CREC: Capitol Region Education Council | Hartford, Connecticut



[pic]

REQUEST FOR PROPOSAL

Repair Services to Replace RTU #1

For

The CREC Polaris Center

474 School Street

East Hartford, CT 06108

Mandatory Site Visits by Appointment:

May 23-24, 2016, 7:00AM to 1:00PM

The Polaris Center 474 School Street, East Hartford CT

Written Proposals Due: on or before June 8, 2016

Contract Award: June 15, 2016

Bidder Information

Company/Vendor ___________________________________

Bidder’s Address ___________________________________

Bidder’s Representative ___________________________________

Telephone #’s: ___________________________________

Email Address ___________________________________

QUESTIONS – Contact

John Danco

Facilities Manager

CREC Polaris Center

C-860-250-354l, jdanco@

Request for Proposal

Table of Contents

Section Page

Cover 1

Table of Contents 2

Invitation to bid 3

Introduction 4

Submitting a Proposal 4

Requirements to Bid 5

Laws and regulations 6-7

Insurance & Property Requirements 8

Scope of Work 9-10

Award of Contract 11

Payment for Services 12

Cancellation or Changes to the Contract 12

Exhibit A – Bid Submittal Form 13

Exhibit B – Schedule of Values 14

Exhibit C – Insurance Requirements 15-17

Exhibit D – Vendor Independence 18

Exhibit E – Vendor Affidavit 19

INVITATION TO BID

Pursuant to the terms and conditions of this Request for Proposal (“RPF”), the Capitol Region Education Council (“CREC”) is pleased to announce the invitation to submit proposals to vendors for Repair Services for CREC Polaris Center, 474 School Street East Hartford, Ct, 06108.

Proposals may be mailed, hand delivered or E-Mailed to:

John Danco

Facilities Manager

jdanco@

CREC Polaris Center

474 School Street

East Hartford, CT 06108

Proposals for Repair Services)

Proposals will be accepted at CREC Polaris Center 474 School Street East Hartford, CT, until June 8, 2016, 3:00 PM. No extensions will be granted.

It is expected that a contract award decision will be made by June 15, 2016.

CREC is pleased to make this opportunity available and looks forward to receiving your proposal.

CREC is an Equal Opportunity Employer.

Please direct any and all questions concerning this RFP to, John Danco, Facilities

Manager CREC Polaris Center C-860-250-354l, jdanco@

INTRODUCTION

ABOUT CREC: CREC is a Regional Education Service Center (“RESC”) established under Connecticut General Statute 10-66a-n.

CREC is a public non-profit organization and is tax exempt under section 170 c (1) of the Internal Revenue Code.

CREC’s administrative staff has been assigned the responsibility for negotiating, contracting, coordinating and monitoring the scope of services to be provided by its vendor.

PURPOSE OF RFP: This RFP is requesting proposals (collectively, “Proposals” and individually, a “Proposal”) for services necessary and/or required to perform the work and provide services as described in the Scope of Work listed on pages 9-10 of this proposal for 474 School Street East Hartford, CT 06108 (as such terms are defined below) pursuant to and in compliance with the requirements set forth in this RFP.

SUBMITTING A PROPOSAL

1. A Proposal Packet must be submitted in an envelope(s) or package(s), bearing on the outside the wording “CREC Polaris Center 474 School Street East Hartford, CT, RTU #1 Repair Services.

2. Vendors shall only rely upon the written instructions of this RFP and any written addendums to the RFP, which addendums shall be provided to all vendors. Vendor shall not rely upon, nor will CREC be responsible for, any verbal instructions given to vendors.

3. If forwarded by mail, the envelope(s) or package(s) containing the Proposal (marked as directed above) must be addressed as specified to:

John Danco

Facilities Manager

CREC Polaris Center

474 School Street

East Hartford, CT 06108

Proposals for RTU #1 Repair Services)

REQUIREMENTS TO BID

MANDATORY SITE VISIT

In order to be eligible to submit a Proposal, each vendor shall have participated in a visit of CREC Polaris Center 474 School Street East Hartford, CT

The visit is scheduled by appointment, see cover page for date and times.

Vendors are encouraged to discuss the scope of services with John Danco, Facilities Manager and during the site visit and to familiarize themselves with the areas involved and the conditions under which the work is to be performed. Failure to do so will not relieve the successful vendor of the obligation to furnish all labor, material, and equipment in accordance with the requirements of this RPF and the Contract.

DOCUMENTS TO BE PROVIDED IN PROPOSAL

A Proposal shall contain all information required by this RFP. Otherwise the Proposals may be considered non-conforming and subject to rejection.

1. Bid Submittal Form. A printed copy of the Bid Submittal Form, Exhibit A

2. Schedule of Values. A printed copy of your schedule of values outlining the portions of each individual project contract sum, Exhibit B

3. Insurance. Each vendor must include a printed and signed copy of the entire Insurance and Property Requirements section of the RFP along with a printed and signed copy of and any additional materials the vendor wishes to include, Exhibit C.

4. Independence. Please see Exhibit D for the vendor independence statement. A signed copy of this must be included in the Proposal.

5. Affidavit. Please see Exhibit E for the vendor affidavit. A signed copy of the vendor affidavit must be included in the Proposal.

6. Other. Information which a vendor desires to present that does not fall within any of the above categories may be presented in this section.

Should a vendor desire clarification or interpretation of any item in the RFP, such request shall be made, in writing, to John Danco Facilities Manager CREC Polaris Center, 474 School Street East Hartford, CT 06108, jdanco @. Such inquiry and the response in writing will be provided to all prospective vendors.

Proposal evaluators will place emphasis on completeness and clarity of content in each vendor’s Proposal. Thus, the clarity of a vendor’s written response will be considered along with a vendor’s capability to perform the requirements of this RFP.

APPLICABLE LAWS AND REGULATIONS:

1. The execution of the Contract binds the vendor to all applicable State of Connecticut (“State”) labor standards, laws and regulations. All such standards, laws and regulations shall be binding to the same extent as if they were copied at length herein.

2. The vendor agrees and warrants that in the performance of the Services it will not discriminate or permit discrimination against any person or group of persons on the grounds of race, color, religious creed, age, marital status, national origin, ancestry, sex, mental retardation, mental or physical disability, including, but not limited to, blindness, unless it is shown by the vendor that such disability prevents performance of the work involved, in any manner prohibited by the laws of the United States or the State. The vendor further agrees to take affirmative action to insure that applicants with job-related qualifications are employed and that employees are treated when employed without regard to their race, color, religious creed, age, marital status, national origin, ancestry, sex, mental retardation, mental disability or physical disability, including, but not limited to blindness, unless it is shown by the vendor that such disability prevents performance of the Services.

It shall be the responsibility of the vendor to be familiar with and knowledgeable about all applicable State labor standards, laws and regulations. A vendor may be required to undergo a pre-award compliance review for the purpose of ascertaining whether, in the opinion of CREC, the vendor is willing and/or capable of complying with these requirements.

3. All work performed under the Contract must meet State and federal OSHA standards, as amended.

4. Federal, A.H.E.R.A., and State regulations require that anyone engaged in construction and/or demolition services work in schools must have asbestos awareness training.

5. CREC is an equal opportunity employer and purchaser. The vendor agrees that in connection with the Services no employee or applicant for employment or vendor will be discriminated against because of race, color, religious creed, marital status, national origin, ancestry, sex, sexual orientation, age, present or past history of mental disorder, mental retardation or physical disability including but not limited to blindness, or veteran's status.

6. All vendors’ employees shall be attired in suitable work clothes and each shall be identified by a suitable company decal on apparel and wear a conspicuous identification badge. Apparel shall be clean and in good condition at all times.

Suitable work clothes include, but are not limited to, the following:

a. Shirts must be worn at all times;

b. Hats may not be worn in occupied buildings; and

c. Shorts may not be worn.

7. The vendor shall be solely responsible for the proper training and qualification of its employees and all persons providing the Services.

The vendor shall at all times enforce among its employees the compliance with all safety and other rules, regulations, policies and procedures as may be established by CREC for the properties contracted in this RFP.

8. The vendor shall indemnify and hold the CREC Council, CREC, and their respective officers, agents, and employees wholly harmless from any harm, damage, or loss arising from any cause related to actions or in-actions by any of its employees or anyone directly or indirectly employed by vendor or anyone for whose acts vendor may be liable.

9. The vendor shall employ an individual, or individuals, in a supervisory capacity, whose primary function will be the supervision of the vendor’s employees or anyone directly or indirectly employed by vendor or anyone for whose acts vendor may be liable performing Services for The CREC Polaris Center.

Said supervisor or supervisors shall be responsible for all communications, written or verbal, as required by the director of facilities or designate, concerning any activities related to the performance of the Services. The supervisor(s) shall represent the vendor, and all communications given to and given by the supervisor shall be as binding as if given to and given by the vendor. In addition, the supervisor(s) shall represent the policies and procedures developed by CREC as they pertain to the operations of for The CREC Polaris Center or the providing of the Services. These policies and procedures will be delivered through the direction of the CREC Director of Facilities.

Such communications may include, but not be limited to, the following:

a. Reporting in, as necessary to the director of facilities, or designee.

b. Reporting, in writing, any and all damage resulting from an occurrence during the vendor’s work at for The CREC Polaris Center.

c. Providing notification of any dangerous or potentially dangerous conditions existing at the site upon which Services are performed by the vendor.

d. Attending review meetings as scheduled by the director of facilities or designate.

10. The vendor shall employ staff sufficient in number to ensure the regular and uninterrupted operation of the work. Work hours will be established with the successful bidder following the award of the contract

11. CREC reserves the right, in its sole and absolute discretion, the removal of the vendor or any of the vendor’s employees.

Date: ________________________

I _______________________________ (vendor owner or authorized employee) verify and authorize that ____________________________(vendor company name) accept and can meet the Standards, criteria, requirements and other expectations outlined above in the REQUIREMENTS TO BID section of this RFP.

Please check one box below:

□ Vendor has NO additional comments or clarifications to the STAFFING REQUIREMENTS.

□ Vendor has written comments or clarifications to the STAFFING REQUIREMENTS and they are attached.

INSURANCE & PROPERTY REQUIREMENTS:

1. The vendor will, at all times, hold harmless and indemnify CREC, related entities, its Council, its officers, its members and its employees, from and against any and all liability, damages, loss claims, accidents, costs, claims, demands, expenses, including attorney’s fees, occasioned by or rising out or caused or alleged to have been caused in any manner by the performance of the Services under this RFP or the Contract.

2. The awarded vendor will be expected to carry, and furnish proof, of insurance as defined in Exhibit C.

3. The vendor must protect all property of CREC (i.e.; all floors, furniture, glass, land, etc.) from injury or other damage occasioned by or rising out of the performance of the Services. Any damage so caused must be repaired by the vendor at its own expense.

Employees of the vendor shall not disturb papers, records, or materials left on desks, tables, or cabinets, without specific instructions from CREC.

The vendor shall take all necessary precautions to prevent loss or damage caused by vandalism, theft, or pilferage of property located within the property(s).

If given, the vendor shall exercise extreme care in handling and securing all keys and security access key fobs (hereinafter both items referred to as keys). The vendor shall issue such keys to the employees at the start of each shift and shall collect them from the employees at the end of each shift. At all other times, the vendor shall keep such keys in a key box or other secure container furnished by CREC. In the event that such keys are lost, the vendor shall immediately notify the director of facilities or designee. The vendor shall pay the costs of replacing lost keys and rekeying the locks to all doors operated by such keys.

-----------------------------------------------------------------------------------------------------------------

Date: ________________________

I _______________________________ (vendor owner or authorized employee) verify and authorize that ____________________________(vendor company name) accept and can meet the standards, criteria, requirements and other expectations outlined above in the INSURANCE AND PROPERTY REQUIREMENTS section of this RFP.

Please check one box below:

□ Vendor has NO additional comments or clarifications to the INSURANCE AND PROPERTY REQUIREMENTS.

□ Vendor has written comments or clarifications to the INSURANCE AND PROPERTY REQUIREMENTS and they are attached.

SCOPE OF WORK

SCOPE OF WORK / SERVICES REQUIREMENTS section of this RFP.

Existing Equipment to be repaired or replaced:

Equipment: Roof Top Unit;

Asset Tag: RTU 1

Qyt: 1

Manufacturer: Trane

Model # YCD241C3HB

Serial # 321101296D

RTU 1 is also equipped with an Energy Wheel:

Equipment: Roof Top Unit Energy Wheel

Asset Tag: RTU 1-Energy Wheel

Qyt: 1

Manufacturer: Trane/SEMCO Inc.

Model # FV3000T-4RN4AB

Serial # 31869/MO15325-01

Scope of work “A”

Condensing Coil only Replacement:

Remove necessary panels to access Condensing Coil and piping for removal.

Recover R-22 from Circuit 2.

Disconnect coil piping and remove damaged coil from unit.

Supply New Trane OEM Condenser Coil for unit.

Using a crane, rig new Condensing Coil to unit.

Remove damaged Condensing Coil from roof with crane for proper disposal.

Install new Condensing Coil and attach all associated piping.

Remove liquid line dryers for circuits 1 and 2 and replace with new Trane OEM line dryers.

Pressure test unit with Nitrogen and check for leaks.

Pull vacuum on circuits 1 and 2 to OEM micron levels to remove moisture.

Supply and install new R-22 refrigerant to factory documented levels

reinstall panels.

Restore power and test unit operation.

When unit is running to OEM specifications return unit to normal operating condition.

Scope of work “B”

RTU 1 AC Unit and Energy wheel replacement

Trane R410a Packaged Gas/Electric Roof Top Unit

DX Cooling, Gas Heat

High Efficiency

20 Ton Dual Compressor

208-203/60/3

Reliatel Microprocessor Controls

Gas Heat – High

Economizer Comparative 0-100% with Barometric Relief

Oversize Motor

Standard panel 2 in pleated filters

Comm ¾ Communications Interface card

Factory Warranty

SEMCO ERV Wheel and Pedestal Support

Reclaim Refrigerant, Disconnect, remove and turn old RTU over to Polaris Facilities.

Receive, deliver, and rig new adapter curb/RTU

Reconnect electrical and gas service to unit

Setup and connect RTU to Trane Summit Building Automation System

Start Up and Test.

Please check one box below:

□ Vendor has NO additional comments or clarifications to the SCOPE OF WORK / SERVICES REQUIREMENTS.

□ Vendor has written comments or clarifications to the SCOPE OF WORK / SERVICES REQUIREMENTS and they are attached.

AWARD OF CONTRACT

PROPOSAL ACCEPTANCE

Proposals will be accepted at CREC Polaris Center 474 School Street East Hartford, CT, until June 8, 2016, 3:00 PM . No extensions will be granted.

CREC shall have the right, in its sole and absolute discretion, to reject any or all Proposals and, in particular, to reject a Proposal not in compliance with the RFP, or a Proposal which is in any way incomplete or irregular. Further, CREC shall have the right, in it sole and absolute discretion, to waive any informality or irregularity in any Proposal received, to negotiate changes, to offered additional terms and to accept the Proposal that, in its judgment, will be in the best interest of CREC.

CREC may investigate and research, as it deems necessary, any vendor to determine the ability of the vendor to perform the Services. The vendor shall furnish all information and data for this purpose as CREC may request.

CREC reserves the right to reject any Proposal if evidence submitted by the vendor, or investigation of the vendor, fails to satisfy CREC that the vendor is properly qualified to perform the Services.

The vendor certifies under penalty of perjury that, to the best of their knowledge and belief, the prices in the Proposal have been arrived at independently, without collusion, consultation, communication, or agreement with any other vendor or competitor and, further, that the prices which have been quoted in the Proposal have not been knowingly disclosed by them, directly or indirectly, to any other vendor or competitor prior to the opening of Proposals by CREC. The submission of a Proposal shall serve as conclusive evidence that the vendor is satisfied as to all requirements outlined in the RFP and to all conditions serving to control the execution of any Contract which may be executed between the parties.

ADDITIONAL VENDOR INFORMATION

Vendors submitting a Proposal may be required to give an oral presentation of their Proposal. The oral presentation is intended to be a fact finding and explanation session only and will not include negotiation. CREC will schedule the time and location of the oral presentations. The decision to conduct oral presentations shall be exercised only at the option CREC.

During the evaluation process, CREC reserves the right, where it may serve in the best interests of CREC, to request additional information or clarifications from vendors, or to allow corrections of errors or omissions. CREC reserves the right to retain all Proposals submitted and to use any ideas in a Proposal regardless of whether that Proposal is selected.

AWARDING OF CONTRACT

CREC may elect to award the Contract to a vendor that has not submitted the lowest Proposal if it is judged to be in CREC’s best interest. Criteria which could be applied in the determination would include, but not be limited to, evidence of financial responsibility, performance on other contracts, experience, and ability to provide future services, references and utilization of technology.

No Proposal shall be accepted, nor Contract awarded, to any vendor whose performance on any previous contract has been determined to be unsatisfactory by CREC, in its sole and absolute discretion.

It is expected that a contract award decision will be made by June 15, 2016.

CREC shall not be responsible for any alleged oral instructions or contract interpretations given to vendors.

NOTICE OF AWARD

Until a Contract has been awarded, no vendor can claim any contract rights by virtue of the Proposal alone, or results of the public bid opening. Awarding of the Contract means actual written notice to the vendor that the Contract has been awarded.

PAYMENT FOR SERVICES

The vendor invoices shall be paid subject to the timeliness and accuracy of the vendor’s invoices, meeting CREC’s requirements and subject to CREC’s internal approval process.

CREC reserves the right NOT to reimburse the vendor for any invoices submitted by vendor that represent Services which were performed six (6) months prior, or previous to that time frame.

CANCELLATION OR CHANGES TO THE CONTRACT

1. In addition to any other rights CREC may have under the awarded Contract, CREC reserves the right to terminate the Contract without cause, in part or in whole, without penalty, upon thirty (30) days written notice to the vendor. In case of such termination, the vendor shall be entitled to receive payment for Services performed in accordance with this Contract, and actual costs incurred by reason of such termination, however the vendor and any party claiming through or under the Contractor shall not be entitled to any overhead or profit on Services not so executed or unexecuted

Any Contract cancellation notice shall not relieve the vendor of the obligation to deliver and/or perform the Services prior to the effective date of termination.

2. CREC reserves the right to modify the general scope of the Contract by written notice to the vendor and in such event the compensation under the Contract shall be equitably adjusted based upon the unit prices contained in the Proposal. Changes within the scope of the Contract include, but are not limited to, the following:

a. Termination of services provided to a building or address if the building or address ceases to be owned or leased by CREC, or if programs within the building have changed.

Exhibit A

BID SUBMITTAL FORM

FROM: Company/Vendor ___________________________________

Bidder’s Address ___________________________________

Bidder’s Representative ___________________________________

Telephone #’s: ___________________________________

PROJECT: CREC Polaris Center

474 School Street

East Hartford, CT 06108

Proposals for RTU #1 Repair Services

• The vendor must complete Exhibit B, Schedule of Values to represent a complete bid proposal for this project.

| |

|Schedule |Bid Total |

|Scope of work “A”: | |

|RTU#1 Condensing Coil Replacement | |

|Scope of work “B”: | |

|RTU 1 AC Unit and Energy Wheel replacement | |

| | |

_____________________________________________ __________________

BIDDER'S REPRESENTATIVE SIGNATURE Date Submitted

Exhibit B

SCHEDULE OF VALUES

Exhibit C

INSURANCE REQUIREMENTS

All entities or organizations are required to provide proof of the required insurance coverage before entering or using the premises, or commencing any work, at any CREC facility. The entity or organization shall not commence use of the facilities or any work until they have obtained, at their own expense, all the insurance required here, and evidence of such insurance has been properly furnished to, and approved by, CREC.

All subcontractors are subject to the same requirements. It is your responsibility to be sure that subcontractors provide acceptable evidence of insurance before entering any CREC facility.

CREC also requires that they be named on your general liability policy(ies) as an additional insured. Your general liability policy must be endorsed with ISO Endorsement CG 20 10 (or equivalent) or ISO Endorsement CG 20 26 (or equivalent), and ISO Endorsement CG 20 37 (or equivalent). These form numbers must be specifically referenced on the certificate of insurance. If your insurance company uses another form to provide CREC with additional insured status on your policies, copies of those forms must be provided in advance with the certificate for review and approval by CREC. All coverage must be primary as to CREC.

The proper name for the entity to be named as additional insured is: “Capitol Region Education Council, and/or related or affiliated entities.”

Evidence of compliance with these requirements is with the ACCORD form 25, “Certificate of Liability Insurance”, with 30 day notice of cancellation, plus copies of any required additional insured endorsements. Certificates should be sent to:

Capitol Region Education Council

Jeffrey E. Ivory, Comptroller

Business Services

111 Charter Oak Ave., Hartford, CT 06106-1912.

Contact information:

Tel.: (860) 524-4068

Fax: (860) 247-1949

Email: jivory@

Current insurance certificates must be furnished to CREC at all times. Replacement certificates must be furnished prior to the expiration or replacement of referenced policies.

The awarded vendor must be able to carry, and furnish proof, of insurance as defined below:

| Insurance Type | Standard Requirement |

| | |

|Automobile |$1,000,000 per accident for bodily injury/property |

|Liability |damage, including hired & non-owned vehicles |

| | |

|Workers' |Statutory |

|Compensation | |

| |$1,000,000 each accident |

|Employers | |

|Liability | |

| | |

| |$1,000,000 per occurrence/ $2,000,000 aggregate bodily injury/ |

|Commercial |property damage. |

|General | |

|Liability |The CGL policy must include coverage for: |

| |liability from premises and operations. |

| |liability from products or completed operations. |

| |liability from actions of independent contractors. |

| |liability assumed by contract. |

| | |

| |All coverage provided to CREC under this section must be primary. |

|Contractors or | |

|service vendors: |CREC must be named as “additional insured” on your CGL policy |

| |with ISO form CG 20 10 or CG 20 26 or equivalent |

| | |

| |CREC must also be named as “additional insured” on your CGL policy with form CG 20 37 or equivalent |

| | |

| |The Aggregate limit must apply per job/project. |

| | |

| |Products/completed operations must be carried for 2 years after |

| |completion of job/acceptance by owner. |

| | |

|Umbrella |$1,000,000 Excess over underlying limits described above. |

|Liability | |

Insurance Requirements

Vendors working for and/or doing business with the CREC, or using CREC facilities, shall agree as a condition of acceptance to furnish and perpetually maintain, at their own expense, for the duration of any project, work, contract or use of CREC facilities the following policies of insurance covering the following items. Insurance must be primary and endorsed to be noncontributory by CREC, must be written in an insurance company A.M. Best rated as “A-VII” or better, and CREC must be endorsed to the policy as an additional insured (except Worker’s Compensation) unless this requirement is specifically waived in writing by CREC. Vendors further agree that any subcontractor they intend to use on CREC assigned work will be required to submit to the same indemnity and insurance requirements contained in this schedule. Vendor shall obtain insurance certificates stating that both Vendor and CREC shall be endorsed to the subcontractor’s insurance policies as additional insured.

Indemnity Clause

Vendor shall save harmless, indemnify, and in the event of claim notification or suit will immediately defend CREC and any related or subsidiary entities, their officers, employees and volunteers, from and against all loss, costs, damage, expense, claims or demands arising out of or caused or alleged to have been caused in any manner by the performance of work or use of facilities herein provided, including all suits, claims or actions of every kind or description brought against the CREC either individually or jointly with the entity or organization for or on the account of any damage or injury to any person or persons or property, including the entity or organization’s employees or their property, caused or occasioned, or alleged to have been caused or occasioned in whole or in part by the entity or organization, including any subcontractor, their employees or agents.

Certificates of Insurance

Before starting any work, or commencing any use or occupancy of CREC premises, the vendor shall furnish to CREC a certificate of insurance indicating, specifically, the existence of those coverage’s and limits set forth as follows. CREC must be named on the insurance certificate as “additional insured” for the coverage’s afforded, and a copy of the actual policy endorsement that adds CREC as an additional insured must be attached to the certificate (Blanket additional insured endorsements are deemed acceptable). It shall be the duty of entity or organization to provide such future certificates and endorsements to CREC upon renewal or new placement of any insurance policy which may expire or renew during the term of any project or engagement. Further, that the vendor shall give the CREC thirty (30) days notice of any cancellation or change in the terms of such policy or policies during the periods of coverage. Upon request of CREC, the vendor shall furnish to CREC for its examination and approval such policies of insurance with all endorsements, or copies thereof, certified by the agent of the insurance company.

The entity or organization agrees to forward a signed original of this Insurance Requirement signed by an authorized Officer or Agent for the entity or organization, to the care of Jeff Ivory (contact information identified previously) as an acknowledgement and acceptance to the terms and conditions stated herein and prior to the commencement of any work being performed.

Date: ________________________

I _______________________________ (vendor owner or authorized employee) verify and authorize that ____________________________(vendor company name) accept and can meet the Standards, criteria, requirements and other expectations outlined above in the INSURANCE REQUIREMENTS section of this RFP.

Please check one box below:

□ Vendor has NO additional comments or clarifications to the INSURANCE REQUIREMENTS.

□ Vendor has written comments or clarifications to the INSURANCE REQUIREMENTS and they are attached.

Exhibit D

VENDOR INDEPENDENCE

When evaluating vendor responses, it is important to acknowledge any potential relationships between the vendor’s management and CREC management which may not be, or not appear to be, independent.

Independence:

First, we request that each vendor disclose any relationship with a CREC management employee which would not be considered an “arms-length” or “independent”.

For a relationship to be considered “arms-length” or “independent”, a CREC employee should not be influenced, dependent upon, guided or controlled by a vendor into choosing that vendor, or item to purchase; nor should it appear to a third party that a CREC management employee made a purchasing decision which appears to be based upon a personnel relationship between the CREC employee and vendor.

The following are examples when a transaction is NOT considered arms-length or independent: (1) when there exists a personal relationship between a CREC employee and a vendor, (2) when there exists the potential for a personal benefit to a CREC employee, or (3) the parties to a business deal are dependent upon one another for “something” other than the purchase itself.

The fact that a possible relationship between the vendor and a CREC employee may exist which may NOT be arms-length or independent will NOT preclude the vendor from being selected, nor will it be weighed against a vendor through the evaluation process.

Please check one box below:

□ Vendor management relationships with CREC management employees would be classified as “arms-length” or “independent”.

□ Vendor management has the following relationships with CREC management employees which would be NOT be classified as “arms-length” or “independent”. Please identify the name of the vendor employee and CREC employee and briefly describe the relationship.

Family Relations:

Second, we request that each vendor identify any CREC employee that is an immediate relative of the vendor’s proprietors, owners or senior management. For purposes of this, an immediate relative is considered a spouse, parents, children, siblings, father-in-law, mother-in-law, sister-in-law, brother-in-law and financially supported relatives.

Please check one box below:

□ Vendor’s proprietors or senior management are not an immediate relative of any CREC employee.

□ Vendor’s proprietors or senior management are an immediate relative of a CREC employee. Please identify the name of the vendor employee and CREC employee and briefly describe the relationship.

Exhibit E

VENDOR AFFIDAVIT

Mr. John Danco

Faculties Manager

CREC Polaris Center

474 School Street

East Hartford, Ct 06108

Dear Mr. Danco,

We have read the Invitation to Bid and fully understand its intent and contents. We certify that we have adequate personnel, insurance, equipment, and facilities to fulfill the specified requirements. We understand that our ability to meet the criteria and provide the required goods or services shall be judged solely by CREC.

It is further understood and agreed that all information included in or attached to our proposal that is required by the Invitation to Bid and shall be public record upon delivery to CREC. In addition, we are aware that CREC reserves the right to reject any or all bids.

We certify that, to the best of our knowledge and belief, the prices in the proposal have been arrived at independently, without collusion, consultation, communication, or agreement with any other vendor or competitor and, further, that the prices which have been quoted in the proposal have not been knowingly disclosed by us prior to opening, directly or indirectly, to any other vendor or competitor. The submission of a proposal shall serve as conclusive evidence that the vendor is satisfied as to all requirements outlined in the RFP and to all conditions serving to control the execution of any contract which may ensue.

Also, we attest that the employment policies and practices of our Company are to recruit and employ qualified job applicants without discrimination based on race, creed, color, religion, age, sex, national origin or handicap and to treat all employees equally without discrimination because of race, creed, color religion, age, sex, national origin or handicap.

We warrant that we are willing and able to obtain an errors and omissions insurance policy providing a prudent amount of coverage for the willful or negligent acts, or omissions of any officers, employees or agents thereof.

We warrant that all information provided by it in connection with this bid is true and accurate.

Signed By: _________________________________________________________________

Date: _______________________________________

Vendor Name: _______________________________

Name & Title of Vendor Authorized Signer: __________________________________

................
................

In order to avoid copyright disputes, this page is only a partial summary.

Google Online Preview   Download