telephone updates must be forwarded to: Department of Administrative Services, Procurement Services, 165 Capitol Avenue, 5th Floor South, Hartford, CT 06106.

6 Insurance

Contractor shall not commence work under this contract until he has obtained all insurance required under this Section, nor shall the Contractor allow any sub-contractor to commence work on his subcontract until all similar insurance required of the subcontractor has been obtained.

A) Commercial General Liability $1,000,000 Combined Single Limit per occurrence for bodily injury, personal injury and property damage. Coverage shall include Premises and Operations, Independent Contractors, Products and Completed Operations, Contractual Liability and Board Form Property Damage coverage. If a general aggregate is used, the general aggregate limit shall apply either separately to the project or the general aggregate limit shall be twice the occurrence amount.

B) Automobile Liability

$1,000,000 Combined Single Limit Automobile Liability insurance shall be maintained against claims for damages resulting from bodily injury, including wrongful death, and property damage which may arise from the operations of any owned, hired or non-owned automobiles used by or for the Contractor in any capacity in connection with carrying out this contract.

C) Workers Compensation and Employers’ Liability Statutory coverage in compliance with the Compensation laws of the State of Connecticut. Coverage shall include Employers’ Liability with minimum limits of $100,000 each accident, $100,000 disease-each employee, and $500,000 disease-policy limit.

D) Minimum Scope of Insurance All Liability insurance policies shall be written on an “occurrence” basis only. All insurance coverage is to be placed with insurers authorized to do business in the State of Connecticut and must be placed with an insurer that has an A.M. Best’s Rating of no less and A-, VII. All certificates of insurance shall be filed with the Department of Administrative Services on the standard Acord Certificate of Insurance form showing the specified insurance and limits. The State of Connecticut shall be named as an Additional Insured. The contractor’s insurer shall have no right of recovery of subrogation against the State and the contractor’s insurance shall be primary coverage.

7 Compliance with law, Codes, Standards and Regulations

The contractor shall comply with all applicable laws, codes, standards and regulations of the State of Connecticut.

Page 26: RFP ADDENDUM STATE OF CONNECTICUT 05PSX0026 …SUBCONTRACTING: Under no condition shall any preventive maintenance work be subcontracted. Services must be provided by qualified and

05PSX0026 ADDENDUM #2

ADDENDUM # 2 3/24/2005 PAGE 25 OF 35

8 Contract Changes

DAS and the Military Department may, from time to time, request changes in the scope of services to be performed by the contractor hereunder. Any such change, including any increase or decreases in the amount of the contractor’s compensation, which are mutually agreed upon by and between DAS and the contractor, shall be incorporated in the written amendment to the agreement.

9 QUALIFICATIONS OF PROPOSER AND PROPOSAL INFORMATION

EXPERIENCE: The Proposer shall include with his proposal, a list of five contract customers, of equal size and complexity, where he has maintenance coverage as described herein, including subcontractors. The agency retains the option of contacting any or all of those listed for reference purposes. The contractor shall have been in the temperature control and mechanical business for at least five (5) years. This experience should include, and be proven to have occurred at, a minimum of two (2) sites controlled by the same owner, such as a campus, where service has been provide on a variety of systems and components. CERTIFICATION REQUIREMENTS: The Company shall be a currently licensed S-1 mechanical contractor in the State of Connecticut and have two or more employees with a current State of Connecticut Journeyman’s License D-2, D-4, D-6, or S-2. Proof of this requirement shall be documented with this contract/RFP. LOCAL REFERENCES: The contractor shall submit a list of three (3) local clients with similar multiple facilities in excess of $50,000 per year who have been under contract with the Proposer for a period of not less than three (3) years. In addition, the contractor shall submit one (1) reference of a client with multiple facilities that is no longer doing business with your company. For all four (4) clients, you are required to submit the company name, contact name and telephone number, and the number of years they were under contract with you. EXPERIENCE WITH THE EQUIPMENT AND/OR ABILITY TO MAINTAIN AND SERVICE EQUIPMENT: The proposer must have experience or ability to service the equipment listed in Schedule 2. For the purpose of selection only, the proposer must provide a pre-award maintenance plan and schedule for the listed equipment in accordance with the manufacturer’s recommendation. The following source of the manufacturer’s recommendations and schedule will be accepted: OEM Manuals, Internet downloads, catalogs, or any other documentation. The proposer must provide copies of any document used 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 or schedule that will be used for this contract – see specifications in this contract to determine current maintenance plan and schedule. When the specification in this contract does not define a maintenance plan or schedule the pre-award maintenance plan and schedule may be relevant, subject to prior approval from the Military Department’s Facilities Maintenance Manager or representative.

10 HAZARDOUS CONDITIONS AND SAFETY REQUIREMENTS It is possible that asbestos may exist in some of the locations covered by this agreement. The work to be done under this contract does not specifically require the removal of or contact with any hazardous materials. During the course of performing work under this contract, should the contractor find serious or hazardous conditions existing in any of the HVAC systems, the contractor shall stop work, secure the equipment immediately, and notify the Facilities Maintenance Manager. The contractor will be fully responsible for developing, implementing, and actively supervising a work procedure that will comply with all applicable state and federal occupational health and safety rules and regulations pertaining to asbestos and all hazardous materials in regards to the contractor’s employees. The

Page 27: RFP ADDENDUM STATE OF CONNECTICUT 05PSX0026 …SUBCONTRACTING: Under no condition shall any preventive maintenance work be subcontracted. Services must be provided by qualified and

05PSX0026 ADDENDUM #2

ADDENDUM # 2 3/24/2005 PAGE 26 OF 35

contractor will further ensure that all precautions are taken to avoid asbestos and hazardous contamination of the Military Department facility space affecting Military Department personnel.

11 REFRIGERANT HANDLING, RECOVERY AND RECYCLING OF CFC’s and HCFC’s The contractor must comply with all laws, codes and regulations concerning fully halogenated CFC refrigerants and recovery. In addition, the contractor must comply with ASHRAE (American Society of Heating Refrigerating and Air Conditioning Engineers, Inc.) Guideline #3-1990 on the subject. However, the latest guideline on the subject shall be complied with if Guideline #3-1990 has been superseded. The contractor must have recovery equipment as described in the guidelines. The contractor will provide service technicians who are certified to handle refrigerant and operate recovery and recycling equipment. Where ever possible refrigerant is to be recycled on site. The contractor is to employ at least one technician who has received industry-recognized training in retrofitting systems. The contractor must be in and demonstrate compliance with EPA standards, which took effect July 1992 and remain in compliance thereafter.

12 SECURITY (Property Entrance)

Contractor shall adhere to established security and/or property entrance policies and procedures established for each requesting agency. It is the responsibility of each Contractor to understand and adhere to those policies and procedures prior to any attempt to enter the Contract User premises.

The contractor is responsible for training his employee(s) in the security requirements of the agency, and will be responsible for enforcing the security rules as they apply to his employees. In addition to any other security rules and regulations, the contractor shall inform his employees of 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 of 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 the

property of 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 for any keys not returned. Contractor will assume cost of re-keying buildings if keys are lost or stolen by him or his employee(s).

6. No camera or picture taking is allowed.

Page 28: RFP ADDENDUM STATE OF CONNECTICUT 05PSX0026 …SUBCONTRACTING: Under no condition shall any preventive maintenance work be subcontracted. Services must be provided by qualified and

05PSX0026 ADDENDUM #2

ADDENDUM # 2 3/24/2005 PAGE 27 OF 35

Selection Criteria

A selection committee will review and score all proposals. The following information, in addition to the requirements, terms and conditions identified throughout this RFP Document, will be considered as part of the Selection process.

1. Applicable Content

a. Ability to meet specifications, requirements, terms and conditions

b. Pre-Award Maintenance Plan (see section 9.4)

c. Current Licenses

d. Current inventory of parts.

e. Current inventory of tools and test equipment.

f. Ability to provide service, maintenance, service calls, etc.

2. Business Information:

a. Set Aside Status (if applicable)

b. Length of Time in Temperature control & Maintenance Business

c. Appropriate Insurance

d. References

3. Account Management

a. Ability to adhere to Quality Assurance / Safety requirements

b. Reporting Capabilities (Sample of planned maintenance program)

4. Value

a. Form RFP-16 Proposal Schedule (Job-site rates and part prices)

5. Delivery

a. Ability to adhere to delivery requirements

b. Extent of ability to fulfill geographic areas

Page 29: RFP ADDENDUM STATE OF CONNECTICUT 05PSX0026 …SUBCONTRACTING: Under no condition shall any preventive maintenance work be subcontracted. Services must be provided by qualified and

05PSX0026 ADDENDUM #2

ADDENDUM # 2 3/24/2005 PAGE 28 OF 35

Instructions to Proposers

1. Proposal Schedule

Release of RFP: Date: February 15, 2005

Proposal Due Date: Date: April 12, 2005, by 2:00 pm

During the period from your organization’s receipt of this Request for Proposals, and until a contract is awarded, your organization shall not contact any employee of the State of Connecticut for additional information, except in writing, directed to the Department of Administrative Services, Attn. Joseph Giliberto, Procurement Services, 165 Capitol Avenue, 5th Floor South, Hartford, CT 06106.

2. Sealed Proposals

Proposals must be submitted in a SEALED envelope or carton, clearly marked with RFP 05PSX0026 the date, and the name and address of the proposer. Any material that is not so received may be opened as general mail, and result in invalidating the proposer’s submission. Facsimile or unsealed proposals will not be accepted under any circumstances.

3. Number and Submission of Proposals

Proposers should submit one original and four (4) copies of the proposal. Any proposal, which is incomplete or does not follow the prescribed format may not be considered.

Proposals may be mailed or delivered in person to the address below to arrive by March 15, 2005, by 2:00 PM. Proposals received after that time, due to whatever reason, will not be accepted and will be sent back unopened. Postmark dates will not be considered as the basis for meeting any submission deadline. Proposals will not be publicly read on the due date.

State of Connecticut Department of Administrative Services/Procurement Services RFP 05PSX0026 165 Capitol Avenue, 5th Floor South Hartford, CT 06106

4. Authorized Signatures

The proposal must be signed by an authorized official. The proposal must also provide the name, title address and telephone number of individuals with authority to bind the company, and for those who may be contacted to clarify the information provided.

Page 30: RFP ADDENDUM STATE OF CONNECTICUT 05PSX0026 …SUBCONTRACTING: Under no condition shall any preventive maintenance work be subcontracted. Services must be provided by qualified and

05PSX0026 ADDENDUM #2

ADDENDUM # 2 3/24/2005 PAGE 29 OF 35

Submittal Requirements

1. Pre-Award Maintenance Plan (see section 9.4).

2. Current Licenses, Professional designations.

3. Current inventory of parts.

4. Current inventory of tools and test equipment.

5. Set Aside Status (if applicable) DAS Set Aside Certificate.

6. Brief business history outlining length of time in Temperature Control & Maintenance Business.

7. Past 2 years financial statements. *

* Should proposers wish this information to be considered confidential, this information should be placed in a sealed envelope marked “Confidential”, this information will not be made viewable to the public and will only be reviewed by the evaluation committee.)

8. Appropriate Insurance forms.

9. Client References: please provide the following information for each reference. *

Name of company Contact name Telephone number

Description of work provided

* Should proposers wish this information to be considered confidential, this information should be placed in a sealed envelope marked “Confidential”, this information will not be made viewable to the public and will only be reviewed by the evaluation committee.)

10. Reporting Capabilities (Sample of planned maintenance program).

11. Form RFP-16 Proposal Schedule (Job-site rates and part prices).

Page 31: RFP ADDENDUM STATE OF CONNECTICUT 05PSX0026 …SUBCONTRACTING: Under no condition shall any preventive maintenance work be subcontracted. Services must be provided by qualified and

ADDENDUM # 2 3/24/2005 PAGE 30 OF 35

Special Terms and Conditions

1. Conformity and Completeness of Proposals To be considered acceptable, proposals must be complete and conform 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 of the State will be served.

2. Stability of Proposed Prices Any price offerings from proposers must be valid for a period of 180 days from the due date of the proposals.

3. Amendment or Cancellation of the RFP DAS reserves the right to cancel, amend, modify or otherwise change this RFP at any time if it deems it to be in the best interest of the State to do so.

4. Multiple Award DAS reserves the right to award to multiple vendors.

5. Proposal Modifications No additions or changes to any proposal will be allowed after the proposal due date, unless such modification is specifically requested by DAS. DAS, at its option, may seek proposer retraction and/or clarification of any discrepancy or contradiction found during its review of proposals.

6. Proposer Presentation of Supporting Evidence Proposers must be prepared to provide any evidence of experience, performance, ability, and/or financial surety that DAS deems to be necessary or appropriate to fully establish the performance capabilities represented in their proposals.

7. Proposer Demonstration of Proposed Services and or Products At the discretion of DAS, proposers must be able to confirm their ability to provide all proposed services. Any required confirmation must be provided at a site approved by DAS and without cost to the State.

8. Proposer Misrepresentation or Default DAS may reject the proposal and void any award resulting from this RFP to a proposer who makes any material misrepresentation in their proposal or other submittal in connection with this RFP.

9. Erroneous Awards DAS reserves the right to correct inaccurate awards. This may include, in extreme circumstances, revoking the awarding of a contract already made to a proposer and subsequently awarding the contract to another proposer.

Such action on the part of DAS shall not constitute a breach of contract on the part of DAS since the contract with the initial proposer is deemed to be void and of no effect as if no contract ever existed between DAS and such proposer.

10. Proposal Expenses Proposers are responsible for all costs and expenses incurred in the preparation of proposals and for any subsequent work on the proposal that is required by DAS.

11. Ownership of Proposals All proposals shall become the sole property of the State and will not be returned.

12. Ownership of Subsequent Products Any product, whether acceptable or unacceptable, developed under a contract awarded as a result of this RFP shall be the sole property of the State unless otherwise stated in the contract.

Page 32: RFP ADDENDUM STATE OF CONNECTICUT 05PSX0026 …SUBCONTRACTING: Under no condition shall any preventive maintenance work be subcontracted. Services must be provided by qualified and

ADDENDUM # 2 3/24/2005 PAGE 31 OF 35

13. Transfer of Data All data stored in the successful proposer’s files, electronic or hard copy, will be returned to DAS upon the expiration of the contract.

14. State Fiscal and Product Performance Requirements Any product or services acquisition resulting from this RFP must be contingent upon contractual provisions for cancellation of such acquisition, without penalty, if the applicable funds are not available for required payment or if the product or services fail to meet minimum State criteria for acceptance and performance reliability.

15 Validation of Proposals The proposals shall be binding commitments which DAS may include, by reference or otherwise, into any contract with a proposer. The proposals must provide the names, titles, addresses and telephone numbers of those individuals with authority to negotiate a contract with DAS and contractually bind the proposer. The proposal must also include evidence that it has been duly delivered on the part of the proposer, that the persons submitting the proposal have the requisite corporate power and authority to structure, compile, draft, submit and deliver the proposal and subsequently to enter into, execute and deliver and perform on behalf of the proposer any contract contemplated in this RFP.

16. Execution of Contract This RFP is not a contract and, alone, shall not be interpreted as such. Rather, this RFP only serves as the instrument through which proposals are solicited.

Once the evaluation of the proposals is complete and a proposer(s) is selected, the selected proposal(s) and this RFP may then serve as the basis for a contract that will be negotiated and executed between DAS and the selected proposer(s). This RFP and the proposal will likely be attached to the contract as exhibits.

If, for some reason, DAS and the initial proposer fail to reach consensus on the issues relative to the contract, then DAS may commence contract negotiations with other proposers. DAS may decide at any time to start the RFP process again.

The contract may include a liquidated damages clause at the discretion of the State.

17. Oral Agreement or Arrangements Any alleged oral agreements or arrangements made by proposers with any State agency or employee will be disregarded in any State proposal evaluation or associated award.

18. Independent Price Determinations In the proposals, proposers must warrant, represent, and certify that the following requirement have been met in connection with this RFP:

The costs proposed have been arrived at independently, without consultation, communication, or agreement for the purpose of restricting competition as to any matter relating to such process with any other organization or with any competitor;

Unless otherwise required by law, the costs quoted have not been knowingly disclosed by the proposer on a prior basis directly or indirectly to any other organization or to any competitor; and

No attempt has been made, or will be made, by the proposed to induce any other person or firm to submit or not to submit a proposal for the purpose of restricting competition.

19. Offer of Gratuities

The proposer warrants, represents, and certifies that no elected or appointed official or employee of the State of Connecticut has, or will, benefit financially or materially from this procurement. Any contract and/or award arising from this RFP may be terminated by DAS if it is determined that gratuities of any kind were either offered to, or

Page 33: RFP ADDENDUM STATE OF CONNECTICUT 05PSX0026 …SUBCONTRACTING: Under no condition shall any preventive maintenance work be subcontracted. Services must be provided by qualified and

ADDENDUM # 2 3/24/2005 PAGE 32 OF 35

received by, any of the aforementioned officials or employees from the proposer, the proposer’s agent(s), representatives(s) or employees(s).

20. Subletting or Assigning of Contract The contract or any portion thereof, or the work provided for therein, or the right, title, or interest of the contractor therein or thereto may not be sublet, sold, transferred, assigned or otherwise disposed of to any person, firm, or corporation, or other entity without the prior written consent of 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 such consent has been granted.

21. Subcontractors DAS must approve any and all subcontractors utilized by the successful proposer prior to any such subcontractor commencing any work. Proposers acknowledge by the act of submitting a proposal that any work provided under the contract is work conducted on behalf of the State and that the Commissioner of DAS or her designee may communicate directly with any subcontractor as the State deems to be necessary or appropriate. It is also understood that the successful proposer shall be responsible for all payment of fees charged by the subcontractor(s). A performance evaluation of any subcontractor shall be provided promptly by the successful proposer to DAS upon request.

The successful proposer must provide the majority of services described in the specifications.

22. Freedom of Information Due regard will be given for the protection of proprietary or confidential information contained in all proposals received. However, proposers should be aware that all materials associated with the procurement are subject to the terms of the Connecticut Freedom of Information Act (FOIA) and all rules, regulations and interpretations resulting therefrom. It will not be sufficient for proposers to merely state generally that the proposal is proprietary or confidential in nature and not, therefore, subject to release to third parties.

Those particular sentences, paragraphs, pages or sections which a proposer believes to be exempt from disclosure under the FOIA must be specifically identified as such. Convincing explanation and rationale sufficient to justify each exemption consistent with Section 1-210(b) of the FOIA must accompany the proposal. The rationale and explanation must be stated in terms of the prospective harm to the competitive position of the proposer that would result if the identified material were to be released and the reasons why the materials are legally exempt from release pursuant to the above cited statute.

23. Conformance with Federal, State and Other Requirements By 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 governmental department, commission, board, bureau, agency, institution, office council, instrumentality, municipalities or not for profits codes, statutes, acts, ordinances, guidelines, resolutions, orders, judgments, decrees, injunctions, rules, regulations and the like.

24. Discrimination and Labor Recruitment The contractor shall comply with Executive Orders No. Three and Seventeen, promulgated June 16, 1971 and February 15, 1973 and to the Guidelines and Rules of the State Labor Commissioner implementing Executive Order No. Three and further agree to submit reports of compliance staffing on Labor Department Form E.O. 3-1 when and as required. The contractor shall also comply with non-discrimination provisions as described in Connecticut General Statutes Nos. 4a-60 and 4a-60a and any other applicable statute or regulation and administrative procedure.

25. Americans with Disabilities Act The contractor shall comply with the Americans with Disabilities Act in accordance with Public Law 101-336 and any other applicable federal laws and regulations.

Page 34: RFP ADDENDUM STATE OF CONNECTICUT 05PSX0026 …SUBCONTRACTING: Under no condition shall any preventive maintenance work be subcontracted. Services must be provided by qualified and

ADDENDUM # 2 3/24/2005 PAGE 33 OF 35

26. Affirmative Action and Contract Compliance Reporting Proposers are advised that in addition to evaluating their qualifications, experience, capabilities, competitiveness of cost, and conformance to the RFP specifications, weight may also be given to proposers who demonstrate a commitment to affirmative action by full compliance with the Commission on Human Rights and Opportunities regulations.

The Employment Information Form, included in this RFP, should be completed by the proposer and included with proposal.

27. State Access to Records, Record Keeping, and Record Transfer The successful proposer shall prepare, maintain and preserve all records with respect to the administration of this program. During the term of the contract the State shall have access during normal business hours to all such records, in whatever form they exist or are stored, which records shall be the property of the State, and upon termination of the contract, all such records, or exact copies thereof, shall be immediately turned over intact to the State. The successful proposer shall afford the officers, attorneys, accountants, auditors, and other authorized representatives of the State free and full access to the records to be maintained by the successful proposer as pertains to the contract.

At the option of the State, periodic audits may, at reasonable times, be made of the successful proposers’ and all of its subcontractors’ books and records insofar as they pertain to the contract. Such audits shall be made at the States expense by the State or independent public accountants designated by the State. Said books and records shall be made available to the Auditors of Public Accounts of the State of Connecticut.

28. Confidentiality and Care of Data The successful proposer agrees to protect the confidentiality of any files, data or other material pertaining to this contract and to restrict their use solely for the purpose of performing this contract. The successful proposer shall take all steps necessary to safeguard data, files, reports or other information from loss, destruction or erasure. Any costs or expenses of replacing or damages resulting from the loss of such data shall be borne by the contractor when such loss or damage occurred through its negligence.

29. Year 2000 Compliance Any product or services acquisition resulting from this RFP will be year 2000 compliant. The successful proposer is responsible for any costs incurred in accordance with year 2000 compliance at no additional cost to the state.

30. Payments Against a Contract Award Under no circumstances shall the successful proposer begin to perform under the contract prior to the effective date of the contract. The State of Connecticut shall assume no liability for payment of services under the terms of the contract until the successful proposer is notified that the contract has been accepted by DAS and approved by the Office of the Attorney General of the State of Connecticut. In no case, shall a successful proposer bill the user agencies for amounts in excess of 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 for payment by means of an amendment to the contract.

31. Equipment Failure Response In case of failure beyond normal inspection and routine maintenance, the Contractor shall respond with adequate number of personnel with expertise necessary to correct the problem within a twenty-four (24) hour period. The Contractor shall coordinate this work with the Facilities Maintenance Manager or representative. Connecticut Military Department shall retain the option of having personnel present at any inspection or maintenance (preventive or emergency) visits.

32. Labor Wage Rates This contract award is subject to the CT Department of Labor's Wage rates for “Certain Services Workers (CT Statute 31-57F)”. In the event wages increase over the term of this contract, the contractor must request in writing the appropriate increase to fulfill this requirement (See Exhibit A “Labor Wage Rates by Location”).

Page 35: RFP ADDENDUM STATE OF CONNECTICUT 05PSX0026 …SUBCONTRACTING: Under no condition shall any preventive maintenance work be subcontracted. Services must be provided by qualified and

ADDENDUM # 2 3/24/2005 PAGE 34 OF 35

Index of Abbreviations/Definitions and Other Related Comments

Adjust: To regulate, settle, or bring to a more satisfactory state or to normal operating condition. Annual: Services performed during the contract period at intervals of not less than 300 to not more than 365 days. It is considered that there is one annual period within a year. Any service is subject to advance scheduling. Pre-Cooling: Services performed during the contract period prior to the cooling season. Services should be performed in the month of April. Pre-Heating: Services performed during the contract period prior to the heating season. Services should be performed in the month of October. Check: Examine, inspect, test, or verify by trial. If the component fails to meet design or operational standards or specifications, then the component shall be adjusted or repaired as necessary to bring it to such standard. Component Part: Any part of an equipment or system, which is detachable or removable from the main body, or main assembly of the equipment or system; a constituent part necessary to the performance of the system. DAS: Department of Administrative Services Emergency Service: An emergency service, for the purpose of this contract, is defined as any repair or replacement of parts beyond the scope of full maintenance (normal and routine – preventive maintenance, repair or replacement). This includes, but is not limited to, any work requiring immediate action to correct or prevent loss, damage or necessitated by vandalism, negligence by the State, fire, Acts of God or other unusual 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 “answering service” response system. Home telephone numbers or recording devices are unacceptable in lieu of an answering service capability. Emergency calls on listed equipment shall be provided at no extra cost above bid price. Response to the emergency must be within four (4) hours. The Military Department is operational during winter storm emergencies. Service on an emergency basis, should a breakdown occur, will be needed at times of extreme weather conditions.

FOIA: Freedom of Information Act Frequency: This is the frequency of accomplishment of items of maintenance (PM) in accordance with, where applicable, frequencies within paragraphs of this specification and the manufacturer’s recommendations. Full Maintenance: Work which is required to repair, replace, or maintain (preventive) HVAC equipment in a condition outlined in manufacturer’s specifications and operational manuals for respective pieces of equipment, or consultant recommendations for overcoming the effects of wear and tear, disaster, damage, or deterioration. New construction or alteration is not included. Inspect: To examine thoroughly, to view closely in critical appraisal. Maintain (preventive): To keep in a state of repair and efficiency, to preserve from failure or decline.

Page 36: RFP ADDENDUM STATE OF CONNECTICUT 05PSX0026 …SUBCONTRACTING: Under no condition shall any preventive maintenance work be subcontracted. Services must be provided by qualified and

ADDENDUM # 2 3/24/2005 PAGE 35 OF 35

Monthly: Services performed during calendar months at intervals of not less than 28 to not more than 31 days. Provide: Shall be understood to mean provide in place, that is, furnished and installed, ready to use. Quarterly: Services performed during the contract period at intervals of not less than 80 to not more than 100 days. It is considered that there are four (4) quarterly periods within a year. Any service is subject to advance scheduling. Regular Hours: Regular hours are from 7:00 a.m. to 4:00 p.m., Mondays through Fridays, except State approved holidays. Repairs: To restore or renew to original condition, including restoration or renewals of necessary components and the installation or replacement of defective or deficient components. Repair phase also includes any necessary disassembly and re-assembly. Replace: To remove damaged, defective, or deteriorated materials or parts and install new parts as approved. RFP: Request for Proposal Semi-Annual: Services performed during the contract period at intervals of not less than 160 to not more than 200 days. It is considered that there are two semi-annual periods within a year. Any service is subject to advance scheduling.

This solicitation is for procurement through competitive negotiation, NOT through competitive bidding, in accordance with the Department of 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, for interpretative purposes, “proposal”, “proposer”, and like terms.

Page 37: RFP ADDENDUM STATE OF CONNECTICUT 05PSX0026 …SUBCONTRACTING: Under no condition shall any preventive maintenance work be subcontracted. Services must be provided by qualified and

PROPOSAL SCHEDULE RFP-16 NEW 6/98 Joe Giliberto

STATE OF CONNECTICUT PROCUREMENT SERVICES

RFP NO.:

05PSX0026

Contract Specialist

PROPOSAL SCHEDULE for RFP # 05PSX0026

DELIVERY:

(860) 713-5096 Telephone Number

* * * * * IMPORTANT! * * * * * RETURN ORIGINAL AND ONE COPY

TERMS:

CASH DISCOUNT:

% Days

Payment terms are net 45 days. Any deviation may result in proposal rejection. Proposal prices shall include all transportation charges FOB state agency.

PROPOSER NAME:

Page 1 OF 1 SSN OR FEIN #:

Addendum #2 3/24/2005 Page 1 of 1

Item

#

Location

Monthly

Billing Cycle

Repair Rate

Hourly

After Hour

Emergency Rate

HARTFORD ARMORY

360 BROAD STREET HARTFORD, CT 06105

$___________

$___________

$___________

NEW BRITAIN ARMORY

855 STANLEY STREET NEW BRITAIN, CT 06051

$___________

$___________

$___________

NORWALK ARMORY

290 CANAAN AVENUE NORWALK, CT 06850

$___________

$___________

$___________

NORWICH ARMORY

38 STOTT STREET NORWICH, CT 06360

$___________

$___________

$___________

NORWICH OMS #10

38 STOTT STREET NORWICH, CT 06360

$___________

$___________

$___________

CT AVCRAD

GROTON-NEW LONDON AIRPORT GROTON, CT 06340

$___________

$___________

$___________

WATERBURY ARMORY

64 FIELD STREET WATERBURY, CT 06802

$___________

$___________

$___________

Parts: Original Equipment Manufacture Parts Cost Plus: and Percentage Off List Price of Original Equipment Manufacture Parts: Please provide pricing for both Cost Plus and Percentage off list.

% ___________________ % ___________________

Page 38: RFP ADDENDUM STATE OF CONNECTICUT 05PSX0026 …SUBCONTRACTING: Under no condition shall any preventive maintenance work be subcontracted. Services must be provided by qualified and

RFP ADDENDUM RFP-18 NEW 6/98

STATE OF CONNECTICUT DEPARTMENT OF ADMINISTRATIVE SERVICES

RFP NO.:

05PSX0026

Joe Giliberto Buyer Name

PROCUREMENT SERVICES 165 Capitol Avenue, Room 5th Floor South

Proposal Due Date:

31 March 2005

(860) 713-5096 Buyer Phone Number

PO Box 150414 HARTFORD, CT 06115-0414

RFP ADDENDUM #1 DESCRIPTION: HVAC Maintenance and Repair for Military Department FOR: Military Department PROPOSERS NOTE: The RFP Proposal Due Date has been extended to March 31, 2005. Additional information regarding this RFP will be issued shortly on subsequent addendum(s).

APPROVED_________________________________ JOSEPH GILIBERTO Contract Specialist (Original Signature on Document in Procurement Files) Date Issued: 11 March 2005

This Addendum must be Signed & Returned with your Proposal. Authorized Signature of Proposer Company Name

Page 39: RFP ADDENDUM STATE OF CONNECTICUT 05PSX0026 …SUBCONTRACTING: Under no condition shall any preventive maintenance work be subcontracted. Services must be provided by qualified and

REQUEST FOR PROPOSAL RFP-11 Rev. 10/03 Joe Giliberto Contract Specialist (860) 713-5096 Telephone Number

STATE OF CONNECTICUT DEPARTMENT OF ADMINISTRATIVE SERVICES

PROCUREMENT SERVICES 165 Capitol Avenue, 5th Floor South

PO Box 150414 HARTFORD, CT 06115-0414

NOTICE TO VENDORS: Logon to:

www.das.state.ct.us/busopp.asp DAS CT State Web Site

http://www.das.state.ct.us/busopp.asp select the Bidder Notification System &

[email protected] Contract Specialist E-mail Address

complete the form to automatically receive a synopsis of new Bids & RFP’s via e-mail.

(860) 622-2917 Fax Number

Request for Proposal (RFP) SPECIFICATIONS & PROPOSAL DOCUMENTS ATTACHED

RFP Number: 05PSX0026 RFP Due Date & Time: 15 March 2005 at 2:00 pm Eastern Time DESCRIPTION: HVAC Maintenance and Repair for Military Department Special Instructions: Please see information regarding Mandatory Pre-Proposal Meeting and Site Inspections NOTE: RFP’s are not opened in public on the due date.

*** MANDATORY PRE-PROPOSAL MEETING and SITE INSPECTION on 1 March 2005 at 9:00 am Eastern Time ***

NOTE: Late Arrivals (15 minutes or more) will not be given credit for attending nor allowed to participate in the RFP process.

Pre-Proposal Meeting Location: Hartford Armory 360 Broad Street Hartford, CT 06106

SEALED RFP NO.: 05PSX0026 RFP DUE DATE/TIME: 15 March 2005 2:00 PM Return Proposal To:

PROCUREMENT SERVICES DEPARTMENT OF ADMINISTRATIVE SERVICES STATE OF CONNECTICUT 165 CAPITOL AVE 5th FLOOR SOUTH PO BOX 150414 HARTFORD CT 06115-0414

NOTE: Always use mailing label at left on all packages when returning the ORIGINAL &

ONE COPY of your RFP response.

RFP’s responses cannot be accepted after specified RFP Due Date/Time.

Vendors will not be admitted to state buildings without a valid photo ID.

Hand-delivered RFP’s must be brought to: DAS Customer Service Room 110 165 Capitol Avenue, Hartford, CT

Page 40: RFP ADDENDUM STATE OF CONNECTICUT 05PSX0026 …SUBCONTRACTING: Under no condition shall any preventive maintenance work be subcontracted. Services must be provided by qualified and

PROPOSER’S CHECKLIST RFP-20 REV. 1/05 STATE OF CONNECTICUT

PROPOSER’S CHECKLIST RFP Number:

05PSX0026

READ CAREFULLY

THIS FORM IS NOT TO BE RETURNED WITH YOUR PROPOSAL. HOWEVER, IT IS SUGGESTED THAT YOU REVIEW AND CHECK OFF EACH ACTION AS YOU COMPLETE IT.

____ 1. The Proposal (RFP-26) must be signed by a duly authorized representative of the company. ____ 2. The proposal prices you have offered have been reviewed and verified. ____ 3. The payment terms are Net 45 Days. Net Terms for periods less than 45 days (Ex. Net 30) may result in proposal

rejection. (You may offer cash discounts for prompt payment.) Exception: State of 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 the

proposal. ____ 5. If required, the amount of 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 Proposal Number and RFP Due Date & b. addressed to:

State of Connecticut Department of Administrative Services

Procurement Services 165 Capitol Avenue, 5th Floor South

PO Box 150414 Hartford, CT 06115-0414

____ 8. The proposal number on the pre-addressed mailing label or on your hand marked return envelope exactly matches

the 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. Hand-

delivered proposals must be delivered to the DAS Customer Service Desk, Room 110, 165 Capitol Avenue, Hartford, CT. Late proposals are not accepted under any circumstances. Allow ample time if mailing in your proposal.

____ 10. Form DAS-45 Employment Information Form must be completed entirely regardless of the number of employees,

even if the company is family owned and/or operated and must be submitted with each proposal or proposal may be rejected.

____ 11. Vendor affidavit must be completed, signed, notarized and returned with your proposal.

Page 41: RFP ADDENDUM STATE OF CONNECTICUT 05PSX0026 …SUBCONTRACTING: Under no condition shall any preventive maintenance work be subcontracted. Services must be provided by qualified and

PROPOSAL RFP-26 Rev. 04/03 STATE OF CONNECTICUT THIS FORM AND

REQUIRED PROPOSAL (Prev. Rev. 11/02) Joe Giliberto

DEPARTMENT OF ADMINISTRATIVE SERVICES PROCUREMENT SERVICES

SCHEDULE FORMS MUST BE RETURNED

Contract Specialist (860) 713-5096 Telephone Number

165 Capitol Avenue, 5th Floor South PO BOX 150414

HARTFORD, CT 06115-0414 Page 1 of 3

Read & Complete Carefully

RFP NO: RFP DUE DATE: RFP DUE TIME: RFP SURETY: DATE ISSUED: 05PSX0026 15 March 2005 2:00 PM Eastern Time $0.00 15 February 2005

DESCRIPTION: HVAC Maintenance and Repair for Military Department FOR: Military Department TERM OF CONTRACT / DELIVERY DATE REQ’D:

Three Years from date of award. See Mandatory Pre-Proposal Information on Request for Proposal (form RFP-11) Agency Requisition Number(s):

REQUEST FOR PROPOSAL: Pursuant to the provisions of Section 4a-57 of the General Statutes of Connecticut as amended, sealed proposals will be received by Procurement Services for the State of Connecticut, at the address above for furnishing the commodities and/or services herein listed to state agencies.

NOTE: Proposer means Individual/Sole Proprietor, Partnership or Corporation name.

IMPORTANT: ALL pages of this form, Sections 1 through 4 must be completed, signed and returned by proposer as part of the proposal package. Failure to submit both pages constitutes grounds for rejection of your proposal.

Section 1 of 4 - PROPOSER INFORMATION

COMPLETE PROPOSER LEGAL BUSINESS NAME

Taxpayer ID # (TIN): SSN FEIN

WRITE/TYPE SSN/FEIN NUMBER ABOVE

BUSINESS NAME , TRADE NAME, DOING BUSINESS AS (IF DIFFERENT FROM ABOVE) BUSINESS ENTITY: CORPORATION LLC CORPORATION LLC PARTNERSHIP LLC SINGLE MEMBER ENTITY NON-PROFIT PARTNERSHIP INDIVIDUAL/SOLE PROPRIETORSHIP NOTE: 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 PROPOSER

SIGN HERE

DATE EXECUTED

TYPE OR PRINT NAME OF AUTHORIZED PERSON

TITLE OF AUTHORIZED PERSON

IS YOUR BUSINESS CURRENTLY A DAS CERTIFIED SMALL BUSINESS ENTERPRISE? YES (ATTACH COPY OF CERTIFICATE) NO IF YOU ARE A STATE EMPLOYEE, INDICATE YOUR POSITION, AGENCY & AGENCY ADDRESS.

Page 42: RFP ADDENDUM STATE OF CONNECTICUT 05PSX0026 …SUBCONTRACTING: Under no condition shall any preventive maintenance work be subcontracted. Services must be provided by qualified and

PROPOSAL RFP-26 Rev. 04/03 STATE OF CONNECTICUT THIS FORM AND

REQUIRED PROPOSAL (Prev. Rev. 11/02) Joe Giliberto

DEPARTMENT OF ADMINISTRATIVE SERVICES PROCUREMENT SERVICES

SCHEDULE FORMS MUST BE RETURNED

Contract Specialist (860) 713-5096 Telephone Number

165 Capitol Avenue, 5th Floor South PO BOX 150414

HARTFORD, CT 06115-0414 Page 2 of 3

Read & Complete Carefully

Section 1 of 4 - PROPOSER INFORMATION (CONTINUED)

PROPOSER ADDRESS STREET CITY STATE ZIP CODE

Add Additional Business Address & Contact information on back of this form.

PROPOSER E-MAIL ADDRESS

PROPOSER WEB SITE

REMITTANCE INFORMATION: INDICATE BELOW THE REMITTANCE ADDRESS OF YOUR BUSINESS. SAME AS PROPOSER ADDRESS ABOVE. REMIT ADDRESS STREET CITY STATE ZIP CODE

CONTACT INFORMATION: NAME (TYPE OR PRINT) 1ST BUSINESS PHONE: Ext. # HOME PHONE: 2ND BUSINESS PHONE: Ext. # 1ST PAGER: CELLULAR: 2ND PAGER: 1ST FAX NUMBER: TOLL FREE PHONE: 2ND FAX NUMBER: TELEX: WRITTEN SIGNATURE OF PERSON AUTHORIZED TO SIGN BIDS ON BEHALF OF THE ABOVE NAMED PROPOSER DATE EXECUTED

SIGN HERE TYPE OR PRINT NAME OF AUTHORIZED PERSON TITLE OF AUTHORIZED PERSON

IS YOUR BUSINESS CURRENTLY A DAS CERTIFIED SMALL BUSINESS ENTERPRISE? YES (ATTACH COPY OF CERTIFICATE) NO IF 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 EDI

If 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 MAIL

ADD FURTHER BUSINESS ADDRESS, E-MAIL & CONTACT INFORMATION BELOW IF REQUIRED

Page 43: RFP ADDENDUM STATE OF CONNECTICUT 05PSX0026 …SUBCONTRACTING: Under no condition shall any preventive maintenance work be subcontracted. Services must be provided by qualified and

PROPOSAL RFP-26 Rev. 04/03 STATE OF CONNECTICUT THIS FORM AND

REQUIRED PROPOSAL (Prev. Rev. 11/02) Joe Giliberto

DEPARTMENT OF ADMINISTRATIVE SERVICES PROCUREMENT SERVICES

SCHEDULE FORMS MUST BE RETURNED

Contract Specialist (860) 713-5096 Telephone Number

165 Capitol Avenue, 5th Floor South PO BOX 150414

HARTFORD, CT 06115-0414 Page 3 of 3

Read & Complete Carefully

Section 2 of 4 - IMPORTANT INFORMATION FOR PROPOSERS

AFFIRMATION OF PROPOSER: The above signed proposer affirms and declares:

1. That this proposal is executed and signed by said proposer with full knowledge and acceptance of the provisions of Form RFP-19 of current issue and in effect on the date of proposal issue. Form RFP-19, entitled Standard Proposal and Contract Terms and Conditions are made a part of the contract.

2. That this proposal is executed and signed by said bidder with full knowledge and acceptance of the provisions of all Special Proposal and

Contract Terms and Conditions attached hereto. 3. That should any part of this proposal be accepted in writing by Procurement Manager within ninety (90) calendar days from the proposal due

date unless an earlier date for acceptance is specified by proposer in proposal schedule, said proposer will furnish and deliver the commodities and/or services for which this proposal is made, in the quantities and at the prices proposed, and in compliance with the provisions of the STANDARD PROPOSAL AND CONTRACT TERMS AND CONDITIONS, COMMODITY SPECIFICATION, PROPOSAL SCHEDULE AND SPECIAL PROPOSAL AND CONTRACT TERMS AND CONDITIONS. Should award of any part of this proposal be delayed beyond the period of ninety (90) days or an earlier date specified by proposer in proposal schedule, such award shall be conditioned upon proposer’s acceptance.

4. Acceptance of the conditions set forth herein, agreement in strict accordance therewith, and will furnish and deliver the commodities and/or

services 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 included

as part of this document, then such determination may be just cause for disqualification from the evaluation of this proposal.

Section 3 of 4 - PROPOSER DEBARMENT AND/OR SUSPENSION

The abovesigned proposer further affirms and declares that neither the proposer and/or any company official nor any subcontractor to the proposer and/or any company official has received any notices of debarment and/or suspension from contracting with the State of Connecticut or the Federal Government.

YES NO The abovesigned proposer further affirms and declares that neither the proposer and/or any company official nor any subcontractor to the proposer and/or any company official has received any notices of debarment and/or suspension from contracting with other states within the United States.

YES NO If the abovesigned proposer and/or any company official or any subcontractor to the proposer and/or any company official has received notices of debarment and/or suspension from contracting with the State of Connecticut, other states within the United States or Federal Government, said notices must be attached to this document when submitting this proposal.

Number of notices attached

Section 4 of 4 – OTHER NOTICES

Notice regarding Package Handling at 165 Capitol Avenue As part of new security processes, all mail, packages and parcels, including RFP’s, delivered to the State Office Building at 165 Capitol Avenue will be opened and examined by trained mail handling staff. RFP’s will then be resealed and forwarded to Procurement 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 for processing of mail or personally delivered bids to Procurement Services. Remember, RFPs cannot be accepted after the RFP Due Date & Time specified on the RFP.

NOTE: ALWAYS USE MAILING LABEL INCLUDED WITH EACH RFP ON ALL PACKAGES WHEN RETURNING THE ORIGINAL & ONE COPY OF YOUR RFP RESPONSE.

SIGNATURE OF AUTHORIZED PERSON IN SECTION 2 CONSTITUTES AGREEMENT WITH ALL PROCEDURES INDICATED ABOVE.

Page 44: RFP ADDENDUM STATE OF CONNECTICUT 05PSX0026 …SUBCONTRACTING: Under no condition shall any preventive maintenance work be subcontracted. Services must be provided by qualified and

STANDARD RFP TERMS AND CONDITIONS RFP-19 Rev. 1/05 Prev. Rev. 11/02

STATE OF CONNECTICUT DEPARTMENT OF ADMINISTRATIVE SERVICES

RFP NO.:

05PSX0026

Joe Giliberto Buyer Name

PROCUREMENT SERVICES 165 Capitol Avenue, 5th Floor South

(860) 713-5096 Buyer Phone Number

PO Box 150414 HARTFORD, CT 06115-0414

Standard Request for Proposal (RFP) and Contract Terms and Conditions - Page 1 of 3

All Requests for Proposal issued by the Department of Administrative Services, Procurement Services will bind Proposers to the terms and conditions listed below, unless specified otherwise in any individual Request for Proposal. Incorporated by reference into this contract are applicable provisions of the Connecticut General Statutes including but not limited to Sections 4a-50 through 4a-80 and applicable provisions of the Regulations of Connecticut State Agencies including but not limited to Sections 4a-52-1 through 4a-52-22. The contractor agrees to comply with the regulations referred to in this section as they exist on the date of this proposal and as they may be adopted or amended from time to time during the term of this contract and any amendments thereto.

Submission of Proposals 1. Proposals must be submitted on forms supplied by Procurement Services. Telephone or facsimile proposals will not be accepted in response to a Request for Proposal. 2. The time and date proposals are due is given in each RFP issued. Proposals received after the specified due date and time of RFP given in each RFP shall not be considered. RFP envelopes must clearly indicate the RFP number as well as the date and time that the RFP is due. The name and address of the Proposer should appear in the upper left hand corner of the envelope. 3. Incomplete RFP forms may result in the rejection of the proposal. Amendments to proposals received by Procurement Services after the due date and time specified, shall not be considered. An original and one copy of the proposal schedule shall be returned to Procurement Services. Proposals shall be computer prepared, typewritten or handwritten in ink. Proposals submitted in pencil shall be rejected. All proposals shall be signed by a person duly authorized to sign proposals on behalf of the proposer. Unsigned proposals shall be rejected. Errors, alterations or corrections on both the original and copy of the proposal schedule to be returned must be initialed by the person signing the proposal or their authorized designee. In the event an authorized designee initials the correction, there must be written authorization from the person signing the proposal to the person initialing the erasure, alterations, or correction. Failure to do so shall result in rejection of the proposal for those items erased, altered or corrected and not initialed. 4. Conditional proposals are subject to rejection in whole or in part. A conditional proposal is defined as one which limits, modifies, expands or supplements any of the terms and conditions and/or specifications of the Request for Proposal. 5. Alternate proposals will not be considered. An alternate proposal is defined as one which is submitted in addition to the proposers primary response to the Request for Proposal. 6. Prices should be extended in decimal, not fraction, to be net, and shall include transportation and delivery charges fully prepaid by the Contractor to the destination specified in the proposal, and subject only to cash discount.

7. Pursuant to Section 12-412 of the Connecticut General Statutes, the State of Connecticut is exempt from the payment

of excise, transportation and sales taxes imposed by the Federal Government and/or the State. Such taxes must not be included in proposal prices. 8. In the event of a discrepancy between the unit price and the extension, the unit price shall govern. 9. By its submission the proposer represents that the proposal is not made in connection with any other proposer submitting a proposal for the same commodity or commodities and is in all respects fair and without collusion or fraud. 10. All proposals are subject to public inspection upon award.

Guaranty or Surety 11. Proposal and or performance bonds may be required. Bonds must meet the following requirements: Corporation - must be signed by an official of the corporation above their official title and the corporate seal must be affixed over the signature; Firm or Partnership - must be signed by all the partners and indicate they are “doing business as”; Individual - must be signed by the owner and indicated as “Owner”. The surety company executing the bond or countersigning must be licensed in Connecticut and the bond must be signed by an official of the surety company with the corporate seal affixed over their signature. Signatures of two witnesses for both the principal and the surety must appear on the bond. Power of attorney for the official signing the bond for the surety company must be submitted with the bond.

Samples

12. Accepted proposal samples do not supersede specifications for quality unless sample is superior in quality. All deliveries shall have at least the same quality as the accepted proposal sample. 13. Samples are furnished free of charge. Proposer must indicate if their return is desired, provided they have not been made useless by test. Samples may be held for comparison with deliveries.

Award 14. Award will be based on quality of the articles or services to be supplied, their conformance with specifications, delivery terms, price, administrative costs, past performance, and financial responsibility. 15. Procurement Services may reject any proposer in default of any prior contract or guilty of misrepresentation or any proposer with a member of its firm in default or guilty of misrepresentation. 16. Procurement Services may correct inaccurate awards resulting from clerical or administrative errors.

Contract 17. The existence of the contract shall be determined in accordance with the requirements set forth above. However, the award of the contract is not an order to ship.

18. The Contractor shall not assign or otherwise dispose of their contract or their right, title or interest, or their power to execute such contract to any other person, firm or corporation without the prior written consent of Procurement Services.

Page 45: RFP ADDENDUM STATE OF CONNECTICUT 05PSX0026 …SUBCONTRACTING: Under no condition shall any preventive maintenance work be subcontracted. Services must be provided by qualified and

STANDARD RFP TERMS AND CONDITIONS RFP-19 Rev. 1/05 Prev. Rev. 11/02

STATE OF CONNECTICUT DEPARTMENT OF ADMINISTRATIVE SERVICES

RFP NO.:

05PSX0026

Joe Giliberto Buyer Name

PROCUREMENT SERVICES 165 Capitol Avenue, 5th Floor South

(860) 713-5096 Buyer Phone Number

PO Box 150414 HARTFORD, CT 06115-0414

Standard Request for Proposal (RFP) and Contract Terms and Conditions - Page 2 of 3 19. Proposers have ten days after notice of award to refuse acceptance of the award; after ten days the award will be binding on the Contractor. If the Contractor refuses to accept the award within the ten day period, the award will be made to the next lowest responsible qualified proposer.

20. Failure of a Contractor to deliver commodities or perform services as specified will constitute authority for Procurement Services to purchase these commodities or services on the open market. The Contractor agrees to promptly reimburse the State for excess cost of these purchases. The purchases will be deducted from the contracted quantities.

21. Rejected commodities must be removed by the Contractor from State premises within 48 hours. Immediate removal may be required when safety or health issues are present.

22. Contractor agrees to: hold the State harmless from liability of any kind for the use of any copyright or uncopyrighted composition, secret process, patented or unpatented invention furnished or used in the performance of the contract; guarantee their products against defective material or workmanship; repair damages of any kind, for which they are responsible to the premises or equipment, to their own work or to the work of other contractors; obtain and pay for all licenses, permits, fees etc. and to give all notices and comply with all requirements of city or town in which the service is to be provided and to the State of Connecticut; to carry proper insurance to protect the State from loss.

23. Notwithstanding any provision or language in this contract to the contrary, the Commissioner may terminate this contract whenever he/she determines in his/her sole discretion that such termination is in the best interests of the State. Any such termination shall be effected by delivery to the Contractor of a written notice of termination. The notice of termination shall be sent by registered mail to the Contractor address furnished to the State for purposes of correspondence or by hand delivery. Upon receipt of such notice, the Contractor shall both immediately discontinue all services affected (unless the notice directs otherwise) and deliver to the State all data, drawings, specifications, reports, estimates, summaries, and such other information and materials as may have been accumulated by the Contractor in performing his duties under this contract, whether completed or in progress. All such documents, information, and materials shall become the property of the State. In the event of such termination, the Contractor shall be entitled to reasonable compensation as determined by the Commissioner of the Department of Administrative Services, however, no compensation for lost profits shall be allowed.

Delivery 24. All products and equipment delivered must be new unless otherwise stated in the proposal specifications. 25. Delivery will be onto the specified State loading docks by the Contractor unless otherwise stated in the proposal specifications. 26. Deliveries are subject to re-weighing on State sealed scales. 27. Payment terms are net 45 days after receipt of goods or invoice, whichever is later, unless otherwise specified.

28. Charges against a Contractor shall be deducted from current obligations. Money paid to the State by the Contractor shall be payable to the Treasurer, State of Connecticut.

Tangible Personal Property 29. (a) For any contract for provision of tangible personal property to the state entered into on or after the effective date of this section, each department head, as defined in section 4-5 of the general statutes, shall enter into an agreement with the contractor pursuant to which such contractor shall agree, on its own behalf and on behalf of each affiliate, as defined in subsection (d) of this section, of such contractor, for the term of the state contract, to collect and remit to the state on behalf of its customers any use tax due to the state under the provisions of chapter 219 of the general statutes for items of tangible personal property sold by the contractor or by any of its affiliates in the same manner as if the contractor and its affiliates were engaged in the business of selling tangible personal property for use in this state and had sufficient nexus with this state to be required to collect use tax due to the state. (b) The following provisions shall apply to and be made part of any agreement entered into pursuant to subsection (a) of this section: (1) The contractor and its affiliates are not liable for use tax not paid to them by a customer; (2) A customer's payment of a use tax to the contractor or its affiliates relieves the customer of liability for the use tax; (3) The contractor and its affiliates shall remit all use taxes they collect from customers on or before the due date specified in the agreement, which may not be later than the last day of the month next succeeding the end of a calendar quarter or other tax collection period during which the tax was collected; and (4) Any contractor or affiliate who fails to remit use taxes collected on behalf of its customers by the due date specified in the agreement shall be subject to the interest and penalties provided for persons required to collect sales tax under chapter 219 of the general statutes. (c) Any agreement entered into under subsection (a) of this section may provide that the contractor and its affiliates shall collect the use tax only on items that are subject to the six per cent rate of tax. (d) For purposes of this section, "affiliate" means any person, as defined in section 12-1 of the general statutes, that controls, is controlled by, or is under common control with another person. A person controls another person if the person owns, directly or indirectly, more than ten per cent of the voting securities of the other person. For purposes of this subsection, "voting security" means a security that confers upon the holder the right to vote for the election of members of the board of directors or similar governing body of the business, or that is convertible into, or entitles the holder to receive, upon its exercise, a security that confers such a right to vote. "Voting security" includes a general partnership interest. (PA 03-01 Sec. 105)

Saving Clause 30. The Contractor shall not be liable for losses or delays in the fulfillment of the terms of the contract due to wars, acts of public enemies, strikes, fires, floods, acts of God or any other acts not within the control of or reasonably prevented by the Contractor. The Contractor will give written notice of the cause and probable duration of any such delay.

Advertising 31. Contractors may not reference sales to the State for advertising and promotional purposes without the prior approval of Procurement Services.

Page 46: RFP ADDENDUM STATE OF CONNECTICUT 05PSX0026 …SUBCONTRACTING: Under no condition shall any preventive maintenance work be subcontracted. Services must be provided by qualified and

STANDARD RFP TERMS AND CONDITIONS RFP-19 Rev. 1/05 Prev. Rev. 11/02

STATE OF CONNECTICUT DEPARTMENT OF ADMINISTRATIVE SERVICES

RFP NO.:

05PSX0026

Joe Giliberto Buyer Name

PROCUREMENT SERVICES 165 Capitol Avenue, 5th Floor South

(860) 713-5096 Buyer Phone Number

PO Box 150414 HARTFORD, CT 06115-0414

Standard Request for Proposal (RFP) and Contract Terms and Conditions - Page 3 of 3

Rights 32. The State has sole and exclusive right and title to all printed material produced for the State and the contractor shall not copyright the printed matter produced under the contract. 33. The Contractor assigns to the State all rights title and interests in and to all causes of action it may have under Section 4 of the Clayton Act, 15 USC 15, or under Chapter 624 of the general statutes. This assignment occurs when the Contractor is awarded the contract. 34. Contractor agrees that it is in compliance with all applicable federal, state and local laws and regulations, including but not limited to Connecticut General Statutes Sections 4a-60 and 4a-60a. The Contractor also agrees that it will hold the State harmless and indemnify the State from any action which may arise out of any act by the contractor concerning lack of compliance with these laws and regulations. All purchases will be in compliance with Section 22a-194 to Section 22a-194g of the Connecticut General Statutes related to product packaging. 35. This contract is subject to the provisions of Executive Order No. Three of Governor Thomas J. Meskill promulgated June 16, 1971, the provisions of Executive Order No. Seventeen of Governor Thomas J. Meskill promulgated February 15, 1973 and section 16 of P.A. 91-58 nondiscrimination regarding sexual orientation, and the provisions of Executive Order No. Sixteen of Governor John G. Rowland promulgated August 4, 1999 regarding Violence in the Workplace Prevention Policy.

Records, Files, and Information 36. The contract resulting from the RFP is subject to the provisions of §1-218 of the Connecticut General Statutes, as it may be modified from time to time. In accordance with this section, each contract in excess of two million five hundred thousand dollars between a public agency and a person for the performance of a governmental function shall (1) provide that the public agency is entitled to receive a copy of records and files related to the performance of the governmental function, and (2) indicate that such records and files are subject to the Freedom of Information Act and may be disclosed by the public agency pursuant to the Freedom of Information Act. No request to inspect or copy such records or files shall be valid unless the request is made to the public agency in accordance with the Freedom of Information Act. Any complaint by a person who is denied the right to inspect or copy such records or files shall be brought to the Freedom of Information Commission in accordance with the provisions of sections 1-205 and 1-206 of the Connecticut General Statutes. 37. Incorporated by reference into this contract is Section 4-61dd(g)(1) and 4-61dd(3) and (f) of the Connecticut General Statutes which prohibits contractors from taking adverse action

against employees who disclosed information to the Auditors of Public Accounts or the Attorney General.

Health Insurance Portability and Accountability Act (HIPAA)

38. Under the Health Insurance Portability and Accountability Act (HIPAA) of 1996, Bidders are expected to adhere to the same standards as the state agency/covered entity as to Protected Health Information (PHI), to maintain compliance with Title 45 CFR Part 164.504, Uses and Disclosures: Organizational Requirements, Bidder Contracts. Protected Health Information (PHI) includes information related to claims, health services, federal and state tax information, financials, criminal/court related information and other personally identifiable records. Bidder agrees that it shall be prohibited from using or disclosing the PHI provided or made available by the state agency/covered entity or viewed while on the premises for any purpose other than as expressly permitted or required by this Contract. These uses and disclosures must be within the scope of the Bidder’s services provided to the state agency/covered entity. Bidders shall establish and maintain reasonable safeguards to prevent any use or disclosure of the PHI, other than as specified in this Contract or required by law. Bidder agrees that anytime PHI is provided or made available to any subcontractors or agents, Bidder must enter into a subcontract, which contains the same terms, conditions and restrictions on the use and disclosure of PHI as contained in this Contract. Bidder agrees to make available and provide a right of access to PHI by the individual for whom the information was created and disclosed. Bidder agrees to make information available as required to provide an accounting of disclosures. Bidder agrees to make its internal practices, books, and records relating to the use or disclosure of PHI received from, or created or received by Bidder on behalf of the state agency/covered entity, available to the Secretary of Health and Human Services (HHS) for purposes of determining compliance with the HHS Privacy Regulations. At termination of this Contract, Bidder agrees to return or destroy all PHI received from, or created by the state agency/covered entity. If not feasible, extend the protections of this agreement to the PHI and limit further uses and disclosures. Bidder will have procedures in place for mitigating any harmful effects from the use or disclosure of PHI in a manner contrary to this Contract or the HHS Privacy Regulations. Bidder must develop and implement a system of sanctions for any employee, subcontractor or agent who violates this Contract or the HHS Privacy Regulations. The PHI shall be and remain the resources of the state agency/covered entity. Bidder agrees that it acquires no title or rights to the information, including any de-identified information, as a result of this Contract. Bidder agrees that the state agency/covered entity has the right to immediately terminate this Contract if the state agency/covered entity determines that Bidder has violated a material term of this HIPAA Compliance Agreement above.

Page 47: RFP ADDENDUM STATE OF CONNECTICUT 05PSX0026 …SUBCONTRACTING: Under no condition shall any preventive maintenance work be subcontracted. Services must be provided by qualified and

EMPLOYMENT INFORMATION FORM (DAS-45) REV 2/98

STATE OF CONNECTICUT COMMISSION ON HUMAN RIGHTS AND OPPORTUNITIES (CHRO)

WORKPLACE ANALYSIS AFFIRMATIVE ACTION REPORT EMPLOYMENT INFORMATION FORM

RFP Number: 05PSX0026

Company Name Street Address City State

Contact Person Phone Number Date

Report 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. JOB CATEGORY A

OVERALL TOTALS (Sum of all columns,

A-F Male & Female

B WHITE

(NOT OF HISPANIC ORIGIN)

C BLACK

(NOT OF HISPANIC ORIGIN)

D HISPANIC

E ASIAN / PACIFIC

ISLANDER

F AMERICAN INDIAN OR

ALASKAN NATIVE

Male Female Male Female Male Female Male Female Male Female

Officials/Managers

Professionals

Technicians

Sales Workers

Office/Clerical

Craft Workers (Skilled)

Operatives(Semi-skilled)

Laborers (Unskilled)

Service Workers

TOTALS ABOVE Do you use minority businesses as subcontractors or suppliers? Yes No

Explain:

Do you use an Affirmative Action Plan? Yes No Explain:

Describe your recruitment, hiring, training and promotion anti-discrimination practices.

Page 48: RFP ADDENDUM STATE OF CONNECTICUT 05PSX0026 …SUBCONTRACTING: Under no condition shall any preventive maintenance work be subcontracted. Services must be provided by qualified and

OSHA COMPLIANCE RFP-12 NEW 6/98 STATE OF CONNECTICUT

Certificate of Compliance with

RFP Number: 05PSX0026

Connecticut General Statute Section 31 - 57b I hereby certify that all of the statements herein contained below have been examined by me, and to the best of my knowledge and belief are true and correct.

The __________________________________________________________________ HAS / HAS NOT

Company Name (Cross out Non-applicable) been cited for three (3) or more willful or serious or serious violations of any Occupational Safety and Health Act (OSHA) or of any standard, order or regulation promulgated pursuant to such act, during the three year period preceding the RFP, provided such violations were cited in accordance with the provisions of any State Occupational Safety and Health Act of 1970, and not abated within the time fixed by the citation and such citation has not been set aside following appeal to the appropriate agency of court having jurisdiction or HAS / HAS NOT (Cross out Non-applicable) received one or more criminal convictions related to the injury or death of any employee in the three-year period preceding the RFP. The list of violations (if applicable) is attached.

______________________________________________________ (Name of Firm, Organization or Corporation) Signed: ______________________________________________________ Written Signature: ______________________________________________________ Name Typed: (Corporation Seal) Title: ______________________________________________________ (Title of Above Person, typed) Dated: ________________________

State of ) County of ) ss: A.D., 20_________ ) Sworn to and personally appeared before me for the above, ________________________________________________, (Name of Firm, Organization, Corporation) Signer and Sealer of the foregoing instrument of and acknowledged the same to be the free act and deed of _______________________________________________, and his/her free act and deed as (Name of Person appearing in front of Notary or Clerk) _______________________________________________. (Title of Person appearing in front of Notary or Clerk) My Commission Expires: _______________________________________________ (Notary Public) (Seal)

Page 49: RFP ADDENDUM STATE OF CONNECTICUT 05PSX0026 …SUBCONTRACTING: Under no condition shall any preventive maintenance work be subcontracted. Services must be provided by qualified and

PROPOSER QUALIFICATIONS RFP-14 NEW 6/98 Page 1 of 2

STATE OF CONNECTICUT PROPOSER’S STATEMENT OF QUALIFICATIONS

RFP Number: 05PSX0026

THIS FORM WILL BE USED IN ASSESSING A PROPOSER’S QUALIFICATIONS AND TO DETERMINE IF THE PROPOSAL SUBMITTED IS FROM A RESPONSIBLE 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 IN EVALUATING PROPOSALS. ATTACH ADDITIONAL SHEETS IF NECESSARY

COMPANY NAME: & ADDRESS: NUMBER OF YEARS COMPANY HAS BEEN ENGAGED IN BUSINESS UNDER THIS NAME: __________YEARS

LIST ANY CONTRACT AWARDS TO YOUR COMPANY BY THE STATE OF CONNECTICUT WITHIN THE LAST THREE (3) YEARS, THAT YOU ACTUALLY PERFORMED SERVICE AGAINST. INDICATE WHICH STATE AGENCY, AND PROVIDE CONTRACT NAME AND NUMBER, 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. INDICATE WHICH STATE AGENCY, AND PROVIDE CONTRACT NAME AND NUMBER, AND THE NAME AND TELEPHONE NUMBER OF THE PURCHASING AGENT 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 YOUR COMPANY’S ABILITY TO PERFORM THE REQUIRED SERVICES. Company Name and Address Telephone No.: Dollar Value:

1. ______________________________________________________ _____________________ ______________________

______________________________________________________ _____________________ ______________________

2. ______________________________________________________ _____________________ ______________________

______________________________________________________ _____________________ ______________________

3. ______________________________________________________ _____________________ ______________________

______________________________________________________ _____________________ ______________________

Page 50: RFP ADDENDUM STATE OF CONNECTICUT 05PSX0026 …SUBCONTRACTING: Under no condition shall any preventive maintenance work be subcontracted. Services must be provided by qualified and

PROPOSER QUALIFICATIONS RFP-14 NEW 6/98 Page 2 of 2

STATE OF CONNECTICUT PROPOSER’S STATEMENT OF QUALIFICATIONS

RFP Number: 05PSX0026

COMPANY NAME: SIZE OF COMPANY OR 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 NO REGISTRATION DATE, IF AVAILABLE: ____________________________ IF REQUESTED, WOULD YOUR COMPANY PROVIDE A “GOOD STANDING” CERTIFICATE ISSUED BY THE CONNECTICUT SECRETARY OF STATE’S OFFICE? YES NO LIST 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 REQUIREMENTS

OF 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 HAS MADE 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 STATE AGENCY 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 IS COMPLETE AND TRUE.

________________________________________________________ ___________________________ SIGNATURE DATE _______________________________________________________________________ TITLE

Page 51: RFP ADDENDUM STATE OF CONNECTICUT 05PSX0026 …SUBCONTRACTING: Under no condition shall any preventive maintenance work be subcontracted. Services must be provided by qualified and

VENDOR AFFIDAVIT TO ACCOMPANY PROPOSAL RFP-8 Rev. 6/04

STATE OF CONNECTICUT DEPARTMENT OF ADMINISTRATIVE SERVICES

BID NO.:

05PSX0026 Joe Giliberto Contract Specialist

PROCUREMENT SERVICES 165 Capitol Avenue, 5th Floor South

(860) 713-5096 Telephone Number

PO Box 150414 HARTFORD, CT 06115-0414

Vendor Affidavit to Accompany Proposal for DAS State Contracts, as defined in Section 2 of Public Act 04-245

Page 1 of 1 I, ______________________________________________________ (name, title and company name), hereby swear that, during the two-year period preceding the submission of this proposal that neither myself nor any principals or key personnel of the submitting firm or corporation who participated directly, extensively and substantially in the preparation of this proposal nor agent of 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 gifts listed below: Name of recipient of gift Value of Gift Date of Gift Gift Description __ 1. 2. 3. to (1) any public official or state employee of the state agency or quasi-public agency soliciting the proposals who participated directly, extensively, and substantially in the preparation of the preparation of the request for proposal; or (2) to any public official or state employee who has supervisory or appointing authority over the state agency or quasi-public agency soliciting the proposal. Further, neither I nor any principals or key personnel of submitting firm or corporation who participated directly, extensively and substantially in the preparation of this proposal know of any action to circumvent this vendor affidavit disclosure. Sworn as true to the best of my knowledge and belief, subject to the penalties of false statement. __________________________________ Print name Signature Date Sworn and subscribed before me on this day of , 200 ,

____________________________ Commissioner of the Superior Court/ Notary Public

Page 52: RFP ADDENDUM STATE OF CONNECTICUT 05PSX0026 …SUBCONTRACTING: Under no condition shall any preventive maintenance work be subcontracted. Services must be provided by qualified and

Request for Proposals

Preventive Maintenance and Emergency Repair of Temperature Control Systems for Military Department

Joseph Giliberto

Department of Administrative Services

February 15, 2005

State of Connecticut

Page 53: RFP ADDENDUM STATE OF CONNECTICUT 05PSX0026 …SUBCONTRACTING: Under no condition shall any preventive maintenance work be subcontracted. Services must be provided by qualified and

PAGE 2

State of Connecticut Department of Administrative Services

Announcement of Request for Proposals to provide Preventive Maintenance and Emergency Repair of Temperature Control Systems for Military Department.

Date: February 15, 2005

RFP No.: 05PSX0026

The State of Connecticut, Department of Administrative Services (DAS) is committed to providing quality products and services to our customers. To that end, DAS is issuing this RFP to provide Preventive Maintenance and Emergency Repair of Temperature Control Systems for Connecticut Military Department. The Department of Administrative Services welcomes the opportunity to work with our customers and suppliers to provide Preventive Maintenance and Emergency Repair of Temperature Control Systems for the Military Department to the State of Connecticut as outlined throughout this RFP document. We invite you to be part of this effort.

Joseph Giliberto

Department of Administrative Services

Page 54: RFP ADDENDUM STATE OF CONNECTICUT 05PSX0026 …SUBCONTRACTING: Under no condition shall any preventive maintenance work be subcontracted. Services must be provided by qualified and

PAGE 3

TABLE OF CONTENTS

OVERVIEW _____________________________________________________________4

SCOPE OF SERVICES _____________________________________________________4

PRODUCT AND/OR SERVICE SPECIFICATIONS_______________________________8

PROPOSAL / CONTRACT REQUIREMENTS _________________________________24

SELECTION CRITERIA __________________________________________________29

INSTRUCTIONS TO PROPOSERS __________________________________________30

SUBMITTAL REQUIREMENTS ____________________________________________31

SPECIAL TERMS AND CONDITIONS _______________________________________32

INDEX OF ABBREVIATIONS/DEFINITIONS AND OTHER RELATED COMMENTS__36

Page 55: RFP ADDENDUM STATE OF CONNECTICUT 05PSX0026 …SUBCONTRACTING: Under no condition shall any preventive maintenance work be subcontracted. Services must be provided by qualified and

PAGE 4

Request for Proposals Preventive Maintenance and Emergency Repair of Temperature Control Systems for Military Department

Overview

This contract is to provide for the preventive and emergency maintenance of HVAC equipment and related temperature control systems for the State of Connecticut Military Department as listed in this Request for Proposal (“RFP”). The HVAC system and related automatic temperature control systems includes all components and equipment associated with the facility’s air distribution system for conditioned spaces and/or occupied or un-occupied zones.

Scope of Services

DESCRIPTION

Services shall consist of the entire heating, air-conditioning and ventilation system from the points where the air enters the system 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. This contract shall include furnishing water treatment and testing and all services needed to keep the equipment in proper operating conditions and insure performance consistent with the design. The contractor shall be responsible for all fees and/or permits applicable to this contract. All necessary coil washing, tube brushing, and coil cleaning are included. All materials to repair or replace a failed component shall be of the same quality and type as originally installed. If the same quality and type is not available, then a better, not lesser, quality type shall be used. All replacement refrigerant and disposal of old refrigerant is also included in this scope of services. It shall be the responsibility of the Contractor to effectively produce the required system sequencing to allow all associated auxiliary equipment to perform in the intended mode. The intent of the maintenance program shall be to maintain the integrity of the temperature control system and related mechanical system(s). It shall be the responsibility of the Contractor to re-insulate pipes after any repairs and/or preventative maintenance is performed. The list of equipment for preventive and emergency maintenance shall be limited to the list on Schedule 2, located within these contract specifications. On all applicable equipment, the preventive and emergency maintenance shall include, but not be limited to, the following procedures located on Schedule 1 in these contract specifications.

SERVICE SPECIFICATIONS AND CONTRACTOR’S REQUIREMENTS

SUBCONTRACTING: Under no condition shall any preventive maintenance work be subcontracted. Services must be provided by qualified and trained service personnel that are directly employed by the contractor. (See “Subcontractors” in Special Terms and Conditions).

Page 56: RFP ADDENDUM STATE OF CONNECTICUT 05PSX0026 …SUBCONTRACTING: Under no condition shall any preventive maintenance work be subcontracted. Services must be provided by qualified and

PAGE 5

MAINTENANCE SUPPORT: The contractor is required to maintain a maintenance department staffed with full-time professionals in the field of HVAC, electric and electronic controls. WORK SCHEDULING: The contractor shall schedule preventive maintenance tasks by computer to assure a uniform and detailed method of scheduling work. The Contractor’s system must capture Preventive Maintenance (“PM”) tasks to perform, along with tools, needed to perform each task. The scheduling system must output work orders to the service technicians instructing of such. The scheduling system must store within a database the specific work performed and material used for management advisory regarding on-going issues and repairs. Additionally, the scheduling system must collect and hold all hours spent within the facility involving PM, emergency, and repair work, as well as any materials used within the facility for auditing by the Military Department. This information must be submitted to: Military Department, Facilities Maintenance Manager or representative twice a year at the minimum. The contractor must state the system/software that they will be utilizing for this function.

a) Schedule of pre-season, mid-season, semi-annual, and annual inspections and services shall be submitted to the Facilities Maintenance Manager or designated representative four (4) weeks prior to service. Repairs and routine preventive maintenance will be scheduled and accomplished at such times to minimize temperature and environmental impact to employees, systems, and equipment.

The contractor will establish a checkout board on a clipboard at each facility of the Military Department. The checkout board is to remain at each facility in any of the following places: the State maintainer’s office or the Military officer-in-charge (“OIC”) office. The contractor agrees that the mechanic responsible for work will check in and out on this board and with any designated Military Department representative before and after completion of any work, maintenance, or adjustment. The mechanic is to list the maintenance or adjustments completed on the checkout board. PARTS REPLACEMENT AND COST ESTIMATE

1. A cost estimate for the repair of and or replacement of all parts, components, or devices for mechanical systems that are worn or are not in proper operational condition shall be submitted to the Facilities Maintenance Manager. The contractor shall proceed with repairs upon receipt of approval from the Facilities Maintenance Manager.

2. When the equipment or parts are to be replaced in their entirety and a newer design of this design is available which is functionally equivalent and compatible, the device of the newer design shall be used as the replacement.

3. The contractor shall be responsible for initiating recommendations to the Military Department for system or operating modifications that will accomplish better economy or efficiency of operation.

EXCLUSIONS Travel charges and mileage expenses are not included in this contract and will not be paid by the Military Department. The contractor is responsible for 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 the Military Department to enhance performance beyond current

equipment specifications or design capacity. 3. Electrical service upstream of the line side of the disconnects; however, all contactors and control wiring and

relays are included. 4. Any asbestos removal necessary to perform repairs. 5. Services on Invensys Network 8000 System and related equipment. However, the contractor is required to co-

operate with contracted vendor performing service on Invensys Network 8000 System and related equipment and have knowledge of the Network 8000 System or Direct Digital Control (“DDC”) System in general.

For all excluded items, the contractor shall propose three (3) additional figures on the attached RFP-16 proposal page: a job site hourly rate between 7:00 a.m. and 3:00 p.m., overtime rate for work at all other times, and a material mark-up percentage from his cost of material. The job site hourly rate is the only amount chargeable to the Military Department

Page 57: RFP ADDENDUM STATE OF CONNECTICUT 05PSX0026 …SUBCONTRACTING: Under no condition shall any preventive maintenance work be subcontracted. Services must be provided by qualified and

PAGE 6

INVENTORY AND TEST EQUIPMENT: Contractor shall have available and maintain a local office with adequate inventory of replacement parts and components to perform service in accordance with specifications. The contractor shall demonstrate they own the proper tools and test equipment to maintain all the systems under contract. The contractor must own and be able to document the possession of test equipment such as: combustion efficiency test equipment, infrared scanner, water treatment chemical drop test kit, conductivity tester, refrigeration oil test kit, electronic refrigeration leak detector, velometer, anemometer, VOM, and amprobe, etc. The Military Department reserves the right to examine and verify the existence of an adequate inventory and necessary test equipment. OSHA COMPLIANCE: The contractor must fully comply with relevant OSHA requirements including, but not limited to, fall protection. CONTRACT MANAGER: The Contractor shall assign a member of its staff to manage this contract on behalf of the Contractor. This member shall have full authority to allocate company resources to perform under this contract. This member shall review all PM reports and materials being sent to the Military Department and ensure they are accurate and complete, and perform necessary follow-up. The Contractor shall detail with his proposal how they will manage this contract and what steps will be taken to perform all follow up and ensure satisfaction of the Military Department. COMPONENT PARTS Contractor shall be required to make replacements or repairs of component parts necessitated by “normal and routine maintenance” and any other unusual circumstances. MATERIALS Contractor in performing maintenance and repairs shall use, factory-produced parts, currently in production with OEM, which are regularly used for the type of equipment being serviced. In addition, no attachment or part has been substituted or applied contrary to the manufacturers recommendations and standard practice. All equipment parts and supplies must be made by an OEM or an OEM approved provider. When it is necessary to remove insulation materials for repairs/replacement, the Contractor is responsible for re-insulating the pipes or equipment after repairs are completed, at no additional charge to the Military Department. WARRANTIES, GUARANTEES, AND INSTRUCTIONS The Contractor warrants for itself, its subcontractors, and its suppliers, that services performed shall conform to the requirements of this contract and shall be accomplished in a workmanlike manner and, unless otherwise specified, in accordance with generally recognized and adequate practices, in accordance with the manufacturer’s recommendations and standards. For any services that does not conform in all respects or are defective in any respect, and the Military Department notifies the Contractor within a reasonable time after discovery thereof, the Contractor, at its sole expense, shall promptly correct such non-conformity or defect. This obligation of the Contractor to correct non-conforming or defective services shall continue for three (3) months after completion of services. All warranties herein shall be assignable to the Military Department or its agent thereof intended to benefit from such services. These warranties shall survive any termination of this agreement and any acceptance or payment by the Military Department and shall be in addition to any remedies provided by applicable law. WARRANTY OF SERVICES The contractor shall warrant all work for a minimum period of three (3) months from the date of execution of the work against all defective workmanship and materials furnished by the contractor. Where longer periods of warranty/guarantee are required by these specifications or are provided for by specific or implied warranty of materials, goods, or equipment or by general law, the longer period will govern. The contractor shall promptly replace or repair in a manner satisfactory to the Military Department any such defective work after due notice is given by the Military Department. Work will be assumed to be defective if it is determined by the Military Department that the material or equipment is not performing in a manner consistent with its intended use or operation. It the contractor fails to make such replacement or repairs, the Military Department may perform or cause to be performed such work and the contractor and its sureties shall be liable for all costs thereof.

Page 58: RFP ADDENDUM STATE OF CONNECTICUT 05PSX0026 …SUBCONTRACTING: Under no condition shall any preventive maintenance work be subcontracted. Services must be provided by qualified and

PAGE 7

WATER TREATMENT PROGRAM

General Water Treatment (Hartford and AVCRAD) The contractor is responsible for chemically treating, testing and maintaining water systems and loops (chilled and hot water) with Nitrite-Product #CW 4711 and a biocide product or recommended equivalent. a. Corrosion/scale inhibitors, pH Control and dual Biocide control to meet OSHA guidelines for microbiological

protection b. Deliver and supply all necessary chemicals c. Fix any minor repairs in feeding equipment d. Provide monthly on-site water analysis of HVAC system e. Maintain chemical feed systems, proper chemical balance and cycles of concentration in appropriate systems f. There shall be no charge to the Military Department for any testing, freight, handling, pump repair, pump

installation, or any site visit g. Water softener resin shall be changed yearly or more frequently if testing by the contractor indicates a need for

more frequent changes Water Testing and Maintenance (Chiller System – Hartford) The contractor is responsible for testing and maintaining the chemically treated water monthly with both a corrosion/scale inhibitor a biocide. Water chemistry of this system must be maintained at a minimum of:

• 1200 –1500 umhos conductivity • 7.9 – 88 pH • 10 – 18 ppm PO4 • 100 ppm hardness • < 100,000 colonies/ML

Water Testing and Maintenance (Chilled Water Loop– Hartford and Hot Water Loop – Hartford and AVCRAD) The contractor is responsible for testing and maintaining the chemically treated water monthly at a rating of 600-1000 parts per million and 8.8-9.5 pH or at the recommended industry standard rating. Contractor will provide the Facility Maintenance Manager with a copy of each test result. The first test will be done at the start of the contract.

MAINTENANCE PROCEDURES AND RECORDS 1. Awarded contractor must submit a written systematic planned maintenance program in spreadsheet format

updated monthly, including all work orders completed from the previous month. 2. The awarded contractor shall prepare a checklist of preventative maintenance tasks to be completed and provide

the service technician a copy of the checklist. The checklist must be checked off as completed by the technician and the completeness of the tasks listed on the checklist verified by a Military Department employee (State, Military or the Facilities Maintenance Manager or his representative) at the work site.

3. Each major mechanical equipment shall be provided with a service tag indicating the mechanic, date and service performed.

4. After each preventive maintenance work (pre-cooling, pre-heating inspection, etc) and emergency call the contractor shall leave one legible service report/work order at the work site and a second copy shall be mailed to the Facilities Maintenance Manager or designated representative. In addition, the contractor shall mail the service checklist to the Facilities Maintenance Manager or designated representative. The service report shall detail all work performed, location (facility and building number), date, materials, and equipment serviced, etc.

5. The contractor shall perform preventive maintenance and service calls as recommended by the manufacture of each piece of equipment.

6. The contractor shall coordinate all preventive maintenance and service calls with the facility P.O.C. 7. Preventive maintenance calls shall be provided during normal working hours of 7:00 a.m. to 3:00 p.m., Monday

through Friday. 8. Emergency service shall be provided 24 hours a day, 365 days a year as needed.

Page 59: RFP ADDENDUM STATE OF CONNECTICUT 05PSX0026 …SUBCONTRACTING: Under no condition shall any preventive maintenance work be subcontracted. Services must be provided by qualified and

PAGE 8

Product and/or Service Specifications

SCHEDULE 1 – HVAC EQUIPMENT AND TEMPERATURE CONTROL SYSTEMS PREVENTIVE MAINTENANCE SPECIFICATIONS AND REQUIREMENTS

Equipment Included: The specific quantities, manufacture, and type of the major pieces of the equipment are listed separately on the equipment list (Schedule 2). The HVAC system and related automatic temperature control systems includes all components and equipment associated with the facility’s air distribution system for conditioned spaces and/or occupied or un-occupied zones. This consists of the entire heating, air-conditioning and ventilation system from the points where the air enters the system to the point where the air is discharged from the system. The maintenance of the equipment and the responsibility of the contractor shall not be limited to only these major pieces of equipment as shown on the equipment list, but shall also include all appurtenant devices and systems listed below that are related to the HVAC 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 and

control the capacity of the apparatus. 7. Insulation on equipment and refrigerant piping. 8. Manual service valve at all equipment. 9. Chilled or hot water pumps, as pertains to heating and cooling system, complete with check valves,

motor, starter and drives. 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 filter change per year. 14. Ventilation systems. 15. All cabinet heating convectors. 16. All chilled water circulating pumps. 17. Bearings, fans, and belts.

Preventive Maintenance Shall include, but not be limited to: 1. Season startup and shutdown of equipment, securing the down period. 2. Air filter service, including filter material. All filter changes must be completed every three (3) months. 3. Water treatment service, including all chemicals. 4. Lubrication of motors, drivers, bearing, etc. 5. Megger checks of motors over ¾ HP. 6. Vibration analysis of all motors over one HP. 7. Air diffusers (ceiling and wall mounted) cleaning must be quarterly, or as needed, with a cleaning

solvent suitable for removing mildew. NOTE; if a bleaching solution is used, carpeting and office furniture must be protected to prevent the discoloring of carpets and furniture.

8. Acid/oil tests of all refrigeration systems. Furnish copies to the Facilities Maintenance Manager or his representative: Hartford Armory, 360 Broad Street, Hartford, CT 06105

9. Check all resets and all switches and verify all amperage draws.

Page 60: RFP ADDENDUM STATE OF CONNECTICUT 05PSX0026 …SUBCONTRACTING: Under no condition shall any preventive maintenance work be subcontracted. Services must be provided by qualified and

PAGE 9

10. Season calibration of all temperature controls. 11. Repair all leaks in heating and cooling coils when necessary. 12. It is the Contractor’s responsibility to remove ceiling grids and tiles to access fan coil units for filter

changes and preventive maintenance. 13. Adjust all linkages, motors, drives, etc., that have drifted from the initial design settings and positions. 14. Test and cycle all equipment as a system after it has been cleaned, lubricated, adjusted, and calibrated to

ensure it is in proper operating condition and performing at optimum efficiency according to the manufacturer’s recommendations.

The contractor shall perform preventive maintenance and service calls as recommended by the manufacture of each piece of equipment and shall incorporate the following listed checks and functions into the work schedule, as applicable.

TERMINAL UNITS

A. UNIT VENTILATOR – SEMI-ANNUAL PRE-COOLING (APRIL) AND PRE-HEATING (OCTOBER) INSPECTION

1. Brush and vacuum coil, fan and housing as required. 2. Lubricate fan and motor bearings per manufacturer’s recommendations. 3. Check belt and sheaves. (Replace and adjust as required) 4. Check and clean drains and drain pan. 5. Check and clean strainers and valves. 6. Inspect filters. 7. Check operating condition of the unit. 8. Lubricate and adjust dampers and linkages. 9. Clean interior and exterior surfaces as required. Paint exterior surfaces as required.

B. UNIT HEATERS – ANNUAL PRE-HEATING (OCTOBER) INSPECTION 1. Brush and vacuum coil, fan and housing as required. 2. Lubricate fan and motor bearings per manufacturer’s recommendations. 3. Check belt and sheaves. (Replace and adjust as required) 4. Check and clean strainers and valves. 5. Inspect electrical connections, contactors, relays and operating/safety control. 6. Check operating condition of the unit. 7. Clean interior and exterior surfaces as required. Paint exterior surfaces as required.

C. RADIATION – ANNUAL PRE-HEATING (OCTOBER) INSPECTION 1. Visually inspect fins. (Clean as required) 2. Check and clean strainers and valves.

D. SPLIT A/C UNITS (HARTFORD ARMORY) – MONTHLY AND QUARTERLY INSPECTION 1. Monthly maintenance including filter replacement for four (4) Liebert 5-Ton A/Cs. Model Nos:

#CF66A (2), #CU-43 (1), #CSF-083L (1) 2. All other maintenance repairs will be completed every three (3) moths on the remaining split A/C units

according to the contract terms.

UNITARY EQUIPMENT (HOT WATER HEATING)

A. PRE-HEATING (OCTOBER) INSPECTION 1. Lubricate fan bearings per manufacturer’s recommendation. 2. Lubricate motor bearings per manufacturer’s recommendations. 3. Check belt and sheaves. (Replace and adjust as required) 4. Check cooling coil, clean and straighten fins as required. 5. Lubricate and adjust dampers and linkages. 6. Check and clean drains and drain pan. 7. Inspect filters.

Page 61: RFP ADDENDUM STATE OF CONNECTICUT 05PSX0026 …SUBCONTRACTING: Under no condition shall any preventive maintenance work be subcontracted. Services must be provided by qualified and

PAGE 10

8. Check motor operating condition of the unit. 9. Inspect electrical connections, contactors, relays and operating/safety control. 10. Check and clean strainers and valves. 11. Clean interior and exterior surfaces as required. Paint exterior surfaces as required. 12. Secure unit panels. 13. Flush chill water and hot water pumps.

B. PRE-COOLING (APRIL) INSPECTION 1. Lubricate fan bearings per manufacturer’s recommendation. 2. Lubricate motor bearings per manufacturer’s recommendations. 3. Check belt and sheaves. (Replace and adjust as required) 4. Inspect filters. 5. Check unit operation and make adjustments as required.

PUMPS

A. PRE-HEATING (OCTOBER) INSPECTION 1. Lubricate pump bearings per manufacturer’s recommendation. 2. Lubricate motor bearings per manufacturer’s recommendations. 3. Tighten all nuts and bolts. Check motor mounts and vibration pads. (Replace and adjust as required) 4. Visually check pumps alignment and coupling. (Replace and adjust as required) 5. Check motor operating condition of the unit. 6. Inspect electrical connections, contactors, and operating/safety control. 7. Check and clean strainers and valves. 8. Inspect mechanical seals. Replace as required or inspect pump packing. (Replace and adjust as required) 9. Verify gauges for accuracy. (Replace and adjust as required) 10. Clean interior and exterior surfaces as required. Paint exterior surfaces as required. 11. Flush all pumps, including four (4) Taco pumps: two (2) heating and two (cooling). 12. Check suction and discharge pressures. 13. Water testing of chemically treated water.

B. PRE-COOLING (APRIL) INSPECTION 1. Lubricate pump bearings per manufacturer’s recommendation. 2. Lubricate motor bearings per manufacturer’s recommendations. 3. Tighten all nuts and bolts. Check motor mounts and vibration pads. (Replace and adjust as required) 4. Visually check pumps alignment and coupling. (Replace and adjust as required) 5. Check motor operating condition of the unit. 6. Inspect electrical connections, contactors, and operating/safety control. 7. Check and clean strainers and valves. 8. Inspect mechanical seals. Replace as required or inspect pump packing. (Replace and adjust as required) 9. Verify gauges for accuracy. (Replace and adjust as required) 10. Clean interior and exterior surfaces as required. Paint exterior surfaces as required. 11. Flush all pumps, including four (4) Taco pumps: two (2) heating and two (cooling). 12. Check suction and discharge pressures. 13. Water testing of chemically treated water.

FANS AND CENTRAL FAN SYSTEMS

A. FANS – PRE-HEATING (OCTOBER) INSPECTION 1. Check and clean fan assembly. 2. Lubricate fan bearings per manufacturer’s recommendation. 3. Lubricate motor bearings per manufacturer’s recommendations. 4. Check belt and sheaves. (Replace and adjust as required) 5. Tighten all nuts and bolts. 6. Check motor mounts and vibration pads. (Replace and adjust as required)

Page 62: RFP ADDENDUM STATE OF CONNECTICUT 05PSX0026 …SUBCONTRACTING: Under no condition shall any preventive maintenance work be subcontracted. Services must be provided by qualified and

PAGE 11

7. Check motor operating condition of the unit. 8. Inspect electrical connections, contactors, and operating/safety control. 9. Lubricate and adjust dampers and linkages. (Replace and adjust as required) 10. Check fan operation, suction, velocity and discharge pressures. (Replace and adjust as required) 11. Clean interior and exterior surfaces as required. Paint exterior surfaces as required.

B. FANS – PRE-COOLING (APRIL) INSPECTION 1. Check and clean fan assembly. 2. Lubricate fan bearings per manufacturer’s recommendation. 3. Lubricate motor bearings per manufacturer’s recommendations. 4. Check belt and sheaves. (Replace and adjust as required) 5. Tighten all nuts and bolts. 6. Check motor mounts and vibration pads. (Replace and adjust as required) 7. Check motor operating condition of the unit. 8. Inspect electrical connections, contactors, and operating/safety control. 9. Lubricate and adjust dampers and linkages. (Replace and adjust as required) 10. Check fan operation, suction and discharge pressures. (Replace and adjust as required) 11. Clean interior and exterior surfaces as required. Paint exterior surfaces as required.

C. CENTRAL FAN SYSTEMS – PRE-HEATING (OCTOBER) ANNUAL INSPECTION 1. Check and clean fan assembly. 2. Lubricate fan bearings per manufacturer’s recommendation. 3. Lubricate motor bearings per manufacturer’s recommendations. 4. Check belt and sheaves. (Replace and adjust as required) 5. Tighten all nuts and bolts. 6. Check motor mounts and vibration pads. (Replace and adjust as required) 7. Check motor operating condition of the unit. 8. Inspect electrical connections, contactors, and operating/safety control. 9. Lubricate and adjust dampers and linkages. (Replace and adjust as required) 10. Check fan operation, suction and discharge pressures. (Replace and adjust as required) 11. Clean outside air intake screen. 12. Clean interior and exterior surfaces as required. Paint exterior surfaces as required. 13. Check and clean drains and drain pan. 14. Check and clean strainers and valves. 15. Check filter-advancing mechanism. Lubricate and adjust as required. 16. Inspect filters. 17. Check heating and cooling coils. 18. Inspect humidifier.

D. CENTRAL FAN SYSTEMS – PRE-COOLING (APRIL) INSPECTION 1. Check and clean fan assembly. 2. Lubricate fan bearings per manufacturer’s recommendation. 3. Lubricate motor bearings per manufacturer’s recommendations. 4. Check belt and sheaves. (Replace and adjust as required) 5. Tighten all nuts and bolts. 6. Check motor mounts and vibration pads. (Replace and adjust as required) 7. Check motor operating condition of the unit. 8. Inspect electrical connections, contactors, and operating/safety control. 9. Lubricate and adjust dampers and linkages. (Replace and adjust as required) 10. Check fan operation, suction and discharge pressures. (Replace and adjust as required) 11. Clean outside air intake screen. 12. Clean interior and exterior surfaces as required. Paint exterior surfaces as required. 13. Check and clean drains and drain pan. 14. Check and clean strainers and valves. 15. Check filter-advancing mechanism. Lubricate and adjust as required.

Page 63: RFP ADDENDUM STATE OF CONNECTICUT 05PSX0026 …SUBCONTRACTING: Under no condition shall any preventive maintenance work be subcontracted. Services must be provided by qualified and

PAGE 12

16. Inspect filters. 17. Check heating and cooling coils. 18. Inspect humidifier.

AUTOMATIC TEMPERATURE CONTROLS - PRE-COOLING (APRIL) AND PRE-HEATING (OCTOBER)

A. AIR COMPRESSOR - PRE-COOLING (APRIL) AND PRE-HEATING (OCTOBER) INSPECTION 1. Drain tank and check traps. 2. Change oil and check oil pressure. 3. Check belt and sheaves and change as required. 4. Change suction filter as required. 5. Check loader and check valve 6. Check high-pressure safety valve. 7. Check motor operating condition and lubricate. 8. Check PE switch, starter and alternator. 9. Clean interior and exterior surfaces as required. Paint exterior surfaces as required. 10. Record compressor run time.

B. REFRIGERATED AIR DRYER - PRE-COOLING (APRIL) AND PRE-HEATING (OCTOBER) INSPECTION 1. Check refrigerant pressure. 2. Check refrigerant temperature. 3. Clean condenser and cover grills. 4. Check drain tap and bypass valves. 5. Clean interior and exterior surfaces as required. Paint exterior surfaces as required.

C. FILTER AND PRESSURE REDUCING STATION - PRE-COOLING (APRIL) AND PRE-HEATING (OCTOBER) INSPECTION

1. Check particle filter. (Change as required) 2. Check oil filter. (Change as required) 3. Check pressure reducing valve settings. (Change and adjust as required) 4. Check low-pressure safety valve.

D. TIME CLOCKS - PRE-COOLING (APRIL) AND PRE-HEATING (OCTOBER) INSPECTION 1. Check operation and settings. (Change and adjust as required) 2. Check solenoid air valve and clock bypass switch. (Change and adjust as required)

E. RELATED EQUIPMENT - PRE-COOLING (APRIL) AND PRE-HEATING (OCTOBER) INSPECTION 1. Calibrate all controllers. 2. Calibrate all transmitter and receiver gauges. 3. Check all PE switches. (Change and adjust as required) 4. Check all control valves. (Change and adjust as required) 5. Check all pilot positions. (Change and adjust as required) 6. Check all auxiliary control devices. (Change and adjust as required)

DRILL SHED CARRIER UNITS (HARTFORD) – 30,000 TON UNITS

A. FILTER - PRE-COOLING (APRIL) AND PRE-HEATING (OCTOBER) INSPECTION 1. Change filters with alike (pleated) – April and October.

B. BELTS - PRE-COOLING (APRIL) AND PRE-HEATING (OCTOBER) INSPECTION 1. Check belts and sheaves where applicable. (Change and adjust as required) 2. Check for operation.

Page 64: RFP ADDENDUM STATE OF CONNECTICUT 05PSX0026 …SUBCONTRACTING: Under no condition shall any preventive maintenance work be subcontracted. Services must be provided by qualified and

PAGE 13

C. FANS - PRE-COOLING (APRIL) AND PRE-HEATING (OCTOBER) INSPECTION

1. Check and clean fan assembly. 2. Lubricate fan bearings per manufacturer’s recommendation. 3. Lubricate motor bearings per manufacturer’s recommendations. 4. Check belt and sheaves. (Replace and adjust as required) 5. Tighten all nuts and bolts. 6. Check motor mounts and vibration pads. (Replace and adjust as required) 7. Check motor operating condition of the unit. 8. Inspect electrical connections, contactors, and operating/safety control. 9. Lubricate and adjust dampers and linkages. (Replace and adjust as required) 10. Check fan operation, suction and discharge pressures. (Replace and adjust as required) 11. Clean outside air intake screen. 12. Clean interior and exterior surfaces as required. Paint exterior surfaces as required. 13. Check and clean drains and drain pan. 14. Check and clean strainers and valves. 15. Check filter-advancing mechanism. Lubricate and adjust as required. 16. Inspect filters. 17. Check heating and cooling coils. 18. Inspect humidifier.

PLATE & FRAME HEAT EXCHANGER - PRE-COOLING (APRIL) AND PRE-HEATING (OCTOBER) INSPECTION

1. Thoroughly clean all coils and perform all necessary maintenance per manufacturer specifications. 2. Before each cooling (April) and heating season (October), vendor is responsible for dismantling and

reassembling plate and frame heat exchanger after maintenance. 3. Check and repair leaks and rust.

CHILLER - PRE-COOLING (APRIL) INSPECTION 1. Thoroughly clean all coils and perform all necessary maintenance per manufacturer specifications. 2. Before each cooling season (April), vendor is responsible … of the chiller after performing

maintenance. 3. After performing maintenance, vendor is responsible for re-insulating chiller and securing/taping all

seams. 4. Check and repair leaks and rust.

ELECTRIC MOTORS- PRE-COOLING (APRIL) AND PRE-HEATING (OCTOBER)

1. Check motor mounting and tighten if necessary. 2. Check motor pulley for security, alignment, and tighten if necessary. 3. Check bearing wear. 4. Check wiring and conduit from motor to starter for condition. 5. Check rotation of motor. 6. Check motor for excessive heat and noise. 7. Check air passage and windings. 8. Check starter and contacts. 9. Oil and grease motor bearings as required. 10. Measure current draw, record and report findings.

Page 65: RFP ADDENDUM STATE OF CONNECTICUT 05PSX0026 …SUBCONTRACTING: Under no condition shall any preventive maintenance work be subcontracted. Services must be provided by qualified and

PAGE 14

SCHEDULE 2 - EQUIPMENT LIST

HARTFORD ARMORY; 360 BROAD STREET; HARTFORD

PUMPS

P-1 TACO BB - 4012 HOT WATER P-2 TACO BB - 4012 HOT WATER P-2 TACO BB - 5012 CHILLED WATER P-4 TACO BB - 5012 CHILLED WATER P-5 TACO EMM3311T-8 P-6 TACO EMM3311T-8 P-7 TACO BOOSTER

AIR HANDLING UNITS

AHU-1 TRANE CLCH6R-6 AHU-2 TRANE CLCH6R-8 AHU-3 CARRIER 2196T81689 AHU-4 CARRIER 2196T81689 FIN TUBE RADIATION

RD-1 STERLING JUB-5C ¾ 435 14B RD-2 STERLING JUB-5C ¾ 435 14B

SPLIT A/C UNITS A/C 1 CARRIER 38BQ0066410 A/C 2 CARRIER 38BQ0066410 A/C 3 CARRIER 38BQ0066410 A/C 4 AIR-TEMP 12640DQ111 A/C 5 AIR-TEMP 12640DQ111 A/C 6 AIR-TEMP 12630DQ111 A/C 7 AIR-TEMP 12075CR111 A/C 8 LIEBERT CF66A A/C 9 LIEBERT CF66A A/C 10 LIEBERT CU-43 A/C 11 LIEBERT CSF-083L A/C 12 TRANE (Phone Room) TWE048C14OCO

Page 66: RFP ADDENDUM STATE OF CONNECTICUT 05PSX0026 …SUBCONTRACTING: Under no condition shall any preventive maintenance work be subcontracted. Services must be provided by qualified and

PAGE 15

HOT WATER UNIT HEATER UH-1 COIL CO. 46-1UH UH-1 COIL CO. 96-1UH UH-1 COIL CO. 382-1UH

FAN COIL UNIT MFG MODEL

FCU-1 TRANE D010Q

FCU-2 TRANE D010H

FCU-3 TRANE DO12H

FCU-4 TRANE D08Q

FCU-5 TRANE D08Q

FCU-6 TRANE D012Q

FCU-7 TRANE D08H

FCU-8 TRANE D08H

FCU-9 MAGIC AIDE 36BHW

FCU-10 MAGIC AIDE 90BHW

FCU-11 MAGIC AIDE 90BHW

FCU-12 MAGIC AIDE 48BHW

FCU-13 MAGIC AIDE 36BHW

FCU-14 MAGIC AIDE 36BHW

FCU-15 MAGIC AIDE 36BHW

FCU-16 MAGIC AIDE 36BHW

FCU-17 MAGIC AIDE 36BHW

FCU-18 MAGIC AIDE 36BHW

FCU-19 MAGIC AIDE 36BHW

FCU-19 MAGIC AIDE 36BHW

Page 67: RFP ADDENDUM STATE OF CONNECTICUT 05PSX0026 …SUBCONTRACTING: Under no condition shall any preventive maintenance work be subcontracted. Services must be provided by qualified and

PAGE 16

FCU-21 TRANE LSDP6DL08

FCU-22 TRANE LSDP6DL08

FCU-23 TRANE LSDP6DL08

FCU-24 TRANE LSDP6DL08

FCU-25 TRANE LSDP6DL08

FCU-26 TRANE LSDP6DL08

FCU-27 THRU 70 TRANE LSDP6DL08

FCU-71 CARRIER-RM#209 42VV03DRCY5AEYAYF

FCU-72 CARRIER-RM#212 42VB03DRCY5AEYAYF

FCU-73 CARRIER-ROM#219 42VB03DRCY5AEYAYF

FCU-74 CARRIER-RM#222 42VB03DRCY5AEYAYF

FCU-75 MAGIC AIRE-NW PENTHSE 36-BVW/BVX

FCU-76 TRANE-MAILRM M-BCHA72

NEW BRITAIN ARMORY; 855 STANLEY STREET; NEW BRITAIN

UNITARY UNITS

U-1 AMERICAN AIR 3102-7-40-A W/ELEC. HEAT

U-3 AMERICAN AIR 3102-7-40-A W/ELEC. HEAT

U-4 AMERICAN AIR 3102-7-40-A W/ELEC. HEAT

U-5 AMERICAN AIR 3102-7-40-A W/ELEC. HEAT

SPLIT A/C UNITS: A/C 1 CARRIER W/ELEC. HEAT

A/C 2 CARRIER W/ELEC. HEAT

ALL PNEUMATIC CONTROLS

AIR COMPRESSOR FOR PNEUMATIC CONTROLS: BARBER-COLEMAN – 2-F126-60 200 psi – 2 EA ½ HP GE MOTOR

Page 68: RFP ADDENDUM STATE OF CONNECTICUT 05PSX0026 …SUBCONTRACTING: Under no condition shall any preventive maintenance work be subcontracted. Services must be provided by qualified and

PAGE 17

UNITARY UNITS

U-2 AMERICAN AIR 3102-7-40-A W/ELEC. HEAT

U-6 AMERICAN AIR W/HOT WATER COILS

U-7 AMERICAN AIR W/HOT WATER COILS

CEILING FANS – 2 EACH

HEATING VENTILATION UNIT – HV-1

EXHAUST FANS - #EF-1 THRU EF-9

NORWALK ARMORY 290 NEW CANAAN AVENUE, NORWALK

DAYTON ELECTRIC UNIT HEATERS – 4 EACH SINGER ELECTRIC UNIT HEATERS – 7 EACH CHROMALOX CABINET HEATERS – 2 EACH

BLOWER: 480V-30-605-4W, 5HP MOTOR, MAMMOTH HB201 (COMBINATION FILTER MIXING SECTION WITH MIXED AIR TEMP CONTROLS. AIR DISCHARGED SECTION WITH LEAVING AIR COMPTROLLER RESET FROM ROOM #114. EXHAUST FANS:

E1 THRU 5 ROOF OVER 205, RMS#203-207 1/6 PENN.LINEA MODEL 21

E-6 ROOF OVER 201, RMS#200-202 1/6 PENN.LINEA MODEL 15

E-7 ROOF OVER 210, RM#110 1/6 PENN.LINEA MODEL 21

E-8 ROOF OVER 210, RMS#103-106 1/6 PENN.LINEA MODEL 18

E-9 ROOF OVER 212 ARMS VAULT 1/6 PENN.LINEA MODEL 15

E-10 ROOF OVER 210, RM#210 1/6 PENN.LINEA MODEL 21

E-11 ROOF OVER 270,, MEN’S TOILET/SHOWER 1/6 PENN.LINEA MODEL 15

E-12 ROOF OVER 210, RMS#200,213,214 1/6 PENN.LINEA MODEL 15

E-13 ROOF OVER RANGE 1/6 2 SP PENN.LINEA MODEL 21

E-14 ROOF OVER 116, RMS 114,117,118 1/6 PENN.LINEA MODEL 21

FACT

ORY

FA

BRIC

ATE

D S

ON

OTR

OL

ROO

F CU

RB, B

IRD

SC

REEN

, NO

DA

MPE

RS

Page 69: RFP ADDENDUM STATE OF CONNECTICUT 05PSX0026 …SUBCONTRACTING: Under no condition shall any preventive maintenance work be subcontracted. Services must be provided by qualified and

PAGE 18

NORWICH ARMORY; 38 STOTT AVENUE; NORWICH

UNIT HEATERS: UNIT # MODEL # HP LOCATION ROOM

UH-1 H100C 15M FOOD PREP. RM#112 UH-2 H250C 1/20 UNIT STORAGE RM#132 UH-3 H250C ½ UNIT STORAGE RM#132 UH-4 H175C 25M UNIT STORAGE RM#130 UH-5 H500C 1/8 VEHICLE AIR LOCK RM#140 CUH#1 CUH 175 1/20 AIR LOCK RM#101 CUH#2 CUH 100 1/20 STAIR RM#104 CUH#3 CUH 175 1/20 AIR LOCK RM#201

AIR HANDLING UNITS:

UNIT # MODEL HP PHASE LOCATION ROOM

AHU#1 39E12 5 HP 3 PH DRILL SHED RM#104 AHU#2 39E12 5 HP 3 PH DRILL SHED RM#105 AHU#3 28BA040 ½ HP 3 PH LOCKER AREA RM #124-128 AHU#4 39E18 7 ½ HP 3 PH RIFLE RANGE RM#141 AHU#5 39E10 5 HP 3 PH LOCKER AREA RM#120,121&123

ROOF TOP UNITS:

UNIT # MODEL HP PH LOCATION ROOM

RTU#1 50MH030 51.0 LDB 3 PH LEARNING CENTER/LIBRARY RM#107&108

RTU#2 50DP008 60.7 LDB 3 PH TACTICS RM#111 RTU#3 50DP006 54.6 LDB 3 PH ADMIN.OFFICE RM#204 RTU#4 50DD012 54.2 LDB 3 PH ADMIN.OFFICE RM#207

PUMP SCHEDULE: UNIT # MODEL HP PH LOCATION

P-1 BB-3008 3 HP 3 PH MAIN HW CIRCULATING PUMP P-2 BB-3008 3 HP 3 PH P-3 THRU P-9 NOT USED P-10 120 2” 1/6 HP 1 PH AHU #1 HEATING COIL P-11 THRU P12 NOT USED P-13 121 1 ½” ¼ HP 1 PH AHU #4 HEATING COIL P-14 120 2” 1/6 HP 1 PH AHU #5 HEATING COIL

AIR COMPRESSOR FOR TEMPERATURE CONTROLS: JOHNSON CONTROL #FF1230, 2 HP, BOILER ROOM PNEUMATIC CONTROLS: ALL EXHAUST FAN SCHEDULE:

UNIT# MODEL HP PH LOCATION ROOM # EF#1 CBE-36-7 ¾ HP 3 PH DRILL SHED RM#105 EF#2 CBE-36-7 ¾ HP 3 PH DRILL SHED RM#105 EF#3 CBE-14-4 ¼ HP 1 PH LOCKER AREA RM#124-138

EF#4A CE-30-10 1 HP 3 PH RIFLE RANGE (FIRING LINE EHX) RM#141

EF#4B CBE-24-5 ½ HP 3 PH RIFLE RANGE (TARGET RM#141

Page 70: RFP ADDENDUM STATE OF CONNECTICUT 05PSX0026 …SUBCONTRACTING: Under no condition shall any preventive maintenance work be subcontracted. Services must be provided by qualified and

PAGE 19

EXH) EF#5 CBE-30-7 ¾ HP 3 PH LOCKER AREA RMS#119-123 EF#6 UCBE-18-5 ½ HP 3 PH RANGE HOOD/FOOD

PREP RM#112

EF#7 CBE-10-4 ¼ HP 1 PH SCULLERY RM#113 EF#8 CBE-10-4 ¼ HP 1 PH FOOD STORAGE RM#114&115 EF#9 CBE-10-4 ¼ HP 1 PH UNIT STORAGE RM#130 EF#10 CBE-14-4 ¼ HP 1 PH UNIT STORAGE RM#132 EF#11 CBE-14-4 ¼ HP 1 PH MAINT.& SOLAR MECH. RM#135&136 EF#12 CBE-10-4 ¼ HP 1 PH MEN/WOMEN JANITOR

CLOSET RM#217-219

EF#13 CBE-14-4 ¼ HP 1 PH LIBRARY & LEARNING CTR

RM#107&108

EF#14 CBE-18-4 ¼ HP 1 PH TACTICS RM#111 EF#15 CBE-18-4 ¼ HP 1 PH ADMIN. OFFICE RM#204 EF#16 CBE-24-3 1/3 HP 1 PH ADMIN. OFFICE RM#207 NORWICH OMS #10; 38 STOTT AVENUE; NORWICH, CT

EXHAUST FAN SCHEDULE:

UNIT # MODEL # HP PHASE LOCATION EF#1 CBE-14-4 ¼ HP 1 PH WORK BAYS EF#2 CBE-14-4 ¼ HP 1 PH WORK BAYS EF#3 CBE-14-4 ¼ HP 1 PH BATTERY RM EF#4 BL-300 2 HP 3 PH CO SYSTEM EF#5 SP-10 1/70 HP 3 PH TOILET

CT AVCRAD, GROTON-NEW LONDON AIRPORT, GROTON, CT

AIR HANDLING UNITS 1. AHU-1 Located in Flight Operations is used for air-conditioning and heat. 2. AHU-2 Located in the South Hanger for the Avionics Shop, is used for air-conditioning and heat. 3. AHU-3 Located in Quality Control is used for air-conditioning and heat. 4. AHU-4 Located in the Tool Room for rooms 232 through 258A is used for air-conditioning and heat. 5. AHU-5 Located in the Mess Hall is used for air-conditioning and hat. 6. AHU-6 Located in the Kitchen is used for heat only. 7. AHU-7 Located in the North Hanger (New Hanger) is used for heat and ventilation. 8. AHU-8 Located in the Men’s Locker Room, is used for heat and ventilation. 9. AHU-8A Located in the Men’s Locker Room, is used for heat and ventilation. 10. AHU-9 Located in the Welding Shop is used for heat and ventilation. 11. AHU-10 Located in the Sheet Metal Shop, I is used for heat and ventilation. 12. AHU-12 Located in the Power Train Shop is used for heat and ventilation. 13. AHU-14 Located in the West Mezzanine is used for air –conditioning and heat. 14. AHU-15 Located in Administration is used for air-conditioning and heat. 15. AHU-16 & 17 Located next to the East & West end of the Paint Booth, are used for heat and ventilation. 16. AHU-18 thru 20 Located on top of the Paint Shop, are used for ventilation. 17. EAHU-1 Thru 6 Located in the South Hanger (Old Hanger), are used for heat and ventilation. The Air Handling Units require service in accordance with manufacture’s specifications with the addition of changing the belts and the filters once a year. Contractor must provide their own ladders/lifts to reach specific units.

Page 71: RFP ADDENDUM STATE OF CONNECTICUT 05PSX0026 …SUBCONTRACTING: Under no condition shall any preventive maintenance work be subcontracted. Services must be provided by qualified and

PAGE 20

AIR CONDITIONING CONDENSING UNITS

CU-1 Located on Flight Operation’s Roof CU-2 Located on South Hanger’s Roof CU-3 Located on Quality Control’s Roof CU-4 Located on Tool Room’s Roof CU-5 Located on Mess Hall Roof CU-6 Located on West Mezzanine’s Roof CU-7 Located on Administration Roof CU-8 For the Component Shop Supervisor’s office air conditioner, located on the roof above that office. CU-9 For the Building Superintendent’s office air-conditioner, located on the roof above that office. CU-10 for the Silk Screening room air-conditioner, located on the roof above that room. The Air-Conditioning Condensing Units must be serviced in accordance with manufacture’s specification once a year, prior to the start of the air conditioning season. Contractor must provide their own ladders/lifts to reach specific units.

CEILING MOUNTED HORIZONTAL FAN COIL UNITS (FCU’S) UNIT #’S LOCATION FCU 2 Armament Shop FCU 3 Armament Shop FCU 4 Blade Shop FCU 5 Blade Shop FCU 6 Sheet Metal Shop FCU 7 Sheet Metal Shop FCU 8 Sheet Metal Shop FCU 9 Sheet Metal Shop FCU 10 Lead Acid Battery Shop FCU 11 Nicad Battery Shop FCU 12 Generator Test Stand Room FCU 13 Electrical Shop FCU 14 Component Supply Office FCU 15 Generator Shop FCU 16 NDT Shop FCU 17 Hydraulic Shop FCU 18 Hydraulic Test Stand Room FCU 19 HAZ MAT Room FCU 20 Supply Warehouse FCU 21 Supply Warehouse FCU 22 Female Locker Rooms FCU 23 Male Locker Room Bathrooms FCU 24 Female Locker Room Bathrooms FCU 25 West Mezzanine FCU 26 Tool Room Ceiling Mounted Horizontal Cabinet Unit Heater requires service in accordance with manufacture’s specifications once a year. Contractor must provide their own ladder/lifts to reach specific units.

Page 72: RFP ADDENDUM STATE OF CONNECTICUT 05PSX0026 …SUBCONTRACTING: Under no condition shall any preventive maintenance work be subcontracted. Services must be provided by qualified and

PAGE 21

MASTER AIR FILTER LIST

ROOM # & EQUIP. LOCATION FILTER SIZE TYPE QUANTITY

AHU-1 Flight Operations 16X25X2 Pleated 2 AHU-2 South Hanger for Avionics Shop ?? Pleated AHU-3 Quality Control 16X25X2 Pleated 2 AHU-4 Tool Room for Rooms #232-268A 20X20X2 Pleated 2 AHU-5 Mess Hall 20X25X2 Pleated 4 AHU-6 Kitchen 20X20X2 Pleated 6 AHU-7 North Hanger (New Hanger) 16X25X2 Pleated 6 AHU-8 Men’s Locker Room 16X25X2 Pleated 2 AHU-8A Men’s Locker Room 16X25X2 Pleated 2 AHU-9 Welding Shop 16X25X2 Pleated 2 AHU-10 Sheet Metal Shop 16X25X2 Pleated 2 AHU-12 Power Train Shop 16X25X2 Pleated 2 AHU-14 West Mezzanine 16X25X2 Pleated 2 AHU-15 Administration 16X25X2 Pleated 2 AHU’S 6 ea. EAHU#1 thru EAHU #6 16X25X2 Pleated 36 (6 units x 6) AHU-S 2 ea. East & West End Paint Booth ?? Fiberglass AHU-S 3 ea. Top of Paint Shop ?? Fiberglass FCU-2 Armament Shop ?? Fiberglass FCU-3 Armament Shop ?? Fiberglass FCU-4 Blade Shop ?? Fiberglass FCU-5 Blade Shop ?? Fiberglass FCU-6 Sheet Metal Shop 8-7/8X24-1/2X1 Fiberglass 1 FCU-7 Sheet Metal Shop 8-7/8X42-1/8X1 Fiberglass 1 FCU-8 Sheet Metal Shop 8-7/8X42-1/8X1 Fiberglass 1 FCU-9 Sheet Metal Shop ?? Fiberglass FCU-10 Lead Acid Battery Shop ?? Fiberglass FCU-11 Nicad Battery Shop ?? Fiberglass FCU-12 Generator Test Stand Room 8-7/8X24-1/2X1 Fiberglass 1 FCU-13 Electrical Shop 8-7/8X51-1/8X1 Fiberglass 1 FCU-14 Component Supply Office 8-7/8X33-5/8X1 Fiberglass 1 FCU-15 Generator Shop 8-7/8X33-5/8X1 Fiberglass 1 FCU-16 NDT Shop 8-7/8X51-1/8X1 Fiberglass 1 FCU-17 Hydraulic Shop 8-7/8X42-1/8X1 Fiberglass 1 FCU-18 Hydraulic Test Stand Room 8-7/8X24-1/2X1 Fiberglass 1 FCU-19 HAZ MART Room 8-7/8X51-1/8X1 Fiberglass 1 FCU-20 Supply Warehouse 8-7/8X51-1/8X1 Fiberglass 1 FCU-21 Supply Warehouse 8-7/8X33-5/8X1 Fiberglass 1 FCU-22 Female Locker Room 8-7/8X33-5/8X1 Fiberglass 1 FCU-23 Male Locker Room Bathroom 8-7/8X51-1/8X1 Fiberglass 1 FCU-24 Female Locker Room Bathroom 8-7/8X33-1/2X1 Fiberglass 1 FCU-25 West Mezzanine ?? Fiberglass 1

Page 73: RFP ADDENDUM STATE OF CONNECTICUT 05PSX0026 …SUBCONTRACTING: Under no condition shall any preventive maintenance work be subcontracted. Services must be provided by qualified and

PAGE 22

FCU-26 Tool Room 8-7/8X24-1/2X1 Fiberglass 1

WATERBURY ARMORY; 64 FIELD STREET, WATERBURY:

MAKE UP AIR UNITS – ALL GAS FIRED; LOCATED ON ROOF TOP; SERVICING THE DRILL SHED AND GYM; ALL 3 HP, 208V; 3 PH, 60 CYCLES:

UNIT # MODEL # S/N MAU-1 GRAA70GDEAON2CF1050C0 A95G34644 MAU-2 GRAA70GDEAON2CF1050C0 A95G34643 MAU-3 GRAA70GDEAON2CF1050C0 A95G34647 MAU-4 GRAA70GDEAON2CF1050C0 A95G34646 MAU-5 GRAA70GDEAON2CF1050C0 A95G34645 MAU-6 GRAA70GDEAON2CF1050C0 A95G34648

AIR HANDLING UNIT – WITH HOT WATER HEATING COILS:

UNIT # MFG. S/N HP VOLTS LOCATION SERVICING

AHU-1 TRANE S/N A95G34644 1.5 HP 208/3/60 1ST FL HALLWAY CEILING

1ST FLOOR HALLWAY

AHU-2 TRANE S/N A95G34643 1.5 HP 208/3/60 2ND FL NORTH CEILING 2ND FLOOR

AHU-3 TRANE S/N A95G34647 1.0 HP 208/3/60 2ND FL SOUTH CEILING 2ND FLOOR

AHU-4 TRANE S/N R95G71390 1.0 HP 208/3/60 3RD FL NORTH CEILING 3RD FLOOR

AHU-5 TRANE S/N R95G71391 1.0 HP 208/3/60 3RD FL SOUTH CEILING 3RD FLOOR

AHU-6 TRANE BCHA SERIES 1.0 HP 208/3/60 1ST FL MEN’S LAV/LOCKER

1ST FL. MEN’S LAV/LOCKER

AHU-7 TRANE BCHA SERIES 1.0 HP 208/3/60 1ST FL WOMEN’S LAV/LOCKER

1ST FL. WOMEN’S LAV/LOCKER

AHU-8 TRANE BCHA SERIES 1.0 HP 208/3/60 1ST FL.MESS HALL CEILING

1ST FLOOR MESS HALL

AHU-9 1.0 HP 208/3/60 BASEMENT MAINT.STORAGE

BASEMENT MAINT.STORAGE

AIR CONDITIONING UNIT – AC-1/DUCTLESS SPLIT SYSTEM W/REMOTE CONDENSER:

AC-1 MISUBISHI

EVAPORATOR INDOOR COOLING COIL

#210000-45A EVAPORATOR HP/FRACTIONAL 208/1/60

WALL MTD-CASSETTE UNIT IN EXERCISE WEIGHT ROOM

1ST FL EAST (WEIGHT ROOM)

REMOTE CONDENSER (OUTDOOR PAD)

#25000-138A 0.5 (2 FANS) 208/1/60 OUTSIDE BLDG.GROUND PAD

INTERLOCKED W/WIRING AND PIPING W/AC-1 ABOVE

Page 74: RFP ADDENDUM STATE OF CONNECTICUT 05PSX0026 …SUBCONTRACTING: Under no condition shall any preventive maintenance work be subcontracted. Services must be provided by qualified and

PAGE 23

EXHAUST FANS – ALL GREENHECK MFG, W/FRACTIONAL HP MOTOR; 208V, 1 PH; 60 CYCLES, LOCATED ON ROOF: UNIT # SERVICING EF-1 MEN’S LAV/LOCKER – 1ST FLOOR EF-2 MESS HALL – 1ST FLOOR EF-3 GEN. CORRIDOR – 1ST FLOOR EF-4 GEN. CORRIDOR – 2ND FLOOR EF-5 GEN. CORRIDOR – 3RD FLOOR

NOTES: 1. Two basement HB Smith Boilers each with power flame (gas) burners serviced by others on

Boiler/Burner contract. 2. Existing computerized electronic building automation system Invensys Network 8000 services by others

– proprietary software/hardware. All other mechanical/electrical components of the temperature control system serviced under this contract as they can be isolated to verify mechanical/electrical integrity for preventative maintenance routines.

Page 75: RFP ADDENDUM STATE OF CONNECTICUT 05PSX0026 …SUBCONTRACTING: Under no condition shall any preventive maintenance work be subcontracted. Services must be provided by qualified and

PAGE 24

Proposal / Contract Requirements

1 QUALIFICATIONS OF PROPOSER AND PROPOSAL INFORMATION

The Contractor must meet all the following requirements. Any proposal that does not meet these requirements or is incomplete, conditional, obscure, or which contains exceptions, or irregularities of any kind, may be cause for rejection of proposal.

2 Contract Period

The State intends that this contract shall be in effect for a period of three (3) years. The State reserves the right to extend this contract for a period up to the full original contract term, or parts thereof.

3 Pre-Proposal Meeting and Site Inspection Requirements

This RFP contains a mandatory pre-proposal meeting and site inspection requirement. Proposers who are interested in responding to this RFP must attend the meeting and site inspections at the specified dates and locations listed below. Proposer who do not attend Pre Proposal Meeting will not be allowed to attend the site inspections.

Pre Proposal Meeting Time & Location

HARTFORD ARMORY 360 BROAD STREET HARTFORD, CT Date: March 1, 2005 Time: 9:00 AM**

**Late arrivals to the pre-Proposal meeting listed above will not be permitted. Late arrivals are defined as 15 minutes past the time stated above. This meeting is intended to review the RFP requirements and answer any questions that interested Proposer may have about this RFP document. Failure to attend this meeting will result in the rejection of your proposal.

Proposer who do not attend the Pre-Proposal meeting will not be allowed to participate in the site inspections.

Site Inspections Times & Locations

Schedule 2 (Equipment List) provides information on the equipment list on the site HVAC systems. This information is provided with the understanding that it may be incomplete and a may not be up to date and is not intended as a substitute for personal investigations. Equipment may be added or deleted during the course of this contract. Proposers are required to conduct a thorough inspection of the HVAC systems at the site inspections scheduled below. an addendum to Schedule 2 (Equipment List) Proposers are asked submit describing in detail any pertinent information regarding the current status of equipment not clearly and completely detailed in Schedule 2 (Equipment List). Where deficiencies are cited and verified the Military Department has the option of adding the unlisted equipment to Schedule 2 and amending the contract cost accordingly.

Page 76: RFP ADDENDUM STATE OF CONNECTICUT 05PSX0026 …SUBCONTRACTING: Under no condition shall any preventive maintenance work be subcontracted. Services must be provided by qualified and

PAGE 25

Site Inspections March 1, 2005

HARTFORD ARMORY 360 BROAD STREET HARTFORD, CT 06105 RAY MERCIER 860-982-4147 Date: March 1, 2005 Time: 10:30 AM**

NEW BRITAIN ARMORY 855 STANLEY STREET NEW BRITAIN, CT 06051 GREGG WESTON 860-493-2768 Date: March 1, 2005 Time: 1:00 PM**

Site Inspections March 2, 2005 NORWICH ARMORY 38 STOTT STREET NORWICH, CT 06360 RAY MERCIER 860-982-4147 Date: March 2, 2005 Time: 10:00 AM**

NORWICH OMS #10 38 STOTT STREET NORWICH, CT 06360 RAY MERCIER 860-982-4147 Date: March 2, 2005 Time: 11:00 AM**

CT AVCRAD GROTON-NEW LONDON AIRPORT GROTON, CT 06340 RUBEN MULERO 860-982-4153 Date: March 2, 2005 Time: 1:00 PM**

Site Inspections March 4, 2005

NORWALK ARMORY 290 CANAAN AVENUE NORWALK, CT 06850 TBD 203-847-1249 Date: March 4, 2005 Time: 10:00 AM** WATERBURY ARMORY 64 FIELD STREET WATERBURY, CT 06802 TBD 203-756-2839 X36 Date: March 4, 2005 Time: 1:00 PM**

**Late arrivals to the site inspections listed above will not be permitted. Late arrivals are defined as 15 minutes past the time stated above. Please see website www.ct.gov/mil for directions to the various facilities.

Page 77: RFP ADDENDUM STATE OF CONNECTICUT 05PSX0026 …SUBCONTRACTING: Under no condition shall any preventive maintenance work be subcontracted. Services must be provided by qualified and

PAGE 26

4 Contract Award

The State reserves the right to award this Contract in a manner deemed to be in the best interest of the State and may include, but not be limited to: A. by item, group of items, or in it’s entirety B. geographic location to adequately service all locations listed in this RFP in the best possible manner C. Multiple Vendor Award

5 Change of Address

In the event the contractor moves or updates contact information, it is the responsibility of the contractor to advise Procurement Services of such changes in writing. The State will not be held responsible for payments or purchase orders delayed due to the lack of routing caused by the lack of notification on the contractor’s part. Change of address or telephone updates must be forwarded to: Department of Administrative Services, Procurement Services, 165 Capitol Avenue, 5th Floor South, Hartford, CT 06106.

6 Insurance

Contractor shall not commence work under this contract until he has obtained all insurance required under this Section, nor shall the Contractor allow any sub-contractor to commence work on his subcontract until all similar insurance required of the subcontractor has been obtained.

A) Commercial General Liability $1,000,000 Combined Single Limit per occurrence for bodily injury, personal injury and property damage. Coverage shall include Premises and Operations, Independent Contractors, Products and Completed Operations, Contractual Liability and Board Form Property Damage coverage. If a general aggregate is used, the general aggregate limit shall apply either separately to the project or the general aggregate limit shall be twice the occurrence amount.

B) Automobile Liability

$1,000,000 Combined Single Limit Automobile Liability insurance shall be maintained against claims for damages resulting from bodily injury, including wrongful death, and property damage which may arise from the operations of any owned, hired or non-owned automobiles used by or for the Contractor in any capacity in connection with carrying out this contract.

C) Workers Compensation and Employers’ Liability Statutory coverage in compliance with the Compensation laws of the State of Connecticut. Coverage shall include Employers’ Liability with minimum limits of $100,000 each accident, $100,000 disease-each employee, and $500,000 disease-policy limit.

D) Minimum Scope of Insurance All Liability insurance policies shall be written on an “occurrence” basis only. All insurance coverage is to be placed with insurers authorized to do business in the State of Connecticut and must be placed with an insurer that has an A.M. Best’s Rating of no less and A-, VII. All certificates of insurance shall be filed with the Department of Administrative Services on the standard Acord Certificate of Insurance form showing the specified insurance and limits. The State of Connecticut shall be named as an Additional Insured. The contractor’s insurer shall have no right of recovery of subrogation against the State and the contractor’s insurance shall be primary coverage.

7 Compliance with law, Codes, Standards and Regulations

The contractor shall comply with all applicable laws, codes, standards and regulations of the State of Connecticut.

Page 78: RFP ADDENDUM STATE OF CONNECTICUT 05PSX0026 …SUBCONTRACTING: Under no condition shall any preventive maintenance work be subcontracted. Services must be provided by qualified and

PAGE 27

8 Contract Changes

DAS and the Military Department may, from time to time, request changes in the scope of services to be performed by the contractor hereunder. Any such change, including any increase or decreases in the amount of the contractor’s compensation, which are mutually agreed upon by and between DAS and the contractor, shall be incorporated in the written amendment to the agreement.

9 QUALIFICATIONS OF PROPOSER AND PROPOSAL INFORMATION

EXPERIENCE: The Proposer shall include with his proposal, a list of five contract customers, of equal size and complexity, where he has maintenance coverage as described herein, including subcontractors. The agency retains the option of contacting any or all of those listed for reference purposes. The contractor shall have been in the temperature control and mechanical business for at least five (5) years. This experience should include, and be proven to have occurred at, a minimum of two (2) sites controlled by the same owner, such as a campus, where service has been provide on a variety of systems and components. CERTIFICATION REQUIREMENTS: The Company shall be a currently licensed S-1 mechanical contractor in the State of Connecticut and have two or more employees with a current State of Connecticut Journeyman’s License D-2, D-4, D-6, or S-2. Proof of this requirement shall be documented with this contract/RFP. LOCAL REFERENCES: The contractor shall submit a list of three (3) local clients with similar multiple facilities in excess of $50,000 per year who have been under contract with the Proposer for a period of not less than three (3) years. In addition, the contractor shall submit one (1) reference of a client with multiple facilities that is no longer doing business with your company. For all four (4) clients, you are required to submit the company name, contact name and telephone number, and the number of years they were under contract with you. EXPERIENCE WITH THE EQUIPMENT AND/OR ABILITY TO MAINTAIN AND SERVICE EQUIPMENT: The proposer must have experience or ability to service the equipment listed in Schedule 2. For the purpose of selection only, the proposer must provide a pre-award maintenance plan and schedule for the listed equipment in accordance with the manufacturer’s recommendation. The following source of the manufacturer’s recommendations and schedule will be accepted: OEM Manuals, Internet downloads, catalogs, or any other documentation. The proposer must provide copies of any document used 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 or schedule that will be used for this contract – see specifications in this contract to determine current maintenance plan and schedule. When the specification in this contract does not define a maintenance plan or schedule the pre-award maintenance plan and schedule may be relevant, subject to prior approval from the Military Department’s Facilities Maintenance Manager or representative.

10 HAZARDOUS CONDITIONS AND SAFETY REQUIREMENTS It is possible that asbestos may exist in some of the locations covered by this agreement. The work to be done under this contract does not specifically require the removal of or contact with any hazardous materials. During the course of performing work under this contract, should the contractor find serious or hazardous conditions existing in any of the HVAC systems, the contractor shall stop work, secure the equipment immediately, and notify the Facilities Maintenance Manager. The contractor will be fully responsible for developing, implementing, and actively supervising a work procedure that will comply with all applicable state and federal occupational health and safety rules and regulations pertaining to asbestos and all hazardous materials in regards to the contractor’s employees. The

Page 79: RFP ADDENDUM STATE OF CONNECTICUT 05PSX0026 …SUBCONTRACTING: Under no condition shall any preventive maintenance work be subcontracted. Services must be provided by qualified and

PAGE 28

contractor will further ensure that all precautions are taken to avoid asbestos and hazardous contamination of the Military Department facility space affecting Military Department personnel.

11 REFRIGERANT HANDLING, RECOVERY AND RECYCLING OF CFC’s and HCFC’s The contractor must comply with all laws, codes and regulations concerning fully halogenated CFC refrigerants and recovery. In addition, the contractor must comply with ASHRAE (American Society of Heating Refrigerating and Air Conditioning Engineers, Inc.) Guideline #3-1990 on the subject. However, the latest guideline on the subject shall be complied with if Guideline #3-1990 has been superseded. The contractor must have recovery equipment as described in the guidelines. The contractor will provide service technicians who are certified to handle refrigerant and operate recovery and recycling equipment. Where ever possible refrigerant is to be recycled on site. The contractor is to employ at least one technician who has received industry-recognized training in retrofitting systems. The contractor must be in and demonstrate compliance with EPA standards, which took effect July 1992 and remain in compliance thereafter.

12 SECURITY The contractor is responsible for training his employee(s) in the security requirements of the agency, and will be responsible for enforcing the security rules as they apply to his employees. In addition to any other security rules and regulations, the contractor shall inform his employees of 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 of 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 the

property of 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 for any keys not returned. Contractor will assume cost of re-keying buildings if keys are lost or stolen by him or his employee(s).

6. No camera or picture taking is allowed.

Page 80: RFP ADDENDUM STATE OF CONNECTICUT 05PSX0026 …SUBCONTRACTING: Under no condition shall any preventive maintenance work be subcontracted. Services must be provided by qualified and

PAGE 29

Selection Criteria

A selection committee will review and score all proposals. The following information, in addition to the requirements, terms and conditions identified throughout this RFP Document, will be considered as part of the Selection process.

1. Applicable Content

a. Ability to meet specifications, requirements, terms and conditions

b. Pre-Award Maintenance Plan (see section 9.4)

c. Current Licenses

d. Current inventory of parts.

e. Current inventory of tools and test equipment.

f. Ability to provide service, maintenance, service calls, etc.

2. Business Information:

a. Set Aside Status (if applicable)

b. Length of Time in Temperature control & Maintenance Business

c. Appropriate Insurance

d. References

3. Account Management

a. Ability to adhere to Quality Assurance / Safety requirements

b. Reporting Capabilities (Sample of planned maintenance program)

4. Value

a. Form RFP-16 Proposal Schedule (Job-site rates and part prices)

5. Delivery

a. Ability to adhere to delivery requirements

b. Extent of ability to fulfill geographic areas

Page 81: RFP ADDENDUM STATE OF CONNECTICUT 05PSX0026 …SUBCONTRACTING: Under no condition shall any preventive maintenance work be subcontracted. Services must be provided by qualified and

PAGE 30

Instructions to Proposers

1. Proposal Schedule

Release of RFP: Date: February 15, 2005

Proposal Due Date: Date: March 15, 2005, by 2:00 pm

During the period from your organization’s receipt of this Request for Proposals, and until a contract is awarded, your organization shall not contact any employee of the State of Connecticut for additional information, except in writing, directed to the Department of Administrative Services, Attn. Joseph Giliberto, Procurement Services, 165 Capitol Avenue, 5th Floor South, Hartford, CT 06106.

2. Sealed Proposals

Proposals must be submitted in a SEALED envelope or carton, clearly marked with RFP 05PSX0026 the date, and the name and address of the proposer. Any material that is not so received may be opened as general mail, and result in invalidating the proposer’s submission. Facsimile or unsealed proposals will not be accepted under any circumstances.

3. Number and Submission of Proposals

Proposers should submit one original and four (4) copies of the proposal. Any proposal, which is incomplete or does not follow the prescribed format may not be considered.

Proposals may be mailed or delivered in person to the address below to arrive by March 15, 2005, by 2:00 PM. Proposals received after that time, due to whatever reason, will not be accepted and will be sent back unopened. Postmark dates will not be considered as the basis for meeting any submission deadline. Proposals will not be publicly read on the due date.

State of Connecticut Department of Administrative Services/Procurement Services RFP 05PSX0026 165 Capitol Avenue, 5th Floor South Hartford, CT 06106

4. Authorized Signatures

The proposal must be signed by an authorized official. The proposal must also provide the name, title address and telephone number of individuals with authority to bind the company, and for those who may be contacted to clarify the information provided.

Page 82: RFP ADDENDUM STATE OF CONNECTICUT 05PSX0026 …SUBCONTRACTING: Under no condition shall any preventive maintenance work be subcontracted. Services must be provided by qualified and

PAGE 31

Submittal Requirements

1. Pre-Award Maintenance Plan (see section 9.4).

2. Current Licenses, Professional designations.

3. Current inventory of parts.

4. Current inventory of tools and test equipment.

5. Set Aside Status (if applicable) DAS Set Aside Certificate.

6. Brief business history outlining length of time in Temperature Control & Maintenance Business.

7. Past 2 years financial statements. *

* Should proposers wish this information to be considered confidential, this information should be placed in a sealed envelope marked “Confidential”, this information will not be made viewable to the public and will only be reviewed by the evaluation committee.)

8. Appropriate Insurance forms.

9. Client References: please provide the following information for each reference. *

Name of company Contact name Telephone number

Description of work provided

* Should proposers wish this information to be considered confidential, this information should be placed in a sealed envelope marked “Confidential”, this information will not be made viewable to the public and will only be reviewed by the evaluation committee.)

10. Reporting Capabilities (Sample of planned maintenance program).

11. Form RFP-16 Proposal Schedule (Job-site rates and part prices).

Page 83: RFP ADDENDUM STATE OF CONNECTICUT 05PSX0026 …SUBCONTRACTING: Under no condition shall any preventive maintenance work be subcontracted. Services must be provided by qualified and

PAGE 32

Special Terms and Conditions

1. Conformity and Completeness of Proposals To be considered acceptable, proposals must be complete and conform 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 of the State will be served.

2. Stability of Proposed Prices Any price offerings from proposers must be valid for a period of 180 days from the due date of the proposals.

3. Amendment or Cancellation of the RFP DAS reserves the right to cancel, amend, modify or otherwise change this RFP at any time if it deems it to be in the best interest of the State to do so.

4. Multiple Award DAS reserves the right to award to multiple vendors.

5. Proposal Modifications No additions or changes to any proposal will be allowed after the proposal due date, unless such modification is specifically requested by DAS. DAS, at its option, may seek proposer retraction and/or clarification of any discrepancy or contradiction found during its review of proposals.

6. Proposer Presentation of Supporting Evidence Proposers must be prepared to provide any evidence of experience, performance, ability, and/or financial surety that DAS deems to be necessary or appropriate to fully establish the performance capabilities represented in their proposals.

7. Proposer Demonstration of Proposed Services and or Products At the discretion of DAS, proposers must be able to confirm their ability to provide all proposed services. Any required confirmation must be provided at a site approved by DAS and without cost to the State.

8. Proposer Misrepresentation or Default DAS may reject the proposal and void any award resulting from this RFP to a proposer who makes any material misrepresentation in their proposal or other submittal in connection with this RFP.

9. Erroneous Awards DAS reserves the right to correct inaccurate awards. This may include, in extreme circumstances, revoking the awarding of a contract already made to a proposer and subsequently awarding the contract to another proposer.

Such action on the part of DAS shall not constitute a breach of contract on the part of DAS since the contract with the initial proposer is deemed to be void and of no effect as if no contract ever existed between DAS and such proposer.

10. Proposal Expenses Proposers are responsible for all costs and expenses incurred in the preparation of proposals and for any subsequent work on the proposal that is required by DAS.

11. Ownership of Proposals All proposals shall become the sole property of the State and will not be returned.

12. Ownership of Subsequent Products Any product, whether acceptable or unacceptable, developed under a contract awarded as a result of this RFP shall be the sole property of the State unless otherwise stated in the contract.

Page 84: RFP ADDENDUM STATE OF CONNECTICUT 05PSX0026 …SUBCONTRACTING: Under no condition shall any preventive maintenance work be subcontracted. Services must be provided by qualified and

PAGE 33

13. Transfer of Data All data stored in the successful proposer’s files, electronic or hard copy, will be returned to DAS upon the expiration of the contract.

14. State Fiscal and Product Performance Requirements Any product or services acquisition resulting from this RFP must be contingent upon contractual provisions for cancellation of such acquisition, without penalty, if the applicable funds are not available for required payment or if the product or services fail to meet minimum State criteria for acceptance and performance reliability.

15 Validation of Proposals The proposals shall be binding commitments which DAS may include, by reference or otherwise, into any contract with a proposer. The proposals must provide the names, titles, addresses and telephone numbers of those individuals with authority to negotiate a contract with DAS and contractually bind the proposer. The proposal must also include evidence that it has been duly delivered on the part of the proposer, that the persons submitting the proposal have the requisite corporate power and authority to structure, compile, draft, submit and deliver the proposal and subsequently to enter into, execute and deliver and perform on behalf of the proposer any contract contemplated in this RFP.

16. Execution of Contract This RFP is not a contract and, alone, shall not be interpreted as such. Rather, this RFP only serves as the instrument through which proposals are solicited.

Once the evaluation of the proposals is complete and a proposer(s) is selected, the selected proposal(s) and this RFP may then serve as the basis for a contract that will be negotiated and executed between DAS and the selected proposer(s). This RFP and the proposal will likely be attached to the contract as exhibits.

If, for some reason, DAS and the initial proposer fail to reach consensus on the issues relative to the contract, then DAS may commence contract negotiations with other proposers. DAS may decide at any time to start the RFP process again.

The contract may include a liquidated damages clause at the discretion of the State.

17. Oral Agreement or Arrangements Any alleged oral agreements or arrangements made by proposers with any State agency or employee will be disregarded in any State proposal evaluation or associated award.

18. Independent Price Determinations In the proposals, proposers must warrant, represent, and certify that the following requirement have been met in connection with this RFP:

The costs proposed have been arrived at independently, without consultation, communication, or agreement for the purpose of restricting competition as to any matter relating to such process with any other organization or with any competitor;

Unless otherwise required by law, the costs quoted have not been knowingly disclosed by the proposer on a prior basis directly or indirectly to any other organization or to any competitor; and

No attempt has been made, or will be made, by the proposed to induce any other person or firm to submit or not to submit a proposal for the purpose of restricting competition.

19. Offer of Gratuities

The proposer warrants, represents, and certifies that no elected or appointed official or employee of the State of Connecticut has, or will, benefit financially or materially from this procurement. Any contract and/or award arising from this RFP may be terminated by DAS if it is determined that gratuities of any kind were either offered to, or

Page 85: RFP ADDENDUM STATE OF CONNECTICUT 05PSX0026 …SUBCONTRACTING: Under no condition shall any preventive maintenance work be subcontracted. Services must be provided by qualified and

PAGE 34

received by, any of the aforementioned officials or employees from the proposer, the proposer’s agent(s), representatives(s) or employees(s).

20. Subletting or Assigning of Contract The contract or any portion thereof, or the work provided for therein, or the right, title, or interest of the contractor therein or thereto may not be sublet, sold, transferred, assigned or otherwise disposed of to any person, firm, or corporation, or other entity without the prior written consent of 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 such consent has been granted.

21. Subcontractors DAS must approve any and all subcontractors utilized by the successful proposer prior to any such subcontractor commencing any work. Proposers acknowledge by the act of submitting a proposal that any work provided under the contract is work conducted on behalf of the State and that the Commissioner of DAS or her designee may communicate directly with any subcontractor as the State deems to be necessary or appropriate. It is also understood that the successful proposer shall be responsible for all payment of fees charged by the subcontractor(s). A performance evaluation of any subcontractor shall be provided promptly by the successful proposer to DAS upon request.

The successful proposer must provide the majority of services described in the specifications.

22. Freedom of Information Due regard will be given for the protection of proprietary or confidential information contained in all proposals received. However, proposers should be aware that all materials associated with the procurement are subject to the terms of the Connecticut Freedom of Information Act (FOIA) and all rules, regulations and interpretations resulting therefrom. It will not be sufficient for proposers to merely state generally that the proposal is proprietary or confidential in nature and not, therefore, subject to release to third parties.

Those particular sentences, paragraphs, pages or sections which a proposer believes to be exempt from disclosure under the FOIA must be specifically identified as such. Convincing explanation and rationale sufficient to justify each exemption consistent with Section 1-210(b) of the FOIA must accompany the proposal. The rationale and explanation must be stated in terms of the prospective harm to the competitive position of the proposer that would result if the identified material were to be released and the reasons why the materials are legally exempt from release pursuant to the above cited statute.

23. Conformance with Federal, State and Other Requirements By 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 governmental department, commission, board, bureau, agency, institution, office council, instrumentality, municipalities or not for profits codes, statutes, acts, ordinances, guidelines, resolutions, orders, judgments, decrees, injunctions, rules, regulations and the like.

24. Discrimination and Labor Recruitment The contractor shall comply with Executive Orders No. Three and Seventeen, promulgated June 16, 1971 and February 15, 1973 and to the Guidelines and Rules of the State Labor Commissioner implementing Executive Order No. Three and further agree to submit reports of compliance staffing on Labor Department Form E.O. 3-1 when and as required. The contractor shall also comply with non-discrimination provisions as described in Connecticut General Statutes Nos. 4a-60 and 4a-60a and any other applicable statute or regulation and administrative procedure.

25. Americans with Disabilities Act The contractor shall comply with the Americans with Disabilities Act in accordance with Public Law 101-336 and any other applicable federal laws and regulations.

Page 86: RFP ADDENDUM STATE OF CONNECTICUT 05PSX0026 …SUBCONTRACTING: Under no condition shall any preventive maintenance work be subcontracted. Services must be provided by qualified and

PAGE 35

26. Affirmative Action and Contract Compliance Reporting Proposers are advised that in addition to evaluating their qualifications, experience, capabilities, competitiveness of cost, and conformance to the RFP specifications, weight may also be given to proposers who demonstrate a commitment to affirmative action by full compliance with the Commission on Human Rights and Opportunities regulations.

The Employment Information Form, included in this RFP, should be completed by the proposer and included with proposal.

27. State Access to Records, Record Keeping, and Record Transfer The successful proposer shall prepare, maintain and preserve all records with respect to the administration of this program. During the term of the contract the State shall have access during normal business hours to all such records, in whatever form they exist or are stored, which records shall be the property of the State, and upon termination of the contract, all such records, or exact copies thereof, shall be immediately turned over intact to the State. The successful proposer shall afford the officers, attorneys, accountants, auditors, and other authorized representatives of the State free and full access to the records to be maintained by the successful proposer as pertains to the contract.

At the option of the State, periodic audits may, at reasonable times, be made of the successful proposers’ and all of its subcontractors’ books and records insofar as they pertain to the contract. Such audits shall be made at the States expense by the State or independent public accountants designated by the State. Said books and records shall be made available to the Auditors of Public Accounts of the State of Connecticut.

28. Confidentiality and Care of Data The successful proposer agrees to protect the confidentiality of any files, data or other material pertaining to this contract and to restrict their use solely for the purpose of performing this contract. The successful proposer shall take all steps necessary to safeguard data, files, reports or other information from loss, destruction or erasure. Any costs or expenses of replacing or damages resulting from the loss of such data shall be borne by the contractor when such loss or damage occurred through its negligence.

29. Year 2000 Compliance Any product or services acquisition resulting from this RFP will be year 2000 compliant. The successful proposer is responsible for any costs incurred in accordance with year 2000 compliance at no additional cost to the state.

30. Payments Against a Contract Award Under no circumstances shall the successful proposer begin to perform under the contract prior to the effective date of the contract. The State of Connecticut shall assume no liability for payment of services under the terms of the contract until the successful proposer is notified that the contract has been accepted by DAS and approved by the Office of the Attorney General of the State of Connecticut. In no case, shall a successful proposer bill the user agencies for amounts in excess of 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 for payment by means of an amendment to the contract.

31. Equipment Failure Response In case of failure beyond normal inspection and routine maintenance, the Contractor shall respond with adequate number of personnel with expertise necessary to correct the problem within a twenty-four (24) hour period. The Contractor shall coordinate this work with the Facilities Maintenance Manager or representative. Connecticut Military Department shall retain the option of having personnel present at any inspection or maintenance (preventive or emergency) visits.

32. Labor Wage Rates This contract award is subject to the CT Department of Labor's Wage rates for “Certain Services Workers (CT Statute 31-57F)”. In the event wages increase over the term of this contract, the contractor must request in writing the appropriate increase to fulfill this requirement (See Exhibit A “Labor Wage Rates by Location”).

Page 87: RFP ADDENDUM STATE OF CONNECTICUT 05PSX0026 …SUBCONTRACTING: Under no condition shall any preventive maintenance work be subcontracted. Services must be provided by qualified and

PAGE 36

Index of Abbreviations/Definitions and Other Related Comments

Adjust: To regulate, settle, or bring to a more satisfactory state or to normal operating condition. Annual: Services performed during the contract period at intervals of not less than 300 to not more than 365 days. It is considered that there is one annual period within a year. Any service is subject to advance scheduling. Pre-Cooling: Services performed during the contract period prior to the cooling season. Services should be performed in the month of April. Pre-Heating: Services performed during the contract period prior to the heating season. Services should be performed in the month of October. Check: Examine, inspect, test, or verify by trial. If the component fails to meet design or operational standards or specifications, then the component shall be adjusted or repaired as necessary to bring it to such standard. Component Part: Any part of an equipment or system, which is detachable or removable from the main body, or main assembly of the equipment or system; a constituent part necessary to the performance of the system. DAS: Department of Administrative Services Emergency Service: An emergency service, for the purpose of this contract, is defined as any repair or replacement of parts beyond the scope of full maintenance (normal and routine – preventive maintenance, repair or replacement). This includes, but is not limited to, any work requiring immediate action to correct or prevent loss, damage or necessitated by vandalism, negligence by the State, fire, Acts of God or other unusual 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 “answering service” response system. Home telephone numbers or recording devices are unacceptable in lieu of an answering service capability. Emergency calls on listed equipment shall be provided at no extra cost above bid price. Response to the emergency must be within four (4) hours. The Military Department is operational during winter storm emergencies. Service on an emergency basis, should a breakdown occur, will be needed at times of extreme weather conditions.

FOIA: Freedom of Information Act Frequency: This is the frequency of accomplishment of items of maintenance (PM) in accordance with, where applicable, frequencies within paragraphs of this specification and the manufacturer’s recommendations. Full Maintenance: Work which is required to repair, replace, or maintain (preventive) HVAC equipment in a condition outlined in manufacturer’s specifications and operational manuals for respective pieces of equipment, or consultant recommendations for overcoming the effects of wear and tear, disaster, damage, or deterioration. New construction or alteration is not included. Inspect: To examine thoroughly, to view closely in critical appraisal. Maintain (preventive): To keep in a state of repair and efficiency, to preserve from failure or decline.

Page 88: RFP ADDENDUM STATE OF CONNECTICUT 05PSX0026 …SUBCONTRACTING: Under no condition shall any preventive maintenance work be subcontracted. Services must be provided by qualified and

PAGE 37

Monthly: Services performed during calendar months at intervals of not less than 28 to not more than 31 days. Provide: Shall be understood to mean provide in place, that is, furnished and installed, ready to use. Quarterly: Services performed during the contract period at intervals of not less than 80 to not more than 100 days. It is considered that there are four (4) quarterly periods within a year. Any service is subject to advance scheduling. Regular Hours: Regular hours are from 7:00 a.m. to 4:00 p.m., Mondays through Fridays, except State approved holidays. Repairs: To restore or renew to original condition, including restoration or renewals of necessary components and the installation or replacement of defective or deficient components. Repair phase also includes any necessary disassembly and re-assembly. Replace: To remove damaged, defective, or deteriorated materials or parts and install new parts as approved. RFP: Request for Proposal Semi-Annual: Services performed during the contract period at intervals of not less than 160 to not more than 200 days. It is considered that there are two semi-annual periods within a year. Any service is subject to advance scheduling.

This solicitation is for procurement through competitive negotiation, NOT through competitive bidding, in accordance with the Department of 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, for interpretative purposes, “proposal”, “proposer”, and like terms.

Page 89: RFP ADDENDUM STATE OF CONNECTICUT 05PSX0026 …SUBCONTRACTING: Under no condition shall any preventive maintenance work be subcontracted. Services must be provided by qualified and

Exhibit A

LABOR WAGE RATES BY LOCATION

Page 90: RFP ADDENDUM STATE OF CONNECTICUT 05PSX0026 …SUBCONTRACTING: Under no condition shall any preventive maintenance work be subcontracted. Services must be provided by qualified and
Page 91: RFP ADDENDUM STATE OF CONNECTICUT 05PSX0026 …SUBCONTRACTING: Under no condition shall any preventive maintenance work be subcontracted. Services must be provided by qualified and
Page 92: RFP ADDENDUM STATE OF CONNECTICUT 05PSX0026 …SUBCONTRACTING: Under no condition shall any preventive maintenance work be subcontracted. Services must be provided by qualified and
Page 93: RFP ADDENDUM STATE OF CONNECTICUT 05PSX0026 …SUBCONTRACTING: Under no condition shall any preventive maintenance work be subcontracted. Services must be provided by qualified and
Page 94: RFP ADDENDUM STATE OF CONNECTICUT 05PSX0026 …SUBCONTRACTING: Under no condition shall any preventive maintenance work be subcontracted. Services must be provided by qualified and
Page 95: RFP ADDENDUM STATE OF CONNECTICUT 05PSX0026 …SUBCONTRACTING: Under no condition shall any preventive maintenance work be subcontracted. Services must be provided by qualified and
Page 96: RFP ADDENDUM STATE OF CONNECTICUT 05PSX0026 …SUBCONTRACTING: Under no condition shall any preventive maintenance work be subcontracted. Services must be provided by qualified and
Page 97: RFP ADDENDUM STATE OF CONNECTICUT 05PSX0026 …SUBCONTRACTING: Under no condition shall any preventive maintenance work be subcontracted. Services must be provided by qualified and
Page 98: RFP ADDENDUM STATE OF CONNECTICUT 05PSX0026 …SUBCONTRACTING: Under no condition shall any preventive maintenance work be subcontracted. Services must be provided by qualified and
Page 99: RFP ADDENDUM STATE OF CONNECTICUT 05PSX0026 …SUBCONTRACTING: Under no condition shall any preventive maintenance work be subcontracted. Services must be provided by qualified and
Page 100: RFP ADDENDUM STATE OF CONNECTICUT 05PSX0026 …SUBCONTRACTING: Under no condition shall any preventive maintenance work be subcontracted. Services must be provided by qualified and
Page 101: RFP ADDENDUM STATE OF CONNECTICUT 05PSX0026 …SUBCONTRACTING: Under no condition shall any preventive maintenance work be subcontracted. Services must be provided by qualified and
Page 102: RFP ADDENDUM STATE OF CONNECTICUT 05PSX0026 …SUBCONTRACTING: Under no condition shall any preventive maintenance work be subcontracted. Services must be provided by qualified and
Page 103: RFP ADDENDUM STATE OF CONNECTICUT 05PSX0026 …SUBCONTRACTING: Under no condition shall any preventive maintenance work be subcontracted. Services must be provided by qualified and
Page 104: RFP ADDENDUM STATE OF CONNECTICUT 05PSX0026 …SUBCONTRACTING: Under no condition shall any preventive maintenance work be subcontracted. Services must be provided by qualified and
Page 105: RFP ADDENDUM STATE OF CONNECTICUT 05PSX0026 …SUBCONTRACTING: Under no condition shall any preventive maintenance work be subcontracted. Services must be provided by qualified and
Page 106: RFP ADDENDUM STATE OF CONNECTICUT 05PSX0026 …SUBCONTRACTING: Under no condition shall any preventive maintenance work be subcontracted. Services must be provided by qualified and
Page 107: RFP ADDENDUM STATE OF CONNECTICUT 05PSX0026 …SUBCONTRACTING: Under no condition shall any preventive maintenance work be subcontracted. Services must be provided by qualified and
Page 108: RFP ADDENDUM STATE OF CONNECTICUT 05PSX0026 …SUBCONTRACTING: Under no condition shall any preventive maintenance work be subcontracted. Services must be provided by qualified and
Page 109: RFP ADDENDUM STATE OF CONNECTICUT 05PSX0026 …SUBCONTRACTING: Under no condition shall any preventive maintenance work be subcontracted. Services must be provided by qualified and
Page 110: RFP ADDENDUM STATE OF CONNECTICUT 05PSX0026 …SUBCONTRACTING: Under no condition shall any preventive maintenance work be subcontracted. Services must be provided by qualified and
Page 111: RFP ADDENDUM STATE OF CONNECTICUT 05PSX0026 …SUBCONTRACTING: Under no condition shall any preventive maintenance work be subcontracted. Services must be provided by qualified and
Page 112: RFP ADDENDUM STATE OF CONNECTICUT 05PSX0026 …SUBCONTRACTING: Under no condition shall any preventive maintenance work be subcontracted. Services must be provided by qualified and
Page 113: RFP ADDENDUM STATE OF CONNECTICUT 05PSX0026 …SUBCONTRACTING: Under no condition shall any preventive maintenance work be subcontracted. Services must be provided by qualified and
Page 114: RFP ADDENDUM STATE OF CONNECTICUT 05PSX0026 …SUBCONTRACTING: Under no condition shall any preventive maintenance work be subcontracted. Services must be provided by qualified and
Page 115: RFP ADDENDUM STATE OF CONNECTICUT 05PSX0026 …SUBCONTRACTING: Under no condition shall any preventive maintenance work be subcontracted. Services must be provided by qualified and
Page 116: RFP ADDENDUM STATE OF CONNECTICUT 05PSX0026 …SUBCONTRACTING: Under no condition shall any preventive maintenance work be subcontracted. Services must be provided by qualified and
Page 117: RFP ADDENDUM STATE OF CONNECTICUT 05PSX0026 …SUBCONTRACTING: Under no condition shall any preventive maintenance work be subcontracted. Services must be provided by qualified and
Page 118: RFP ADDENDUM STATE OF CONNECTICUT 05PSX0026 …SUBCONTRACTING: Under no condition shall any preventive maintenance work be subcontracted. Services must be provided by qualified and
Page 119: RFP ADDENDUM STATE OF CONNECTICUT 05PSX0026 …SUBCONTRACTING: Under no condition shall any preventive maintenance work be subcontracted. Services must be provided by qualified and
Page 120: RFP ADDENDUM STATE OF CONNECTICUT 05PSX0026 …SUBCONTRACTING: Under no condition shall any preventive maintenance work be subcontracted. Services must be provided by qualified and
Page 121: RFP ADDENDUM STATE OF CONNECTICUT 05PSX0026 …SUBCONTRACTING: Under no condition shall any preventive maintenance work be subcontracted. Services must be provided by qualified and

PROPOSAL SCHEDULE RFP-16 NEW 6/98 Joe Giliberto

STATE OF CONNECTICUT PROCUREMENT SERVICES

RFP NO.:

05PSX0026

Contract Specialist

PROPOSAL SCHEDULE for RFP # 05PSX0026

DELIVERY:

(860) 713-5096 Telephone Number

* * * * * IMPORTANT! * * * * * RETURN ORIGINAL AND ONE COPY

TERMS:

CASH DISCOUNT:

% Days

Payment terms are net 45 days. Any deviation may result in proposal rejection. Proposal prices shall include all transportation charges FOB state agency.

PROPOSER NAME:

Page 1 OF 1 SSN OR FEIN #:

Page 1 of 1

Item

#

Location

Monthly PM

Charge

Repair Rate

Hourly

After Hour

Emergency Rate

HARTFORD ARMORY

360 BROAD STREET HARTFORD, CT 06105

$___________

$___________

$___________

NEW BRITAIN ARMORY

855 STANLEY STREET NEW BRITAIN, CT 06051

$___________

$___________

$___________

NORWALK ARMORY

290 CANAAN AVENUE NORWALK, CT 06850

$___________

$___________

$___________

NORWICH ARMORY

38 STOTT STREET NORWICH, CT 06360

$___________

$___________

$___________

NORWICH OMS #10

38 STOTT STREET NORWICH, CT 06360

$___________

$___________

$___________

CT AVCRAD

GROTON-NEW LONDON AIRPORT GROTON, CT 06340

$___________

$___________

$___________

WATERBURY ARMORY

64 FIELD STREET WATERBURY, CT 06802

$___________

$___________

$___________

Parts: Original Equipment Manufacture Parts Cost Plus: and Percentage Off List Price of Original Equipment Manufacture Parts: Please provide pricing for both Cost Plus and Percentage off list.

% ___________________ % ___________________