· web viewthe following specifies the overall scope of maintenance to be performed by offeror...

42
APPENDIX A TECHNICAL PROPOSAL FORMS 1. Sample Transmittal Letter 2. Table of Maintenance Tasks 3. Questionnaire 4. Bid/Proposal Affidavit 5. Acknowledgement of Receipt of Addenda Form 6. MBE Attachment M1-A – This form MUST be provided or the Proposal will be deemed not susceptible of the award; this is non-curable.

Upload: duongque

Post on 19-Mar-2018

215 views

Category:

Documents


1 download

TRANSCRIPT

Page 1: · Web viewThe following specifies the overall scope of maintenance to be performed by Offeror and requirements for submitting the proposal. Required Maintenance. The Contractor shall

APPENDIX A

TECHNICAL PROPOSAL FORMS

1. Sample Transmittal Letter

2. Table of Maintenance Tasks

3. Questionnaire

4. Bid/Proposal Affidavit

5. Acknowledgement of Receipt of Addenda Form

6. MBE Attachment M1-A – This form MUST be provided or the Proposal will be deemed not susceptible of the award; this is non-curable.

Page 2: · Web viewThe following specifies the overall scope of maintenance to be performed by Offeror and requirements for submitting the proposal. Required Maintenance. The Contractor shall

TRANSMITTAL LETTER - TECHNICAL PROPOSALRFP 91268 – Facilities and Equipment Maintenance

PROPOSER: ____________________________________________________Federal Identification Number/Social Security Number: _______ Address:__________________________________________________________

DATE_______________________

The undersigned hereby submits the Technical Proposal as set forth in RFP #91268 dated January 7, 2015.

We confirm that this Technical Proposal is based on the Requirements per the RFP and any subsequent addenda.

In accordance with Section III, Proposal Requirements, Article 1, we are enclosing the following in our Technical Proposal:

1. Staffing of the Contract/Key Personnel 2. Approach to Providing the Scope of Work3. Firm Experience4. Company Profile5. Bid/Proposal Affidavit (completed)6. Acknowledgement of Receipt of Addenda form7. Acknowledgement of review and acceptance of UMUC Sample Contract in

Appendix C 8. MBE Attachment A (This must be included in the Technical Proposal. If we do not

include this Attachment A, we affirm that UMUC shall declare our proposal not-susceptible of the award. We understand that this is NON-CURABLE.)

We confirm that in the event we are shortlisted for this procurement, our proposed Executive Manager, Project Manager, and Lead Engineer are available to attend a discussion session on either Thursday, March 5, 2015 or Friday, March 6, 2015. We understand that these will be scheduled at the convenience of UMUC and that we will not be able to choose a time or date.

Authorized Signature to bind firm to Offer: Contact name and information for Proposal

Printed Name:_______________________ contents:Signature:__________________________ Name:_____________________________Title:______________________________ Title:_______________________________Date:______________________________ email:______________________________

Direct dial phone number______________Extension number (if applicable)_________

Page 3: · Web viewThe following specifies the overall scope of maintenance to be performed by Offeror and requirements for submitting the proposal. Required Maintenance. The Contractor shall

TABLE OF MAINTENANCE TASKS

Below please find examples of tasks that contractor is to perform. This list is not to be considered all-inclusive or limiting. Indicate if work will be done with own forces or subcontracting to third parties by checking the appropriate column. In some cases, additional information is also requested and should be provided in attached pages.

TaskWill Use Own Personnel

Will Contract with Third Parties

Installation including items such as panel boards, lighting, heating, and building receptacles. Conduit types include EMT one-half inch to 4 inch rigid aluminum circuitry modificationsInstallation of secondary wires, switches, panels, fire and smoke detection, and intercom systems (it may require the installation of one-half to 4 inch conduit and/or 4 to 8 inch duct work).Installation of control panels.Installation of alarms of all kinds.Installation of closed circuit TV to include power requirements for control panels and installation of cable in all hazardous areasInstallation of ground fault systems.Installation of electrical wiring systems and associated switches, distribution panels, light sockets and outlet boxes.Measuring, cutting, threading, bending and assembling, and installing conduits. Inserting, splicing and connecting wires to fixtures, outlets, switches, receptacles, and power sources.Working from blueprints, wiring diagrams and/or sketches.Installation of a wide variety of electrical fixtures, tools, and appliances.Installation of ground rods, lightning rods and grounding equipment, using a meg ohm meter, various types of ground resistances and ground impedance tests and/or ground loop impedance tester for proper ground readings as required.Installation of emergency lighting, alternating current to direct current battery systems and emergency alternating current generator systems.Installation of concrete pads, piping, and plumbing.Installation of new refrigeration equipment where work is not considered repair or replacement.Renovation and installation of new toilet facilities.Furniture repairs including desks, credenzas, consoles,

Page 4: · Web viewThe following specifies the overall scope of maintenance to be performed by Offeror and requirements for submitting the proposal. Required Maintenance. The Contractor shall

wall easels, steno chairs, swivel chairs, conference chairs, confidential waste receptacles, clocks, cabinets, bookcases, files, and tables.Lock problems on furniture and office/entry doors.Jammed drawers.Problems in opening and closing drawersBroken chair bases, casters, seat backs, lost furniture feet.Adjusting swivel and tilt mechanisms.Setting of clocks and replacing batteries.Mounting on walls: wall easels, chalkboards, bulletin boards, pictures, shelving, clocks, fire extinguishers, maps and signs.Mounting on doors: coat hooks, locksets, passage sets, door closures.Mounting in files: Frames filing systems.Installing in ceiling: Projector screens, self-standing metal shelving units, self-standing wall partitions, plant hooks.Bolt filing cabinets, storage cabinets, bookcases to wall, floor or to each other to meet safety requirements, and unbolt prior to any interoffice move and re-bolt upon completion.Dismantle, store, and rebuild modular furniture parts.Assemble knocked down furniture

- Includes work table, typewriter stands, desks, credenzas, conference tables, storage cabinets, secretarial desk extensions and portable easels.

- Includes any other one of a kind assembling requirement, i.e., mail room console units, tape library storage racks, data cabinets, etc.

Correct minor structural and building problems such as stuck doors, broken doors, door closures, ceiling tiles, venetian blinds.Re-lamping to include bulb replacement, ballasts replacement, and resetting of tripped circuit breakers.

Miscellaneous carpentry, electrical, plumbing, painting, drywall, etc. for repairs, minor renovations or additional space buildouts.Painting services throughout all facilities to include new construction, furniture and normal maintenance finishes etc.Locksmith services for Best Locks System, Onity, Tesa and Integra systems. Major rekeying occurs during

Page 5: · Web viewThe following specifies the overall scope of maintenance to be performed by Offeror and requirements for submitting the proposal. Required Maintenance. The Contractor shall

semester changes, due to staff changes, new hires, etc. Contractor is responsible for installation of these systems as well.Set Up for functions throughout all facilities (chairs, tables, easels etc.) NOT FOR MARRIOTT EVENTSProvide office moves to include (furniture, crates, boxes etc.)Specifications for Electrical, Mechanical, HVAC, ATC, BMS, and Fire/Safety Operations and Maintenance Functions. The following specifies the overall scope of maintenance to be performed by Offeror and requirements for submitting the proposal.

Required Maintenance. The Contractor shall provide all preventive, predictive, and repair (including major repair) maintenance and operation of all electrical/mechanical and HVAC equipment and associated devices as outlined within this specification. The Contractor shall furnish all personnel, parts, materials, test equipment, tools, and services in conformance with the terms and conditions contained herein. All parts, materials, and supplies necessary for said maintenance shall be reimbursable under this contract.HVAC Systems Maintenance: Ozone Depleting Substances. The Contractor shall insure that all Ozone Depleting Substances encountered during maintenance/repair or servicing of HVAC equipment are captured and recycled or disposed of by environmental safety methods in accordance with applicable regulations.HVAC Systems Maintenance: Chilled Water System. Heat exchangers, pumps, piping, valves, and accessories. Chillers may be covered by a separate service contract, under management of the offeror. If so, provide details on attached pages. The current subcontract for this service is with Combustioneer.HVAC Systems Maintenance: Condenser Water System. Cooling towers, heat exchangers, pumps, piping, valves, filters, and accessories.HVAC Systems Maintenance: Hot Water System. Boilers, pumps, fan coil units, unit heaters, fin tube radiation, coils, piping, valves, and accessories. The boilers are currently covered under Johnson Controls Performance Contract.HVAC Systems Maintenance: Fuel Oil System. Fuel oil storage tanks, level control pumps, filters/strainers, piping, valves, and accessories. Currently the university

Page 6: · Web viewThe following specifies the overall scope of maintenance to be performed by Offeror and requirements for submitting the proposal. Required Maintenance. The Contractor shall

has 1-12,000 gallon UST and multiple AST.HVAC Systems Maintenance: Natural Gas System. Piping, valves, regulators, kitchen equipment, boilers.HVAC Systems Maintenance: Water Treatment System. Includes all required chemicals, control pumps, feed lines, testing and accessories. Services may be covered by a separate service contract under management by the offeror. If so, provide details on attached pages. The current subcontract for this service is with Tricon (MBE).HVAC Systems Maintenance: Air Conditioning System. AC units, HV units, fans, coils, filters, humidifiers, air terminal units, air outlets, ductwork, dampers, condensate system, controls, and accessories.HVAC Systems Maintenance: Ventilation System. Fans, filters, air outlets, ductwork, and accessories including supply, make-up, and exhaust air systems.HVAC Systems Maintenance: Potable and Non-Potable Water Systems. Pumps, filters, softeners, purifiers, drains, sewage pumps, fixtures and related plumbing componentsElectrical and Mechanical Systems Maintenance: Secondary Power Systems. Switchgear, motor control centers, motor starters, disconnects, panel boards, circuit breakers, transformers, computer distribution units, wiring, devices, receptacles, and accessories.Electrical and Mechanical Systems Maintenance: Lighting Systems. Panel boards, circuit breakers, transformers, lighting relays and controls, infrared and ultrasonic sensors, lighting dimmer controls, light fixtures, ballast, bulbs and tubes, wiring, switches, and accessories.Electrical and Mechanical Systems: Emergency Generator System. Diesel and gasoline powered generators and controls including annual inspection and major overhaul, transfer switches, switchgear, panel boards, wiring, devices, and accessories. Services may be covered by a separate service contract under management by the offeror. If so, please provide in attached pages. Generators are currently subcontracted to Fidelity Engineering.Electrical and Mechanical Systems Maintenance: Uninterruptable Power Unit System. Batteries, transfer switches, wiring, devices, and accessories including annual inspection and major overhaul. Inoperative lights, switches, and receptacles are all considered part of normal repair maintenance and must be responded to and/or resolved within two hours of

Page 7: · Web viewThe following specifies the overall scope of maintenance to be performed by Offeror and requirements for submitting the proposal. Required Maintenance. The Contractor shall

receipt of call. Services may be covered by a separate service contract under management by the offeror. If so, provide details in attached pages.Automatic Temperature Controls (ATC)/Building Management System (BMS) Maintenance: Pneumatic Controls System. Air compressors, air dryer meters, sensors and sensing elements, controllers, operators, positioners, thermostats, humidistats, dampers, valves, piping, and accessories.Automatic Temperature Controls (ATC)/Building Management System (BMS) Maintenance: Electronic Controls System. The existing system is maintained by the contractor. Proprietary work is handled by the manufacturer’s authorized service company as reimbursable work overseen by the offeror. Currently these systems are Johnson Controls, Facility Control and Trane.Fire and Life Safety Systems Maintenance: Fire and Smoke Detection Equipment. Fire detectors, smoke detectors, manual pull stations, alarm bells and lights, annunciators, speakers, flow detectors, flow switches, valve switches, wiring, devices, and accessories. Current system is Notifier.

Fire and Life Safety Systems Maintenance: Fire and Smoke Detection Equipment: Fire Suppression Systems. Fire pumps and controls, jockey pumps, sprinklers (wet/dry), compressors, fire hose cabinets/racks, manual fire extinguishers, piping, valves, and accessories.Fire and Life Safety Systems Maintenance: FM200 Fire Extinguishing System. FM200 storage tanks, manual pull stations, abort switches, alarm bells and lights, control panels, annunciators, speakers, piping, valves, wiring, devices, and accessories. Services may be covered by a separate service contract under management by the offeror. If so, provide details in attached pages.

Page 8: · Web viewThe following specifies the overall scope of maintenance to be performed by Offeror and requirements for submitting the proposal. Required Maintenance. The Contractor shall

APPROACH TO PROVIDING THE SCOPE OF SERVICES FOR THE CONTRACTQUESTIONNAIRE

Provide a narrative as to how the Proposer plans to provide the required services per the Scope of Work, Section II. The narrative is to address all aspects of the scope of the services per this RFP document and is to be developed in response to this RFP. Below is a “Questionnaire” developed to assist the Proposer in responding. The purpose of this questionnaire is to display full comprehension of the services to be provided and how such services will be provided to the University in the areas of facilities and equipment maintenance, as well as services. Please provide concise, but detailed information. Within the response, the firm should demonstrate that it understands both the magnitude and the importance of the requirements by detailing its proposed products and/or services for the UMUC maintenance operations. A response to all items should be provided.

Note: Responses should not be simply YES replies. Firms should describe how they plan to meet the stated requirements. Any other information that may be relevant but does not fall into the above questionnaire should be provided as an appendix to this volume. If Firms’ product literature and other publications are included to respond to a RFP requirement, the response in this volume should include a reference to the document by name and page.

A. Maintenance Schedules

Although the majority of required work can be accomplished between the hours of 6:00 AM – 10:00 PM, Monday through Sunday, the operations of a lodging and conference facility requires a flexible maintenance schedule. Depending on scheduled conference activities and guest service priorities, it may be necessary to interrupt work-in-progress or postpone certain work that could be disruptive to guests or conference activities. The contractor is considered essential to the operation of the facilities, and must respond to emergency conditions such as fire, flood, snow removal, etc. The contractor is responsible for reporting all emergency situations to the University contract administrator.

1. Contractor is responsible for all snow removal activities at all UMUC sites, utilizing in house staff as needed and supplemented with contractors as needed based on weather events with UMUC’s approval. Snow equipment is provided by UMUC. See Appendix D for details on available equipment.

Please describe how you plan to meet the required maintenance scheduling as well as how you plan to respond to emergency situations.

Page 9: · Web viewThe following specifies the overall scope of maintenance to be performed by Offeror and requirements for submitting the proposal. Required Maintenance. The Contractor shall

Describe your snow/ice removal capabilities.

B. REQUIRED FACILITIES AND EQUIPMENT MAINTENANCE SERVICES:

Describe how your firm plans to meet the following:

1. Provide timely, efficient, courteous and professional service. It is the responsibility of the vendor to provide recommendations to the contract administrator which outline maintenance plans to keep all facilities grounds and equipment in a safe, reliable and efficient operation.

2 Provide and incorporate additional approved equipment and software upgrades to make the facilities operations more effective and efficient. Most equipment will be bought and owned by UMUC.

3 Maintain office and shop supplies to properly manage the facilities operation. UMUC will approve all reasonable requests, depending on the item requested UMUC and/or the vendor will place orders with approved vendor and UMUC will pay for supplies. Contractor must continuously evaluate and recommend cost-effective methods of reducing operating costs while maintaining high service levels.

Page 10: · Web viewThe following specifies the overall scope of maintenance to be performed by Offeror and requirements for submitting the proposal. Required Maintenance. The Contractor shall

4 Establish a strong relationship with the UMUC Finance and Facilities Management departments for all financial and operational concerns regarding the facilities operations. Contractor will generate reports and retain records for the contract administrator and the finance department. Examples of reports would include but are not limited to monthly reimbursable reports, Minority Business Enterprise (MBE) reports, inventory listings, subcontracting details, electrical metering logs, as well as other building operating logs and any additional reports as requested.

Provide sample reports with return response

5 If applicable and if requested by UMUC, agree to work cooperatively with the current contractor for several weeks during the transition period. Describe how you see the

transition working from the incumbent to your firm so that there are no gaps in service to UMUC.

C. Staffing

1 The contractor is required to provide sufficient staffing to maintain the facilities and equipment. The positions noted in Section 7.1 are required, however, the Contractor is to determine the number and any other positions that it deems appropriate for information to be submitted in the technical proposal regarding staffing). The University is seeking a single team, under the direct control of a single management vendor to satisfy the facilities management requirements. Please provide a weekly proposed schedule.

Page 11: · Web viewThe following specifies the overall scope of maintenance to be performed by Offeror and requirements for submitting the proposal. Required Maintenance. The Contractor shall

2 The Contractor is to provide and the contractor’s staff are to wear standardized uniforms. Name badges are also required. The contractor shall require all employees to wear uniforms that clearly identify the vendor and UMUC. Camera-ready artwork of the UMUC logo will be provided at time of award. Your response should have a detailed description of the items of clothing to be worn. Samples and/or pictures of clothing and name badges are to be included with bid response.

D. Primary Requirements: Primary requirements are mandatory and vendors should in its proposal address each one individually. UMUC reserves the right to waive any primary requirement if it is in its best interest to do so.

1 Labor, supervision, tools, materials and supplies. The Contractor shall provide all labor, supervision, transportation, hand tools, equipment, materials, and supplies to perform all preventive, corrective, predictive, and repair maintenance to the buildings, building systems, garage structure and systems, and equipment. Any materials and supplies shall be reimbursable upon approval by UMUC.

2 Permits, Taxes and Laws. The successful offeror shall be responsible for complying with all laws, ordinances, rules and regulations governing these services; for procuring all permits and licenses; for paying all applicable charges, taxes, fees and payment in lieu of taxes; and, for giving all notices necessary and incidental to lawful prosecution to these services. All associated costs shall be deemed to be addressed by offerors in their proposals. Any immunity that UMUC may benefit from with respect to any applicable laws, ordinances, rules or regulations shall not be available to the successful offeror unless UMUC specifically asserts such immunity.

Page 12: · Web viewThe following specifies the overall scope of maintenance to be performed by Offeror and requirements for submitting the proposal. Required Maintenance. The Contractor shall

3 Facilities/Equipment. Offerors are responsible for a complete and thorough inspection of the facilities to assure all systems and individual components are properly maintained and in good repair. Equipment lists included with this RFP are 1) equipment list for all buildings (CC, ADMN, Largo 1 and Largo and 2) a list of tools that are owned by UMUC available for use by Contractor with any replacement by UMUC. All lists represent the overall equipment for UMUC however they may not be complete or in exact detail to the equipment to be maintained. The University does not guarantee that the lists are accurate or complete. It is the Contractor’s responsibility to verify accuracy of the lists and to maintain all equipment necessary to assure all systems and individual components are maintained properly. Any equipment changed or upgraded will be the contractor’s responsibility to maintain.

4 Service Desk. The Contractor shall operate and maintain a service desk within the University facility to receive all calls including complaints, repair requests, and service requests. Individual work orders will be created for all calls. The service desk requires 1 contract staff persons who are responsible for the calls and work orders, Monday through Friday from 8:00 am to 4:30 pm. Contract terms will include UMUC provision of office space, and furniture for the Service Desk. UMUC will approve all reasonable requests associated with the office needs, place orders with vendor and pay for all office supplies, such supplies would include but are not limited to envelopes, paper, pens, folders, batteries, notebooks, etc.

Page 13: · Web viewThe following specifies the overall scope of maintenance to be performed by Offeror and requirements for submitting the proposal. Required Maintenance. The Contractor shall

5 Service Response. UMUC’s faculty, staff, students and guests’ comfort and satisfaction are of paramount importance. Any occupant call requesting service or registering a complaint must be responded to within the allotted time described below. Should this not be possible, the caller and the University’s contact person shall be notified of the delay in person and be given a reasonable time when the work shall be completed. Any second call for service/complaint shall be elevated to the contractor's senior on-site representative. A 24hour/ 7day response service center at the vendor’s corporate headquarters shall be maintained by the contractor for emergencies outside of the normal staff hours

PRIORITY TIME/ RESPONSE COMMENTS1 10 Minutes Response/

2 Hours ResolutionHVAC Complaints; Emergency Calls (i.e. leaks, power outages or anything that can cause damage to facilities or life safety issues); Call from Hotel and Conference guests;3rd Floor Executive Wing calls.

2 2 Hour Response/24 Hour Resolution

Occupant Requests or Complaints (other)

348 Hours Unless Requirements Dictate Otherwise

All Other Calls

6 Technical Library. The Contractor shall maintain a technical library consisting of all applicable records such as "as built" drawings, equipment O&M manuals, manufacturers spare parts lists, and warranty certificates. The current library is maintained in the Maintenance office and there is a designated Archive room where building records are maintained by the UMUC Facilities Management Department.

Page 14: · Web viewThe following specifies the overall scope of maintenance to be performed by Offeror and requirements for submitting the proposal. Required Maintenance. The Contractor shall

7 Warranty Administration. The Contractor will be required to administer, coordinate, and advise all active warranties. Applicable equipment will be maintained in such a manner as to ensure that all warranties are maintained in full force and effect.

8 Preventive Maintenance. The Contractor will be responsible for the preventive maintenance of all aspects of UMUC equipment, buildings and grounds, to include inspections, lubrication, tests, adjustments, and corrective maintenance tasks in accordance with the manufacturer’s recommendations. The Contractor shall control scheduling the interval of preventive maintenance and task functions to be performed by both calendar periods and operating hours (run time) as applicable to each piece of equipment.

9 Repair Maintenance. The Contractor will be responsible for all repair maintenance to include all repairs, replacement recommendations, and adjustment of equipment in response to conditions discovered during performance of preventive maintenance, equipment breakdown/improper operation, or occupant complaint. Repair work orders will be generated as required to respond to problems as they occur. Except in response to UMUC complaints or safety requirements, repair work orders shall be scheduled for completion depending on priority, availability of parts, workload, and convenience of occupants. Repair maintenance involving safety considerations or possible damage shall be responded to immediately. Repair maintenance in response to UMUC faculty, staff, students or guests’ requests or complaints shall be resolved as soon as possible but not later than two hours after receipt of the tenant request. If for any reason the request/complaint cannot be resolved within the two hour limit specified, the UMUC requestor shall be notified of the delay in person and the occupant shall be given a reasonable time when the work shall be completed.

Page 15: · Web viewThe following specifies the overall scope of maintenance to be performed by Offeror and requirements for submitting the proposal. Required Maintenance. The Contractor shall

10 Energy Services. The Contractor must provide a wide array of energy services including system evaluation for energy reduction potential, operational plans to reduce energy consumption, employee training programs to create an awareness of energy costs and savings potential, utility rate application assistance, utility bill verification procedures, utility consumption tracking to determine cost effects of operational changes, and guaranteed energy savings programs. Construction, system upgrade or operational change may be part of the oversight by the facilities maintenance contractor, for coordination with maintenance and operations only. Describe and explain your firm’s and your proposed staff’s experiencewith Energy Services.

11 Computerized Maintenance Management System. The Contractor shall provide a computerized maintenance management system (CMMS) to manage and track all repair, maintenance and preventive maintenance work requirements. Monthly status reports will be produced and distributed to the University’s point of contact and Facilities Management. Maintenance of the software, database and reporting system shall be the responsibility of the Facilities Maintenance Contractor. A database (Appendix D), which includes equipment list and PM program schedule, as well as a PC work station will be provided.

Address your firm’s and your proposed staff’s familiarity with a CMMS system.

Page 16: · Web viewThe following specifies the overall scope of maintenance to be performed by Offeror and requirements for submitting the proposal. Required Maintenance. The Contractor shall

12 Predictive Maintenance. The Contractor must have the in-house capability to perform oil spectrum and vibration analyses, infrared inspections, eddy current testing, and nondestructive testing conducted as needed.

13 Training. The Contractor must have a company-wide, in-place comprehensive technical training program to include formal skill level upgrade training, recurring training, refresher training, and remedial training. The training program must include formal training courses and on-the-job training.

14 Safety Program. The contractor shall have a company safety program that addresses the hazards associated with the scope of services requested and include the safety program as part of the proposal.

Page 17: · Web viewThe following specifies the overall scope of maintenance to be performed by Offeror and requirements for submitting the proposal. Required Maintenance. The Contractor shall

E. Specific Functional Requirements.

General Repairs & Maintenance

1 General. In response to UMUC Work Orders, the Contractor shall perform minor construction, repair, and modification work. This is an indefinite quantity based upon the needs and desires of UMUC. Each Work Order will identify the general tasks. Potential vendor’s financial proposal must include provisions to address such needs (i.e. quoted percent mark-up). For purchases less than $5000, Contractor will negotiate the best value that is in UMUC’s best interest after approval from UMUC’s Facilities Office. For purchases $5000 but less than $20,000, the Contractor will obtain three (3) competitive bids unless prior approval for less than three (3) bids is received from UMUC’s Facilities Office. For purchases $20,000 or greater, the Contractor must obtain a minimum of three (3) competitive bids unless prior approval for less than three (3) bids is received from UMUC’s Procurement Officer. The maximum dollar amount for any one project/work order cannot exceed $1,000,000. UMUC is to be an active participant in the bidding and is to have access to any and all applicable contractor records regarding this contract or any subcontracting with third parties.

Explain how your firm manages work orders as described above, including determining that a third party contract is necessary, soliciting bids from qualified contractors, selection process, and management of the actual work.

2 Quality Control Program. The contractor shall provide a comprehensive quality control program.

Page 18: · Web viewThe following specifies the overall scope of maintenance to be performed by Offeror and requirements for submitting the proposal. Required Maintenance. The Contractor shall

3 Capital Improvement Planning

Capital Projects Assessment- Contractor will provide a Capital Projects Assessment within 90 days from start of contract. The assessment will need to provide the following.

1. Assessment of all major building and garage systems to includea. Mechanicalb. Electricalc. Plumbingd. Fire/Life Safetye. Site Improvementsf. Foundationsg. Exterior Building Componentsh. Roof systemsi. Vertical Transportationj. Garagek. Site

Provide a 10 year Capital Projects Schedule indicating mandatory, recommended, discretionary projects with budget costs associated with each item.

Page 19: · Web viewThe following specifies the overall scope of maintenance to be performed by Offeror and requirements for submitting the proposal. Required Maintenance. The Contractor shall

APPENDIX A

BID/PROPOSAL AFFIDAVIT

A. AUTHORIZED REPRESENTATIVE

I HEREBY AFFIRM THAT: I am the (title) ____________________________________ and the duly authorized representative of (business) _____________________________________________ and that I possess the legal authority to make this Affidavit on behalf of myself and the business for which I am acting.

B. NOT USED

B-1. CERTIFICATION REGARDING MINORITY BUSINESS ENTERPRISES (applicable if an MBE goal is set)

The undersigned bidder or offeror hereby certifies and agrees that it has fully complied with the State Minority Business Enterprise Law, State Finance and Procurement Article, §14-308(a)(2), Annotated Code of Maryland, which provides that, except as otherwise provided by law, a contractor may not identify a certified minority business enterprise in a bid or proposal and:

(1) Fail to request, receive, or otherwise obtain authorization from the certified minority business enterprise to identify the certified minority proposal;

(2) Fail to notify the certified minority business enterprise before execution of the contract of its inclusion in the bid or proposal;

(3) Fail to use the certified minority business enterprise in the performance of the contract; or

(4) Pay the certified minority business enterprise solely for the use of its name in the bid or proposal.

Without limiting any other provision of the solicitation on this project, it is understood that if the certification is false, such false certification constitutes grounds for the State to reject the bid submitted by the bidder on this project, and terminate any contract awarded based on the bid.

B-2. CERTIFICATION REGARDING VETERAN-OWNED SMALL BUSINESS ENTERPRISES (if applicable to the solicitation)

The undersigned bidder or offeror hereby certifies and agrees that it has fully complied with the State veteran-owned small business enterprise law, State Finance and Procurement Article, §14-605, Annotated Code of Maryland, which provides that a person may not:

(1) Knowingly and with intent to defraud, fraudulently obtain, attempt to obtain, or aid another person in fraudulently obtaining or attempting to obtain public money, procurement contracts, or funds expended under a procurement contract towhich the person is not entitled under this title;

(2) Knowingly and with intent to defraud, fraudulently represent participation of a veteran–owned small business enterprise in order to obtain or retain a bid preference or a procurement contract;

(3) Willfully and knowingly make or subscribe to any statement, declaration, or other document that is fraudulent or false as to any material matter, whether or not that falsity or fraud is committed with the knowledge or consent of the person authorized or required to present the declaration, statement, or document;

(4) Willfully and knowingly aid, assist in, procure, counsel, or advise the preparation or presentation of a declaration, statement, or other document that is fraudulent or false as to any material matter, regardless of whether that falsity or fraud iscommitted with the knowledge or consent of the person authorized or required to present the declaration, statement, or document;

(5) Willfully and knowingly fail to file any declaration or notice with the unit that is required by COMAR 21.11.12; or

(6) Establish, knowingly aid in the establishment of, or exercise control over a business found to have violated a provision of §B-2(1)—(5) of this regulation.

C. AFFIRMATION REGARDING BRIBERY CONVICTIONS

I FURTHER AFFIRM THAT: Neither I, nor to the best of my knowledge, information, and belief, the above business (as is defined in Section 16-101(b) of the State Finance and Procurement Article of the Annotated Code of Maryland), or any of its officers, directors, partners, controlling stockholders, or any of its employees directly involved in the business’s contracting activities including obtaining or performing contracts with public bodies has been convicted of, or has had probation before judgment imposed pursuant to Criminal Procedure Article, §6-220, Annotated Code of Maryland, or has pleaded nolo contendere to a charge of bribery, attempted bribery, or conspiracy to bribe in violation of Maryland law, or of the law of any other state or federal law, except as follows (indicate the reasons why the affirmation cannot be given and list any conviction, plea, or imposition of probation before judgment with the date, court, official or administrative body, the sentence or disposition, the name(s) of person(s) involved, and their current positions and responsibilities with the business):

_________________________________________________________________________________________________________

Page 20: · Web viewThe following specifies the overall scope of maintenance to be performed by Offeror and requirements for submitting the proposal. Required Maintenance. The Contractor shall

D. AFFIRMATION REGARDING OTHER CONVICTIONS

I FURTHER AFFIRM THAT: Neither I, nor to the best of my knowledge, information, and belief, the above business, or any of its officers, directors, partners, controlling stockholders, or any of its employees directly involved in the business’s contracting activities including obtaining or performing contracts with public bodies, has:

(1) Been convicted under state or federal statute of a criminal offense incident to obtaining or attempting to obtain, or performing a public or private contract, fraud, embezzlement, theft, forgery, falsification or destruction of records, or receiving stolen property;

(2) Been convicted of any criminal violation of a state or federal antitrust statute;

(3) Been convicted under the provisions of Title 18 of the United States Code for violation of the Racketeer Influenced and Corrupt Organizations Act, 18 U.S.C. §1961, et seq., or the Mail Fraud Act, 18 U.S.C. §1341 et seq., for acts arising out of the submission of bids or proposals for a public or private contract;

(4) Been convicted of a violation of the State Minority Business Enterprise Law, Section 14-308 of the State Finance and Procurement Article of the Annotated Code of Maryland;

(5) Been convicted of a violation of §11-205.1 of the State Finance and Procurement Article of the Annotated Code of Maryland;

(6) Been convicted of conspiracy to commit any act or omission that would constitute grounds for conviction or liability under any law or statute described in subsection (1), (2), (3), (4) or (5), above;

(7) Been found civilly liable under a state or federal antitrust statutes for acts or omissions in connection with the submission of bids or proposals for a public or private contract;

(8) Admitted in writing or under oath, during the course of an official investigation or other proceedings, acts or omissions that would constitute grounds for conviction or liability under any law or statute described above, except as follows (indicate reasons why the affirmations cannot be given, and list any conviction, plea, or imposition of probation before judgment with the date, court, official or administrative body, the sentence or disposition, the name(s) of the person(s) involved and their current positions and responsibilities with the business, and the status of any debarment):

_________________________________________________________________________________________________________

_________________________________________________________________________________________________________

E. AFFIRMATION REGARDING DEBARMENT

I FURTHER AFFIRM THAT: Neither I, nor to the best of my knowledge, information, and belief, the above business, or any of its officers, directors, partners, controlling stockholders, or any of its employees directly involved in the business’s contracting activities, including obtaining or performing contracts with public bodies, has ever been suspended or debarred (including being issued a limited denial of participation) by any public entity, except as follows (list each debarment or suspension providing the dates of the suspension or debarment, the name of the public entity and the status of the proceedings, the name(s) of the person(s) involved and their current positions and responsibilities with the business, the grounds of the debarment or suspension, and the details of each person's involvement in any activity that formed the grounds of the debarment or suspension):

_________________________________________________________________________________________________________

_________________________________________________________________________________________________________

F. AFFIRMATION REGARDING DEBARMENT OF RELATED ENTITIES

I FURTHER AFFIRM THAT:

(1) The business was not established and it does not operate in a manner designed to evade the application of or defeat the purpose of debarment pursuant to Sections 16-101, et seq., of the State Finance and Procurement Article of the Annotated Code of Maryland; and

(2) The business is not a successor, assignee, subsidiary, or affiliate of a suspended or debarred business, except as follows (you must indicate the reasons why the affirmations cannot be given without qualification):

_________________________________________________________________________________________________________

_________________________________________________________________________________________________________

Page 21: · Web viewThe following specifies the overall scope of maintenance to be performed by Offeror and requirements for submitting the proposal. Required Maintenance. The Contractor shall

G. SUB-CONTRACT AFFIRMATION

I FURTHER AFFIRM THAT: Neither I, nor to the best of my knowledge, information, and belief, the above business, has knowingly entered into a contract with a public body under which a person debarred or suspended under Title 16 of the State Finance and Procurement Article of the Annotated code of Maryland will provide, directly or indirectly, supplies, services, architectural services, construction-related services, leases of real property, or construction.

H. AFFIRMATION REGARDING COLLUSION

I FURTHER AFFIRM THAT: Neither I, nor to the best of my knowledge, information, and belief, the above business, has:

(1) Agreed, conspired, connived, or colluded to produce a deceptive show of competition in the compilation of the accompanying bid or offer that is being submitted;

(2) In any manner, directly or indirectly, entered into any agreement of any kind to fix the bid price or price proposal of the bidder or offeror or of any competitor, or otherwise taken any action in restraint of free competitive bidding in connection with the contract for which the accompanying bid or offer is submitted.

I. FINANCIAL DISCLOSURE AFFIRMATION

I FURTHER AFFIRM THAT: I am aware of, and the above business will comply with the provisions of Section 13-221 of the State Finance and Procurement Article of the Annotated Code of Maryland, which require that every business that enters into contracts, leases, or other agreements with the State of Maryland or its agencies during a calendar year under which the business is to receive in the aggregate $100,000 or more shall, within 30 days of the time when the aggregate value of these contracts, leases or other agreements reaches $100,000, file with the Secretary of State of Maryland certain specified information to include disclosure of beneficial ownership of the business.

J. POLITICAL CONTRIBUTION DISCLOSURE AFFIRMATION

I FURTHER AFFIRM THAT: I am aware of and that the above business will comply with, Election Law Article, §§14-101 – 14-108, Annotated Code of Maryland, which requires that every person that enters into contracts, leases, or other agreements with the State of Maryland, including its agencies or a political subdivision of the State, during a calendar year in which the person receives in the aggregate $100,000 or more shall file with the State Board of Elections a statement disclosing contributions in excess of $500 made during the reporting period to a candidate for elective office in any primary or general election.

K. DRUG AND ALCOHOL-FREE WORKPLACE

(Applicable to all contracts unless the contract is for a law enforcement agency and the agency head or the agency head's designee has determined that application of COMAR 21.11.08 and this certification would be inappropriate in connection with the law enforcement agency's undercover operations.)

I CERTIFY THAT:

(1) Terms defined in COMAR 21.11.08 shall have the same meaning when used in this certification.

(2) By submission of its bid or offer, the business, if other than an individual, certifies and agrees that, with respect to its employees to be employed under a contract resulting from this solicitation, the business shall:

(a) Maintain a workplace free of drug and alcohol abuse during the term of the contract;

(b) Publish a statement notifying its employees that the unlawful manufacture, distribution, dispensing, possession, or use of drugs, and the abuse of drugs or alcohol is prohibited in the business' workplace and specifying the actions that will be taken against employees for violation of these prohibitions;

(c) Prohibit its employees from working under the influence of drugs and alcohol;

(d) Not hire or assign to work on the contract anyone whom the business knows, or in the exercise of due diligence should know, currently abuses drugs or alcohol and is not actively engaged in a bona fide drug or alcohol abuse assistance or rehabilitation program;

(e) Promptly inform the appropriate law enforcement agency of every drug-related crime that occurs in its workplace if the business has observed the violation or otherwise has reliable information that a violation has occurred;

(f) Establish drug and alcohol abuse awareness programs to inform its employees about:

(i) The dangers of drug and alcohol abuse in the workplace,

(ii) The business' policy of maintaining a drug and alcohol-free workplace,

Page 22: · Web viewThe following specifies the overall scope of maintenance to be performed by Offeror and requirements for submitting the proposal. Required Maintenance. The Contractor shall

(iii) Any available drug and alcohol counseling, rehabilitation, and employee assistance programs; and

(iv) The penalties that may be imposed upon employees who abuse drugs and alcohol in the workplace;

(g) Provide all employees engaged in the performance of the contract with a copy of the statement required by K(2)(b), above;

(h) Notify its employees in the statement required by §K(2)(b) above, that as a condition of continued employment on the contract, the employee shall:

(i) Abide by the terms of the statement, and

(ii) Notify the employer of any criminal drug or alcohol abuse conviction for an offense occurring in the workplace not later than five (5) days after a conviction;

(i) Notify the procurement officer within 10 days after receiving notice under §K(2)(h)(ii), above, or otherwise receiving actual notice of a conviction;

(j) Within 30 days after receiving notice under §K(2)(h)(ii), above, or otherwise receiving actual notice of a conviction, impose either of the following sanctions or remedial measures on any employee who is convicted of a drug or alcohol abuse offense occurring in the workplace:

(i) Take appropriate personnel action against an employee, up to and including termination, or

(ii) Require an employee to satisfactorily participate in a bona fide drug or alcohol abuse assistance or rehabilitation program; and,

(k) Make a good faith effort to maintain a drug and alcohol-free workplace through implementation of §K(2)(a)-(j), above.

(3) If the business is an individual, the individual shall certify and agree, as set forth in K(4), below, that the individual shall not engage in the unlawful manufacture, distribution, dispensing, possession, or use of drugs or the abuse of drugs or alcohol in the performance of the contract.

(4) I acknowledge and agree that:

(a) The award of contract is conditional upon compliance with COMAR 21.11.08 and this certification;

(b) The violation of the provisions of COMAR 21.11.08 or this certification shall be cause to suspend payments under, or terminate the contract for default under COMAR 21.07.01.11 or 21.07.03.15, as applicable; and

(c) The violation of the provisions of COMAR 21.11.08 or this certification in connection with the contract may, in the exercise of the discretion of the Board of Public Works, result in suspension and debarment of the business under COMAR 21.08.03.

L. CERTIFICATION OF CORPORATION REGISTRATION AND TAX PAYMENT

I FURTHER AFFIRM THAT:

(1) The business named above is a (domestic )(foreign ) [check one] corporation registered in accordance with the Corporations and Associations Article, Annotated Code of Maryland, and that it is in good standing and has filed all of its annual reports, together with filing fees, with the Maryland State Department of Assessments and Taxation, and that the name and address of its resident agent filed with the State Department of Assessments and Taxation is:

Name: _______________________________________________________________________

Address: ______________________________________________________________________

(If not applicable, so state.)

(2) Except as validly contested, the business has paid, or has arranged for payment of, all taxes due the State of Maryland and has filed all required returns and reports with the Comptroller of the Treasury, the State Department of Assessments and Taxation, and the Employment Security Administration, as applicable, and will have paid all withholding taxes due the State of Maryland prior to final settlement.

M. CONTINGENT FEES

I FURTHER AFFIRM THAT: The business has not employed or retained any person, partnership, corporation, or other entity, other than a bona fide employee or agent working for the business, to solicit or secure the Contract, and that the business has not paid or agreed to pay any person,

Page 23: · Web viewThe following specifies the overall scope of maintenance to be performed by Offeror and requirements for submitting the proposal. Required Maintenance. The Contractor shall

partnership, corporation, or other entity, other than a bona fide employee or agent, any fee or any other consideration contingent on the making of the Contract.

Page 24: · Web viewThe following specifies the overall scope of maintenance to be performed by Offeror and requirements for submitting the proposal. Required Maintenance. The Contractor shall

N. CONFLICT OF INTEREST AFFIDAVIT AND DISCLOSURE

(1) "Conflict of interest" means that because of other activities or relationships with other persons, a person is unable or potentially unable to render impartial assistance or advice to the State, or the person's objectivity in performing the contract work is or might be otherwise impaired, or a person has an unfair competitive advantage.

(2) "Person" has the meaning stated in COMAR 21.01.02.01B(64) and includes a bidder, offeror, contractor, consultant, or subcontractor or subconsultant at any tier, and also includes an employee or agent of any of them if the employee or agent has or will have the authority to control or supervise all or a portion of the work for which a bid or offer is made.

(3) The bidder or offeror warrants that, except as disclosed in §(4), below, there are no relevant facts or circumstances now giving rise or which could, in the future, give rise to a conflict of interest.

(4) The following facts or circumstances give rise or could in the future give rise to a conflict of interest (explain detail—attach additional sheets if necessary):

_________________________________________________________________________________________________________

_________________________________________________________________________________________________________

(5) The bidder or offeror agrees that if an actual or potential conflict of interest arises after the date of this affidavit, the bidder or offeror shall immediately make a full disclosure in writing to the procurement officer of all relevant facts and circumstances. This disclosure shall include a description of actions which the bidder or offeror has taken and proposes to take to avoid, mitigate, or neutralize the actual or potential conflict of interest. If the contract has been awarded and performance of the contract has begun, the contractor shall continue performance until notified by the procurement officer of any contrary action to be taken.

O. CERTIFICATION REGARDING INVESTMENTS IN IRAN

(1) The undersigned bidder or offeror certifies that, in accordance with State Finance & Procurement Article, §17-705:

(i) it is not identified on the list created by the Board of Public Works as a person engaging in investment activities in Iran as described in §17-702 of State Finance & Procurement; and

(ii) it is not engaging in investment activities in Iran as described in State Finance & Procurement Article, §17-702.

(2) The undersigned bidder or offeror is unable to make the above certification regarding its investment activities in Iran due to the following activities:

_________________________________________________________________________________________________________

_________________________________________________________________________________________________________

_________________________________________________________________________________________________________

_________________________________________________________________________________________________________

P. ACKNOWLEDGMENT

I ACKNOWLEDGE THAT this Affidavit is to be furnished to the Procurement Officer and may be distributed to units of: (1) the State of Maryland; (2) counties or other subdivisions of the State of Maryland; (3) other states; and, (4) the federal government. I further acknowledge that this Affidavit is subject to applicable laws of the United States and the State of Maryland, both criminal and civil, and that nothing in this Affidavit or any contract resulting from submission of this bid or proposal shall be construed to supersede, amend, modify or waive, on behalf of the State of Maryland or any unit of the State of Maryland having jurisdiction, the exercise of any right or remedy conferred by the Constitution and the laws of Maryland in respect to any misrepresentation made or any violation of the obligations, terms and covenants undertaken by the above business in respect to (1) this Affidavit, (2) the contract, and (3) other Affidavits comprising part of the contract.

I DO SOLEMNLY DECLARE AND AFFIRM UNDER THE PENALTIES OF PERJURY THAT THE CONTENTS OF THIS AFFIDAVIT ARE TRUE AND CORRECT TO THE BEST OF MY KNOWLEDGE, INFORMATION, AND BELIEF.

Date: By: ____________________________________________________________________________ (Authorized Representative and Affiant)

Company Name: ______________________________________________________________________________________________________

FEIN No: ____________________________________________________________________________________________________________

Page 25: · Web viewThe following specifies the overall scope of maintenance to be performed by Offeror and requirements for submitting the proposal. Required Maintenance. The Contractor shall

ACKNOWLEDGEMENT OF RECEIPT OF ADDENDA FORM

RFP NO.: 91268

TECHNICAL PROPOSAL DUE DATE: February 10, 2015 on or before 5:00 pm EST.

RFP FOR: FACILITIES AND EQUIPMENT MAINTENANCE OPERATIONS

NAME OF PROPOSER: ________________________________________________

ACKNOWLEDGEMENT OF RECEIPT OF ADDENDA

The undersigned, hereby acknowledges the receipt of the following addenda:

Addendum No. dated

Addendum No. dated Addendum No. dated Addendum No. dated

Addendum No. dated

As stated in the RFP documents, this form is included in our Technical Proposal.

Signature

Name Printed

Title

Date

END OF FORM

Page 26: · Web viewThe following specifies the overall scope of maintenance to be performed by Offeror and requirements for submitting the proposal. Required Maintenance. The Contractor shall

MBE UTILIZATION AND FAIR SOLICITATION AFFIDAVIT FORM M1-A This MBE Utilization and Fair Solicitation Affidavit must be included with the Technical Proposal. If the bidder/offeror fails to accurately complete and submit this Affidavit with the Technical Proposal as required, the Procurement Officer shall determine that the proposal is not reasonably susceptible of being selected for award. This is non-curable.

In connection with the bid/proposal submitted in response to Solicitation No. 91268, I affirm the following:

1. MBE Participation (PLEASE CHECK ONLY ONE) I acknowledge and intend to meet the overall certified Minority Business Enterprise (MBE) participation

goal of 25 percent and, if specified in the solicitation, the following subgoals:

Total African American MBE Participation: _____8________%Total Asian American MBE Participation: _____3________%Total Hispanic American MBE Participation: _____3________%

Therefore, I am not seeking a waiver pursuant to COMAR 21.11.03.11. OR

I conclude that I am unable to achieve the MBE participation goal and/or subgoals. I hereby request a waiver, in whole or in part, of the overall goal and/or subgoals. Within 10 Working days of receiving notice that our firm is the apparent awardee or as requested by the Procurement Officer, I will submit the completed Good Faith Efforts Documentation to Support Waiver Request (Attachment M-1C) and all required waiver documentation in accordance with COMAR 21.11.03.

1A. I understand that if my firm is shortlisted and requested to submit a Price Proposal, then I am required to submit the Form M1-B MBE Participation Schedule with the Price Proposal.

2. Additional MBE Documentation

I understand that if I am notified that I am the apparent awardee or as requested by the Procurement Officer, I must submit the following documentation within 10 business days of receiving notice of the potential award or from the date of conditional award (per COMAR 21.11.03.10), whichever is earlier:

(a) Outreach Efforts Compliance Statement (Attachment M-2);

(b) MBE Subcontractor/MBE Prime Project Participation Statement (Attachments M-3A and 3B);

(c) Any other documentation, including waiver documentation if applicable, required by the Procurement Officer to ascertain bidder or offeror responsibility in connection with the certified MBE participation goal and subgoals, if any.

I understand that if I fail to return each completed document within the required time, the Procurement Officer may determine that I am not responsible and therefore not eligible for contract award. If the contract has already been awarded, the award is voidable.

3. Information Provided to MBE firms

In the solicitation of subcontract quotations or offers, MBE firms were provided not less than the same information and amount of time to respond as were non-MBE firms.

[CONTINUED ON NEXT PAGE]

Page 27: · Web viewThe following specifies the overall scope of maintenance to be performed by Offeror and requirements for submitting the proposal. Required Maintenance. The Contractor shall

I solemnly affirm under the penalties of perjury that I have reviewed the instructions for the MBE MBE Utilization & Fair Solicitation Affidavit and that the

information included in the Schedule is true to the best of my knowledge, information and belief.

_________________________ ________________________Bidder/Offeror Name Signature of Authorized Representative(PLEASE PRINT OR TYPE)

_________________________ ________________________Address Printed Name and Title

_________________________ ________________________City, State and Zip Code Date

SUBMIT THIS AFFIDAVIT WITH TECHNICAL PROPOSAL