Information for Proposers. 1. TAX EXEMPTION Purchase of materials for this project are exempt from Connecticut sales tax.

Similar documents
REQUEST FOR PROPOSALS

TOWN OF GUILFORD REQUEST FOR QUALIFICATIONS AND PROPOSALS RFQ/RFP # ON-CALL ARCHITECTURAL AND ENGINEERING SERVICES TABLE OF CONTENTS

TOWN OF GUILFORD REQUEST FOR QUALIFICATIONS AND PROPOSALS RFQ/RFP # HEALTH INSURANCE AGENT/BROKER SERVICES TABLE OF CONTENTS

TOWN OF GUILFORD REQUEST FOR QUALIFICATIONS AND PROPOSALS RFQ/RFP # PENSION and OTHER POST-EMPLOYMENT BENEFITS ACTUARIAL SERVICES

PLEASANTVILLE HOUSING AUTHORITY

INDOOR BLEACHER SAFETY RAILS MANDATORY WALK-THRU ON MONDAY, MAY 16, 2016 AT 10:00 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD.

MOBILE LAPTOP CHARGING CARTS BID: # BOE

Request for Proposal Data Network Cabling

GALESBURG PUBLIC LIBRARY 40 E. SIMMONS STREET GALESBURG, ILLINOIS f

LEAF VACUUM CURBSIDE COLLECTION INCLUDING EQUIPMENT AND OPERATOR

WESTON HIGH SCHOOL BLEACHER REPAIRS MANDATORY WALK-THRU, MONDAY, JUNE 15, AT 10:30 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD., WESTON, CT

The Town of Wilton. 238 Danbury Rd. Wilton, CT 06897

BOROUGH OF TOTOWA NOTICE AND SOLICITATION OF PROPOSALS FOR PROFESSIONAL ENGINEERING SERVICES FOR THE BOROUGH OF TOTOWA

BOROUGH OF TOTOWA NOTICE AND SOLICITATION OF PROPOSALS FOR RISK MANAGEMENT CONSULTANT SERVICES FOR THE BOROUGH OF TOTOWA

CITY OF GALESBURG. PURCHASING 55 West Tompkins Street Galesburg, IL Phone: 309/ INVITATION FOR BIDS

TOWN OF FARMINGTON REQUEST FOR PROPOSALS INSURANCE / RISK MANAGEMENT SERVICES

BOROUGH OF TOTOWA NOTICE AND SOLICITATION OF PROPOSALS FOR THE POSITION OF TAX APPEAL CONSULTANT FOR THE BOROUGH OF TOTOWA

Request for Proposal CNC Mill For the Rockville High School

GUILFORD COUNTY SCHOOLS Invitation for Bids

GREENWICH PUBLIC SCHOOLS Purchasing Department 290 Greenwich Avenue Greenwich, CT (203) Fax (203)

PUBLIC NOTICE BRICK TOWNSHIP MUNICIPAL UTILITIES AUTHORITY 1551 HIGHWAY 88 WEST, BRICK, NJ NOTICE OF SOLICITATION FOR RFQs

BOROUGH OF ELMWOOD PARK REQUEST FOR QUALIFICATIONS AND PROPOSAL FOR MUNICIPAL BOND COUNSEL

CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL. HVAC System Maintenance and Repair. MANDATORY PRE-BID MEETING October 30, 2018 at 10:00 AM

HAMTRAMCK PUBLIC SCHOOLS REQUEST FOR PROPOSAL HEATING, VENTILATION, AIR CONDITIONING ELECTRICAL, PLUMBING, CARPENTRY & GROUNDS SERVICES

TOWN OF HARRISON PLANNING BOARD PUBLIC NOTICE FOR SOLICITATION PROFESSIONAL SERVICE CONTRACT JANUARY 1, 2019 THROUGH DECEMBER 31, 2019

WINDOW WASHING

REQUEST FOR QUOTATION MIDDLETOWN, CONNECTICUT RFQ # STORM WEATHER WARNING SERVICES PUBLIC WORKS DEPARTMENT FOR THE CITY OF MIDDLETOWN

INVITATION TO BID APRIL 18, 2016

St. George CCSD #258

TOWNSHIP OF HAZLET COUNTY OF MONMOUTH STATE OF NEW JERSEY PROFESSIONAL SERVICES SOLICITATION FAIR & OPEN PUBLIC SOLICITATION PROCESS

MANTUA TOWNSHIP MUA FEE ACCOUNTING SERVICES

WESTON SCHOOL DISTRICT BOILER CLEANING. MANDATORY WALK-THRU, MONDAY, April 24, AT 10:30 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD., WESTON, CT

BOROUGH OF TOTOWA NOTICE AND SOLICITATION OF PROPOSALS FOR ANIMAL CONTROL OFFICER FOR THE BOROUGH OF TOTOWA

REQUEST FOR QUALIFICATIONS NATURAL RESOURCES, TECHNICAL AND/OR ENGINEERING SERVICES FOR MINING PERMIT APPLICATIONS RFQ#

SOMERSET COUNTY INSURANCE COMMISSION

PATRIOT PARK CONCESSION OPERATION BID DOCUMENTS. 4. Patriot Park Concession Operation Agreement between Park Board and Contractor

BOROUGH OF HIGHLANDS COUNTY OF MONMOUTH STATE OF NEW JERSEY REQUESTS FOR PROPOSAL & QUALIFICATIONS BOROUGH PLANNER

Proposal No:

Champaign Park District: Request for Bids for Playground Surfacing Mulch

CITY OF GALESBURG. PURCHASING 55 West Tompkins Street Galesburg, IL Phone: 309/ INVITATION FOR BIDS

TOWN OF GUTTENBERG COUNTY OF HUDSON, STATE OF NEW JERSEY

Manalapan Township. Request for Proposals for Renewable Energy Power Purchase Agreement (PPA)

ORANGE BOARD OF EDUCATION 637 ORANGE CENTER ROAD ORANGE, CT (203) SPECIFICATION COVER SHEET

TOWNSHIP OF BLOOMFIELD STANDARDIZED SUBMISSION REQUIREMENTS FOR PROFESSIONAL SERVICES INFORMATION FOR PROFESSIONAL SERVICES ENTITIES

CHAMPAIGN COMMUNITY SCHOOL DISTRICT #4 Champaign, Illinois

Weston Public Schools. Request for Proposal FOR EMPLOYEE HEALTH BENEFITS ADVISORY AND SUPPORT SERVICES CONSULTANT

Regional School District 17 REQUST FOR PROPOSAL HEALTH INSURANCE BROKER/CONSULTANT. Submission Deadline: October 21, :00 AM Central Office

INVITATION FOR BID. Furnish: Installation of One (1) Security Cage for a Rooftop Heating and Air Conditioning Unit. Company Name:

LINCOLN UNIFIED SCHOOL DISTRICT CHROMEBOOK BID

UNIT DESCRIPTION ETUDE STUDENT CLARINET MODDEL ECL STANDARD 33 ETUDE EAS-100 STUDENT ALTO SAXOPHONE LACQUER 5

TOWN OF CENTREVILLE Queen Anne s County, Maryland. Centreville Wastewater Treatment Plant Expansion Preliminary Engineering Report. Invitation for Bid

DOH STATE FUNDED HOUSING DEVELOPMENT SUPPLEMENTARY CONDITIONS EQUAL OPPORTUNITY EMPLOYMENT, NON-DISCRIMINATION AND AFFIRMATIVE ACTION

HOUSING AUTHORITY OF THE TOWN OF MORRISTOWN REQUEST FOR PROPOSALS ORDINARY LEGAL SERVICES

HOUSING AUTHORITY OF THE TOWN OF MORRISTOWN REQUEST FOR PROPOSALS FEE ACCOUNTING SERVICES

BOROUGH OF HIGHTSTOWN REQUEST FOR PROPOSAL GRANT WRITING & CONSULTING SERVICES

Request for Qualifications

TOWNSHIP OF HAZLET REQUEST FOR QUALIFICATIONS FOR HEALTH INSURANCE CONSULTANT TOWNSHIP OF HAZLET COUNTY OF MONMOUTH STATE OF NEW JERSEY

BID DOCUMENTS FOR. WTP VFD Replacement Bid

RFP March 8, 2018 by 3:00 p.m. March 1, 2:00 p.m. in New Residence Halls Classroom (115C)

CAMDEN COUNTY EDUCATIONAL SERVICES COMMISSION 225 White Horse Avenue Clementon, New Jersey 08021

REQUEST FOR PROPOSAL (RFP) # FOR: HVAC PLAN SERVICE AGREEMENT (PSA) FOR HIGHWAY FACILITIES POSTING DATE: NOVEMBER 18, 2015

JEFFERSON PARISH SHERIFF S OFFICE INSTRUCTIONS TO BIDDERS AND GENERAL CONDITIONS PUBLIC WORKS/CONSTRUCTION PROJECTS

Request for Proposal (RFP) For Commercial Demountable Wall System Including Installation

TOWN OF MANCHESTER GENERAL SERVICES DEPARTMENT 494 MAIN STREET PO BOX 191 MANCHESTER, CONNECTICUT (860) FAX (860)

Request for Proposal (RFP) CSUS-0391 Network Appliance Filers and Related Equipment, Services, & Support

REQUEST FOR QUALIFICATIONS: ACCOUNTING &/OR AUDIT SERVICES

POCATELLO/CHUBBUCK SCHOOL DISTRICT NO. 25 Bannock County. Administration Office 3115 Pole Line Road Pocatello, Idaho SPECIFICATIONS FOR

LINCOLN PARK BOARD OF EDUCATION REQUEST FOR PROPOSALS FOR ARCHITECTURAL SERVICES

TOWN OF WILTON REQUEST FOR QUALIFICATIONS AND PROPOSALS PENSION INVESTMENT CONSULTANT TABLE OF CONTENTS

NEW CASTLE COUNTY Purchasing Division New Castle County Government Center 87 Read s Way New Castle, DE (302)

TOWNSHIP OF WOOLWICH 120 VILLAGE GREEN DRIVE WOOLWICH TOWNSHIP, NJ SPECIFICATIONS AND RFP FORMS FOR PROFESSIONAL SERVICES CONTRACTS YEAR 2019

WINDSOR NORTH WEST PARK NATURE CENTER ADDITION AND STRUCTURE PROJECT 145 LANG ROAD. WINDSOR, CT

GETTYSBURG AREA SCHOOL DISTRICT 900 Biglerville Road Gettysburg, PA for the school year

COWLEY COUNTY, KANSAS REQUEST FOR PROPOSAL. SALARY STUDY SUBMITTAL DEADLINE June 1, 2012 RFP NUMBER

JOINT MEETING OF ESSEX AND UNION COUNTIES REQUEST FOR QUOTATION FURNISH AND DELIVER ECLIPSE PUMPS AND PART KITS

PROPOSAL LIQUID CALCIUM CHLORIDE

PUBLIC NOTICE NOTICE OF REQUEST FOR BIDS CITY OF HIGHWOOD, ILLINOIS ROADWAY SNOW REMOVAL AND SALT APPLICATION

MONROE TOWNSHIP SCHOOL DISTRICT REQUEST FOR PROPOSAL FOR: Insurance Brokerage Services Property & Casualty and Workers Compensation

INFORMATION FOR BID. Tee Shirts (School Nutrition)

NOTICE TO BIDDERS CUSTODIAL SUPPLIES

SOLID WASTE COLLECTIONS EQUIPMENT FOR MACON COUNTY S CONVENIENCE CENTERS

Up to 2,400 booklets per hour. Isaberg Rapid stapler and staple cartridge

Invitation to Bid. Attached you will find a Bid Form. If you have any questions, feel free to call or me directly.

LEGAL NOTICE VILLAGE OF ORLAND PARK, ILLINOIS ADVERTISEMENT FOR BIDS SHADE STRUCTURES FOR DUGOUTS

Housing Authority of the Borough of Keansburg

INVITATION TO BID "Town Hall First Floor Renovation Project, Windsor CT". "Town Hall First Floor Renovation Project, Windsor CT".

REQUEST FOR PROPOSAL

REQUEST FOR PROPOSAL Asbestos Inspection, Project Design and Monitoring

HEATING AND COOLING SYSTEM MAINTENANCE

INVITATION TO BID COMMERCIAL FLOORING CONTRACTORS

Document A701 TM. Instructions to Bidders. for the following PROJECT: (Name and location or address)address): Orig A

BLOOMFIELD PARKING AUTHORITY ESSEX COUNTY, NEW JERSEY. Invitation to Bid. Snow Removal & Plowing Services

PROPANE GAS HEATING FUEL, GENERATOR FUEL AND BURNER SERVICE

BID RECEIVING OFFICE: Forsyth County Public Library, Administrative Offices, 585 Dahlonega Street, Cumming, GA 30040

INVITATION FOR BID. Furnish: Provide Labor, Materials and Equipment for Removal and Installation of a New Gas Boiler

ADDENDUM No. 1. ITB No LED Video Wall. Due: May 25, 2017 at 10:00 A.M. (Local Time)

THE INDIANAPOLIS PUBLIC LIBRARY INVITATION TO QUOTE 2017 Concrete Repairs West Indianapolis Branch 1216 S. Kappes Street

construction plans must be approved for construction by the City PBZ department.

INSTRUCTIONS TO VENDORS

Request for Proposal (RFP) For Installing Concrete Curb and Gutter 2014 Construction Season

Transcription:

REQUEST FOR BIDS Board of Education Suffield, Connecticut June 7, 2018 Suffield High School HVAC Compressor Replacement Suffield High School 1060 Sheldon Street, West Suffield, CT 06093 You are invited to submit a bid for replacement of four (4) Compressors at Suffield High School. The current units are no longer functioning The sealed proposals will be received at the office of the Business Manager, Suffield Public Schools, 350 Mountain Rd., Suffield, CT 06078 until 10:00 AM on Tuesday June 26, 2018, at which time they will be publicly opened and read aloud. Proposals transmitted by facsimile will not be accepted. All proposals must be in a sealed envelope. Each envelope is to be marked on the front with the name of the project (Suffield High School HVAC Compressor Replacement) and the bidder. A mandatory pre-proposal meeting will be held at the gym at Suffield High School at 9:00 AM on Friday June 15, 2018. Any questions should be directed to Bill Hoff, School Business Manager, at 860-668-3202 or by email at bhoff@suffield.org. No bid will be accepted after the time set for the openings of proposals and no proposer may withdraw his proposal within 120 days of opening thereof. The Town of Suffield reserves the right to waive any informality or to reject any or all proposals when such action is deemed in the best interest of the Town. Non-discrimination in Employment: Proposers on this auction will be required to comply with the President s Executive Order No. 112246.

Information for Proposers 1. TAX EXEMPTION Purchase of materials for this project are exempt from Connecticut sales tax. 2. PROPOSAL BOND- No proposal bond is required for this project. 3. PRE-PROPOSAL MEETING There will be a mandatory pre-proposal meeting at Suffield High School at 1060 Sheldon Street, West Suffield, CT 06093 at 9:00 AM on Friday June 15, 2018. Any questions should be directed to Bill Hoff at 860-668-3202 or by email at bhoff@suffield.org. 4. QUALIFICATION OF PROPOSERS- The Town may make such investigations as it deems necessary to determine the ability of the proposer to perform the work and the proposer shall provide the Town with any information requested for this purpose. The Town reserves the right to reject any proposal if the investigation of such proposer indicates that the proposer is not qualified to complete the project or has previously failed to properly perform or complete on time any contract. 5. RIGHT TO REJECT PROPOSAL- The Town reserves the right to reject any or all proposals. Any proposal which contains any omissions, alterations of form, additions or alternates not called for, erasures or corrections, or any irregularities may be disregarded or rejected as improper except that the Town may waive any defects or irregularities. Any proposals that are submitted or received after the scheduled closing time for receipt of proposals will be rejected. The Town of Suffield reserves the right to waive any informality or to reject any or all bids when such action is deemed in the best interest of the Town. 6. ACCEPTANCE AND AWARD OF CONTRACT- Acceptance of proposal will be by notice in writing signed by the Superintendent of Schools and mailed to the address designated in the proposal form. 7. INSURANCE- The Town will not enter into Agreement with the Contractor for any work under this project until required insurance as detailed under SPECIAL CONDITIONS has been obtained and the Town has received certificates of insurance, nor shall the Contractor permit any subcontractors to commence work until similar insurance has been obtained and the Town has received certificates of insurance. All policies shall hold harmless the Town of Suffield and the Town and its agents shall be named additional insured. Each insurance certificate shall contain a statement by the insurance carrier not to cancel the policy except upon (30) days notice to the Town. 8. FAILURE TO EXECUTE CONTRACT- If the successful proposer fails to execute the contract within twenty (20) days after the mailing of the Notice of Award of the Contract, and then the Contractor shall be deemed to have refused to enter into the contract and to have waived all claims to the work. The Town shall then have the right to contract with the next acceptable proposer to perform the work under this contract. 9. WAGE RATES- The Town has determined that the State Prevailing Wage rates do not apply for this project. The Town reserves the right to alter this determination after review of the bids.

PROJECT SPECIFICATIONS SUFFIELD HIGH SCHOOL AIR COMPRESSORS Work Description A. Remove and replace four compressors in the Suffield High School roof top HVAC units identified as below: a. RTU 7 Copeland Discus Model 6DS1-4000-TSN-230 Serial Number ET 01J09860S b. RTU 10 Copeland Discus Model 6DS1-4000-TSN-202 Serial Number ET 02D32908S c. RTU 10 Copeland Discus Model 6DS1-4000-TSN-230 Serial Number ET 01G001724S d. RTU 11 Copeland Discus Model 6DP3R35ME-TSK-800 Serial Number 12F63837R B. Replacement compressors will be factory OEM compressors or equivalent including new fuses and contactors. C. Each unit must have suction line replaceable core driers and liquid line replaceable core driers with refrigeration isolation ball valves. D. Work will include: a. Verify existing HVAC unit conditions and ability to install new compressor in existing unit. Also verify condition of roof to ensure acceptability to install new compressor. b. Removal and disposal of current compressors including refrigerant recovery and disposal as recommended by the Clean Air Act. c. Installation of new compressors. Must comply with all compressor manufacturer's recommendations and requirements for installation. d. Start and testing of each system. After installation completion, test system for proper functioning. Make any modifications or repairs necessary for proper functioning. e. Clean areas of work of all debris and unused materials. f. Return for removal and replacement of filter core drier elements after compressors have been operating for a short time Qualifications and Capabilities A. AUTHORIZED INSTALLER: Bidders are required to be an authorized installer for equipment proposed which on a day-to-day basis regularly provide the equipment offered. Bidders are further advised that only standard production models or standard options will be acceptable for award. Equipment offered shall be currently manufactured on an active assembly line. Suffield is only interested in proven equipment; provided, installed, and serviced by Authorized Dealers capable of providing references. B. SERVICE CAPABILITY: Bidder must be able to show proof of full time service capability by certified technicians directly employed by the bidder. Suffield reserves the right to satisfy itself by inquiry or otherwise as to bidder s capabilities in this regard. A four (4) to eight (8) hour maximum on-site repair response is required during normal working hours, 8 a.m. to 5 p.m. weekdays (excluding holidays) C. REFERENCES: References of successful completion of similar projects may be required prior to issuing a contract for the work.

. Warranty A. Manufacturer's Product Warranty: A minimum of a 1 year manufacturer s warranty for the compressor and all parts is required. B. A minimum of a 1 year Mechanical Labor and Mechanical Parts warranty from the bidder is required. C. Contractor to provide all warranty information.

BID FORM SUFFIELD PUBLIC SCHOOLS SUFFIELD HIGH SCHOOL HVAC COMPRESSOR REPLACEMENT JUNE 26, 2018 Business Manager Suffield Public Schools 350 Mountain Road Suffield, CT 06078 The undersigned declares he has carefully examined the Proposal Package and location of work for the above referenced project and proposes the following work in accordance with all requirements of the Proposal Package at the following cost of: Base Bid as Specified Note: This bid amount must include all expected costs including equipment rental, etc. Cost per Pound of Refrigerant Days to Start After Contract Award Warranty Length Equipment to be Installed RTU 7: RTU 10 (1): RTU 10 (2): RTU 11: Substitutes or Additional Charges (if any) List below any proposed substitutions for proposed equipment or additional charges which may apply. Item Adjustment to Above Bid The above price includes the cost of all work to complete the project whether specifically stated or not.

The undersigned certifies that he has not colluded with any individual or firm which has a competitive interest in responding to this Proposal. Name of Firm: Mailing Address: Phone Number: Fax Number: Signature of Proposer: Title: Name and Title (typewritten): Two Required References (with phone numbers): Municipality or Company: Contact Person/Phone No. Municipality or Company: Contact Person/Phone No.: Bid response must include NON-COLLUSIVE/NON-CONFLICT AFFIDAVIT and AFFIRMATIVE ACTION/EEO AFFIDAVIT.

SPECIAL CONDITIONS 1. TIME FOR COMPLETION Suffield Public Schools would prefer the project to be complete by August 25, 2018. However, this is not a requirement. Completion dates will be defined in contract with successful bidder. 2. PERMITS A building permit is required for this project. It will be the contractor s responsibility to obtain the permit and final payment will not be made until permit is closed. 3. COORDINATION AND SCHEDULING OF WORK Since some of the work under this project may occur during school operations, the work must be coordinated with the Director of Facilities for Suffield Public Schools. 4. WORKER S COMPENSATION The Contractor shall also carry Worker s Compensation Insurance as required by the State of Connecticut for all employees engaged in this project. Sub-Contractors hired by the Contractor shall comply with this requirement unless their employees are covered by the protection of the Contractor s Workers Compensation insurance and the certificate of insurance furnished by the Contractor so stipulates. 5. The Contractor, Consultant, or Vendor agrees that this contract or purchase order and the actions of the Contractor, Consultants, or Vendors are subject to the provisions of the Suffield Code of Ethics as contained in the Town Ordinances. 6. Should the Contractor, Consultant, or Vendor be found by the Suffield Ethics Commission to have violated the Code, the Town may terminate this contract and take such other action as the Town may have at law or in equity. 7. The Contractor shall incorporate the above paragraphs into any sub-contracts or purchase orders. 8. Contractors signature on this contract, or the Vendors order acknowledgement, acknowledge receipt and review of the Suffield Code of Ethics. 9. Contractors, Consultants, and Vendors shall be responsible for disclosing interests and relationships that could be perceived as a possible conflict of interest under the Suffield Code of Ethics. 10. Contractor is responsible for all code compliance. 11. The Town shall not be responsible for any expenses incurred by the organization in preparing and submitting a qualification statement. All qualification statements shall provide a straightforward, concise delineation of the firm's capabilities to satisfy the requirements of this request. Emphasis should be on completeness and clarity of content.

12. Contractor is responsible for Compliance with all applicable bidding requirements (See Compliance With Laws Addendum). 13. SCHEDULE OF INSURANCE: Commercial General Liability: Combined Single Limit $ 1,000,000 each occurrence $ 3,000,000 general aggregate $ 3,000,000 product/completed operations aggregate $ 1,000,000 personal & advertising injury $ 300,000 damage to rented premises each occurrence $ 10,000 medical expenses Business Automotive Liability: Combined Single Limit $ 1,000,000 each accident Workers Compensation/Employer Liability: $100,000/$500,000/$100,000 Umbrella Liability: $ 5,000,000 each occurrence $ 5,000,000 aggregate Acord Certificates of Liability Insurance Form ACORD 25 (2001/08) The Town of Suffield is included as additional insured as respects the insured s general liability operations for this contract. NOTE: If an Umbrella Policy or Excess Liability Policy is used to meet the minimum limits, it must be at least as broad in coverage as the underlying. Any exceptions should be listed.

COMPLIANCE WITH LAWS ADDENDUM AND AFFIDAVITS 1. Non-Discrimination and Affirmative Action Respondent, in performing under this contract, shall not discriminate against any worker, employee or applicant, or any member of the public, because of race, creed, color, age, marital status, sexual orientation, national origin, ancestry, sex, mental retardation or physical disability, including but not limited to blindness, unless it is shown by the Respondent that such disability prevents performance of the work involved in any manner prohibited by the laws of the United States or the State of Connecticut, nor otherwise commit an unfair employment practice. Respondent further agrees that this article, (and any additional provisions required by law), will be incorporated by Respondent in all contracts entered into in connection with this contract. The following principles and requirements of Equal Opportunity and Affirmative Action, as incorporated herein, will be incorporated into "Equal Opportunity - Non-Discrimination Clause" to be included in all bid documents, purchase orders, lease and contracts. The principles of Affirmative Action are addressed in the 13th, 14th and 15th Amendments of the United States Constitution, Civil Rights Act of 1964, Equal Pay Act of 1963, Title VI and VII of the 1964 United States Civil Rights Act, Presidential Executive Orders 11246, 11375, 11478 (nondiscrimination under federal contracts), Act 1, Section 1 and 20 of the Connecticut Constitution, Governor Grasso's Executive Order Number 11, Governor O'Neill's Executive Order Number 9, the Connecticut Fair Employment Practices Law (Sec. 46a-60-69) of the Connecticut General Statutes, Connecticut Code of Fair Practices (46a-70-81), Deprivation of Civil Rights (46a-58 (a)(d), Public Accommodations Law (46a-63-64), Discrimination against Criminal Offenders (46a-80), definition of blind (46a-51(1), definition of Physically Disabled (46a-5 l (15), definition of Mentally Retarded (46a-51-13 ), cooperation with the Commission on Human Rights and Opportunities (46a-77), Sexual Harassment (46a-60 (a)-8), Connecticut Credit Discrimination Law (360436 through 439), Title 1 of the State and the Local Fiscal Assistance Act 1 1972. Every contract to which the State is party must contain the nondiscrimination and affirmative action provisions provided in the Connecticut General Statutes Section 4a- 60a. 2. Executive Orders The contract is subject to the provisions of Executive Order No. Three of Governor Thomas J. Meskill, promulgated June 16, 1971, concerning labor employment practices, Executive Order No. Seventeen of Governor Thomas J. Meskill promulgated February 15, 1973, concerning the listing of employment opening and Executive Order No. Sixteen of Governor John G. Rowland promulgated August 4, 1999, concerning violence in the workplace, all of which are incorporated into and are

made a part of the contract as if they had been fully set forth in it. The contract may also be subject to Executive Order No. 7C of Governor M. Jodi Rell, promulgated July 13, 2006, concerning contracting reforms and Executive Order No. 14 of Governor M. Jodi Rell, promulgated April 17, 2006, concerning procurement of cleaning products and services, in accordance with their respective terms and conditions. 3. Connecticut's Prevailing Wage Law Provision If applicable, the contractor must be in full compliance with CGS Section 31-53 and 31-53(a) which applies to each contract for the construction, remodeling, refinishing, refurbishing, rehabilitation, alteration, or repair of any public works project by the state or its agents, or by any political subdivision of the State, CGS Section 31-53 (g) provides monetary thresholds which must be met before the law is applicable.

NON-COLLUSIVE/NON-CONFLICT AFFIDAVIT OF RESPONDENTS FOR SHS COMPRESSOR BID The undersigned bidder, having fully informed themselves regarding the accuracy of the statements made herein certifies that: 1. the bid has been arrived at by the bidder independently and has been submitted without collusion with, and without any agreement, understanding, or planned common course of action with any other vendor of materials, supplies, equipment, or services described in the invitation to bid, designed to limit independent bidding or competition; 2. the contents of the bid have not been communicated by the bidder and its employees or agents to any person not an employee or agent of the bidder or its surety on any bond furnished with the bid, and will not be communicated to any such person prior to the official opening of the bid; 3. no Selectman or other officer or employee or person whose salary is payable in whole or in part from the Town of Suffield, nor any immediate family member thereof, is directly or indirectly interested in the Bid/Proposal, or in the supplies, materials, equipment, work or labor to which it relates, or in any profits thereof; and 4. he/she has read the Suffield Code of Ethics, set forth by the Town of Suffield, which is available on the Town website and he/she agrees on his/her behalf and on the behalf of his/her firm/company that he/she nor his/her firm/company are in violation of the Code with respect to this bid. The undersigned further certifies that this statement is executed for the purpose of inducing the Town of Suffield to consider the bid and make an award in accordance therewith. Subscribed and sworn to me This day of, 2018. Legal Name of Bidder: Business Name: Business Address: My Commission Expires Notary Public Date:

FOR RFQ HR1 1819 AFFIRMATIVE ACTION/EEO AFFIDAVIT Concerning Equal Employment Opportunities and/or Affirmative Action Policy 12. I/we, the respondent, certify to the TOWN OF SUFFIELD that: 1. I/we are in compliance with the equal opportunity clause as set forth in Connecticut state law (Executive Order Three). 2. I/we do not maintain segregated facilities. 3. I/we have filed all required employer's information reports. 4. I/we have developed and maintain written affirmative action programs. 5. I/we list job openings with federal and state employment services. 6. I/we attempt to employ and advance in employment qualified handicapped individuals. 7. I/we are in compliance with the Americans with Disabilities Act. 8. I/we (check one) Have an Affirmative Action Program, or Employ 10 people or fewer Legal Name of Bidder (Signature) Bidder's Representative Duly Authorized