REQUEST FOR PROPOSAL LOB HVAC AIR COMPRESSOR

2y ago
20 Views
2 Downloads
575.52 KB
34 Pages
Last View : 1m ago
Last Download : 3m ago
Upload by : Annika Witter
Transcription

The Connecticut General AssemblyJoint Committee on Legislative ManagementMartin M. LooneySenate President Pro TemporeJoe AresimowiczSpeaker of the HouseBob Duff, Senate Majority LeaderLeonard Fasano, Senate Republican LeaderMatthew Ritter, House Majority LeaderThemis Klarides, House Republican LeaderJim TamburroExecutive DirectorREQUEST FOR PROPOSALLOB HVAC AIR COMPRESSORJCLM20REG0028PROPOSAL DUE DATE:MARCH 26, 2020TIME: 12:00 pm (noon)Suite 5100 * Legislative Office Building * Hartford, CT 06106-1591 * (860) 240-0100 * fax (860) 240-0122 * jclm@cga.ct.gov

TABLE OF CONTENTSPART A CONTRACT INFORMATION . 1A.1 CONNECTICUT GENERAL ASSEMBLY . 1A.2 OFFICIAL AGENCY CONTACT INFORMATION . 1A.3 TERM OF CONTRACT . 1A.4 PROCUREMENT TIMELINE . 1PART B SCOPE OF WORK . 2B.1 PROJECT SCOPE . 2B.2 EQUIPMENT . 2B.3 INSTALLATION . 2B.4 MAINTENANCE . 3B.5 WORK SCHEDULE . 3B.4 REQUIRED QUALIFICATIONS . 3B.5 PROJECT CLOSEOUT DOCUMENTATION UPON SUBSTANTIAL COMPLETION OF PROJECT. 3PART C PAYMENT TERMS . 4C.1 COMPENSATION AMOUNT . 4C.2 INVOICE GUIDELINES . 4C.3 FIFTEEN DOLLAR MINIMUM . 4PART D PROPOSAL REQUIREMENTS . 5D.1 PROPOSAL SUBMISSION GUIDELINES. 5D.2 REQUIRED PROPOSAL DOCUMENTATION . 5D.3 DOCUMENTATION REQUIRED SUBSEQUENT TO CONTRACT AWARD . 7PART E EVALUATION OF PROPOSALS . 7E.1 MANDATORY REQUIREMENTS . 7E.2 QUALITATIVE ELEMENTS. 7E.3 PRICE COMPARISON METHODOLOGY. 8E.4 PRESENTATIONS . 8E.5 CONTRACT AWARD . 8ATTACHMENTSAttachment AAttachment BAttachment CPricing PageProposal ChecklistCGA Terms and Conditions

PART A CONTRACT INFORMATIONA.1 Connecticut General AssemblyThe Connecticut General Assembly (CGA) is the legislative branch of government of the State of Connecticut. Throughstatutory enactments, the Joint Committee on Legislative Management (JCLM) is responsible for the coordination andmanagement of legislative affairs and the supervision and approval of any and all legislative expenditures. The JCLM iscomprised of the top legislative leaders from each political party and works through a subcommittee system. The PersonnelPolicies Subcommittee is comprised of the Senate President Pro Tempore of the Senate, the Senate Republican PresidentPro Tempore, the Speaker of the House of Representatives, the Majority Leaders of the House and Senate chambers andthe Minority leaders of the House chamber. This Subcommittee is responsible for establishing legislative personnel policies,guidelines, regulations, and salary schedules, and also approves legislative expenditures exceeding 50,000.A.2 Official Agency Contact InformationAttention: Rachel MeddarCGA Contracting GroupOffice of Legislative ManagementLegislative Office Building; Room 5100300 Capitol AvenueHartford, CT 06106CGAContracting@cga.ct.gov(860) 240 – 0100A.3 Term of ContractThe Contract will be in effect from the date the Contract is executed by both Contractor and the CGA (the “EffectiveDate”) and will expire five (5) years subsequent to the completion of the installation of the Air Compressor, with the optionto extend this Contract up to an additional year upon mutual agreement of both parties.A.4 Procurement TimelineMilestoneIssue the RFPDescription of MilestonePosted on the DAS State Contracting Portal athttps://biznet.ct.gov/SCP Search/Default.aspx?AccLast 2Non-mandatory pre-solicitation meeting will be held.DateFebruary 26, 2020Question DeadlineQuestions shall be submitted via email toCGAContracting@cga.ct.gov.March 18, 2020, 12:00pm (noon)Answers & Amendmentsto RFPAll amendments to the RFP and response to writtenquestions will be published on the DAS State ContractingPortal.All sealed Proposals must be submitted to the CGAContracting Group at the Office of LegislativeManagement; Legislative Office Building; 300 CapitolAvenue; Room 5100, Hartford, CT 06106-1591.March 23, 2020, 5:00 pmPre-Solicitation MeetingProposal Delivery1March 16, 2020, 1:00 pmin Hearing Room 1BMarch 26, 2020,12:00pm (noon)

PART B SCOPE OF WORKB.1 Project ScopeThe Office of Legislative Management on behalf of the Joint Committee on Legislative Management is soliciting proposalsfor the replacement of the Legislative Office Building's HVAC Pneumatic Controls Compressor.The following is the anticipated Scope of Work that the State expects to include in the contract with the selectedrespondent. The awarded respondent shall perform the following work upon Contract award:a.b.c.d.Provide and install a new HVAC Pneumatic Controls Compressor in the Legislative Office Building, Garagelevel Mechanical Room;Install the new compressor adjacent to the existing compressor and fully test the installed compressor priorto transferring the building supply airline;Reuse the existing refrigerated air dryer; andRemove and dispose of the existing compressor and tank.All required electrical work to bring power to the location of the new compressor will be by others (the CGA's full-servicemaintenance contractor). An electrician will be made available to make final electrical connections to the compressor.The awarded respondent shall coordinate all work with designated representatives of the Office of LegislativeManagement and the CGA's full-service maintenance contractor.B.2 EquipmentThe awarded respondent shall provide the following equipment with the requisite specifications for the replacement of theLegislative Office Building's HVAC Pneumatic Controls Compressor:a.b.c.d.e.f.g.Compressor and Tank must be a Quincy 350QRB Reciprocating Air Compressor or equal with a 200-gallontank, 7.5 hp 208/3/60, ODP, high (Premium) efficiency motor, and rated at 32.6 ACFM at 90 PSIG;Duplex belt driven air compressor and tank unit with belt guard, silencers, flexible connections, air filter,automatic and manual drain assemblies, oil and particle filter for minimum 0.5-micron particles, pressurereducing valves, and pressure relief valves;Pressure control to be zinc or aluminum castings, rated for service with elastomeric diaphragm, adjustableelectric contacts, set to start and stop compressor at 90 and 125 psig;Electrical Alternation Set with motor starters to operate compressors alternately;Pressure regulators to be zinc or aluminum castings, rated for service with elastomeric diaphragm,balanced construction to automatically prevent pressure buildup, and producing flat, reduced pressurecurve for system capacity demand with threaded pipe connections, quick-disconnect service devices,aluminum bowl or plastic bowl with metal guard equipped with manual drain cock to separate liquid andsolid particles;Airborne Oil Filter to be rated for service with filtration efficiencies of 99.9 percent for particles of 0.025micron or larger particles of airborne lubricating oil; andPressure relief valves to be ASME code rated and labeled for high pressure side and sized for installedcapacity of pressure regulators at low pressure. Such valves must be set at maximum 20 percent above lowpressure.B.3 InstallationThe awarded respondent shall install the HVAC Pneumatic Controls Compressor in accordance with the manufacturer'sinstructions as well as in the following manner:a. Mount the compressor and tank unit on vibration isolation, consisting of springs, with minimum one-inchstatic deflection and one-inch clearance to the floor;b. Isolate air supply with wire-braid reinforced rubber hose;c. Supply instrument air from compressor units through filter, pressure reducing valve, pressure relief valve, withpressure gages, and shutoff and bypass valves;d. Install pressure reducing stations consisting of pressure reducing valve, particle filter, valved bypass,pressure gage on inlet and outlet, and pressure relief valve; ande. Install the existing refrigerated air dryer on the discharge air line from tank. Mount dryer on wall on rubber inshear amounts. Install pressure regulator downstream of dryer. Pipe automatic drain to nearest floor drain.

B.4 MaintenanceThe awarded respondent shall provide a price quote for a five-year maintenance contract for the installed HVACPneumatic Controls Compressor, which shall include:a. Quarterly preventative maintenance visit to:i.A complete inspection of the compressor, tank, and controls;ii.Replacement of drive belts as required;iii.Changing the piston compressor oil;iv.Calibrate, and adjust controls as required; andv.Submit a written report detailing any preventative maintenance conducted.b. On call maintenance services at quoted labor rates and quoted markup percentage for parts andmaterials over vendor's invoiced cost.All respondents shall state whether the five-year maintenance contract will run concurrently with the manufacturer'swarranty or subsequent to the manufacturer's warranty.B.5 Work ScheduleAll respondents shall provide a tentative project schedule that outlines the start time and duration of the project in theirProposal. The tentative project schedule should be structured to begin work as soon as possible after contract award andallow for completion of the project on or before June 20, 2020.Upon contract award, the awarded respondent will be expected to submit a revised project schedule. The awardedrespondent will also be expected to revise the project schedule if dates shift throughout the course of the project anddocument the reasons for the change in schedule. Work should not be performed when temperatures or other weatherconditions do not meet the product manufacturers' recommendations on use.B.6 Required QualificationsB.6.1 Respondent QualificationsRespondents shall have at least five (5) years of documented experience in providing similar HVAC PneumaticControls Compressor systems and be approved by the manufacturer.B.6.2 Individual QualificationsIndividuals assigned to work on this project shall also have at least five (5) years of documented experience inproviding similar HVAC Pneumatic Controls Compressor systems and be approved by the manufacturer.B.6.3 SubcontractorSubcontractors must be acceptable to the CGA and be approved in writing by representatives of the JCLM prior tothe Subcontractor starting any work on this project. The respondent shall assume responsibility for all services offeredin its Proposal whether they are provided by the respondent or a subcontractor. The respondent shall be the solepoint of contact with regards to all matters, including Subcontractor performance.B.7 Project Closeout Documentation Upon Substantial Completion of ProjectUpon project completion, the awarded respondent shall provide the following:B.7.1 Manufacturer WarrantyThe awarded respondent shall provide manufacturer warranty documentation for equipment/good/material(s)provided under this Contract for a period of five (5) years from the date of acceptance by the CGA of theequipment/good/material(s). During this warranty period, ordinary wear and tear, or deficiencies in any or all of thecomponent materials of the product shall be corrected or replaced immediately by the awarded respondentwithout expense to the CGA. Replacement equipment/good/material(s) provided pursuant to this clause shall beof equal to or better quality, as determined by the CGA. Alternate replacement equipment/good/material(s) mayalso be proposed by the awarded respondent, but subject to final approval by the CGA.B.7.2 Materials and Workmanship WarrantyThe awarded respondent shall guarantee all materials and workmanship under the specifications and this Contractfor a period of five (5) years from the date of final acceptance by the CGA. During this warranty period, all defectsdeveloping through defective materials or workmanship shall be corrected or replaced immediately by theawarded respondent without expense to the CGA. Such repairs or replacements shall be made to the CGA or CGArepresentative's satisfaction.

B.7.3 Letter of Substantial CompletionThe awarded respondent shall provide a letter stating the substantial completion date of the work outlined in thisContract.B.7.4 Lien WaiverThe awarded respondent shall submit a lien waiver to the CGA stating that the project is completed and allsubcontractors have been paid in full.B.7.5 Owner’s ManualsThe awarded respondent shall provide to the CGA any owner's manuals that are available for any goods orequipment provided pursuant to the Contract.PART C PAYMENT TERMSC.1 Compensation AmountProposals shall reflect all costs and any payment discounts on the Pricing Page included in this RFP. (Attachment A)There shall be no reimbursement for travel and/or travel-related expenses. Any other expense reimbursements shall besupported by detailed paid receipts for charges incurred prior to payments being made by the CGA. Credit card slips orstatements are not acceptable.All costs of consumable materials and shipping shall be included in the Pricing provided in response to this RFP. Noadditional compensation will be included in the Pricing provided in response to this RFP.C.2 Invoice GuidelinesC.2.1 Properly Prepared InvoiceA properly prepared invoice shall include:(a) The purchase order number,(b) Invoice date,(c) Invoice number, and(d) Separate invoice line for equipment, equipment installation and five-year maintenance contract.The CGA reserves the right to reject invoices for payment if they are not considered properly prepared as definedabove. All invoices shall reflect the lines on the signed purchase order.C.2.2 Support for Fixed Price Labor Charges(a) Copies of building maintenance contractor’s sign-in sheets (should match both payrolls and worktickets), and(b) Copies of certified payrolls including Classification of worker, as well as wage and benefit rate.C.2.3 Frequency of BillingInvoices shall be submitted upon the completion of the deliverables outlined in this RFP.C.2.4 Payment TermsPayments for Goods and Services shall be made only after the CGA receives and accepts that equipment and/orservices and after it receives a properly completed invoice. Payment for all accepted Goods and/or Services shallbe due within forty-five (45) days after acceptance of the Goods and/ or Services (in arrears) in accordance withConn. Gen. Stat. §4a-71 or thirty (30) days if the Contractor is a certified small contractor or minority businessenterprise as defined in Conn. Gen. Stat. § 4a-60g.C.3 Fifteen Dollar MinimumPursuant to C.G.S. §2-71p(i), "Each contract for contractual services entered into by the committee on and after July 1,2015, shall require the contractor awarded such contract, and each subcontractor of such contractor, to pay each of thecontractor's or subcontractor's employees providing services under such contract, and that are performed or rendered atthe Legislative Office Building or the State Capitol, a wage of at least (1) fifteen dollars per hour, or (2) if applicable, theamount required to be paid under subsection (b) of section 31-57f, whichever is greater. The provisions of this subsection

shall not apply to any employee providing services under such contract who receives services from the Department ofDevelopmental Services."PART D PROPOSAL REQUIREMENTSD.1 Proposal Submission GuidelinesRespondents shall submit proposals in accordance with the following guidelines:D.1.1 Proposal FormRespondents shall submit the one original copy of the proposal and one electronic copy of the proposal on a CD,DVD or USB flash drive in a SEALED shipping box or envelope. The electronic version of the proposal can besubmitted in Portable Document Format (.pdf) and or Microsoft Word format;D.1.2 Mailing AddressProposals shall be mailed to the following address:Contracting GroupOffice of Legislative ManagementLegislative Office Building, Room 5100300 Capitol AvenueHartford, Connecticut 06106D.1.3 Labeled ProposalsRespondents shall affix the following label to the outside of the shipping box or envelope;SEALED PROPOSAL TITLE - REQUESTFOR PROPOSALLOB HVAC Air Compressor SystemCONTRACT ID:JCLM20REG0028DEADLINE FOR RECEIPT:March 26, 2020 at 12:00 pm (noon)CONTACT NAME:Rachel MeddarD.2 Required Proposal DocumentationRespondents shall submit the following documentation in the following order and format. The CGA reserves the right todisqualify any Proposal which does not inclu

a. Compressor and Tank must be a Quincy 350QRB Reciprocating Air Compressor or equal with a 200-gallon tank, 7.5 hp 208/3/60, ODP, high (Premium) efficiency motor, and rated at 32.6 ACFM at 90 PSIG; b. Duplex belt driven air compressor and tank uni

Related Documents:

Bruksanvisning för bilstereo . Bruksanvisning for bilstereo . Instrukcja obsługi samochodowego odtwarzacza stereo . Operating Instructions for Car Stereo . 610-104 . SV . Bruksanvisning i original

10 tips och tricks för att lyckas med ert sap-projekt 20 SAPSANYTT 2/2015 De flesta projektledare känner säkert till Cobb’s paradox. Martin Cobb verkade som CIO för sekretariatet för Treasury Board of Canada 1995 då han ställde frågan

service i Norge och Finland drivs inom ramen för ett enskilt företag (NRK. 1 och Yleisradio), fin ns det i Sverige tre: Ett för tv (Sveriges Television , SVT ), ett för radio (Sveriges Radio , SR ) och ett för utbildnings program (Sveriges Utbildningsradio, UR, vilket till följd av sin begränsade storlek inte återfinns bland de 25 största

Hotell För hotell anges de tre klasserna A/B, C och D. Det betyder att den "normala" standarden C är acceptabel men att motiven för en högre standard är starka. Ljudklass C motsvarar de tidigare normkraven för hotell, ljudklass A/B motsvarar kraven för moderna hotell med hög standard och ljudklass D kan användas vid

LÄS NOGGRANT FÖLJANDE VILLKOR FÖR APPLE DEVELOPER PROGRAM LICENCE . Apple Developer Program License Agreement Syfte Du vill använda Apple-mjukvara (enligt definitionen nedan) för att utveckla en eller flera Applikationer (enligt definitionen nedan) för Apple-märkta produkter. . Applikationer som utvecklas för iOS-produkter, Apple .

hvac piping abbreviations hvac piping symbols hvac symbols hvac electrical symbols sheet metal general notes hvac piping general notes project general notes all starters, disconnect switches, motor control centers, and variable frequency drives, for equipment provided under division 23, shall be furnished under

For example, an LLS of resume.001.lob.1257.2415/indicates that the large object is located in the file resume.001.lob, that the actual LOB data begins at an offset of 1257 bytes of the file, and that it is 2,415 bytes long. To clearly illustrate how LLS is used, examine the example below. EXPORT TO empresume

Note: The first two digits of the NAICS code determine the Line of Business (LOB). Use the LOB to locate the appropriate pages for the associated Alaska NAICS Code. Alaska LOB # Description Page(s) ble of ContentTa s . 1 . neral InformationGe ; 2 . 11 : Agriculture, Forestry, Fishing and Hunting . 3 : 21 . Mining : 3 . 22 :