+ All Categories
Home > Documents > UNIVERSITY OF MARYLAND UNIVERSITY · PDF fileUMUC RFP# 91268 - Facilities and Equipment...

UNIVERSITY OF MARYLAND UNIVERSITY · PDF fileUMUC RFP# 91268 - Facilities and Equipment...

Date post: 09-Mar-2018
Category:
Upload: lycong
View: 217 times
Download: 3 times
Share this document with a friend
140
UMUC RFP# 91268 - Facilities and Equipment Maintenance Page 1 of 115 UNIVERSITY OF MARYLAND UNIVERSITY COLLEGE REQUEST FOR PROPOSAL #91268 FOR FACILITIES AND EQUIPMENT MAINTENANCE UMUC’S OFFICE OF FACILITIES ISSUE DATE: JANUARY 7, 2015 IMPORTANT NOTE: Prospective proposers who have received this document from a source other than the Issuing Office should immediately contact the Issuing Office and provide their name and mailing address in order that amendments to the Request for Proposal or other communications can be sent to them. Any Prospective Proposer who fails to notify the Issuing Office with this information assumes complete responsibility in the event that they do not receive communications from the Issuing Office prior to the closing date. UNIVERSITY OF MARYLAND UNIVERSITY COLLEGE Strategic Contracting Office 3501 University Boulevard East, Room ADMIN 2344 Adelphi, Maryland 20783 www.umuc.edu
Transcript

UMUC RFP# 91268 - Facilities and Equipment Maintenance Page 1 of 115

UNIVERSITY OF MARYLAND UNIVERSITY COLLEGE REQUEST FOR PROPOSAL #91268

FOR

FACILITIES AND EQUIPMENT MAINTENANCE UMUC’S OFFICE OF FACILITIES

ISSUE DATE: JANUARY 7, 2015

IMPORTANT NOTE: Prospective proposers who have received this document from a source other than the Issuing Office should immediately contact the Issuing Office and provide their name and mailing address in order that amendments to the Request for Proposal or other communications can be sent to them. Any Prospective Proposer who fails to notify the Issuing Office with this information assumes complete responsibility in the event that they do not receive communications from the Issuing Office prior to the closing date. UNIVERSITY OF MARYLAND UNIVERSITY COLLEGE Strategic Contracting Office 3501 University Boulevard East, Room ADMIN 2344 Adelphi, Maryland 20783 www.umuc.edu

UMUC RFP# 91268 - Facilities and Equipment Maintenance Page 2 of 115

FACILITIES AND EQUIPMENT MAINTENANCE THE UNIVERSITY OF MARYLAND, UNIVERSITY COLLEGE

RFP #91268 TABLE OF CONTENTS

SECTION # DESCRIPTION SOLICITATION SCHEDULE Section I GENERAL INFORMATION/INSTRUCTIONS TO PROPOSERS Section II SCOPE OF WORK/REQUIREMENTS Section III PROCUREMENT PHASES AND EVALUATION PROCESS

Article 1: Initial Phase: Technical Proposal Article 2: Oral Presentation/Discussion Sessions and Second/Final

Technical Evaluation Article 3: Price Proposal/Price Evaluation Article 4: Final Evaluation/Ranking and Selection APPENDIX A: Technical Proposal Forms

• Sample Transmittal Form • Questionnaire • List of Maintenance Tasks • Acknowledgement of Receipt of Addenda • Bid/Proposal Affidavit • Acknowledgement of Review of Contract • MBE Attachment A

APPENDIX B: Price Proposal Forms

• Sample Price Proposal • Bid Bond • Living Wage Affidavit • MBE Attachment B

APPENDIX C: Contract Forms

• Agreement (to be issued via addendum) • Contract Affidavit

APPENDIX D: Equipment List and Tool Inventory APPENDIX M: Minority Business Enterprise Program Information APPENDIX M-W: MBE Waiver Information APPENDIX S: SOLICITATION TERMS AND CONDITIONS

UMUC RFP# 91268 - Facilities and Equipment Maintenance Page 3 of 115

SOLICITATION SCHEDULE FACILITIES AND EQUIPMENT MAINTENANCE

RFP 91268 Issue Date: January 7, 2015 Pre-Proposal Meeting: January 27, 2015 at 9:30 am UMUC Academic Center Auditorium 1616 McCormick Dr. Largo, MD 20774 Directions: http://www.umuc.edu/visitors/locations/largo.cfm Questions Regarding Solicitation Due: February 3, 2015 Initial Technical Proposal: TO BE CONSIDERED TIMELY,

MUST BE DELIVERED TO ISSUING OFFICE BY Tuesday, February 10, 2015 on or before 5:00 pm EDT.

Anticipated Date of Notification following the Initial Evaluation regarding shortlist: February 20, 2015 Oral Presentation/Discussion Meetings: Time(s) to be scheduled by Issuing Office March 5 and/or 6, 2015

(Only shortlisted firms will be invited to these sessions; Proposers should set aside these dates in their entirety as discussion times will be set at the convenience of UMUC.)

Anticipated Price Proposal Due Date: Week of March 16 - 20, 2015 Contractor(s) Selection finalized: April 30, 2015 Agreement fully executed with selected Contractor(s): May 15, 2015 (Projected) Anticipated Board of Regents approval by: June 30, 2015 Contract Commencement: September 1, 2015 (Projected)

END OF SOLICITATION SCHEDULE

UMUC RFP# 91268 - Facilities and Equipment Maintenance Page 4 of 115

SECTION I: GENERAL INFORMATION/INSTRUCTIONS TO PROPOSERS

UMUC RFP# 91268 - Facilities and Equipment Maintenance Page 5 of 115

REQUEST FOR PROPOSALS

FOR FACILITIES AND EQUIPMENT MAINTENANCE

SECTION I: GENERAL INFORMATION

1. Summary:

1.1 Objective. University of Maryland University College (UMUC) is soliciting proposals (“Proposal” or “Offer”) for the maintenance of all UMUC facilities and equipment by a Facilities Maintenance Services (FMS) vendor (“Vendor”, “Contractor”, “Proposer” or “Offeror”. ) Refer to Section II for more information regarding the Scope of Work. This solicitation document, as well as all addenda that may be issued, is (will be) posted on UMUC’s Electronic Bid Board at www.umuc.edu/procurement.

1.2. Procurement of the Facilities and Equipment Maintenance Provider will consist of:

a. Technical Proposal; b. Oral Presentation/Discussion Session of shortlisted firms only; and, c. Price Proposal Submittal from only the final shortlisted firms

See Section III for further details regarding the proposal requirements and procurement phases. Upon selection of the Contractor, a UMUC contract (See Appendix C) will be fully executed with the successful firm. The University anticipates the award per the Solicitation Schedule. 1.3. Background: For a profile of the University, see http://www.umuc.edu/visitors/about/.

1.4 Refer to Appendix S for the UMUC Solicitation Terms and Conditions. 2. Issuing Office: 2.1. The Issuing Office is:

University of Maryland University College Office of Strategic Contracting 3501 University Blvd East Administration Building - Suite ADMIN 2344 Adelphi, MD 20783-8044

UMUC RFP# 91268 - Facilities and Equipment Maintenance Page 6 of 115

Attn: Valerie Rolandelli

AVP, Strategic Contracting Tel : (301) 985-7895 E-mail: [email protected]

Or Vera Jones Coordinator (301) 985-7006 [email protected] Assisting in the Procurement is : Beth Kirk Senior Buyer, Goods and Non-Technology Services Office of Procurement [email protected] 301-985-7618

2.2 The Issuing Office shall be the sole point of contact with the University for

purposes of the preparation and submittal of proposals in response to this solicitation.

3. Questions and Inquiries: All questions and inquiries regarding this procurement are to be directed to the

individuals referenced with the Issuing Office above. All such questions and inquiries must be received by the dates established for each phase of the procurement per the Solicitation Schedule. It is preferable that questions be submitted via e-mail to the three people identified in Paragraph 2 above. Inquiries will receive a written reply. Copies of replies will be sent to all other Offerors, but without identification of the inquirer.

Please note that Valerie Rolandelli is out of the office from January 12, 2015

through January 26, 2015. During this time, Beth Kirk, Sr. Buyer, will be handling all issues related to this procurement. However, Proposers are to continue to cc: Valerie Rolandelli and Vera Jones on all correspondence.

UMUC RFP# 91268 - Facilities and Equipment Maintenance Page 7 of 115

4. Pre-Proposal Conference.

A Pre-Proposal Conference will be held in accordance with the Solicitation Schedule to clarify the requirements of this solicitation. Interested parties are to notify Vera Jones at [email protected] of the Issuing Office to register for attendance at this conference. While attendance at the Pre-Proposal Conference is not mandatory, information presented may be very informative; therefore all interested vendors are encouraged to attend in order to be able to better prepare acceptable proposals. As part of this Pre-Proposal Conference, UMUC intends to conduct tours of the UMUC facilities (both in Adelphi, MD and Largo, MD) that are to be maintained under the resulting contract so Proposers are advised to wear comfortable walking shoes. Appropriate auxiliary aids and services for qualified individuals with disabilities will be provided upon request. Contact the Issuing Office with specific requests at least five (5) business days prior to conference.

5. Addenda Acknowledgment.

Prospective offerors responding to this RFP must acknowledge the receipt of any, and all, addenda, amendments and/or changes issued. Receipt of the addenda, amendments and/or change issued must be acknowledged in writing by offerors as instructed in the addendum.

6. Proposal Closing Date/Due Date and Time

6.1. Technical Proposal: Technical Proposal is to be provided to the Issuing Office in accordance with the Solicitation Schedule. One (1) original and seven (7) copies (for a total of 8 sets) and one CD or Flashdrive (PDF format) of the Technical Proposal are to be provided by the due date and time per the Solicitation Schedule. Proposers are requested to clearly mark the “original” set of the Technical Proposal. By providing to UMUC the Technical Proposal on a CD or Flash drive, the Proposer grants the University the unlimited right to generate additional either electronic or paper copies for distribution solely for the purpose of evaluation and review. The Technical Proposal on the CD/flash drive must be compiled as one document and provided in pdf and WORD/Excel for ease of use by UMUC. 6.2 Note: No pricing is to be provided in the Technical Proposal submittal. Price Proposals are not requested at this time. Refer to the Solicitation Schedule for the anticipated due date and time of Price Proposals. Price Proposals will be requested at the appropriate time via addendum of all applicable shortlisted firms. 6.3. LATE PROPOSALS CANNOT BE ACCEPTED. Technical and/or Price Proposals are to be delivered to the Issuing Office located at the University of Maryland University College, Office of Strategic Contracting , 3501 University Blvd East, Administration Building, Room 2344, Adelphi, MD 20783-8044. The University recommends against use of mail or delivery services which will not guarantee delivery directly to Room 2344. Proposals delivered to the campus central mail facility or to locations other than Room 2344 will not be considered "received" by the University's Office of Strategic Contracting until they arrive at ADMIN Room 2344 and are clocked

UMUC RFP# 91268 - Facilities and Equipment Maintenance Page 8 of 115

in. The University will not waive delay in delivery resulting from need to transport a letter of intent and/or proposal from another campus location, or error or delay on the part of the carrier.

6.4. Proposers mailing proposals shall allow sufficient mail delivery time to insure timely receipt by the Issuing Office. Proposals or unsolicited amendments to proposals arriving after the due date and time will not be considered. 6.5. UMUC’s Administration Building which is part of UMUC’s Adelphi Headquarters, in which the Office of Strategic Contracting is located, is adjacent to the parking garage (across Drazek Circle where the wooden arbors are located) and is accessible by the general public between the hours of 8:00 a.m. until 5:00 p.m. Monday through Friday with exception of University holidays. In order to access the Office of Strategic Contracting, Proposers will be required to sign in with the security guard in the main lobby of the Administration Building. The security guard will then contact the Office of Strategic Contracting so that a UMUC employee is able to escort the Proposer or courier to the Office of Strategic Contracting . Vendors must allow sufficient time in delivering responses to solicitations to ensure timely receipt by the Issuing Office. Directions to the Administration Building are available at http://www.umuc.edu/visitors/locations/adelphi_building.cfm .

6.6 Refer to the Solicitation Schedule and Section III of this RFP for information regarding subsequent submittals during the procurement process. 6.7 Neither Technical nor Price Proposals will be opened publicly. The identity of Offerors will not be disclosed prior to the Contract Award.

7. Minority Business Enterprises.

Minority participation is important to UMUC and the State of Maryland. State-certified Minority Business Enterprises (MBE) are strongly encouraged to respond to this solicitation notice. If not certified by the Maryland Department of Transportation (MDOT), MBEs are encouraged to initiate certification as soon as possible. For more information on the State’s MBE program or questions related to certification, please contact MDOT’s Office of Minority Business Enterprise/Equal Opportunity, telephone 800-544-6056 or view the MDOT website http://www.mdot.state.md.us/mbe/index.html. A MBE subcontracting goal of no less than 25% of the total overall contract(s) value is established for this solicitation. Additionally, sub-goals of 8% African American; 3% Hispanic American, and 3% Asian American are established. The subcontracting goal and the sub-goals will become part of the contract. If an MBE prime is awarded the contract, this MBE subcontracting goal will still apply. MBE Attachment M1-A – Certified MBE Utilization and Fair Solicitation Affidavit (attached as part of Appendix A – Technical Proposal Forms as well as in Appendix M to the RFP) MUST be completed and included in the Initial Technical Proposal. Per Maryland law, if MBE Attachment M1-A is NOT provided, the Procurement Officer SHALL deem the proposal not susceptible of the award. This is non-curable.

UMUC RFP# 91268 - Facilities and Equipment Maintenance Page 9 of 115

At the time Price Proposals are received from the shortlisted firms, Attachment M1-B – MBE Participation Schedule forms will be required to be submitted. See Appendix B – Price Proposal Forms and Appendix M – MBE Regulations, Compliance, and Forms for further information.

8. Contractual Agreement.

The Contract to be entered into as a result of this RFP (the “Contract” or “Agreement”) shall be by and between the proposer as Vendor/Contractor and UMUC in the form of an University Contract and shall contain the mandatory provisions included herein in Appendix C as well as any additional terms required by UMUC or the State of Maryland. By submitting an Offer (i.e. the firm’s Technical and/or Price Proposal, either individually or collectively, is/are considered an Offer), the Vendor/Contractor warrants that they have reviewed Appendix C and will execute a contract a) in substantially the same form and b) with these mandatory terms and conditions upon request by UMUC. The awarded Contractors should not assume that any term and condition of the Contract is negotiable. The terms and conditions of the Contract shall apply to all maintenance activities provided. For accounting purposes only, UMUC will also purchase orders throughout the Contract Term (or Terms) to the awarded Contractor for maintenance activities done under the Contract.

9. Term of the Contract.

Any contract arising from this RFP action shall commence on the date the contract is executed on behalf of UMUC, or such other date as UMUC and the Contractor shall agree. The term of the contract (“Initial Term”) will be for the scope of work as defined in Section II of the solicitation documents, and is anticipated to start on or around September 1, 2015 for a period of three (3) years (i.e. through August 31, 2018). Following the Initial Term of the contract, at the sole discretion of UMUC, there will be three (3) additional three-year renewal terms, or again, at UMUC’s sole discretion and sole option, the contract may be renewed on an annual or month-to-month basis not to exceed a cumulative total of nine (9) additional years. [“Renewal Term(s)”]. In addition, UMUC at its sole option may discontinue the maintenance activities of any or all of the vendor(s) at any time during the Initial Term or Renewal Term(s) with 60 days notice with no further obligations to the Contractor and with no penalty. If UMUC elects to discontinue any or all contract(s), a summation of work in progress for the contract will be made and a mutual agreement as to how to finalize this work in progress will be made.

10. Acceptance of Terms and Conditions.

The Technical Proposal, supplemental/clarification of the Technical Proposal (if any), and/or Price Proposal is considered by UMUC to be an Offer from the Proposer. By submitting an Offer, in response to this RFP, a Proposer/Offeror shall be deemed to have

UMUC RFP# 91268 - Facilities and Equipment Maintenance Page 10 of 115

substantially accepted all the terms, conditions, and requirements set forth in this RFP. The RFP including all addenda in total shall be incorporated into the contract by reference.

11. Proposal and Performance Security

At the time that Price Proposals are received from the shortlisted firms, proposal security in an amount equal to at least five (5) percent of the amount of the price proposal will be required to be submitted with the price proposal.

A certified check or cash escrow may be accepted in lieu of a proposal security/bid bond. If approved by the Attorney General, a proposer may furnish a personal bond, property bond, or bank or savings and loan association’s letter of credit on certain designated funds in the face amount required for the proposal security. Approval shall be granted only upon a determination that the alternative form of security offered affords protection to the University equivalent to a corporate surety bond.

At the University’s sole option, the University reserves the right to require the successful

contract to provide a Performance Bond equal to the total contract price (excluding reimbursables). The cost for the performance bond will be quoted as part of the Price Proposal. The bond must be in the form specified by the University. The University, at its sole option, may require a new Performance Bond each year of the Initial Term of the Contract and/or for any Renewal Terms.

12. Confidentiality of University’s and/or Proposers’ Information – Refer to Appendix S

for the terms of confidentiality of UMUC’s and Proposer’s information. 13. Post-Award Confidentiality. Refer to Appendix C for the confidentiality obligations of awardee(s) and UMUC.

END OF SECTION I

UMUC RFP# 91268 - Facilities and Equipment Maintenance Page 11 of 115

SECTION II

SCOPE OF WORK/REQUIREMENTS

UMUC RFP# 91268 - Facilities and Equipment Maintenance Page 12 of 115

SCOPE OF WORK RFP 91268

FACILITIES AND EQUIPMENT MAINTENANCE

A. BACKGROUND

The University of Maryland University College (UMUC), one of the eleven degree-granting institutions of the University System of Maryland, is a global university, specializing in high-quality, career-oriented degree and non-degree programs tailored to the current workforce. UMUC is headquartered at 3501 University Boulevard East, Adelphi Maryland. Further information about UMUC may be found at www.umuc.edu.

B. SCOPE OF PROJECT 1. Description of Facilities.

The Adelphi Campus headquarters consists of the Administration Building, the Conference Center and the hotel. The Campus is located at the intersection of University Boulevard and Adelphi Road in Adelphi, Maryland. There are two additional locations located within 12 miles from the Adelphi location. Academic Center is located at 1616 Mc Cormick Drive in Upper Marlboro, Maryland and Largo 2, which is located at 1601 Mc Cormick Drive in Upper Marlboro, Maryland.

Facilities to be served by the Contractor:

Administration Building (ADMN) (LEED Gold Certified) 125,000 square feet of administrative offices and computer labs • One 13 foot loading dock

Conference Center (CC)

250,000 square feet of space which consists of administrative offices, 111 hotel rooms, executive space, 37 conference rooms, 1 restaurant, and food and beverage banquet space • Two 13 foot loading docks; east wing and west wing • This facility hosts approximately 1,500 events each year serving over 200,000

attendees.

Hotel (LEED Certified) 100,000 square feet of hotel space consisting of:

• 125 hotel rooms and 7 conference rooms • No loading dock

UMUC RFP# 91268 - Facilities and Equipment Maintenance Page 13 of 115

Parking Garage • 5 level parking structure containing 900 parking spaces serves the ADMN, CC

Surface Parking Lot • Lot 19 has 76 parking spaces adjacent to the CC for employee parking, contractor

parking and oversized vehicles.

Academic Center at Largo (Largo 1) (LEED Gold Certified) 233,000 square feet of space which consists of classrooms and office space.

Surface Parking Lot( Largo 1) • Largo 1 has 886 parking spaces adjacent to the building.

1601 Mc Cormick Drive (Largo 2) (LEED Gold Certified) 62,000 square feet of space which consists of office space and call center.

Surface Parking Lot( Largo 1) • Largo 2 has 228 parking spaces adjacent to the building.

Other Satellite Locations

Dorsey Station 6865 Deerpath Road Second Floor Elkridge, MD 21075 Quantico Corporate Center 525 Corporate Dr Stafford, Virginia 22554 Waldorf 3261 Old Washington Road Waldorf, MD 20602 Andrews Airforce Base 1413 Arkansas Road Andrews AFB, MD 20762

UMUC RFP# 91268 - Facilities and Equipment Maintenance Page 14 of 115

2. Hours of Operation. Administration Building (ADMN) Monday through Friday – 6:00am-6:00pm

Conference Center (CC) and Hotel: Monday through Sunday- 24 hours per day, 365 days per year Academic Center at Largo Monday through Friday – 6:00am-10:00pm Largo 2 Monday through Sunday- 24 hours per day, 365 days per year ** Hours of Operations are subject to change. 3. Housekeeping Services Contractor to provide housekeeping and janitorial services and grounds clean up to UMUC’s Administration Building, Academic Center at Largo (Largo 1) 1601 McCormick Drive Building (Largo 2), Dorsey Station Satellite Building and Parking Garage. Services are currently being provided by sub-contractor Stevenson’s Janitorial Service, LLC (MBE). 4. Maintenance Schedules. The hotel and Conference Center requires a flexible maintenance schedule with 24 hour coverage. 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’s contract administrator.

i. Contractor is responsible for all snow removal activities at all UMUC sites (DOES NOT include satellite 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 tools.

5. REQUIRED FACILITIES AND EQUIPMENT MAINTENANCE SERVICES:

i. 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.

UMUC RFP# 91268 - Facilities and Equipment Maintenance Page 15 of 115

ii. 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.

iii. 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.

iv. 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.

v. Provide a yearly comprehensive tool inventory of all UMUC tools.

vi. If applicable and if requested by UMUC, the contractor agrees to work cooperatively with the current contractor for several weeks during the transition period.

6. Staffing.

i. The contractor is required to provide sufficient staffing to maintain the facilities and

equipment. The positions noted below are required, however, the Contractor is to determine the number and any other positions that it deems appropriate (see Section III) 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. The Project Manager assigned to this contract will be 100% on site to manage the daily operations.

STAFF CLASSIFICATION: EXPERIENCE REQUIREMENT:

Project Manager Minimum of 5 years supervisory experience; this position must be full time, on site. Engineering Supervisor Minimum of 5 years supervisory experience; 3rd Class DC License; this position must be full time, on site. Lead Engineer Minimum of 5 years supervisory experience; 3rd Class DC License; this position must be full time, on site. Engineer Minimum of 3 years experience; 3rd Class DC License; this position must be

UMUC RFP# 91268 - Facilities and Equipment Maintenance Page 16 of 115

full time, on site. Maintenance Mechanic Minimum of 5 years experience; CFC Universal Certification HVAC/ Refrigeration Mechanic Minimum of 5 years experience; CFC Universal Certification Utility Mechanic Minimum of 3 years experience Helpers Minimum of 2 years experience Painters Minimum of 5 years experience Service Desk Admin Assistant Minimum of 3 years experience MINIMUM STAFF REQUIREMENTS NUMBER TITLE PRIMARY LOCATION

1 Project Manager Adelphi 1 Engineering Supervisor Adelphi/ Both Sites as

needed 2 Lead Engineer 1 Adelphi/ 1 Largo 2 Engineer 1 Adelphi/ 1 Largo 5 Maintenance Mechanic Adelphi 1 Utility Mechanic Largo 1 HVAC / Refrigeration Mechanic Both Sites as needed 2 Helpers 1 Adelphi/ 1 Largo/ Both

Sites as needed 2 Painters 1 Adelphi/ 1 Largo/ Both

Sites as needed 1 Service Desk Admin Assistant Adelphi Facilities Office

** All staff will be cross trained at all properties and utilized as needed.

i. Contractor must provide a proposed weekly schedule.

ii. Provide and 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.

7. Definitions.

CMMS refers to the computerized maintenance management system. The contractor will be required to provide a new system.

8. 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.

UMUC RFP# 91268 - Facilities and Equipment Maintenance Page 17 of 115

i. 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.

ii. 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.

iii. 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, Garage, Largo 1 and Largo 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 and equipment list must be modified accordingly.

iv. Service Desk. The Contractor shall operate and maintain a service desk within the University’s Facilities Management office 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 staff person who will be 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.

v. 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.

UMUC RFP# 91268 - Facilities and Equipment Maintenance Page 18 of 115

PRIORITY TIME/ RESPONSE COMMENTS 1

10 Minutes Response/ 2 Hours Resolution

HVAC 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

3

48 Hours Unless Requirements Dictate Otherwise

All Other Calls

vi. 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.

vii. 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. This includes all kitchen equipment service calls.

viii. Preventive Maintenance. The Contractor will be responsible for the preventive

maintenance of all aspects of facilities equipment, building 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 with UMUC approval. See Appendix D for equipment list.

ix. 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.

UMUC RFP# 91268 - Facilities and Equipment Maintenance Page 19 of 115

x. 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.

xi. 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.

xii. Predictive Maintenance. The Contractor must have the ability to perform oil spectrum

and vibration analyses, infrared inspections, eddy current testing, and nondestructive testing conducted if needed.

xiii. 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.

xiv. 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.

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

xvi. Elevators and Handicap Lift. The contractor is responsible for maintaining all elevators and Handicap Lifts. These are to be full maintenance and service agreements. Currently, all elevators are maintained by ThyssenKrupp. These include 11 Traction Elevators, 8 Hydraulic Elevators and 2 Handicap Lifts.

UMUC RFP# 91268 - Facilities and Equipment Maintenance Page 20 of 115

xvii. 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 include a. Mechanical b. Electrical c. Plumbing d. Fire/Life Safety e. Site Improvements/ Parking Lots f. Foundations g. Exterior Building Components h. Roof systems i. Vertical Transportation j. Garage k. Site

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

xviii. Standard Operating Procedures Contractor will provide standard operating procedures within 90 days from start of contract. Procedures are to be approved by UMUC and may be amended from time to time as needed and approved.

9. Specific Functional Requirements.

I. General Repairs & Maintenance

A. 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 vendors 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

UMUC RFP# 91268 - Facilities and Equipment Maintenance Page 21 of 115

and all applicable contractor records regarding this contract or any subcontracting with third parties.

B. Typical Work Order Tasks. The following items are typical examples

of work which could be required. This list is not all inclusive.

i. 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 modifications.

ii. Installation 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).

iii. Installation of control panels.

iv. Installation of alarms of all kinds.

v. Installation of closed circuit TV to include power requirements for

control panels and installation of cable in all hazardous areas.

vi. Installation of ground fault systems.

vii. Installation of electrical wiring systems and associated switches, distribution panels, light sockets and outlet boxes.

viii. Measuring, cutting, threading, bending and assembling, and

installing conduits. Inserting, splicing and connecting wires to fixtures, outlets, switches, receptacles, and power sources.

ix. Working from blueprints, wiring diagrams and/or sketches.

x. Installation of a wide variety of electrical fixtures, tools, and

appliances.

xi. 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.

xii. Installation of emergency lighting, alternating current to direct

current battery systems and emergency alternating current generator systems.

xiii. Installation of concrete pads, piping, and plumbing.

xiv. Installation of new refrigeration equipment where work is not

considered repair or replacement.

UMUC RFP# 91268 - Facilities and Equipment Maintenance Page 22 of 115

xv. Renovation and installation of new toilet facilities.

xvi. Furniture repairs including desks, credenzas, consoles, 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

including changing furniture cores.

- Jammed drawers.

- Problems in opening and closing drawers.

- Broken chair bases, casters, seat backs, lost furniture feet.

- Adjusting swivel and tilt mechanisms.

- Setting of clocks and replacing batteries.

xvii. Minor installation

- 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.

xviii. 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.

xix. Dismantle, store, and rebuild modular furniture parts.

xx. 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.

UMUC RFP# 91268 - Facilities and Equipment Maintenance Page 23 of 115

xxi. Correct minor structural and building problems such as stuck doors, broken doors, door closures, ceiling tiles, venetian blinds.

xxii. Re-lamping to include bulb replacement, ballasts replacement, and resetting of tripped circuit breakers.

xxiii. Miscellaneous carpentry, electrical, plumbing, painting, drywall, etc. for repairs, minor renovations or additional space buildouts.

xxiv. Painting services throughout all facilities to include new construction, and furniture and normal maintenance finishes etc.

xxv. Locksmith services for Best Locks System, Onity, Tesa and Integra systems. Major rekeying occurs during semester changes, due to staff changes, new hires, etc. Contractor is responsible for installation of these systems as well.

xxvi. Set up for all UMUC functions (not Marriott) throughout all facilities (chairs, tables, easels etc.)

xxvii. Provide office moves to include (furniture, crates, boxes etc.)

C. Documentation. Upon the satisfactory completion of a Work Order, the Contractor shall submit the following documentation to the University’s point of contact. Completed Work Order with Contractors representatives’ signature stating that the work was satisfactorily completed. The Work Order will include, or have appended thereto, the following information:

Dates, hours worked, and names of employees who worked to

complete the required tasks. Total hours worked Description of findings and actions taken

D. Subcontract Documentation.

As stated above in 9.I.A, if the Facilities Maintenance Contractor deems it necessary to procure third party contracts to complete any of the work outlined in this RFP the Facilities Maintenance Contractor must provide the university with a scope of work for services to be provided and associated. The university must pre-approve the scope of work before bidding. For purchases less than $5000, Contractor will negotiate the best

UMUC RFP# 91268 - Facilities and Equipment Maintenance Page 24 of 115

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 University reserves the right to review all bids received prior to the award being made by the Contractor. The Facilities Maintenance Contractor is to consider MBE participation in such work as a means of achieving the MBE participation subcontracting level of 25% established for this contract.

Subcontracting services are reimbursable to the vendor. The offeror may detail other subcontracts not outlined in this request for proposal, however all service contracts will be added into the vendor’s total price.

II. 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.

1 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.

III. HVAC Systems Maintenance. HVAC systems maintenance includes

preventive, predictive, and repair maintenance including but not limited to the following systems:

A. 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.

B. 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. The current subcontract for this service is with Combustioneer.

C. Condenser Water System. Cooling towers, heat exchangers, pumps,

piping, valves, filters, and accessories.

D. Hot Water System. Boilers, pumps, fan coil units, unit heaters, fin tube radiation, coils, piping, valves, and accessories.

UMUC RFP# 91268 - Facilities and Equipment Maintenance Page 25 of 115

E. Fuel Oil System. Fuel oil storage tanks, level control pumps, filters/strainers, piping, valves, and accessories. Currently the university has 1-12,000 gallon UST and multiple AST.

F. Natural Gas System. Piping, valves, regulators, kitchen equipment,

boilers.

G. 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. The current subcontract for this service is with Tricon (MBE).

H. Air Conditioning System. AC units, HV units, fans, coils, filters,

humidifiers, air terminal units, air outlets, ductwork, dampers, condensate system, controls, and accessories.

I. Ventilation System. Fans, filters, air outlets, ductwork, and accessories

including supply, make-up, and exhaust air systems.

J. Potable and Non-Potable Water Systems. Pumps, filters, softeners, purifiers, drains, sewage pumps, fixtures and related plumbing components and housekeeping services

IV. Electrical and Mechanical Systems Maintenance. Electrical and mechanical

systems maintenance includes preventive and repair maintenance for all electrical and mechanical systems including but not limited to the following systems:

A. Secondary Power Systems. Switchgear, motor control centers, motor

starters, disconnects, panel boards, circuit breakers, transformers, computer distribution units, wiring, devices, receptacles, and accessories.

B. 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.

C. Emergency Generator System. Diesel and natural gas 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. Generators are currently subcontracted to Fidelity Engineering.

D. Uninterruptable Power Unit System. Batteries, transfer switches,

wiring, devices, and accessories including annual inspection and major

UMUC RFP# 91268 - Facilities and Equipment Maintenance Page 26 of 115

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 receipt of call is currently covered by Liebert. Services may be covered by a separate service contract under management by the offeror. If so, provide details. The current subcontract for this service is with Liebert.

V. Automatic Temperature Controls (ATC)/Building Management System

(BMS) Maintenance. ATC/BMS maintenance includes preventive and repair maintenance including but not limited to the following:

A. 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 Systems LLC and Trane.

VI. Fire and Life Safety Systems Maintenance. Fire and life safety system

maintenance includes preventive and repair maintenance, documented inspections, and certified testing of the systems per NFPA Standards including but not limited to the following:

A. 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 systems are Notifier and Simplex.

B. Fire Suppression Systems. Fire pumps and controls, jockey pumps, sprinklers (wet/dry), fire hose cabinets/racks, manual fire extinguishers, piping, valves, and accessories.

C. 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. The current subcontract for this service is with Fireline and Adcock.

UMUC RFP# 91268 - Facilities and Equipment Maintenance Page 27 of 115

10. INSURANCE

I. A. The contractor shall not start work under this contract until the Contractor

has obtained at its own expense all of the insurance called for hereunder and such insurance has been approved by the procurement officer; nor shall the Contractor allow any subcontractor to start work on any subcontract until all insurance required by the subcontract has been obtained and approved by the contractor and University of Maryland, University College. Approval of insurance required of the contractor and subcontractors for the University will be granted only after submission to the University of original certificates of insurance signed by an authorized representative of the insurers or, alternately, at the University’s request, certified copies of the required insurance policies.

B. The Contractor shall require all subcontractors to maintain during the term of this agreement, Commercial General Liability insurance, Business Automobile Liability insurance, Workers Compensation and Employers Liability insurance, in the same manner, including the additional insured requirements in paragraph 10.I.E, as specified for the Contractor. The Contractor shall furnish subcontractors’ certificates of insurance to the University immediately upon request.

C. All insurance policies required hereunder shall be endorsed to include the following provision; “It is agreed that this policy is not subject to cancellation, non-renewal, material change, or reduction in coverage until forty-five (45) days prior written notice has been given to the University.”

D. No acceptance and/or approval of any insurance by University of Maryland University College shall be construed as relieving or excusing the Contractor, or the surety or bond, if any, from any liability or obligation imposed upon either or both of them by the provision of the Contract Documents.

E. NAMED ADDITIONAL INSURED – The University of Maryland, University College, the University System of Maryland and the State of Maryland (including their elected or appointed officials, agents and employees) are to be named as additional insured under all coverages except Workers Compensation, and the certificates of insurance (or the certified policies, if requested) must so indicate through inclusion of appropriate endorsement. Coverage afforded under this paragraph shall be primary to any other insurance of self-insurance, whether or not such other insurance or self-insurance is stated as primary, excess

UMUC RFP# 91268 - Facilities and Equipment Maintenance Page 28 of 115

or contingent, as respects the above additional insured, their elected and appointed officials, agents and employees.

F. Insurance coverage required in these specifications shall be in force throughout the Contract Term. Should the Contractor fail to provide acceptable evidence of current insurance within ten (10) days of receipt of written notice at any time during the contract term, the University shall have the absolute right to terminate the Contract without any further obligation to the Contractor, and the Contractor shall be liable to the University for the entire additional cost of procuring substitute performance and the cost of performing the incomplete portion of the Contract at time of termination.

G. Contractual and other liability insurance provided under this Contract shall not contain a supervision, inspection or engineering service exclusion that would preclude University of Maryland University College or participation institutions from supervising or inspecting the operations of the contractors as the end result.

H. The Contractor shall assume all on-the-job responsibilities as to the control of persons directly employed by it and of agents or subcontractors and anyone directly or indirectly employed by any of them, or by anyone for whose acts any of them may be liable. The Contractor shall be as fully responsible to the University for the acts and omissions of its subcontractors and of persons employed by them as it is for acts and omissions of persons directly employed by the Contractor.

I. All required insurance coverages must be acquired from insurers allowed to do business in the State of Maryland and acceptable to University. The insurers must have a policyholders’ rating “A-” or better, and a financial size of “Class VII” or better in the latest edition of Best’s Insurance Reports.

J. UMUC will consider deductibles or self-insured retention as part of its review of the financial stability of the bidder. Any deductibles or self-insured retention shall be disclosed in the Contractor’s proposal and shall be assumed by the Contractor.

UMUC RFP# 91268 - Facilities and Equipment Maintenance Page 29 of 115

II. The Contractor shall purchase the following insurance coverages:

A. Commercial General Liability Insurance or its equivalent, for bodily injury, personal injury and property damage, including loss of use. It is preferred that coverage be provided on an “occurrence” basis. If “claims made” forms are submitted, the requirements noted in Item 10.II.5 below must be met. Such Commercial General Liability policy shall include the following extensions:

i. It is preferred that the general aggregate limit applies separately to this

project:

ii. Premises/Operations: iii. Actions of Independent Contractors:

iv. Products/completed Operations to be maintained for two (2) years after

completion of the contract.

v. Contractual Liability including protecting for the Contractor for claims arising out of liability assumed under this contract.

vi. Personal injury liability including coverage for offenses related to

employment, and for offenses assumed under this contract (delete any standard employment and contractual exclusions if contained in the personal injury coverage section):

vii. Business Automobile Liability, which will pay for liabilities arising out of accidents involving the ownership, operation, maintenance or use of any owned, hired or non-owned motor vehicles, uninsured motorist’s insurance and automobile contractual liability.

NOTE: INSURANCE MUST BE ON A PRIMARY BASIS. CONTRACTUAL REQUIREMENTS MUST BE CLEARLY INDICATED ON CERTIFICATE OR BY ENDORSEMENTS.

B. Workers Compensation – statutory benefits are required by Maryland law or other laws as required by labor union agreements, including standard Other States coverage; Employers Liability coverage.

III. The coverage listed in above shall be written for not less than the following limits

of liability. Limits can be furnished by a combination of primary and excess (umbrella) policies.

UMUC RFP# 91268 - Facilities and Equipment Maintenance Page 30 of 115

b. Commercial General Liability Insurance including all extensions –

$2,000,000 each occurrence; $2,000,000 personal injury; $2,000,000 products/completed operations; $2,000,000 general aggregated

c. Business Automobile Liability - $2,000,000 each accident

d. Workers Compensation insurance – statutory requirements. Employer’s liability insurance - $1,000,000 each accidental injury; and $1,000,000 policy limit for disease.

IV. Tort-Claim Act – It is agreed that the contractor and its insurers will not raise or use, in the adjustment of claims or in the defense of suits against any participating USM institution, any immunity of the insured from tort liability, (including Maryland Tort Claim Act), including any limitation of liability, unless requested by any participating institution.

V. NOTE: If insurance required in terms 10.II. A. i. through vii. above has been

issued on a “claims made” basis, the Contractor must comply with the following additional conditions. The limits of liability and the extensions to be included as described above remain the same. The Contractor must either:

i. Agree to provide certificates of insurance evidencing the above coverages for a period of three (3) years after final payment for the contract. Such certificates shall evidence a retroactive date no later than the beginning of the Contractor’s or Subcontractor’s work under this contract, or

ii. Purchase an extended (minimum three (3) years) reporting period endorsement for the policy or policies in force during the term of this contract and evidence the purchase of this extended reporting period endorsement by means of a certificate of insurance or a copy of the endorsement itself, and

iii. The “retroactive date” must be effective prior to the inception of the work under this contract, and

iv. No “sunset” clauses shall apply. A CERTIFICATION FROM AN AUTHORIZED BROKER OR AGENT THAT ALL REQUESTED COVERAGES ARE AVAILABLE AND WILL BE PROVIDED TO THE CONTRACTOR UPON AWARD OF THIS CONTRACT SHOULD BE PROVIDED WITH THE TECHNICAL PROPOSAL.

END OF SECTION 2

UMUC RFP# 91268 - Facilities and Equipment Maintenance Page 31 of 115

SECTION III

PROCUREMENT PHASES AND EVALUATION PROCESS

UMUC RFP# 91268 - Facilities and Equipment Maintenance Page 32 of 115

SECTION III

PROCUREMENT PHASES AND PROPOSAL REQUIREMENTS SECTION III

ARTICLE 1 – INITIAL PHASE OF THE PROCUREMENT TECHNICAL PROPOSAL

1. General Requirements: Refer to the Solicitation Schedule for due date and time for the

Technical Proposal.

1.1 Transmittal Letter: A transmittal letter prepared on the Offeror's business stationery must accompany the Technical Proposal. The letter should be an executive summary that clearly and concisely summarizes the content of the Technical Proposal. It should include the name, title, telephone number and email address of the Offeror’s Primary Point of Contact for the solicitation and proposal. The letter must be signed by an individual who is authorized to bind the firm to all statements, including services and financial statements, contained in the Proposal. (See 1.2 below.) Include the Offeror’s official business address and state in which it is incorporated or organized (if Offeror is not an individual). Do not include price information in the transmittal letter.

1.2 Signing of Forms: A Proposal, if submitted by an individual, shall be signed by the

individual. If submitted by a partnership, a Proposal shall be signed by such member(s) of the partnership with authority to bind the partnership. If submitted by a corporation, a Proposal shall be signed by an officer, and attested by the corporate secretary or an assistant corporate secretary; if not signed by an officer, there must be attached a copy of a board resolution or that portion of the by-laws, duly certified by the corporate secretary, showing the authority of the person so signing on behalf of the corporation.

2. Technical Proposal Criteria:

The Technical Proposal should be prepared in a clear and concise manner. The contents of this Technical Proposal must address the following items 2.1 through 2.5, and additionally, must include the appropriate completed forms as indicated in item 2.6 through 2.10. Failure to include any of the items listed may result in the Technical Proposal being found non-responsive and/or will affect the evaluation of your firm’s Technical Proposal response. The Technical Proposal submitted in response to this Solicitation must demonstrate that the Proposer has sufficient expertise and experience to meet UMUC’s requirements as well as an understanding of the project scope and objectives. It is the Contractor’s responsibility to tailor its response to demonstrate its expertise and qualifications to meet the facilities and equipment maintenance objectives and perform the scope of work specifically for UMUC rather than providing a ‘cookie cutter/template’ response.

For ease of use by UMUC, Proposers are asked to paginate the Technical Proposal.

UMUC RFP# 91268 - Facilities and Equipment Maintenance Page 33 of 115

2.1 Executive Summary: The proposal must begin with an Executive Summary which

clearly and concisely summarizes the content of the proposal. This summary is for introductory purposes and will not be part of the evaluation process as the information is to be a summary with the details provided in subsequent proposal contents.

The following items 2.2 through 2.5 are listed below in order of importance. Proposers are requested to compile their proposals in the same order.

2.2 Staffing Requirements/Key Personnel/References:

2.2.1 Firms are to present a plan for the management and staffing of the maintenance operation. The staff should consist of an Executive Point of Contact* (Project Manager’s direct supervisor who provides executive leadership and direction as well as home office resources as needed); Project Manager (the University’s primary point of contact who is responsible for managing the Contractor’s Staff on a day-to-day basis); Engineering Supervisor, Lead Engineers, Engineer (s), Maintenance Mechanic(s), Utility Mechanic(s), HVAC/Refrigeration Mechanic(s), Painters, Helpers and Service Desk Administrative Assistant(s). *Note: The Executive Point of Contact, the Project Manager and the Lead Engineer must be direct employees of the proposing firm. All staff, excluding Executive Point of Contact is to be assigned 100% of the time on site to UMUC. Within the technical proposal please address the following:

• Organization of the management and staff of the contractor’s personnel; provide an organizational chart that shows the reporting relationships in and amongst the team;

• Indicate what positions are currently available within the firm and those which will need to be hired to staff the UMUC account appropriately;

• Indicate the firm’s job description and level of required competency and training for all named positions;

• Indicate the anticipated staffing levels for each of the above positions based on the hours of operation and anticipated customer demands.

• Provide a sample shift schedule; • Describe how the team will be trained to meet the UMUC facilities and equipment operations demands;

2.2.2 Provide a complete resume of the proposed a) Executive Point of Contact, b) the Project Manager, c) Engineering Supervisor and the d) 2 Lead Engineers which includes:

• educational background including degrees earned with dates; • employment history (with dates of employments), including all positions and

dates of these positions held with all employers; and • similar contracts information (minimum of three for each person); preferably

in the same role as proposed for the UMUC contract. Contracts should be recent (within the last five years) and of similar size, scope, and complexity to

UMUC RFP# 91268 - Facilities and Equipment Maintenance Page 34 of 115

this proposed contract. In addition to contact information, please provide the following: a brief statement describing the services provided, facilities and

equipment maintained; the dollar value of the contract, the name of the role the person held on the contract; the term of the contract (start and end date), and similarities to the proposed UMUC contract.

By submitting these names for consideration, the Proposer is committing these individuals to UMUC for the duration of the contract, if awarded. No personnel changes will be permitted without written authorization from the University via a contract amendment.

2.2.2.1 Provide three (3) contract/client references** for the Project Manager, Engineering Supervisor and the Lead Engineers (name, firm, email address, and phone number, including extension if applicable). Such references should be contract references, not employment references and the contact provided should be able to speak to the performance of the person in the role assigned. It is imperative that the contact names and phone numbers given for the Key Personnel listed is accurate. Such references are to be from different contracts; that is, only one reference per contract is allowed. (**See Reference notes below in 2.4.)

Note: Key People will be evaluated based on their demonstrated background, knowledge, and expertise in facilities and equipment maintenance contracts similar to UMUC’s scope as outlined in Section II.

2.3 Approach to Providing the Scope of Services:

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 prepared in response to this RFP. 2.3.1 Appendix A of this RFP includes 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 services for the UMUC facilities and equipment maintenance. 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 the Firm’s 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.

UMUC RFP# 91268 - Facilities and Equipment Maintenance Page 35 of 115

2.3.2 A Table of Maintenance/Service Tasks is provided as part of Appendix A to the Solicitation and is to be completed to convey the firms’ approach to these services. Additionally, a sample work order form and flow process is also to be submitted.

2.4 Firm Experience/Firm References: 2.4.1 Proposers are to provide three (3) current or recently completed (within the

last 5 years) contracts that he/she deems similar to the contract required by UMUC. Contracts should be of similar size, scope, and complexity to this proposed contract. A minimum of two (2) contracts must be for onsite maintenance of facilities and equipment operation with higher consideration if this is the case for the third contract also.

For each contract, provide the following:

• Contact information (name, firm name, email address, and phone number). In addition to contact information, please provide the following:

• a brief, but information description of the facilities and equipment maintenance management and operations provided, including any special services provided,

• the dollar value of the contract, • the name of your project manager, lead engineer, and executive point of

contact assigned to the contract, (Higher consideration will be given if these are the same Key People to be assigned to UMUC.)

• the term of the contract (start and end date), and • similarities to the proposed UMUC contract.

2.4.2 Firm references**: Contact information provided must include the name of the contact, the contact’s title, phone number (including extension if applicable). The contact provided should be able to speak to the performance of the contractor.

**Note regarding Firm and Key Personnel References:

a) UMUC intends to check Firm and Key Personnel references of only the short-listed firms, however, all firms responding must supply this information within their Technical Proposals submitted on the due date and time per the Solicitation Schedule.

b) UMUC reserves the right to further shortlist or to progress to the Price Proposal Phase prior to checking and/or incorporating such references if deemed in its best interest. (Checking of references, if any, of the Firms and/or its proposed Key Personnel is solely at UMUC’s option.)

c) UMUC reserves the right to check any available reference sources, including past

performance with UMUC, even if not provided as a reference by the Proposer. d) References will be held in the strictest of confidence by the University.

UMUC RFP# 91268 - Facilities and Equipment Maintenance Page 36 of 115

2.5 Company Profile: The Proposer is to provide a narrative regarding the company profile, to include the following elements:

• Address of firm’s headquarters; • Address of the office that will be primarily serving UMUC as well as

addresses of other offices that may serve UMUC; • Website address; • A brief history of the firm • Total number of employees in the firm and total number of employees in the

office (by job position) that will be servicing UMUC • Total number of anticipated employees for the operations of the facilities and

equipment maintenance services for UMUC • Facilities and Equipment Maintenance operations provided by the company; • Company’s area of expertise • Number of onsite facilities and equipment maintenance operated • Number of a) higher education and b) conference center clients • Provide the "Annual Sales Volume” for company and/or the branch office

which will service the University on a per year basis for the last three (3) years [2014, 2013, and 2012; OR 2013, 2012, 2011]. This should be broken out by on-site maintenance operations versus on-call maintenance of facilities and equipment.

• Financial Attestation: Firms shall provide a statement or attestment of its financial condition to confirm that it has adequate financial resources to support its Technical Proposal response. Such statement and/or attestment may include: a) letter signed by authorized company personnel attesting to its financial viability (preferably notarized statement; or e) any other documentation that firm feels adequately attests to its financial resource viability. It is acceptable that such documentation be provided solely in the original copy of the Technical Proposal. This information shall remain confidential unless the University is required by legal order to release such information.

NOTE: To ensure that the Contractor has sufficient financial resources to support the contract, prior to the award of the contract(s), UMUC may, at its sole discretion, request that the shortlisted Proposers and/or the selected Contractor shall submit complete audited financial statements for the most recent fiscal years showing the true condition of the Proposer’s assets, liabilities and net worth. If requested, the financial statements must include a balance sheet and income statement. If the Proposer is a partnership or joint venture, individual financial statements must be submitted for each general partner or joint venture thereof.

UMUC RFP# 91268 - Facilities and Equipment Maintenance Page 37 of 115

2.6. Proposal Affidavit

State of Maryland and USM Procurement Regulations require that each proposal submitted by a firm include a signed Proposal Affidavit. A copy of this Proposal Affidavit is included in Appendix A.

2.7. Insurance Provide a copy of a Certificate of Insurance verifying your firm's coverage for Commercial General Liability, Workmen's Compensation, Automobile Liability Insurance. And Professional Liability (Errors and Omissions)

2.8. Acknowledgement Of Receipt Of Addenda Form:

If any addenda to the RFP documents are issued prior to the due date and time for proposals, this form (found in Appendix A) is to be completed, signed, and included in the Proposer's Technical Proposal.

2.9 Acknowledgement of Review of UMUC Sample Master Contract: Per Section I, Paragraph 8, the Proposer is to warrant that they have reviewed Appendix C and will execute such a contract upon request by UMUC, as may be negotiated. Any exceptions to the UMUC Sample Contract are to be provided in the Technical Proposal. Proposer is to also acknowledge that UMUC is under no obligation to accept such requested exceptions and, as a result of such exceptions, may elect to find the Proposer not susceptible of the award(s) of the Contract(s).

2.10 MBE Attachment M1-A –Contractor’s Acknowledgement of MBE Participation

Commitment form (See Appendix A) MUST be submitted with the firm’s Technical Proposal. This is non-curable. If MBE Attachment A is NOT provided in the firm’s Initial Technical Proposal, the Offeror shall be deemed not susceptible of the award and UMUC shall not consider the Offeror further. This is non-curable.

3. Evaluation of the Initial Technical Proposal:

3.1 An Evaluation and Selection Committee will be established by the University. The evaluation process will be facilitated by the UMUC Procurement Officer. As the procurement progresses, the Committee may seek input from other appropriate UMUC staff on the proposed facilities and equipment maintenance operations. As well, the Committee may request additional assistance from any source at any time during the procurement. 3.2. Qualifying Proposals

The Procurement Officer shall first review each proposal for compliance with the mandatory requirements of this RFP. Failure to comply with any mandatory requirement will normally disqualify a contractor’s proposal. The University reserves the right to waive a mandatory requirement when it is in its best interest to do so. The contractor must assume responsibility for addressing all necessary technical and operational issues in meeting the objectives of the RFP. Proposals cannot be modified, supplemented, cured, or changed in any way after the due date and time for technical proposals, unless specifically requested by the University.

UMUC RFP# 91268 - Facilities and Equipment Maintenance Page 38 of 115

3.3 Initial Technical Evaluation

The intent of this RFP is to provide Facilities and Equipment Maintenance Providers an opportunity to present their qualifications and experience to providing the scope of work in relation to the needs of UMUC. The manner in which the proposing team presents their qualifications will be regarded as an indication of how well the Proposer’s philosophy, approach, organizational culture, working style and communications style fit with the University’s. Submittals that concisely present the information requested in the order and the manner requested will be considered more favorably than a submittal from a Proposer of commensurate qualifications that displays a lack of organization, conciseness or attention to detail. After compliance with the mandatory requirements in this RFP has been determined, the Committee shall conduct its evaluation of the technical merit of the proposals in accordance with the Technical Criteria listed above in Paragraphs 2.2 through 2.5. Proposals are evaluated to determine which proposal is most advantageous to the University. The process involves applying the evaluation technical criteria contained in the RFP and determining those proposals that are susceptible of the award. The Committee may shortlist based on the evaluation process. The decision for continuation in the procurement process (or further shortlists) will be made by the strengths, weaknesses, advantages, and deficiencies of the proposal. The technical evaluation criteria for this specific procurement are listed above in Section III, Article 1, Paragraphs 2.1 through 2.5 in the order of importance. Each committee member will evaluate the proposals and the demonstrated product(s) on each major criterion.

3.4 Proposals evaluated by UMUC to be viable and of further interest (i.e. “shortlisted”) will progress to the next phase of the procurement (See RFP Section III, Article 2, Oral Presentation/Discussion Sessions.) 3.5 All Proposers who submit a Technical Proposal to UMUC will be notified as to whether or not they are shortlisted.

UMUC RFP# 91268 - Facilities and Equipment Maintenance Page 39 of 115

SECTION III

PROCUREMENT PHASES AND PROPOSAL REQUIREMENTS SECTION III

ARTICLE 2- SECOND PHASE OF THE PROCUREMENT 1. Oral Presentation/Discussion Sessions Only shortlisted firms following the Initial Technical Evaluation will then be invited, at no cost to the University, to attend an Oral Presentation/Discussion Session (“Discussion Sessions”) to be held at the convenience of UMUC. The short listed firms are to make a presentation of their proposal and to have the firm and the proposed Facilities and Equipment Maintenance Team convey their capabilities and expertise in facilities and equipment maintenance operations offered by the Proposer as a further consideration in the selection process. The Discussion Sessions will be set by the University on one or both of the dates per the Solicitation Schedule upon completion of the initial technical evaluation. Proposers are advised to set these dates aside in their entirety on the Executive Point of Contact’s, the Project Manager’s, the Engineering Supervisor and the Lead Engineer’s calendars accordingly to avoid any conflicts. The actual time on one of these dates will be scheduled with the applicable Proposers at the convenience of UMUC at its sole discretion. Due to scheduling logistics, proposers will not be able to select a date or time for these sessions. The purposes of the Discussion Sessions are:

(i) to allow the University to meet the Proposer's key people and to allow these key people to convey their expertise and applicable facilities and equipment maintenance operations experience; these Key People should actively participate in the Discussion Session so that their maintenance experience and expertise to achieve UMUC’s scope and objectives is demonstrated;

(ii) to allow the Proposer an opportunity to present its proposed approach and methodologies as well as staffing specifically for UMUC’s contract in more detail to convey both the firm’s and the Key People’s resources and expertise in facilities and equipment maintenance operations;

(iii) to discuss/clarify any and all aspects of the Proposal; and, (iv) to provide an opportunity to clarify the scope of services for this contract. At this time, each Proposer will be required to have present in person the proposed Executive Point of Contact, the Project Manager, the Engineering Supervisor and the Lead Engineers (at a minimum) who will be responsible for the provision of services as indicated in the Proposer's technical proposal. Other people who may be responsible for the provision of facilities and equipment maintenance operations as indicated in the Proposer’s technical proposal are welcome to attend. The Discussion Session forums will be informal as the University is not interested in solely a sales presentation; rather, the University is requesting a discussion session with each of the shortlisted firms that allows ample time for the University and the Proposing Firm to ask

UMUC RFP# 91268 - Facilities and Equipment Maintenance Page 40 of 115

questions and discuss issues/concerns related to the scope of the contract and the firm’s capabilities/qualifications. It is expected that the proposed Key People actively participate in the Discussion Session. The Discussion Session should not be dominated by executives and/or business development/sales staff.

3. Second Phase Technical Evaluation/Final Technical Evaluation

3.1 Following the Oral Presentation/Discussion Sessions held with the shortlisted firms, a Second Phase Technical Evaluation will be conducted. In the Second Technical Evaluation all categories will be re-evaluated based on the Oral Presentation/Discussion Session. The order of importance of the technical criteria will remain the same, that is, the order of importance will remain as follows: 1) Staffing Requirements/Key Personnel; 2) Approach to Providing the Scope of the Services; 3) Firm Experience; and 4) Firm Profile.

3.2 UMUC intends, but is not required to do so, incorporate references of the Firm (as part of the Firm Experience technical criteria) and/or the proposed Key People (as part of the Staffing Requirements/Key Personnel technical criteria) during the Second Phase Technical Evaluation, however, UMUC reserves the right to further shortlist or to progress to the Price Proposal Phase prior to checking and/or incorporating such references if deemed in its best interest. (Checking of references, if any, of the Firms and/or its proposed Key Personnel is solely at UMUC’s option.) 3.3 Further shortlists may result as the procurement progresses. At each phase of the process, those firms that do not remain shortlisted will not progress in the procurement. As the procurement progresses and as results of the technical evaluation are determined by UMUC, all proposers will be notified as to the results of the technical evaluation of his/her firm's technical proposal. 3.4 Once a final shortlist of proposals is established, the University will rank the technical proposals from highest to lowest.

END OF SECTION III, ARTICLE 2

UMUC RFP# 91268 - Facilities and Equipment Maintenance Page 41 of 115

SECTION III

PROCUREMENT PHASES AND EVALUATION PROCESS

ARTICLE 3 PRICE PROPOSALS/PRICE EVALUATION

1. Price Proposal

1.1 Only the final shortlisted firms following the technical evaluation will be requested to submit a Price Proposal. Refer to the Solicitation Schedule for the anticipated due date and time for Price Proposals. Details regarding the Price Proposal submittal will be provided in a written addendum issued to the final shortlisted firms. It is the intent of the University that the Price Proposal will consist of quoting a fixed monthly fee for the proposed base staffing level as well as hourly rates for additional staff resources that may be needed throughout the term(s) of the contract. Quotes for 9/1/2015 to 8/31/2016; 9/1/2016 to 8/31/2017; and 9/1/2017 to 8/310/2018; of the Initial Term will be requested. These quoted prices will remain fixed for the Initial Term of the Contract in its entirety (unless there is a scope change.) (See 1.4 below regarding subsequent allowed increases for Renewal Terms only, if any.) As well, Proposers are anticipated to quote a fixed percentage mark-up for subcontractors. This fixed percentage will remain constant throughout the initial contract term and all renewal terms (if any). 1.2. Price Proposal Evaluation Price Proposals will not be opened publicly. Price Proposals will be evaluated based on the Proposer’s total cost to the University for the initial three-year term of the contract. (It is expected that as the procurement advances, the particulars of the required price proposal format will evolve.) The University may elect to request Best & Final Price Proposal(s). The University will establish a financial ranking of the proposals from lowest to highest total offers. 1.3 Discussions may be held, at the discretion of UMUC, with each of the applicable Proposers and the UMUC Price Evaluation Committee if deemed in UMUC’s best interest.

1.4 For any Renewal Term(s), if any are exercised by UMUC, Contractor may request a price increase, if any, by April 1st of each calendar year. Any price increase request not received by that date may not be considered by UMUC and pricing in the subsequent year of the Contract will remain the same as the then current applicable prices. A price increase, if any, shall not exceed the Consumer Price Index (“CPI”) for “All Urban Consumers” as published by the US Department of Labor Statistics. For purposes of calculating the potential increase, the CPI to be used will be the index for twelve-month

UMUC RFP# 91268 - Facilities and Equipment Maintenance Page 42 of 115

period ending at the previous calendar year. For example, if the Initial Term ends August 31, 2018, the price index for twelve-month period ending December 2017 will be used. Price increases will be capped at CPI or 5% whichever is less for any given one year period. Statistics will be referenced for negotiation purposes as Contractor is not to assume that any price increase will be applied to any Renewal Term(s). As well, increases are not cumulative for prior years; if a Contractor fails to request a price increase in one year and then requests an increase for the subsequent year, the Contractor cannot include a cumulative amount which includes the prior annual term. Any increase approved by UMUC will take effect on September 1st of each Renewal Term(s) and be effective for a minimum of twelve (12) months.

END OF SECTION III, ARTICLE 3

UMUC RFP# 91268 - Facilities and Equipment Maintenance Page 43 of 115

SECTION III PROCUREMENT PHASES AND EVALUATION PROCESS

ARTICLE 4

FINAL EVALUATION/RANKING AND SELECTION

1. Discussions. The University reserves the right to recommend an Offeror(s) for contract award based upon the Offeror's technical proposal, Discussion Session, and price proposal without further discussion. However, should the Committee find that further discussion would benefit the University and the State, the Committee shall recommend such discussions to the Procurement Officer. Should the Procurement Officer determine that further discussion would be in the best interest of the University and the State, the Procurement Officer shall establish procedures and schedules for conducting discussions and will notify responsible Offerors.

2. Best and Final Offers. When in the best interest of the University and the State, the Committee may recommend

and the Procurement Officer may permit qualified Offerors to revise their proposals by submitting "Best and Final" offers.

3. Final Ranking and Selection

Following evaluation of the technical proposals and the price proposals, the Evaluation and Selection Committee will make an initial overall ranking of the proposals and recommend to the Procurement Officer the award of the contract(s) to the responsible Offeror(s) whose proposal(s) is(are) determined to be the most advantageous to the University and the State of Maryland based on the results of the final technical and financial evaluation in accordance with the University System of Maryland Procurement Policies and Procedures. Technical merit will have a greater weight than financial in the final ranking. Award may be made to the proposal with a higher technical ranking even if its cost proposal is not the lowest. The decision of the award of the contract will be made at the discretion of the Procurement Officer and will depend on the facts and circumstances of the procurement. The Procurement Officer retains the discretion to examine all factors to determine the award of the contract. The goal is to contract with the Contractor that provides the best overall value to the University.

The University may select one or more Contractors to further engage in negotiations, including terms of a contract and other issues to be incorporated into the contract. The University reserves the right to make an award with or without negotiations.

END OF SECTION III, ARTICLE 4

END OF SECTION III

UMUC RFP# 91268 - Facilities and Equipment Maintenance Page 44 of 115

APPENDICES

FORMS AND ATTACHMENTS

UMUC RFP# 91268 - Facilities and Equipment Maintenance Page 45 of 115

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.

UMUC RFP# 91268 - Facilities and Equipment Maintenance Page 46 of 115

TRANSMITTAL LETTER - TECHNICAL PROPOSAL RFP 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 Work 3. Firm Experience 4. Company Profile 5. Bid/Proposal Affidavit (completed) 6. Acknowledgement of Receipt of Addenda form 7. Acknowledgement of review and acceptance of UMUC Sample Contract in

Appendix C 7. 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)_________

UMUC RFP# 91268 - Facilities and Equipment Maintenance Page 47 of 115

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. Task

Will 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 modifications

Installation 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 areas

Installation 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, wall easels, steno chairs, swivel chairs, conference

UMUC RFP# 91268 - Facilities and Equipment Maintenance Page 48 of 115

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 drawers Broken 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 semester changes, due to staff changes, new hires, etc.

UMUC RFP# 91268 - Facilities and Equipment Maintenance Page 49 of 115

Contractor is responsible for installation of these systems as well. Set Up for functions throughout all facilities (chairs, tables, easels etc.) NOT FOR MARRIOTT EVENTS

Provide 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 has 1-12,000 gallon UST and multiple AST.

HVAC Systems Maintenance: Natural Gas System.

UMUC RFP# 91268 - Facilities and Equipment Maintenance Page 50 of 115

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 components

Electrical 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 receipt of call. Services may be covered by a separate service contract under management by the offeror. If so, provide details in attached pages.

UMUC RFP# 91268 - Facilities and Equipment Maintenance Page 51 of 115

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.

UMUC RFP# 91268 - Facilities and Equipment Maintenance Page 52 of 115

APPROACH TO PROVIDING THE SCOPE OF SERVICES FOR THE CONTRACT QUESTIONNAIRE

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.

UMUC RFP# 91268 - Facilities and Equipment Maintenance Page 53 of 115

• 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.

UMUC RFP# 91268 - Facilities and Equipment Maintenance Page 54 of 115

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.

UMUC RFP# 91268 - Facilities and Equipment Maintenance Page 55 of 115

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

UMUC RFP# 91268 - Facilities and Equipment Maintenance Page 56 of 115

regulations shall not be available to the successful offeror unless UMUC specifically asserts such immunity.

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.

UMUC RFP# 91268 - Facilities and Equipment Maintenance Page 57 of 115

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 COMMENTS

1 10 Minutes Response/ 2 Hours Resolution

HVAC 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)

3

48 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.

UMUC RFP# 91268 - Facilities and Equipment Maintenance Page 58 of 115

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

UMUC RFP# 91268 - Facilities and Equipment Maintenance Page 59 of 115

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.

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 experience with 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.

UMUC RFP# 91268 - Facilities and Equipment Maintenance Page 60 of 115

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

system.

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.

UMUC RFP# 91268 - Facilities and Equipment Maintenance Page 61 of 115

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.

UMUC RFP# 91268 - Facilities and Equipment Maintenance Page 62 of 115

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 include a. Mechanical b. Electrical c. Plumbing d. Fire/Life Safety e. Site Improvements f. Foundations g. Exterior Building Components h. Roof systems i. Vertical Transportation j. Garage k. Site

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

UMUC RFP# 91268 - Facilities and Equipment Maintenance Page 63 of 115

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 to which 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 is committed 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): _________________________________________________________________________________________________________

UMUC RFP# 91268 - Facilities and Equipment Maintenance Page 64 of 115

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): _________________________________________________________________________________________________________ _________________________________________________________________________________________________________

UMUC RFP# 91268 - Facilities and Equipment Maintenance Page 65 of 115

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,

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

UMUC RFP# 91268 - Facilities and Equipment Maintenance Page 66 of 115

(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, 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.

UMUC RFP# 91268 - Facilities and Equipment Maintenance Page 67 of 115

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: ____________________________________________________________________________________________________________

UMUC RFP# 91268 - Facilities and Equipment Maintenance Page 68 of 115

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

UMUC RFP# 91268 - Facilities and Equipment Maintenance Page 69 of 115

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]

UMUC RFP# 91268 - Facilities and Equipment Maintenance Page 70 of 115

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

UMUC RFP# 91268 - Facilities and Equipment Maintenance Page 71 of 115

APPENDIX B PRICE PROPOSAL FORM

Living Wage Affidavit Bid Bond Form

MBE Form M1-B – MBE Participation Schedule

(The request for Price Proposals and/or Form, if any, will be developed as the procurement progresses and will be issued via addendum to the final shortlisted firms)

UMUC RFP# 91268 - Facilities and Equipment Maintenance Page 72 of 115

PROPOSAL NO.: RFP 91268 PRICE PROPOSAL DUE DATE: _March ___, 2015, AT 5:00 p.m. PROPOSAL FOR: Facilities and Equipment Maintenance PROPOSER: ____________________________________________________ Federal Identification Number/Social Security Number: PRICE PROPOSAL DATE_______________________ Valerie Rolandelli University of Maryland University College Strategic Contracting Office 3501 University Blvd. East, Room 2344 Adelphi, MD 20783-8002 Dear Ms. Rolandelli: The undersigned hereby submits the Price Proposal as set forth in RFP # 91268 dated January 7, 2015, and the following subsequent addenda:

Addendum dated Addendum dated Addendum dated Addendum dated

We confirm that this Price Proposal is based on the Requirements per the RFP and any subsequent addenda as noted above. Having received clarification on all matters upon which any doubt arose, the undersigned proposes to provide services as described in this RFP and subsequent Addenda as noted above. By signing and submitting this response, undersigned hereby agrees to all the terms and conditions of this RFP including any issued addenda. Proposers are cautioned to verify their final proposals prior to submission, as UMUC cannot be responsible for Proposer’s errors or omissions. Any price proposal that has been accepted by UMUC may not be withdrawn by the contractor. The evaluation and subsequent final ranking of proposals will be in accordance with the RFP documents. We understand that technical weighs greater than financial. We understand that the University reserves the right to award a contract (or contracts) for all items, or any parts thereof, as set forth in detail under the information furnished in the RFP document. We further confirm that the Executive Point of Contact, Project Manager, and Lead Engineer and any other Key People named within our Technical Proposal will be assigned to the UMUC Contract for the duration of this Contract. We understand that no changes in these assignments will be allowed without written authorization from the University via contract amendment prior to such changes being made. We understand that there is a 25% Minority Business Enterprise Participation Goal based on the total value of the contract that is the total of the contractor’s annual costs and all reimbursable. We agree to make a demonstrated effort that such a percentage of the total contract award will be

UMUC RFP# 91268 - Facilities and Equipment Maintenance Page 73 of 115

performed by Maryland state certified minority business enterprises. We have included with the Technical Proposal, MBE Attachment M1-A – certified MBE Utilization and Fair Solicitation Attachment. We have included with this Price Proposal Attachment M1-B – MBE Participation Schedule (as it is applicable to the contractor’s base work). We understand that Attachment M1-A remains in effect. HOURLY BILLING RATES FOR ONSITE STAFF* These rates are to be good for the entire first year of the contract. Labor Category Straight Time Overtime Holiday Engineering Supervisor $_______/hr $______/hr $______/hr Lead Engineer $_______/hr $______/hr $______/hr Maintenance Mechanic $_______/hr $______/hr $______/hr Utility Mechanic $_______/hr $______/hr $______/hr HVAC/Refrigeration Mechanic $_______/hr $______/hr $______/hr Painter $_______/hr $______/hr $______/hr Helper $_______/hr $______/hr $______/hr Service Desk Admin Asst. $_______/hr $______/hr $______/hr Attached to this price proposal is the pricing break-out form. We confirm that we understand that requests for price increases, if any, for Renewal Options, if any, will be in accordance with the RFP, Section III, Article 3. We understand that by submitting a proposal we are agreeing to the terms and conditions included in the RFP documents, and that the Bid/Proposal Affidavit submitted as part of the initial technical proposal remains in effect. Enclosure: -Break-out Form -Living Wage Affidavit -MBE Attachment M1-B: If this form is not provided, UMUC must deem the proposal not susceptible of the award; this is non-curable per Maryland State Law.

(Signatures should be placed on following page.)

UMUC RFP# 91268 - Facilities and Equipment Maintenance Page 74 of 115

The offeror represents, and it is a condition precedent to acceptance of this proposal, that the offeror has not been a party to any agreement to submit a fixed or uniform price. Sign where applicable below. A. INDIVIDUAL PRINCIPAL In Presence of Witness:_____________________________ FIRM NAME _________________________

ADDRESS____________________________________ TELEPHONE NO. _______________ SIGNED ___________________________________ PRINTED NAME _________________________ TITLE: _________________________________

B. CO-PARTNERSHIP PRINCIPAL _________________________________ (Name of Co - Partnership)

ADDRESS_______________________ ________________________________

_________________________________________________ In Presence of Witness: TELEPHONE NO.

_______________________ as to BY _____________________ (Partner)

Printed Name: _________________________

as to BY _____________________________

(Partner) Printed Name:

_________________________ as to BY ______________________ (Partner) C. CORPORATION _________________________________

(Name of Corporation) ADDRESS_______________________ ________________________________

TELEPHONE

NO.__________________________ Attest: [Printed Name of Corporate (or Assistant Corporate) Secretary] _________________________________________________________ [Corporate (or Assistant Corporate) Secretary Signature for Identification]

BY: ________________________________ Signature of Officer and Title Printed Name

Title

UMUC RFP# 91268 - Facilities and Equipment Maintenance Page 75 of 115

AFFIDAVIT OF AGREEMENT Maryland Living Wage Requirements-Service Contracts

Contract No. ____91268 –Facilities and Equipment Maintenance ____________________________

Name of Contractor _____________________________________________________

Address_______________________________________________________________

City_______________________________ State________ Zip Code_______________

If the Contract is Exempt from the Living Wage Law

The Undersigned, being an authorized representative of the above named Contractor, hereby affirms that the Contract is exempt from Maryland’s Living Wage Law for the following reasons: (check all that apply)

__ Bidder/Offeror is a nonprofit organization __ Bidder/Offeror is a public service company __ Bidder/Offeror employs 10 or fewer employees and the proposed contract value is less than

$500,000 __ Bidder/Offeror employs more than 10 employees and the proposed contract value is less than

$100,000

If the Contract is a Living Wage Contract A. The Undersigned, being an authorized representative of the above named Contractor, hereby affirms our

commitment to comply with Title 18, State Finance and Procurement Article, Annotated Code of Maryland and, if required, to submit all payroll reports to the Commissioner of Labor and Industry with regard to the above stated contract. The Bidder/Offeror agrees to pay covered employees who are subject to living wage at least the living wage rate in effect at the time service is provided for hours spent on State contract activities, and to ensure that its Subcontractors who are not exempt also pay the required living wage rate to their covered employees who are subject to the living wage for hours spent on a State contract for services. The Contractor agrees to comply with, and ensure its Subcontractors comply with, the rate requirements during the initial term of the contract and all subsequent renewal periods, including any increases in the wage rate established by the Commissioner of Labor and Industry, automatically upon the effective date of the revised wage rate.

B. _____________________ (initial here if applicable) The Bidder/Offeror affirms it has no covered employees

for the following reasons: (check all that apply)

__ All employee(s) proposed to work on the State contract will spend less than one-half of the employee’s time during every work week on the State contract;

__ All employee(s) proposed to work on the State contract will be 17 years of age or younger during the duration of the State contract; or

__ All employee(s) proposed to work on the State contract will work less than 13 consecutive weeks on the State contract.

The Commissioner of Labor and Industry reserves the right to request payroll records and other data that the Commissioner deems sufficient to confirm these affirmations at any time. Name of Authorized Representative: _____________________________________________ __________________________________________________________________________ Signature of Authorized Representative Date __________________________________________________________________________ Title __________________________________________________________________________ Witness Name (Typed or Printed) _____________________________________________________________________________ Witness Signature Date

UMUC RFP# 91268 - Facilities and Equipment Maintenance Page 76 of 115

MBE SCHEDULE FORM M1-B This MBE Schedule must be included with the Price Proposal. If the bidder/offeror fails to accurately complete and submit this Schedule with the Price Proposal as required, the Procurement Officer shall determine that the proposal is not reasonably susceptible of being selected for award. This is non-curable.

MBE Participation Schedule Set forth below are the (i) certified MBEs I intend to use, (ii) the percentage of the total Contract amount allocated to each MBE for this project and, (iii) the items of work each MBE will provide under the Contract. I have confirmed with the MDOT database that the MBE firms identified below are performing work activities for which they are MDOT certified.

Prime Contractor Project Description Project/Contract

Number

LIST INFORMATION FOR EACH CERTIFIED MBE FIRM YOU AGREE TO USE TO ACHIEVE THE MBE PARTICIPATION GOAL AND SUBGOALS, IF ANY. MBE PRIMES: PLEASE COMPLETE BOTH SECTIONS A AND B BELOW. SECTION A: For MBE Prime Contractors ONLY (including MBE Primes in a Joint Venture ) MBE Prime Firm Name:________________________________ MBE Certification Number: ____________________________ (If dually certified, check only one box.)

African American-Owned Hispanic American- Owned Asian American-Owned Women-Owned Other MBE Classification

Percentage of total Contract Value to be performed with own forces and counted towards the MBE overall participation goal (up to 50% of the overall goal): _______% Percentage of total Contract Value to be performed with own forces and counted towards the subgoal, if any, for my MBE classification (up to 100% of not more than one subgoal): _______% Description of the Work to be performed with MBE prime’s own forces: _____________________________________________ ___________________________________________________

SECTION B: For all Contractors (including MBE Primes in a Joint Venture) MBE Firm Name:______________________________________ MBE Certification Number: _______________________________ (If dually certified, check only one box.)

African American-Owned Hispanic American- Owned Asian American-Owned Women-Owned Other MBE Classification

Percentage of Total Contract to be performed by this MBE: ________% Description of the Work to be Performed: ___________________________________ ___________________________________ ___________________________________ ___________________________________

UMUC RFP# 91268 - Facilities and Equipment Maintenance Page 77 of 115

MBE Firm Name:______________________________________ MBE Certification Number: _______________________________ (If dually certified, check only one box.)

African American-Owned Hispanic American- Owned Asian American-Owned Women-Owned Other MBE Classification

Percentage of Total Contract to be performed by this MBE: ________% Description of the Work to be Performed: ___________________________________ ___________________________________ ___________________________________ ___________________________________

MBE Firm Name:______________________________________ MBE Certification Number: _______________________________ (If dually certified, check only one box.)

African American-Owned Hispanic American- Owned Asian American-Owned Women-Owned Other MBE Classification

Percentage of Total Contract to be provided by this MBE: ________% Description of the Work to be Performed: ___________________________________ ___________________________________ ___________________________________ ___________________________________

CONTINUE ON SEPARATE PAGE IF NEEDED

Total MBE Participation: _______%* Total SubGoal Participation: Total African American MBE Participation: _____________% Total Asian American MBE Participation: _____________%

Total Hispanic American MBE Participation: _____________% Total Women-Owned MBE Participation: _____________%

*If the Total MBE Participation on this Form is less than the 25% goal, or if any of the sub-goal percentages are less than the required total of the sub-goal, I affirm that I will solicit certified MBE’s for minor renovation work done under the resulting Contract in order to achieve the goal and/or sub-goal. I affirm that I will submit to UMUC an MBE Schedule Form M1-B, as may be applicable, with the bids for the minor renovation work.

I solemnly affirm under the penalties of perjury that I have reviewed the instructions for the MBE Schedule 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 PRICE PROPOSAL

UMUC RFP# 91268 - Facilities and Equipment Maintenance Page 78 of 115

APPENDIX C

Contract Forms

Maintenance Contract – will be issued via addendum prior to the due date and time

for Technical Proposals Contract Affidavit

UMUC RFP# 91268 - Facilities and Equipment Maintenance Page 79 of 115

CONTRACT AFFIDAVIT

(This affidavit is a mandatory contract addendum in accordance with USM Procurement Policies and Procedures, but it is only required from the successful Contractor.)

A. AUTHORIZED REPRESENTATIVE I HEREBY AFFIRM THAT: I am the (title) SAMPLE and the duly authorized representative of (business) _____SAMPLE___________________________________and that I possess the legal authority to make this Affidavit on behalf of myself and the contractor for which I am acting. B. 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 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: __________________________________________________________ (2) Except as validly contested, the Contractor 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 to the State of Maryland prior to final settlement. C. 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.

UMUC RFP# 91268 - Facilities and Equipment Maintenance Page 80 of 115

(2) The undersigned bidder or offeror is unable to make the above certification regarding its investment activities in Iran due to the following activities: ______________________________________________________________________________ ______________________________________________________________________________ _____________________________________________________________________________ C. CERTAIN AFFIRMATIONS VALID I FURTHER AFFIRM THAT: To the best of my knowledge, information, and belief, each of the affirmations, certifications, or acknowledgments contained in that certain Proposal Affidavit dated , 20__, and executed by me for the purpose of obtaining the contract to which this Exhibit is attached remains true and correct in all respects as if made as of the date of this Contract Affidavit and as if fully set forth herein. 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: __________________________________________________

UMUC RFP# 91268 - Facilities and Equipment Maintenance Page 81 of 115

APPENDIX D Equipment List and Tool Inventory

Page 1 of 16

Asset Description Location Information1 UNIT HEATER 1 FIRST FLOOR LEROY MERRITT2 AIR HANDLER UNIT #1 EAST ATTIC ICC #SC053 AIR HANDLER UNIT #2 EAST ATTIC ICC #SC054 AIR HANDLER UNIT #3 EAST ATTIC ICC #SC055 AIR HANDLER UNIT #4 2ND FLOOR ICC #SC056 AIR HANDLER UNIT #5 EAST ATTIC ICC #SC057 AIR HANDLER UNIT #6 EAST ATTIC ICC #SC058 AIR HANDLER UNIT #7 EAST EAST ATTIC ICC #SC059 AIR HANDLER UNIT #7 WEST NORTH ATTIC ICC

10 AIR HANDLER UNIT #8 EAST ATTIC ICC #SC0511 AIR HANDLER UNIT #11 EAST ATTIC ICC #SC0512 AIR HANDLER UNIT #12 EAST ATTIC ICC #SC0513 AIR HANDLER UNIT #1617 EAST ATTIC ICC #SC0514 AIR HANDLER UNIT #18 EAST ATTIC ICC #SC0515 AIR HANDLER UNIT #19 EAST ATTIC ICC #SC0516 AIR HANDLER UNIT #20 EAST ATTIC ICC #SC0517 AIR HANDLER UNIT #21 EAST ATTIC ICC #SC0518 AIR HANDLER UNIT #23 EAST ATTIC ICC #SC0519 AIR HANDLER UNIT #24 EAST ATTIC ICC #SC0520 AIR HANDLER UNIT #25 EAST ATTIC ICC #SC0521 AIR HANDLER UNIT #26 EAST ATTIC ICC #SC0522 AIR HANDLER UNIT #27 EAST ATTIC ICC #SC0523 AIR HANDLER UNIT #29 EAST ATTIC ICC #SC0524 AIR HANDLER UNIT #30 EAST ATTIC ICC #SC0525 AIR HANDLER UNIT #31 EAST ATTIC ICC #SC0526 AIR HANDLER UNIT #32 EAST ATTIC ICC #SC0527 AIR HANDLER UNIT #33 BASEMENT EMCOR SHOP28 AIR HANDLER UNIT #41 BASEMENT ROOM 017929 AIR HANDLER UNIT #42 BASEMENT ICC MECHANICAL ROOM 011630 AIR HANDLER UNIT #43 BASEMENT CONFERENCE CENTER ROOM 012831 AIR HANDLER UNIT #44 BASEMENT ICC MECHANICAL ROOM 014232 AIR HANDLER UNIT #46 BASEMENT ICC MECHANICAL ROOM 013933 AIR HANDLER UNIT #48 1ST FLOOR ICC (ACROSS FROM THE COMMON KITCHEN)34 AIR HANDLER UNIT #49 1ST FLOOR ICC (COMMON AHU ROOM)35 AIR HANDLER UNIT #50 WEST MEZZANINE ABOVE KITCHED36 AIR HANDLER UNIT #51 WEST MEZZANINE ABOVE KITCHED37 AIR HANDLER UNIT #52 EAST MEZZANINE ABOVE KITCHED38 AIR HANDLER UNIT #53 ABOVE THE POTOMAC BALL ROOM IN THE MEZZANINE39 AIR HANDLER UNIT #54 ABOVE THE POTOMAC BALL ROOM IN THE MEZZANINE40 AIR HANDLER UNIT #55 ABOVE THE POTOMAC BALL ROOM IN THE MEZZANINE41 AIR HANDLER UNIT #57 ROOF ABOVE POTOMACK BALL ROOM MEZZANINE42 AIR HANDLER UNIT #59 WEST ATTIC ICC43 AIR HANDLER UNIT #60 ROOF ABOVE MAIN KITCHEN44 AIR HANDLER UNIT #61 BASEMENT ICC ROOM 017945 AIR HANDLER UNIT #A BASEMENT EAST LOADING DOC ROOM 0136B.46 CARRIER AIR HANDLER UNIT BASEMENT ICC RM # 013447 CARRIER CONDENSING UNIT ROOF TOP WEST LOADING DOCK48 LIBERT AIR HANDLER UNIT BASEMENT ICC RM # 013649 LIBERT CONDENSING UNIT ROOF TOP ABOVE WEST LOADING DOCK.50 VALVE-DOMESTIC WATER BACKFLOW THROUGH OUT THE BUILDING51 BOILER #1 BASEMENT ICC--PLANT IN BA52 BOILER #2 BASEMENT ICC--PLANT IN BA53 CHILLER #1 BASEMENT ICC--PLANT IN BA54 CHILLER #2 BASEMENT ICC--PLANT IN BA55 CHILLER #3 BASEMENT ICC--PLANT IN BA56 CHILLER #4 BASEMENT ICC--PLANT IN BA57 CHILLER (MERRITT) #1 OUTSIDE OF THE SOUTHSIDE OF THE ICC BUILDING.58 CONDENSER UNIT ROOF TOP GARDEN KITCHEN REFRIDGERATOR59 UPS 1 INDOOR ELECTRICAL RM 0176 NEAR EMCOR SHOP60 UPS 1 OUTDOOR NEXT TO THE GENERATOR OUTSIDE OF THE ICC BUILDING61 UPS 2 INDOOR LOCATED IN THE UPS RM 018262 UPS 2 OUTDOOR NEXT TO THE GENERATOR OUTSIDE OF THE ICC BUILDING63 COMPUTER ROOM AC #1 BASEMENT ICC Telephone RM 015264 COMPUTER ROOM AC #1 BASEMENT ICC Data Center RM 013165 COMPUTER ROOM AC #2 BASEMENT ICC Data Center RM 013166 COMPUTER ROOM AC #3 BASEMENT ICC Data Center RM 0131

EQUIPMENT INVENTORY - CONFERENCE CENTERRFP 91268 - Facilities and Equipment Maintenance

Page 2 of 16

67 COMPUTER ROOM AC #4 BASEMENT ICC Data Center RM 013168 COMPUTER ROOM AC #5 BASEMENT ICC Data Center RM 013169 COMPUTER ROOM AC #6 BASEMENT ICC Data Center RM 013170 COOLING TOWER #1 ICC OUTSIDE ICC OUTSIDE71 COOLING TOWER #2 ICC OUTSIDE ICC OUTSIDE72 COOLING TOWER #5 ICC OUTSIDE ICC OUTSIDE73 COOLING TOWER #6 ICC OUTSIDE ICC OUTSIDE74 HANDYCAP LIFT #1 1ST FLOOR ICC BUILDING--A75 ELEVATOR (HANDY) #1 1ST FLOOR CONFERENCE CENTER76 ELEVATOR # 1 PM MECHANICAL RM LOWER LEVEL77 ELEVATOR #2 PM MECHANICAL RM LOWER LEVEL78 ELEVATOR #3 PM MECHANICAL RM LOWER LEVEL79 ELEVATOR #4 PM MECHANICAL RM 0118 LOWER LEVEL80 ELEVATOR #5 PM MECHANICAL RM LOWER LEVEL81 ELEVATOR #6 PM MECHANICAL RM LOWER LEVEL82 ELEVATOR #7 PM MECHANICAL RM A0127 LOWER LEVEL83 HANDI CAP ELEVATOR #8 PM LEROY MERRITT GALLARY84 HANDI CAP LIFT #9 PM LEROY MERRITT GALLARY85 ELEVATOR # 1, 2 AC MECHANICAL RM LOWER LEVEL86 ELEVATOR # 3 AC MECHANICAL RM LOWER LEVEL87 ELEVATOR # 4 AC ROOM 0116A MECHANICAL RM 0118 LOWER LEVEL88 ELEVATOR # 5, 6 AC ROOM 0128 MECHANICAL RM LOWER LEVEL89 ELEVATOR #7 EX FAN MECHANICAL RM A0127 LOWER LEVEL90 FAN-EXHAUST #1 BASEMENT ICC- PLANT 91 FAN-EXHAUST #1 ROOF CONFERENCE CENTER GARDEN92 FAN-EXHAUST #2 BASEMENT ICC93 FAN-EXHAUST #3 WEST ATTIC ICC94 FAN-EXHAUST #5 ROOF TOP ABOVE MAIN KITCHEN HOOD95 FAN-EXHAUST #6 3RD FLOOR SOUTH ATTIC96 FAN-EXHAUST #7 3RD FLOOR NORTH ATTIC97 FAN-EXHAUST #8 3RD NORTH ATTIC98 FAN-EXHAUST #9 1ST FLOOR WEST KITCHEN MEN RESTROOM99 FAN-EXHAUST #10 1ST FLOOR WEST KITCHEN WOMEN RESTROOM

100 FAN-EXHAUST #11 1ST FLOOR MEN RESTROOM KITCHEN101 FAN-EXHAUST #12 1ST FLOOR EAST WOMEN RESTROOM102 FAN-EXHAUST #13 MAIN PLANT BY THE GREASE TANK103 FAN-EXHAUST #27 KITCHEN EAST MEZZANINE104 FAN-EXHAUST #27 EAST OF THE ATTIC105 FAN-EXHAUST #33 EAST ATTIC MECHANICAL #SC05106 FAN-EXHAUST #43 WEST ATTIC ICC107 FAN-EXHAUST #51 KEITCHEN MEZZIN108 FAN-EXHAUST #55 EAST ATTIC ICC #SC05109 FAN- EXHAUST #56 ROOF TOP110 FAN-EXHAUST #60 ROOF TOP ABOVE MAIN KITCHEN HOOD111 ELECTRIC UNIT HEATER #1 3RD FLOOR NORTH ATTIC112 ELECTRIC UNIT HEATER #2 3RD FLOOR NORTH ATTIC113 FAN-SUPPLY #1 LOWER LEVEL MAIN PLANT #0186114 FAN- SUPPLY #2 LOWER LEVEL MAIN PLANT #0186115 CONDENSING UNIT WALKING COOLER ROOF CONFERENCE CENTER116 FAN-RETURN #1 EAST ATTIC #SC05117 FAN-RETURN #2 EAST ATTIC #SC05118 FAN-RETURN #3 EAST ATTIC #SC05119 FAN-RETURN #4 2ND FLOOR ICC #SC05120 FAN-RETURN #5 EAST ATTIC #SC05121 FAN-RETURN #6 EAST ATTIC ICC #SC05122 FAN-RETURN #7 EAST ATTIC #SC05123 FAN-RETURN #8 EAST ATTIC #SC05124 FAN-RETURN #11 EAST ATTIC #SC05125 FAN-RETURN #12 EAST ATTIC #SC05126 FAN-RETURN #18 EAST ATTIC #SC05127 FAN-RETURN #19 EAST ATTIC #SC05128 FAN-RETURN #20 EAST ATTIC #SC05129 FAN-RETURN #21 EAST ATTIC #SC05130 FAN-RETURN #23 EAST ATTIC #SC05131 FAN-RETURN #24 EAST ATTIC #SC05132 FAN-RETURN #25 EAST ATTIC #SC05133 FAN-RETURN #26 EAST ATTIC #SC05134 FAN-RETURN #26 BASEMENT CONFERENCE CENTER #SC05135 FAN-RETURN #29 EAST ATTIC #SC05136 FAN-RETURN #30 EAST ATTIC #SC05137 FAN-RETURN #31 EAST ATTIC #SC05

Page 3 of 16

138 FAN-RETURN #32 EAST ATTIC #SC05139 BATHROOM EXHAUST/ RETURN FAN #27 EAST ATTIC #SC05140 FAN-RETURN #55 1ST FLOOR PATOMIC BALL ROOM141 FAN-RELIEF #44 BASEMENT ICC-PLANT RM 0186142 FAN-SUPPLY #44 BASEMENT ICC-PLANT RM 0186143 ICE MACHINE 4TH VENDING RM 4TH ICE MACHINE144 SPLIT SYSTEM VENDING ROOM BY RM 438145 FAN COIL UNIT 2ND FLOOR EAST CONCOURSE146 FAN COIL UNIT 1ST FLOOR EAST CONCOURSE 147 STAIRWELL # 4 LOWER LEVEL STAIRWELL #4 LOWER LEVEL148 ELEVATOR 4 2ND FLOOR LANDING FCU ELEVATOR 4 2ND FLOOR LANDING149 FAN COIL UNIT # 1 SECURITY OFFICE SUPERVISOR OFFICE RM #103150 FAN COIL UNIT # 2 SECURITY OFFICE RM 105151 FAN COIL UNIT # 3 SECURITY OFFICE RM 106152 FAN COIL UNIT FOR MAIN ENTRANC E IN COMMON CEILING BEHIND THE ANNUNCIATOR PANEL153 FAN COIL UNIT #4 1ST FLOOR ICC EAST CONCOURSE154 FAN COIL UNIT #5 IN THE CEILING OF THE CONFERENCE RM 0171155 FAN COIL UNIT #6 2ND FLOOR ICC FAN 156 FAN COIL UNIT #6 IN THE CEILING OF RM 0173 E STORAGE RM IN EXECUTIVE OFFICE.157 FAN COIL UNIT #7 IN THE CEILING OF RM 0173 HR OFFICE IN THE EXECUTIVE OFFICE.158 FAN COIL UNIT # 8 IN THE CEILING BY RM # 0175C IN THE EXECUTIVE OFFICE.159 FAN COIL UNIT #9 IN THE CEILING BY RM 0175C IN THE EXECUTIVE OFFICE.160 FAN COIL UNIT # 10 IN THE CEILING ACROSS FROM RM 0189E IN THE EXECUTIVE OFFICE161 FAN COIL UNIT # 11 IN THE CEILING ACROSS FROM RM 0189C IN THE EXECUTIVE OFFICE.162 FAN COIL UNIT # 12 IN THE 0189D STORAGE RM IN THE EXECUTIVE OFFICE.163 FAN COIL UNIT # 13 IN THE CEILING OF ROOM 0181D IN THE EXECUTIVE OFFICE.164 FAN COIL UNIT 2ND FLOOR LANDING 2ND FLOOR ELEVATOR LANDING165 FAN COIL UNIT 3RD FLOOR LANDING 3RD FLOOR ELEVATOR LANDING166 FAN COIL UNIT 4TH FLOOR LANDING 4TH FLOOR ELEVATOR LANDING167 FAN COIL UNIT 5TH FLOOR LANDING 5TH FLOOR ELEVATOR LANDING168 FAN COIL UNITS GUEST ROOMS 2ND FLOOR GUEST ROOMS 201-245 (45 FCU's TOTAL)169 FAN COIL UNITS GUEST ROOMS 3RD FLOOR GUEST ROOMS 301-345 (45 FCU's TOTAL)170 FAN COIL UNITS GUEST ROOMS 4TH FLOOR GUEST ROOMS 409-438 (25 FCU's TOTAL)171 FAN COIL UNITS GUEST ROOMS 5TH FLOOR GUEST ROOMS 509-534 (25 FCU's TOTAL)172 FILTER (WATER) #1 3RD FLOOR ICC ROOM 3114A173 HUMIDIFIER #1 BASEMENT LEROY MERRITT GA174 HUMIDIFIER #2 BASEMENT LEROY MERRITT GA175 WATER HEATER (DOMESTIC) LOCATED IN ICC MAIN PLANT176 WATER FOUNTAIN #1 3RD NORTHSIDE177 WATER FOUNTAIN #2 3RD SOUTHSIDE178 REFRIGERATOR PANTRY ROOM 3130179 REFRIGERATOR WORK ROOM 3115A180 ICE MAKER PANTRY ROOM 3114A181 ICE MACHINE #1 DRY COOLER 1ST KITCHEN WINDOW ACCESS182 ICE MACHINE CONDENSER AND ICE BIN 1ST FLOOR LOCATED IN THE BANQUET AREA NEXT TO 3 DOOR VICTORY 183 ICE MACHINE #1 COMMON KITCHEN184 ICE MACHINE #2 2ND FLOOR OF THE ICC BUILDING185 ICE MACHINE #3 3RD FLOOR OF THE ICC BUILDING186 ICE MACHINE #4 4TH FLOOR OF THE ICC BUILDING187 BALOMETER #001 RM 0174 LOWER LEVEL EMCOR SHOP188 PUMP #4 L/L PLANT -MAIN PLANT RM 0186189 PUMP #5 L/L PLANT -MAIN PLANT RM 0186190 PUMP #6 L/L PLANT -MAIN PLANT RM 0186191 PUMP #7A L/L PLANT -MAIN PLANT RM 0186192 PUMP #7B L/L PLANT -MAIN PLANT RM 0186193 PUMP #8 L/L PLANT -MAIN PLANT RM 0186194 PUMP #9 L/L PLANT -MAIN PLANT RM 0186195 PUMP #10 L/L PLANT -MAIN PLANT RM 0186196 PUMP #11 L/L PLANT -MAIN PLANT RM 0186197 PUMP #12 L/L PLANT -MAIN PLANT RM 0186198 PUMP #13 L/L PLANT -MAIN PLANT RM 0186199 PUMP #16 L/L PLANT -MAIN PLANT RM 0186 200 PUMP #17 L/L PLANT -MAIN PLANT RM 0186201 HXT CWP #8 L/L PLANT -MAIN PLANT RM 0186202 SWEEPER SYSTEM #1 L/L PLANT -MAIN PLANT RM 0186203 SWEEPER SYSTEM #2 L/L PLANT -MAIN PLANT RM 0186204 PUMP-SUMP #1 LOWER LEVEL OF THE DATA CENTER205 PUMP-SUMP #2 MECHANICAL ROOM 0179206 PUMP-SUMP #3 BASEMENT ICC ROOM 0116207 PUMP-SUMP #4 MECHANICAL ROOM 0128208 PUMP-SUMP #5 MECHANICAL ROOM AHU 44

Page 4 of 16

209 PUMP-SUMP #6 BASEMENT ICC MAIN PLANT210 PUMP-SUMP #7 ACROSS FROM ROOM 0155211 PUMP-SUMP #8 BASEMENT ICC MECHANICAL RM212 PUMP-SUMP #9 BASEMENT ICC PLANT213 PUMP-SUMP #10 BASEMENT ICC 5A MECHANICAL ROOM214 PUMP-SUMP #11 TELECOM ROOM LOWER LEVEL215 PUMP-SUMP #12 WEST FREIGHT ELEVATOR216 PUMP-SUMP #13 BACK OF THE DATA CENTER217 PUMP-SUMP #14 BASEMENT RM 011218 PUMP-SUMP #15 BASEMENT RM 0131A219 PUMP-SUMP #16 OUTSIDE DRASIC CIRCLE220 PUMP-SUMP #17 PIT OF ELEVATOR #7221 PUMP-CONDENSATE TANK #1 AHU 33/34 MECHANICAL ROOM222 PUMP-FEED WATER #1 BASEMENT ICC PLANT223 PUMP-FEED WATER #2 BASEMENT ICC PLANT224 PUMP-FEED WATER #3 BASEMENT ICC PLANT225 PUMP-HEAT EXCHANGER #7 BASEMENT ICC MAIN PLANT226 PUMP-HOT WATER #1 BASEMENT MAIN PLANT227 PUMP-HOT WATER #2 BASEMENT MAIN PLANT228 PUMP-HOT WATER #3 BASEMENT LEROY MERRITT CE229 PUMP #1 BASEMENT MAIN PLANT230 PUMP #2 BASEMENT MAIN PLANT231 PUMP #3 BASEMENT MAIN PLANT232 CHWP #5 BASEMENT MAIN PLANT233 CHWP #6 BASEMENT MAIN PLANT234 PUMP-GLYCOL #1 PATOMIC BALL RM MAZZE235 PUMP-GLYCOL #2 PATOMIC BALL RM MAZZE236 PUMP-GLYCOL #3 PATOMIC BALL RM MAZZE237 PUMP-GLYCOL #4 PATOMIC BALL RM MAZZE238 PUMP-CONDENSATE TANK #1 L/L MAIN PLANT - CONDENSATE. D239 PUMP-CONDENSATE TANK #2 L/L MAIN PLANT - CONDENSATE. T240 PUMP-FUEL OIL #1 LL PLANT BOILER ROOM241 PUMP-FUEL OIL #2 LL PLANT BOILER ROOM 242 PUMP-FIRE LOWER LEVEL ROOM 0116243 PUMP-JOCKEY LOWERT LEVEL ROOM 0116244 PUMP-COOLING LOOP FEEDER TANK SHEPPARD GALLERY MECH RM245 KITCHEN-STEAMER (CONVECTION) #1 MAIN KITCHEN NORTH246 KITCHEN-STEAMER (CONVECTION) #2 MAIN KITCHEN NORTH247 FREEZER, UNDERCOUNTER, REACH-IN COMMON KITCHEN248 EXHAUST HOOD COMMON KITCHEN249 EXHAUST HOODS MAIN KITCHED250 REFRIGERATOR 4 DOOR REACH-IN COMMON KITCHEN251 FREEZER COMMON KITCHEN252 REFRIGERATED COUNTER, SANDWICH TOP COMMON KITCHEN253 INDUCTION BURNERS COMMON KITCHEN254 COLD TALBE COMMON KITCHEN255 SERVING COUNTER, HOT FOOD, ELECTRIC COMMON KITCHEN256 SERVING COUNTER, HOT FOOD, ELECTRIC COMMON KITCHEN257 PIZZA PREP TABLE REFRIGERATED COMMON KITCHEN258 ICE MACHINE COMMON KITCHEN259 REFRIGERATOR SANDWICH TOP COMMON KITCHEN260 TOASTER, CONVERYOR TYPE COMMON KITCHEN261 EXISTING FREEZER REACH-IN COMMON KITCHEN262 SLIDING DOOR REFRIGERATOR REACH-IN COMMON KITCHEN263 PROOFER HOLDING CABINET, MOBILE COMMON KITCHEN264 REFRIGERATED EQUIPMENT STAND COMMON KITCHEN265 FRYER, GAS, FLOOR MODEL, FULL POT SAFETY COMMON KITCHEN266 10 BURNER STOVE COMMON KITCHEN267 WALK-IN COOLER CONDENSER COMMON KITCHEN ROOF TOP268 WALK-IN COOLER EVAPERATOR COMMON KITCHEN269 GRIDDLE COMMON KITCHEN270 CHARBROILER GRILL COMMON KITCHEN271 FOOD SLICER, ELECTRIC MAIN KITCHEN NORTH272 STAND ALONE FOOD MIXER MAIN KITCHEN NORTH273 FOOD MIXER MAIN KITCHEN NORTH274 EXISTING FOOD PROCESSOR MAIN KITCHEN NORTH275 FOOD SLICER MAIN KITCHEN NORTH276 CONVECTION OVEN, GAS MAIN KITCHEN NORTH277 CONVECTION OVEN, GAS MAIN KITCHEN NORTH278 COMBI OVEN, GAS, FULL SIZE #1 MAIN KITCHEN NORTH279 COMBI OVEN, GAS, FULL SIZE #2 MAIN KITCHEN NORTH

Page 5 of 16

280 KETTLE FILLER STANCION MAIN KITCHEN NORTH281 TILITING SKILLET BRAISING PAN, GAS MAIN KITCHEN NORTH282 KETTLE, TILITING, DIRECT STEAM MAIN KITCHEN NORTH283 6 BURNER RANGE WITH SINGLE OVEN MAIN KITCHEN NORTH284 CHARBROILER MAIN KITCHEN NORTH285 FRYER BATTERY, GAS MAIN KITCHEN NORTH286 FRYER BATTERY, GAS MAIN KITCHEN NORTH287 BLAST CHILLER, ROLL-IN MAIN KITCHEN NORTH288 WALK IN COOLER STAND ALONE MAIN KITCHEN SOUTH289 KITCHEN-FOOD WARMER #1 MAIN KITCHEN290 KITCHEN-FOOD WARMER #2 MAIN KITCHEN291 KITCHEN-FOOD WARMER #3 MAIN KITCHEN292 KITCHEN-FOOD WARMER #5 MAIN KITCHEN293 KITCHEN-FOOD WARMER #6 MAIN KITCHEN294 KITCHEN-FOOD WARMER #7 MAIN KITCHEN 295 KITCHEN-FOOD WARMER #8 MAIN KITCHEN296 KITCHEN-FOOD WARMER #9 MAIN KITCHEN297 KITCHEN-FOOD WARMER A MAIN KITCHEN298 KITCHEN-FOOD WARMER B MAIN KITCHEN299 KITCHEN-FOOD WARMER C MAIN KITCHEN300 KITCHEN-FOOD WARMER D MAIN KITCHEN301 KITCHEN-FOOD WARMER E MAIN KICHEN302 KITCHEN-FOOD WARMER F MAIN KICHEN303 KITCHEN-FOOD WARMER G MAIN KICHEN304 HEATED CABINET, MOBILE, HALF-HEIGHT #1 BANQUET KITCHEN305 HEATED CABINET, MOBILE, HALF-HEIGHT #2 BANQUET KITCHEN306 PROOFER HOLDING CABINET, MOBILE BANQUET KITCHEN307 VICTORY 3 DOOR BANQUET KITCHEN308 REFRIGERATOR, REACH-IN, 1 SECTIONS PATUXENT RM 1ST ICC309 REFRIGERATOR, REACH-IN 2, SECTIONS PATUXENT RM 1ST ICC310 COLD WELL #1 PATUXENT RM LOBBY ICC311 COLD WELL #2 PATUXENT RM LOBBY ICC312 HOT PLATE #1 PATUXENT RM LOBBY ICC313 HOT PLATE #2 PATUXENT RM LOBBY ICC314 HOT PLATE #3 PATUXENT RM LOBBY ICC315 HOT PLATE #4 PATUXENT RM LOBBY ICC316 HOT PLATE #5 PATUXENT RM LOBBY ICC317 HOT PLATE #6 PATUXENT RM LOBBY ICC318 HOT PLATE #7 PATUXENT RM LOBBY ICC319 HOT PLATE #8 PATUXENT RM LOBBY ICC320 HOT PLATE #9 PATUXENT RM LOBBY ICC321 HOT PLATE #10 PATUXENT RM LOBBY ICC322 REFRIGERATOR, WINE, REACH-IN BAR323 REFRIGERATOR, WINE, REACH-IN BAR324 UNDER THE COUNTER DISH WASHER BAR325 SLIDING DOOR BEVERAGE COOLER BAR326 BACKBAR CABINET, REFRIGERATED BAR327 ICE MACHINE, NUGGET COMPRESSED PATOMAC PANTRY KITCHEN328 REFTIGERTOR PATOMAC PANTRY KITCHEN329 WALK-IN COOLER #1 FOOD STORAGE ROOM 0180330 WALK-IN FREEZER #1 FOOD STORAGE ROOM 0180331 BEVERAGE WALK-IN COOLER #2 FOOD SORAGE ROOM #7332 WALK-IN COOLER EVAPERATOR #1 CENTER OF MAIN KITCHEN333 WALK-IN COOLER EVAPERATOR #2 CENTER OF MAIN KITCHEN334 WALK-IN FREEZER EVAPERATOR #1 CENTER OF MAIN KITCHEN335 WALK-IN FREEZER EVAPERATOR #2 CENTER OF MAIN KITCHEN336 FAN COIL A NETWORK OPERATIONS VOICE/DATA RM#0157337 FAN COIL B NATIONAL LEADERSHIP INSTITUTE STORGAE RM #0153338 FAN COIL C NATIONAL LEADERSHIP INSTITUTE RM #0151339 FAN COIL D LOWER LEVEL 0151A340 VARIABLE AIR VOLUME-ATU #1 BASEMENT Conference Center341 VARIABLE AIR VOLUME-ATU #2 BASEMENT LEROY MERRITT GA342 VARIABLE AIR VOLUME-ATU #3 BASEMENT LEROY MERRITT GA343 VARIABLE AIR VOLUME-ATU #4 BASEMENT LEROY MERRITT GA344 VARIABLE AIR VOLUME-ATU #5 BASEMENT LEROY MERRITT GA345 VARIABLE AIR VOLUME-ATU #6 BASEMENT LEROY MERRITT GA346 VARIABLE AIR VOLUME-ATU #7 BASEMENT LEROY MERRITT GA347 VARIABLE AIR VOLUME 45-48 2ND FLOOR CONFERENCE ROOM WING (4-VAV'S TIED TO AHU-3)348 VARIABLE AIR VOLUME 1-44 3RD FLOOR EXECUTIVE WING (44-VAV's TIED TO AHU#3

Page 6 of 16

Asset Description Location Information1 FAN-EXHAUST #1 NH LL LINEN RM NB50 NH LL2 FAN-EXHAUST #2A NEW HOTEL LOWER LEVEL MAIN ELECTRIC3 FAN EXHAUST #2B BASEMENT MAIN ELETRICAL RM NB524 FAN-EXHAUST #3A BASEMENT FIRE PUMP ROOM 5 FAN-EXHAUST #3B BASEMENT WATER PUMP RM NB516 FAN-EXHAUST #3C 4TH FLOOR ERU#4 MECHANICAL ROOM7 FAN-EXHAUST #4A 4TH FLOOR NORTHSIDE ATTIC8 FAN-EXHAUST #4B 1ST FLOOR NEW HOTEL ERU #29 FAN-EXHAUST #5 1ST FLOOR NEW HOTEL SOUTH ELECTRICAL ROOM

10 FAN EXHAUST #6 BASEMENT STORAGE ROOM11 FAN-EXHAUST #7 1ST FLOOR NEW HOTEL ERU #1 MECHANICAL ROOM12 FAN-EXHAUST #8 2ND FLOOR 2ND FLOOR ELECT13 FAN-EXHAUST #9 2ND FLOOR 2ND FLOOR ELECT14 FAN-EXHAUST #10 3RD FLOOR 3RD FLOOR ELECT15 FAN-EXHAUST #11 3RD FLOOR 3RD FLOOR ELECT16 FAN-EXHAUST #12 4TH FLOOR SOUTHSIDE ATTIC17 FAN-EXHAUST #13 4TH FLOOR SOUTH ATTIC18 FAN-EXHAUST #14 4TH FLOOR 4TH FLOOR ELECT19 FAN-EXHAUST #15 5TH FLOOR 5TH FLOOR ELECT20 FAN-EXHAUST #16 5TH FLOOR ATTIC21 FAN-EXHAUST #17 5TH FLOOR 5TH FLOOR ATTIC22 FAN-EXHAUST #17 NORTH ATTIC OF NEW HOTEL23 FAN-EXHAUST #18 5TH FLOOR 5TH FLOOR ATTIC24 FAN-EXHAUST #18 NORTH ATTIC OF NEW HOTEL25 FAN-EXHAUST #19 4TH FLOOR 4TH FLOOR NORTH26 FAN-EXHAUST #20 4TH FLOOR 4TH FLOOR NORTH27 AIR HANDLER UNIT #1 BASEMENT NEW HOTEL28 AIR HANDLER UNIT #2 BASEMENT NEW HOTEL29 AIR HANDLER UNIT #3 1ST FLOOR HALLWAY30 AIR HANDLER UNIT #4 1ST FLOOR ROOM 1308 31 AIR HANDLER UNIT #5 1ST FLOOR ROOM N-13632 AIR HANDLER UNIT #6 1ST FLOOR ROOM 131233 AIR HANDLER UNIT #7 1ST FLOOR HALLWAY RM 131034 AIR HANDLER UNIT #8 1ST FLOOR HALLWAY BY RM 180835 AIR HANDLER UNIT #9 1ST FLOOR HALLWAY RM N-10536 AIR HANDLER UNIT #10 1ST FLOOR NEW HOTEL37 AIR HANDLER UNIT #11 1ST FLOOR NEW HOTEL38 AIR HANDLER UNIT #12 1ST FLOOR ROOM N-12039 AIR HANDLER UNIT #13 1ST FLOOR HALLWAY N-10740 AIR HANDLER UNIT #14 1ST FLOOR HALLWAY N-10441 AIR HANDLER UNIT #15 1ST FLOOR HALLWAY N-10642 AIR HANDLER UNIT #16 BASEMENT 1ST ROOM 130943 AIR HANDLER UNIT #17 BASEMENT 1ST ROOM N-10944 AIR HANDLER UNIT #18 1ST FLOOR AV ROOM45 AIR HANDLER UNIT # 19 2ND FLOOR SOUTHSIDE46 AIR HANDLER UNIT # 20 2ND FLOOR NORTHSIDE47 AIR HANDLER UNIT # 21 3RD FLOOR NORTHSIDE. 48 AIR HANDLER UNIT # 22 3RD FLOOR SOUTHSIDE RM 35949 AIR HANDLER UNIT # 23 4TH FLOOR NORTHSIDE50 AIR HANDLER UNT # 24 4TH FLOOR SOUTHSIDE 51 AIR HANDLER UNIT # 25 5TH FLOOR NORTHSIDE52 AIR HANDLER UNIT # 26 5TH FLOOR SOUTHSIDE53 RCU #1 OUTSIDE OF THE NEW HOTEL54 CR #1 BASEMENT LEVEL OF THE NEW HOTEL55 ENERGY RECOVERY UNIT #1 1ST FLOOR ROOM N-13356 ENERGY RECOVERY UNIT #2 1ST FLOOR ROOM N-11257 ENERGY RECOVERY UNIT #3 4TH FLOOR SOUTH ATTIC58 ENERGY RECOVERY UNIT #4 4TH FLOOR NORTHSIDE ATTIC59 ENERGY RECOVERY UNIT #5 MAIN ATTIC NEW HOTEL60 HOT WATER PUMP 4TH FLOOR SOUTH ATTIC61 HOT WATER PUMP 4TH FLOOR NORTHSIDE ATTIC NEXT TO ERU 462 HOT WATER PUMP MAIN ATTIC NEW HOTEL63 FOUNTAIN #1N 1ST FLOOR 64 FOUNTAIN #1S 1ST FLOOR 65 HUMIDIFIER #1 1ST FLOOR MECHANICAL RM 13366 HUMIDIFIER #2 1ST FLOOR MECHANICAL RM 112

EQUIPMENT INVENTORY - HOTELRFP 91268 - Facilities and Equipment Maintenance

Page 7 of 16

67 HUMIDIFIER #3 4TH FLOOR SOUTHSIDE ATTIC68 HUMIDIFIER #4 4TH FLOOR NORTHSIDE ATTIC69 HUMIDIFIER #5 ATTIC WITH ERU # 570 ICE MACHINE 2ND FLOOR 2ND FLOOR 71 ICE MACHINE 3RD FLOOR 3RD FLOOR 72 ICE MACHINE 4TH FLOOR 4TH FLOOR73 ICE MACHINIE 5th FLOOR 5TH FLOOR 74 MITSUBISHI MINI MATE DUCTLESS SYSTEM ATTIC PASS ELEV MACHINE RM OUTDOOR UNIT.75 MITSUBISHI MINI MATE DUCTLESS SYSTEM ATTIC PASS ELEV MACHINE RM INDOOR UNIT.76 2ND FLOOR ROOM PM 2ND FLOOR 2ND FLOOR NEW H77 3RD FLOOR ROOM PM 3RD FLOOR 3RD FLOOR NEW H78 4TH FLOOR ROOM PM 4TH FLOOR 4TH FLOOR NEW H79 5TH FLOOR ROOM PM 5TH FLOOR 5TH FLOOR NEW H80 FAN COIL UNIT #1-1 FLR 1 NEW HOTEL STORAGE ROOM81 FAN COIL UNIT #1-2 1ST FLOOR NEW HOTEL MEN RESTROOM82 FAN COIL UNIT #1-3 1ST FLOOR NEW HOTEL WOMEN RESTROOM83 FAN COIL UNIT #1-4 1ST FLOOR NEW HOTEL BACK OFFICE84 FAN COIL UNIT #1-5 1ST FLOOR NEW HOTEL85 FAN COIL UNIT #1-6 1ST FLOOR NEW HOTEL NORTH MEN RESTROOM86 FAN COIL UNIT #1-7 1ST FLOOR NEW HOTEL NORTH WOMEN RESTROOM87 FAN COIL UNIT #1-8 1ST FLOOR NEW HOTEL NORTH GIFT SHOP88 FAN COIL UNIT #1-9 BASEMENT NEW HOTEL89 FAN COIL UNIT #1-10 1ST FLOOR NEW HOTEL STAIRWELL 90 FAN COIL UNIT #1-11 1ST FLOOR NEW HOTEL STAIRWELL91 FAN COIL UNIT'S GUEST ROOMS 2ND FLOOR GUEST ROOMS 250-298 (45-FCU's TOTAL)92 FAN COIL UNIT GUEST ROOMS 3RD FLOOR GUEST ROOMS 350-398 (51-FCU's TOTAL)93 FAN COIL UNIT GUEST ROOMS 4TH FLOOR GUEST ROOMS 465-483 (20-FCU's TOTAL)94 FAN COIL UNIT GUEST ROOMS 5TH FLOOR GUEST ROOMS 526-583 AND CONCIERGE LOUNGE (20-FCU's TOTAL)95 GENERATOR #1 1ST FLOOR NEXT TO WEST LAODING DUCK96 PUMP-SUMP #1 BASEMENT TUNNEL FROM ICC TO NEW HOTEL97 PUMP-SUMP #2 BASEMENT TUNNEL FROM ICC TO NEW HOTEL98 PUMP-SUMP #3 BASEMENT TUNNEL FROM ICC TO NEW HOTEL99 PUMP-SUMP #4 PIT OF THE FREIGHT ELEVATOR

100 PUMP-SUMP #5 PIT OF THE PASSENGER ELEVATOR101 PUMP-JOCKEY FIRE PUMP NB51 LOWER LEVEL102 PUMP-FIRE FIRE PUMP ROOM NB51103 SOFFIT HEATER HUH 1-1 OUTSIDE IN FRONT OF THE BUILDING104 SOFFIT HEATER HUH 1-2 OUTSIDE IN FRONT OF THE BUILDING105 SOFFIT HEATER HUH 1-3 OUTSIDE IN FRONT OF THE BUILDING106 SOFFIT HEATER HUH 1-4 OUTSIDE IN FRONT OF THE BUILDING107 ELEVATOR #1 PASSENGER LOCATED IN THE CENTER OF NEW HOTEL.108 ELEVATOR #2 PASSENGER LOCATED IN THE CENTER OF NEW HOTEL.109 ELEVATOR #3 FREIGHT ELEVATOR

Page 8 of 16

Asset Description Location Information1 AIR CONDITIONING UNIT (CEILING) ROOM 4903 SOUTH SUPPORT2 AIR CONDITIONING UNIT #1 4TH FLOOR, ROOM 42553 AIR HANDLER UNIT #1 SOUTH ATTIC4 AIR HANDLER UNIT #2 NORTH ATTIC5 AIR HANDLER UNIT #3 SOUTH ATTIC6 AIR HANDLER UNIT #4 NORTH ATTIC7 AIR HANDLER UNIT #5 SOUTH ATTIC8 AIR HANDLER UNIT #6 NORTH ATTIC9 BOILER (GAS) #1 MAIN PLANT 1903 MECHANICAL ROOM

10 BOILER (GAS) #2 MAIN PLANT 1903 MECHANICAL ROOM11 BOILER (GAS) #3 MAIN PLANT 1903 MECHANICAL ROOM12 BOILER (GAS) #4 MAIN PLANT 1903 MECHANICAL ROOM13 BOILER (GAS) #5 MAIN PLANT 1903 MECHANICAL ROOM14 DOMESTIC HOT WATER BOILER #1 ROOM 1910 SOUTHSIDE ADMIN 15 DOMESTIC HOT WATER BOILER #2 1931B NORTHSIDE OF THE MECHANICAL ROOM16 CHILLER #1 MAIN PLANT 1903 MECHANICAL ROOM17 CHILLER #2 MAIN PLANT 1903 MECHANICAL ROOM18 UPS MR. SLIM #1 ROOM 1905 UPS ROOM INDOOE UNIT19 UPS MR. SLIM #1 CONDENSING UNIT OUTSIDE OF THE SOUTHSIDE OF THE ADMIN BUILDING20 UPS MR. SLIM #2 ROOM 1905 UPS ROOM INDOOR UNIT21 UPS MR. SLIM #2 CONDENSING UNIT SOUTSIDE OF THE SOUTHSIDE ADMIN22 SOLID SPERATOR MAIN PLANT 1903 MECHANICAL ROOM23 FAN-RETURN #1 SOUTH ATTIC24 FAN-RETURN #2 NORTH ATTIC25 FAN-RETURN #3 SOUTH ATTIC ROOM 529826 FAN-RETURN #4 NORTH ATTIC CENTER ROOM27 FAN-EXHAUST# 14 MAIN PLANT 1903 MECHANICAL ROOM28 FAN-EXHAUST #13 ROOM 1301 ADMIN. ACROSS FROM THE MAIN ELECTRIC ROOM 190429 COOLING TOWER #7 OUTSIDE OF THE GARAGE WESTSIDE30 FAN-EXHAUST #12 NORTH ATTIC31 FAN-EXHAUST # 6 NORTH ATTIC32 FAN- EXHAUST #4 SOUTH ATTIC33 FAN-EXHAUST #7 NORTH ATTIC34 FAN-EXHAUST #5 NORTH ATTIC35 FAN-EXHAUST #1 ADMIN SOUTHSIDE 1ST FLOOR 190336 FAN-EXHAUST #11 SOUTH ATTIC37 FAN-EXHAUST #3 1ST FLOOR ADMIN ROOM 1904 ELECTRICAL ROOM38 FAN-RETURN #4 NORTH ATTIC CENTER ROOM39 HANDICAP WATER FOUNTAIN #16 N 4TH FLOOR SOUTHSIDE40 WATER FOUNTAIN #15 4TH FLOOR SOUTHSIDE41 HANDICAP WATER FOUNTAIN # 14 4TH FLOOR NORTHSIDE42 WATER FOUNTAIN #13 4TH FLOOR NORTHSIDE43 HANDICAP WATER FOUNTAIN #12 3RD FLOOR SOUTHSIDE44 WATER FOUNTAIN # 11 3RD FLOOR SOUTHSIDE45 HANDICAP WATER FOUTAIN # 10 3RD FLOOR NORTHSIDE46 WATER FOUNTAIN #9 3RD FLOOR NORTHSIDE47 HANDICAP WATER FOUNTAIN #8 2ND FLOOR SOUTHSIDE48 WATER FOUNTAIN #7 2ND FLOOR SOUTHSIDE49 HANDICAP WATER FOUNTAIN #6 2ND FLOOR NORTHSIDE50 WATER FOUNTAIN #5 2ND FLOOR NORTHSIDE51 HANDICAP WATER FOUNTAIN #4 1ST FLOOR SOUTHSIDE52 WATER FOUNTAIN #3 1ST FLOOR SOUTHSIDE53 HANDICAP WATER FOUNTAIN #2 1ST FLOOR NORTHSIDE54 WATER FOUNTAIN #1 1ST FLOOR NORTHSIDE55 FOUNTAIN #3 3RD FLOOR SFSC HALLWAY56 ELEVATOR #1 ROOM 5911 INDOOR SOUTH ATTIC57 ELEVATOR MACHINE SOUTH ATTIC SOUTH ATTIC58 ELEVATOR #2 MACHINE ROOM 4912A CENTER 4TH FLOOR59 ELEVARTOR # 2 CONDENSING UNIT ROOM NORTH ATTIC60 ELEVATOR MACHINE OUTDOOR UNIT NORTH ATTIC61 ELEVATOR MACHINE INDOOR ROOM 5917 SOUTH ATTIC MACHINE ROOM62 GENERATOR ADMIN ROOM 190863 PUMP-HEATING SUPPLY # 3 MECHANICAL ROOM 190364 PUMP-HEATING SUPPLY #4 MECHANICAL ROOM 190365 VRV 1-1 1ST FLOOR 1A DATA ROOM 191766 VRV 1-2 2ND FLOOR 2A DATA ROOM 2917

EQUIPMENT INVENTORY - ADMINISTRATION BUILDINGRFP 91268 - Facilities and Equipment Maintenance

Page 9 of 16

67 VRV 1-3 3RD FLOOR 3A DATA ROOM 391768 VRV 1-4 4TH FLOOR 4A DATA ROOM 491769 VRV 2-1 1ST FLOOR 1A DATA ROOM 192470 VRV 2-2 2ND FLOOR 2B DATA ROOM 292471 VRV 2-3 3RD FLOOR 3B DATA ROOM 392472 VRV 2-4 4TH FLOOR 4B DATA ROOM 492473 VRV CONDESING UNIT CU-1 SOUTHSIDE ATTIC ROOM 529874 VRV CONDENSING UNIT CU-2 NORTHSIDE ATTIC ROOM 591775 PUMP-CHILLED WATER (SUPPLY) #1 MECHANICAL ROOM 190376 PUMP-CHILLED WATER #2 MECHANICAL ROOM 190377 PUMP-FIRE (ELECTRIC) MECHANICAL ROOM 190378 PUMP-CONDENSER #5 MECHANICAL ROOM 190379 PUMP-CONDENSER #6 MECHANICAL ROOM 190380 SPLIT SYSTEM-EVAPORATOR #1 UPS ROOM 190581 SPLIT SYSTEM-EVAPORATOR #2 UPS ROOM 190582 UNIT HEATER (CABINET) # FAN COIL STAIRWELL #483 UNIT HEATER #1 LOADING DOCK 190284 UNIT HEATER #2 LOADING DOCK 190285 UNIT HEATER #3 ELECTRICAL ROOM 190486 UNIT HEATER #4 ELECTRICAL ROOM 190487 UNIT HEATER #5 MECHANICAL ROOM 190388 UNIT HEATER #6 MECHANICAL ROOM 190389 UNIT HEATER #7 ATTIC STAIRWELL #290 UNIT HEATER #8 ATTIC STAIRWELL #291 UNIT HEATER #9 ATTIC STAIRWELL #492 UNIT HEATER #10 ATTIC STAIRWELL #493 UNIT HEATER (CABINET) #1 SOUTH ENTRANCE OF ADMIN94 UNIT HEATER (CABINET) #2 ELECTRICAL ROOM 190495 AIR CURTAIN UNIT #1 OUTSIDE OF MAIL ROOM 190496 VAV'S ENTIRE 1ST FLOOR (25-VAV'S TOTAL)97 FAN POWERED VAV's ENTIRE 1ST FLOOR (46-FP-VAV's TOTAL)98 VAV'S ENTIRE 2ND FLOOR (19-VAV's TOTAL)99 FAN POWERED VAV's ENTIRE 2ND FLOOR (62-FP-VAV's TOTAL)

100 VAV'S ENITRE 3RD FLOOR (32-VAV's TOTAL)101 FAN POWERED VAV's ENTIRE 3RD FLOOR (79-FP-VAV's TOTAL)102 VAV'S ENTIRE 4TH FLOOR (6-VAV's TOTAL)103 FAN POWERED VAV's ENTIRE 4TH FLOOR (43-FP-VAV's TOTAL)104 AIR CURTAIN UNIT #2 LOADING DOCK ROOM 1902105 AIR CURTAIN UNIT #3 ELECTRICAL ROOM 1904

Asset Description Location Information1 SOUTH ELEVATOR 1ST FLOOR SOUTHSIDE GARAGE ELEVATOR MACHINE RM2 NORTH ELEVATOR 1ST FLOOR NORTHSIDE GARAGE MACHINE RM3 SOUTH ELEVATOR EVAP #1 1ST FLOOR SOUTHSIDE GARAGE ELEVATOR MACHINE RM4 SOUTH ELEVATOR EVAP #2 1ST FLOOR SOUTHSIDE GARAGE ELEVATOR MACHINE RM5 NORTH ELEVATOR EVAP #3 1ST FLOOR NORTHSIDE GARAGE ELEVATOR MACHINE ROOM6 NORTH ELEVATOR EVAP #4 1ST FLOOR NORTHSIDE GARAGE ELEVATOR MACHINE ROOM

7 SOUTH ELEVATOR CONDENSING AC UNIT ON TOP OF THE 1ST FLOOR ELEVATOR MACHINE SOUTHSIDE

8 NORTH ELEVATOR CONDENSING AC UNIT ON TOP OF THE 1ST FLOOR ELEVATOR MACHINE NORTHSIDE

9 SOUTHSIDE GARAGE BOOTH LOCATED AT THE ENTRANCE OF THE 1ST GARAGE.10 NORTHSIDE GARAGE BOOTH LOCATED AT THE ENTRANCE OF THE 3RD GARAGE.11 OFFICE GARAGE HEAT PUMP 1 THIS UNIT IS LOCATED IN THE FIRST RM WHEN YOU WALK INTO THE OFFICE12 OFFICE GARAGE HEAT PUMP 2 THIS UNIT IS LOCATED IN THE BACK OFFICE OF THE GARAGE OFFICE.

13 UNIT HEATER 11 SOUTHSIDE ELEVATOR MACHINE RM LOCATED NEXT TO EVAP #1 IN THE ELEVATOR MACHINE RM

14 UNIT HEATER 12 NORTHSIDE ELEVATOR MACHINE 12 RM LOCATED NEXT TO EVAP #4 IN THE ELEVATOR MACHINE RM

15 FAN- EXHAUST #8 1ST FLOOR PARKING GARAGE STORAGE.16 FAN-EXHAUST #9 FLR 1 Parking Garage Stor17 FAN- EXHAUST #10 FLR 1 Parking Garage Stor18 PUMP-SUMP #1 1ST FLOOR PARKING GARAGE STORAGE.19 PUMP-SUMP #2 1ST FLOOR PARKING GARAGE STORAGE.20 UNIT HEATER (ELECTRIC) # 13 1ST FLOOR PARKING GARAGE SPRIKLER ROOM21 UNIT HEATER (ELECTRIC) #14 1ST FLOOR PARKING GARAGE STORAGE.22 UNIT HEATER (ELECTRIC) #15 1ST FLOOR PARKING GARAGE STORAGE.23 UNIT HEATER (ELECTRIC) #16 1ST FLOOR PARKING GARAGE STORAGE.24 UNIT HEATER (ELECTRIC) # 17 1ST FLOOR PARKING GARAGE MAIN ELECTRICAL ROOM.25 UNIT HEATER (ELECTRIC) # 18 1ST FLOOR LP STORAGE ROOM

EQUIPMENT INVENTORY - GARAGERFP 91268 - Facilities and Equipment Maintenance

Page 11 of 16

Asset Description Location Information1 HOT WATER HEATER DOMESTIC #4 3-M22 HOT WATER HEATER DOMESTIC #4 NORTH PENTHOUSE 3 HOT WATER HEATER DOMESTIC #1 1ST FLOOR KITCHEN4 HOT WATER HEATER DOMESTIC #2 1ST FLOOR KITCHEN5 HOT WATER HEATER DOMESTIC #5 IST FLOOR ROOM 13456 HOT WATER HEATER DOMESTIC #6 1ST FLOOR ROOM MECHANICAL 1-M6 7 HOT WATER HEATER DOMESTIC #7 FLR 2 ROOM 21098 HOT WATER HEATER DOMESTIC #8 FLR 2 ROOM 24539 HOT WATER HEATER DOMESTIC # 9 FLR 2 ROOM 2255

10 HOT WATER HEATER DOMESTIC #10 FLR 3 ROOM 318511 HOT WATER HEATER DOMESTIC #11 FLR 3 ROOM 325512 HOT WATER HEATER DOMESTIC #12 FLR 3 ROOM 335713 HOT WATER HEATER DOMESTIC #13 FLR 3 ROOM 345314 ICE MACHINE #1 FLR 1 KITCHEN15 ICE MACHINE #2 FLR 1 KITCHEN16 OVEN CONVECTION #1 FLR 1 KITCHEN17 OVEN CONVECTION #2 FLR 1 KITCHEN18 OVEN CONVECTION #3 FLR 1 KITCHEN19 OVEN CONVECTION #4 FLR 1 KITCHEN20 SALAD COOLER FLR 1 KITCHEN21 BEVERAGE COOLER 1ST FLOOR KITCHEN22 OVEN RANGE FLR 1 KITCHEN23 DISHWASHER FLR 1 KITCHEN24 BOOSTER 1ST FLOOR KITCHEN25 FOOD WARMER #1 1ST FLOOR KITCHEN26 FOOD WARMER #2 1ST FLOOR KITCHEN27 FOOD WARMER #3 1ST FLOOR KITCHEN28 DOUBLESIDE REFRIGERATOR #1 1ST FLOOR KITCHEN29 DOUBLESIDE REFRIGERATOR #2 1ST FLOOR KITCHEN30 WALK IN REFRIGERATOR #1 1ST FLOOR KITCHEN 31 WALK IN REFRIGERATOR #1 EVAPORATOR 1ST FLOOR KITCHEN 32 WALK IN REFRIGERATOR #2 1ST FLOOR KITCHEN33 WALK IN REFRIGERATOR #2 EVAPORATOR 1ST FLOOR KITCHEN 34 WALK IN FREEZER EVAPORATOR 1ST FLOOR KITCHEN35 REFRIGERATOR #1A 1ST FLOOR KITCHEN36 FREEZER #1B 1ST FLOOR KITCHEN37 HOT WATER HEATER #1 1ST FLOOR KITCHEN38 HOT WATER HEATER #2 1ST FLOOR KITCHEN39 CIRCULATOR PUMP KITCHEN HWH MER40 Drycooler FOR WALK IN REFRIGERATION FLR 1 OUTSIDE KITCHEN41 Drycooler LIEBERT UNIT 1 SW CORNER OF BLDG.42 Drycooler LIEBERT UNIT 2 SW CORNER OF BLDG.43 DRY COOLER PUMP #1 1ST FLOOR KITCHEN STORAGE RM44 DRY COOLER PUMP #2 1ST FLOOR KITCHEN STORAGE RM45 DRY COOLER PUMP LIEBERT UNIT 1 SW CORNER OF BLDG.46 DRY COOLER PUMP LIEBERT UNIT 2 SW CORNER OF BLDG.47 COOLER UNIT #1 1ST FLOOR KITCHEN STORAGE RM48 COOLER UNIT #2 1ST FLOOR KITCHEN STORAGE RM49 FREEZER UNIT #3 1ST FLOOR KITCHEN STORAGE RM50 EXHAUST FAN 1ST FLOOR KITCHEN STORAGE RM51 FOUNTAIN # BASEMENT BASEMENT LEVEL52 FOUNTAIN #1 1ST FLOOR NORTH RESTROOM53 FOUNTAIN #1A 1ST FLOOR NORTHSIDE 54 FOUNTAIN #1B MENS LOCKER ROOM55 FOUNTAIN #2 2ND FLOOR NORTH56 FOUNTAIN #2A 2ND FLOOR SOUTH57 FOUNTAIN #3 3RD FLOOR NORTH 58 FOUNTAIN #3A 3RD FLOOR SOUTH59 LIGHTS #1 PARKING LOT PARKING LOT A60 LIGHTS #1B FLR 1 1ST FLOOR LIGHTS61 LIGHTS #2 FLR 2 2ND FLOOR LIGHTS62 LIGHTS #3 FLR 3 3RD FLOOR LIGHTS63 LIGHTS #4 BASEMENT BASEMENT LIGHTS64 POWER DISTRIBUTION UNIT #1 BASEMENT ROOM 010665 UPS #1 BASEMENT B-E2 UPS ROOM66 PUMP-SUMP #1 BASEMENT ROOM B-M1 MECHANICAL ROOM

EQUIPMENT INVENTORY - ACADEMIC CENTER AT LARGORFP 91268 - Facilities and Equipment Maintenance

Page 12 of 16

67 MOTOR TO SUMP PUMP #1 BASEMENT ROOM B-M1 MECHANICAL ROOM68 PUMP-SUMP #2 BASEMENT ROOM B-M1 MECHANICAL ROOM69 MOTOR TO SUMP PUMP #2 BASEMENT ROOM B-M1 MECHANICAL ROOM70 PUMP-FIRE #1 1ST FLOOR FIRE PUMP ROOM 120171 PUMP-JOCKEY #1 FLR 1 1ST FLOOR72 DW PUMP 1 DOMESTIC BOOSTER PUMP ROOM73 Variable Frequency Drive DWP-1 DOMESTIC BOOSTER PUMP ROOM74 DW PUMP 2 DOMESTIC BOOSTER PUMP ROOM75 Variable Frequency Drive DWP-2 DOMESTIC BOOSTER PUMP ROOM76 CHWP-1N NORTH PENT HOUSE 77 CHWP-1N NORTH PENT HOUSE 78 VFD-CHWP-1N NORTH PENTHOUSE 79 CWP-1N NORTH PENT HOUSE 80 MOTOR-CWP-1N NORTH PENTHOUSE81 VFD-CWP-1N NORTH PENTHOUSE 82 SNP-1N NORTH PENTHOUSE83 MOTOR-SNP-1N NORTH PENT HOUSE 84 VFD-SNP-1N NORTH PENTHOUSE 85 CHWP-2S SOUTH PENTHOUSE86 CHWP-2S SOUTH PENTHOUSE87 VFD-CHWP-1S NORTH PENTHOUSE 88 CHWP-2S SOUTH PENTHOUSE89 CHWP-2S SOUTH PENTHOUSE90 VFD-CHWP-2S NORTH PENTHOUSE 91 CWP-1S SOUTH PENTHOUSE92 CWP-1S SOUTH PENTHOUSE93 VFD-CWP-1S NORTH PENTHOUSE 94 CWP-2S SOUTH PENTHOUSE95 CWP-2S SOUTH PENTHOUSE96 VFD-CWP-2S NORTH PENTHOUSE 97 SWEEPER PUMP #1 SOUTH SOUTH PENTHOUSE98 SWEEPER PUMP #2 NORTH SOUTH PENTHOUSE99 ELECTRIC UNIT HEATER #1 SOUTH PENTHOUSE

100 ELECTRIC UNIT HEATER #2 SOUTH PENTHOUSE101 ELECTRICAL UNIT HEATER #2 NORTH PENT HOUSE 102 PENTHOUSE EXHAUST FAN SOUTHSIDE SOUTH PENTHOUSE103 PENTHOUSE EXHAUST FAN NORTHSIDE NORTH PENTHOUSE104 TX-1 ROOF TOP105 DX-1 ROOF TOP106 KX-1 ROOF TOP107 KX-2 ROOF TOP108 RSF-1 SOUTH PENTHOUSE109 VFD-RSF-1 NORTH PENTHOUSE 110 RSF-2 NORTH PENT HOUSE 111 VFD-RSF-2 NORTH PENTHOUSE 112 TEF-2 NORTH PENT HOUSE 113 EXHAUST FAN #2 NORTH PENTHOUSE114 ELECTRIC UNIT HEATER #3 NORTH PENTHOUSE STAIR WELL #6115 ELECTRICAL UNIT HEATER #2 NORTH PENTHOUSE STAIR WELL #6116 ELECTRICAL UNIT E NORTH PENT HOUSE STAIRWELL #6117 ELECTRICAL UNIT HEATER SOUTH STAIRWELL #4118 ELECTRICAL UNIT HEATER NORTH STAIRWELL #1119 ELECTRICAL UNIT HEATER NORTH STAIRWELL #1120 ELECTRICAL UNIT HEATER E SOUTH STAIRWELL #2121 ELECTRICAL UNIT HEATER #3 SOUTH STAIRWELL #2122 ELECTRICAL UNIT HEATER #4 SOUTH STAIRWELL #2123 ELECTRICAL UNIT HEATER NORTH STAIRWELL #4124 LIEBERT UNIT #1 0104 IT ROOM125 LIEBERT UNIT #2 0104 IT ROOM126 POWER DISTRIBUTION UNIT 0106 MAIN TELECOM ROOM.127 EXHAUST FAN #1 0125 ELECTRICAL ROOM128 EXHAUST FAN #2 B-E3 ELECTRICAL ROOM129 VESTIBULE HEATER 1ST FLOOR MAIN ENTRANCE130 UNIT HEATER #1 1ST FLOOR EMPLOYEE ENTRANCE131 UNIT HEATER #2 1ST FLOOR EMPLOYEE ENTRANCE132 UNIT HEATER #3 1ST FLOOR EMPLOYEE ENTRANCE133 UNIT HEATER #4 1ST FLOOR EMPLOYEE ENTRANCE134 UNIT HEATER #5 1ST FLOOR EMPLOYEE ENTRANCE135 UNIT HEATER #6 1ST FLOOR EMPLOYEE ENTRANCE136 UNIT HEATER #7 1ST FLOOR EMPLOYEE ENTRANCE137 UNIT HEATER #8 1ST FLOOR EMPLOYEE ENTRANCE

Page 13 of 16

138 UNIT HEATER #9 1ST FLOOR EMPLOYEE ENTRANCE139 UNIT HEATER #10 1ST FLOOR EMPLOYEE ENTRANCE140 UNIT HEATER #11 1ST FLOOR EMPLOYEE ENTRANCE141 UNIT HEATER #12 1ST FLOOR EMPLOYEE ENTRANCE142 UNIT HEATER #13 1ST FLOOR EMPLOYEE ENTRANCE143 UNIT HEATER #14 1ST FLOOR EMPLOYEE ENTRANCE144 UNIT HEATER #15 1ST FLOOR EMPLOYEE ENTRANCE145 UNIT HEATER #16 1ST FLOOR EMPLOYEE ENTRANCE146 UNIT HEATER #17 1ST FLOOR EMPLOYEE ENTRANCE147 UNIT HEATER #18 1ST FLOOR EMPLOYEE ENTRANCE148 UNIT HEATER #1 1ST FLOOR STUDENT ENTRANCE149 UNIT HEATER #2 1ST FLOOR STUDENT ENTRANCE150 UNIT HEATER #3 1ST FLOOR STUDENT ENTRANCE151 UNIT HEATER #4 1ST FLOOR STUDENT ENTRANCE152 UNIT HEATER #5 1ST FLOOR STUDENT ENTRANCE153 UNIT HEATER #6 1ST FLOOR STUDENT ENTRANCE154 UNIT HEATER #7 1ST FLOOR STUDENT ENTRANCE155 UNIT HEATER #8 1ST FLOOR STUDENT ENTRANCE156 UNIT HEATER #9 1ST FLOOR STUDENT ENTRANCE157 UNIT HEATER #10 1ST FLOOR STUDENT ENTRANCE158 UNIT HEATER #11 1ST FLOOR STUDENT ENTRANCE159 UNIT HEATER #12 1ST FLOOR STUDENT ENTRANCE160 UNIT HEATER #13 1ST FLOOR STUDENT ENTRANCE161 UNIT HEATER #14 1ST FLOOR STUDENT ENTRANCE162 UNIT HEATER #15 1ST FLOOR STUDENT ENTRANCE163 UNIT HEATER #16 1ST FLOOR STUDENT ENTRANCE164 UNIT HEATER #17 1ST FLOOR STUDENT ENTRANCE165 UNIT HEATER #18 1ST FLOOR STUDENT ENTRANCE172 LIEBERT CU- 3 CONDENSING UNIT OUTSIDE KITCHEN173 SPLIT SYSTEM MINI #3A BASEMENT ARCHIVES 0118174 SPLIT SYSTEM MINI #1 FLR 1 IT CLOSET 1A175 SPLIT SYSTEM MINI #2 FLR 1 IT CLOSET 1B176 SPLIT SYSTEM MINI #3 FLR 1 IT CLOSET 1C177 SPLIT SYSTEM MINI #4 FLR 2 IT CLOSET 2A178 SPLIT SYSTEM MINI #5 FLR 2 IT CLOSET 2B179 SPLIT SYSTEM MINI #6 FLR 2 IT CLOSET 2C180 SPLIT SYSTEM MINI #7 FLR 3 IT CLOSET 3A181 SPLIT SYSTEM MINI #8 FLR 3 IT CLOSET 3B182 SPLIT SYSTEM MINI #9 FLR 3 IT CLOSET 3C183 COMPACTOR #1 FLR 1 1ST FLOOR LOADING D184 ELECTRICAL UNIT HEATER 1ST FLOOR LOADING DOCK185 ELECTRICAL EXHAUST FAN #1 1ST FLOOR LOADING DOCK186 UNIT HEATER 1ST FLOOR187 ELECTRICAL UNIT HEATER #1 1ST FLOOR 1-M1 MECHANICAL RM188 ELECTRICAL UNIT HEATER #2 1ST FLOOR 1-M1 MECHANICAL RM189 DUCT HEATER 1 1ST FLOOR 1-M1 MECHANICAL RM190 BASEMENT VAVs #1-7 BASEMENT ROOM 0130 DESKTOP ST191 1ST FL VACs 1-111 FLR 1 1ST FLOOR CEILING RM 1105192 2ND FL VAVs 1-134 FLR 2 2ND FLOOR CEILING193 3RD FL VAVS 1-132 FLR 3 3RD FLOOR CEILING194 VEHICLE-JLG LIFT #1 FLR 1 1ST FLOOR200 CIRCULATOR PUMP 3RD FLOOR AIR HANDLER ROOM 32201 CIRCULATOR PUMP NORTH PENTHOUSE 202 AIR HANDLER UNIT B-1 MECHANICAL ROOM B-M1203 Variable Frequency Drive B-1 MECHANICAL ROOM B-M1204 AIR HANDLER UNIT #1-1 1ST FLOOR MECHANICAL ROOM 1-M1205 Variable Frequency Drive 1-1 1ST FLOOR MECHANICAL ROOM 1-M1206 AIR HANDLER UNIT #1-2 MER 1-M2207 Variable Frequency Drive # MER 1-M2208 AIR HANDLER UNIT #1-3 MER 1-M3209 Variable Frequency Drive # MER 1-M3210 AIR HANDLER UNIT #1-4 MER 1-M4211 Variable Frequency Drive # MER 1-M4212 AIR HANDLER UNIT #1-5 MER 1-M5213 Variable Frequency Drive # MER 1-M5214 AIR HANDLER UNIT #1-6 MER 1-M6215 Variable Frequency Drive # MER 1-M6216 AIR HANDLER UNIT #1-7 MER 1-M7217 Variable Frequency Drive 1-7 MER 1-M7218 OUTSIDE AIR FAN 1-7 AUDITORIUM STORAGE ROOM219 Variable Frequency Drive OA 1-7 MER 1-M7

Page 14 of 16

220 DUCT HEATER 1-7 MER 1-M7221 AIR HANDLER UNIT 2-1 MER 2-M1222 VFD 2-1 MER 2-M1223 AIR HANDLER UNIT 2-2 MER 2-M2224 VFD 2-2 MER 2-M2225 AIR HANDLER UNIT 2-3 MER 2-M3226 VFD 2-3 MER 2-M3227 AIR HANDLER UNIT 2-4 MER 2-M4228 VFD 2-4 MER 2-M4229 AIR HANDLER UNIT 2-5 MER 2-M5230 VFD 2-5 MER 2-M5231 AIR HANDLER UNIT 3-1 MER 3-M1232 VFD 3-1 MER 3-M1233 AIR HANDLER UNIT 3-2 MER 3-M2234 VFD 3-2 MER 3-M2235 AIR HANDLER UNIT 3-3 MER 3-M3236 VFD 3-3 MER 3-M3237 AIR HANDLER UNIT 3-4 MER 3-M4238 VFD 3-4 MER 3-M4239 AIR HANDLER UNIT 3-5 NORTH PENTHOUSE 240 VFD 3-5 NORTH PENTHOUSE 241 3-5 OA FAN NORTH PENTHOUSE 242 VFD-OA 3-5 NORTH PENTHOUSE 243 AIR CONDITIONING UNIT UPS ROOM B-EZ249 BACK FLOW PREVENTER #1 DOMESTIC BOOSTER PUMP RM 1202250 BACK FLOW PREVENTER #3 DOMESTIC BOOSTER PUMP RM 1202251 BACK FLOW PREVENTER NORTH PENTHOUSE252 BACK FLOW PREVENTER SOUTH PENTHOUSE253 CHILLER 1 SOUTH PENTHOUSE254 CHILLER 2 SOUTH PENTHOUSE255 CHILLER 3 NORTH PENTHOUSE256 COOLING TOWER #1 ROOF TOP OF LARGO 1.257 VFD-CT1 SOUTH PENTHOUSE258 COOLING TOWER #2 ROOF TOP OF LARGO 1.259 VFD-CT2 SOUTH PENTHOUSE260 Heat Exchanger #1 NORTH PENTHOUSE 261 HEAT TRACE NORTH PENTHOUSE262 COOLING TOWER #3 ROOF TOP OF LARGO 1.263 VFD-CT3 NORTH PENTHOUSE 264 Heat Exchanger #2 SOUTH PENTHOUSE265 HEAT TRACE SOUTH PENTHOUSE266 SMOKE EXHAUST FAN #1 ROOF TOP OF LARGO 1.267 SMOKE EXHAUST FAN #2 ROOF TOP OF LARGO 1.268 SMOKE EXHAUST FAN # 3 ROOF TOP OF LARGO 1.269 SMOKE EXHAUST FAN # 4 ROOF TOP OF LARGO 1.270 SMOKE EXHAUST FAN # 5 ROOF TOP OF LARGO 1.271 SMOKE EXHAUST FAN # 6 ROOF TOP OF LARGO 1.272 SMOKE EXHAUST FAN # 7 ROOF TOP OF LARGO 1.273 SMOKE EXHAUST FAN # 8 ROOF TOP OF LARGO 1.274 SMOKE EXHAUST FAN # 9 ROOF TOP OF LARGO 1.275 ENERGY RECOVERY UNIT #1 ROOF TOP OF LARGO 1.276 CONDENSOR UNIT OUTSIDE LOADING277 GENERATOR OUTSIDE LOADING278 SUPPLY FAN #1 INFORMATION LIBRARY SERVICES279 SUPPLY FAN #2 NORTHSIDE STAIRWELL #4280 SUPPLY FAN #3 SECURITY CLOSET281 SUMP PUMP #1 BASEMENT IT ROOM282 SUMP PUMP #2 BASEMENT IT ROOM283 SUMP PUMP #3 BASEMENT IT ROOM284 SUMP PUMP #5 ELEVATOR SUMP PIT BASEMENT285 SUMP PUMP #6 ELEVATOR SUMP PIT BASEMENT286 SUMP PUMP #7 ELEVATOR SUMP PIT BASEMENT287 SUMP PUMP #8 BASEMENT SPRINKLER ROOM288 SUMP PUMP #9 1ST FLOOR OUTSIDE PLENUMS289 SUMP PUMP #10 1ST FLOOR OUTSIDE PLENUMS290 ELEVATOR #1 SOUTH BUILDING291 ELEVATOR #2 SOUTH BUILDING292 ELEVATOR #3 SOUTH BUILDING293 ELEVATOR #4 NORTH BUILDING294 ELEVATOR #5 NORTH BUILDING295 TRASH COMPACTOR LOADING DOCK

Page 15 of 16

296 LOADING DOCK DOOR 1 LOADING DOCK297 LOADING DOCK DOOR 2 LOADING DOCK298 LOADING DOCK DOOR 3 LOADING DOCK299 AUTOMATIC TRANSFER SWITCH 1 B-E1300 AUTOMATIC TRANSFER SWITCH 2 0104 DATA CENTER301 AUTOMATIC TRANSFER SWITCH 3 160302 AUTOMATIC TRANSFER SWITCH 4 1201

Asset Description Location Information1 GENERATOR OUTDOOR UNIT2 WATER HEATER #1 1ST FLOOR CEILING AT WEST BATHROOM3 WATER HEATER #2 NORTHSIDE CENTER RESTROOM AND PANTRY4 WATER HEATER #3 ENGINEER SHOP5 FOUNTAIN #1 ALL 1ST FLOOR WATER FOUNTAIN6 FOUNTAIN #2 EASTSIDE BATHROOM 7 FOUNTAIN #3 ENGINEER SHOP8 FIRE ALARM #1 1ST FLOOR NORTH9 FIRE ALARM #2 1ST FLOOR SOUTH

10 VARIABLE AIR VOLUME #1-65 THROUGOUT 1ST FLOOR11 REFRIGERATOR #1 1ST FLOOR PANTRY 100512 REFRIGERATOR #2 1ST FLOOR PANTRY 100513 REFRIGERATOR #3 1ST FLOOR PANTRY 101214 REFRIGERATOR #4 1ST FLOOR PANTRY 101215 REFRIGERATOR #5 1ST FLOOR PANTRY 101216 CONDENSING UNIT #1 SPLIT SYSTEM ROOF TOP OF LARGO 2.17 CONDENSING UNIT #2 SPLIT SYSTEM ROOF TOP OF LARGO 2.18 CONDENSING UNIT #3 SPLIT SYSTEM ROOF TOP OF LARGO 2.19 RTU-1 ROOF TOP OF LARGO 2.20 RTU #1 SUPPLY FAN ROOF TOP OF LARGO 2.21 RTU #1 RETURN FAN ROOF TOP OF LARGO 2.22 RTU-2 ROOF TOP OF LARGO 2.23 RTU #2 SUPPLY FAN ROOF TOP OF LARGO 2.24 RTU #2 RETURN FAN ROOF TOP OF LARGO 2.25 RTU-3 ROOF TOP OF LARGO 2.26 RTU #3 SUPPLY FAN ROOF TOP OF LARGO 2.27 RTU #3 RETURN FAN ROOF TOP OF LARGO 2.28 EXHAUST FAN - 1 ROOF TOP OF LARGO 2.29 EXHAUST FAN - 2 ROOF TOP OF LARGO 2.30 EXHAUST FAN - 3 ROOF TOP OF LARGO 2.31 EXHAUST FAN - 4 ROOF TOP OF LARGO 2.32 EXHAUST FAN - 5 ROOF TOP OF LARGO 2.33 INTERIOR UNIT #1 1ST FLOOR 191134 INTERIOR UNIT #2 1ST FLOOR 190435 INTERIOR UNIT #3 1ST FLOOR 190236 RTU-1 VAVS 1-31 FIRST FLOOR37 RTU-2 VAVS 1-18 FIRST FLOOR38 RTU-3 VAVS 1-13 FIRST FLOOR39 DECORATIVE WATER FOUNTAIN LOBBY WEST ENTRANCE40 BACK FLOW PREVENTER #1 SPRINKLER ROOM41 BACK FLOW PREVENTER #2 SPRINKLER ROOM42 UPS #1 UPS ROOM43 TRASH COMPACTOR OUTSIDE LOADING44 BUILDING AUTOMATION SYSTEM ENGINEERS OFFICE45 AUTOMATIC TRANSFER SWITCH 1 MAIN ELECTRIC ROOM46 AUTOMATIC TRANSFER SWITCH 2 EXIT CORRIDOR

EQUIPMENT INVENTORY - LARGO 2RFP 91268 - Facilities and Equipment Maintenance

Page 1 of 9

Location: Conference Center

TOOL MANUFACTURER QUANTITYDeep impact socket set, 11 Pc Husky SetPower finder circuit seeker Greenlee 1Thermo psychrometer CPS 1Lamp ballast tester Belta 1Jigsaw Porter Cable 1Band saw Dewalt 1Solider gun Weller 1Electric sheer Milwaukee 1K380 snake Ridgid 1Chisel set, 6 Pc Stanley SetAir compressor and 5 piece nail gun set Porter Cable 116 gallon wet vac Ridgid 3Temperature Humidity Meter 971 Fluke 4Balometers ALNOR 2Data Logger HOBO 2Corded Vacuum Stinger 2Cordless vacuum Dewalt 1Corded Sawzall Milwaukee 14' levels 2Heat guns 2Core drill - DD130 Hilti 1K-50 snake Ridgid 1AC clamp meter Extech 1Refrigerant leak detector Bacharach 1Megohmmeter AEMC 1Corded heavy duty impact gun Milwaukee 1Belt sander Black & Decker 1Chop saw Dewalt 1Drill bit set Ryobi 1Cordless drill and battery Ryobi 1Cordless impact gun and battery Ryobi 189 piece socket wrench set Westward SetAdjustable round hole cutter 1Refrigerant manifold Yellow Jacket 14 1/2" corded grinder Milwaukee 1Floor snake, LX1000 Cobra 1Hand snake Ridgid 1Toilet augers Ridgid 21 Big bearing puller 1Fan blade and hub puller Dayton 1

TOOL INVENTORY

Page 2 of 9

3 1/2" hole saw Morse 15" hole saw Morse 112" quick release bar clamps 2Hole saw kit (6 piece) Milwaukee SetSpud wrench 1Sloan valve wrench Sloan 1Sexhauer wrench Sexhauer 1Tub drain wrenches 3Razor knives 3Ratcheting zip tie cutter 1Keyhole saw 110" Aluminum pipe wrench Westward 112" Aluminum pipe wrench Westward 118" Aluminum pipe wrenches Ridgid 218" Pipe wrench Ridgid 124" Pipe wrenches Ridgid 224" Aluminum pipe wrenches Ridgid 2Offset hex wrench NO. 25 Ridgid 1Slip & lock nut wrenches 24 -in-1 combination wrench 1BX cable stripper Rotosplit 1Pimp crimper 1Close handle hack saw 124" bolt cutter 1Big bolt cutter, NO. 2 1PVC pipe cutter Ridgid 1Claw hammer Stanley 1Hand saws 2Grease guns, fixed nozzle Westward 2Hinge doctor set 1-3 1Rivet nut gun kit Westward 1Test tite twist n pipe seal plug IPS 1Snap ring plyer set 1Security bit set Wiha 2Ultimate puller 1Tight spaces tubing cutter kit, 3 Pc Lenox 1Tap and die set, 11 Pc Irwin 1Thread repair kit, range 1/4-1/2" Recoil SetDrill bit set29 Pc Irwin 1Psychro-dyne psychrometer IIS 1Ratchet drive allen key 1/8"-3/8", 7 Pc 13/4" ratchet AssortedSockets 1Lockset hole saw kit Morris 1

Page 3 of 9

Electrician/plumber hole saw kit Starret 1Hole saw AssortedFish tape 1Die set, 13 Pc Craftsman SetTap/die set, 59 Pc Dayton SetCordless 18v drill, 1 charger and 1 battery Milwaukee 14 1/2" electric grinder/sander Milwaukee 1Cordless 18v sawzall Milwaukee 1Hammer drill Milwaukee 1Electric hammer drill Bosch 1Portable dry vacuum Hoover 1Solder gun Weller 1Wet/dry vacuums w/floor squeegee Ridgid 1Electric drain cleaner Milwaukee 1Snake gloves 2Welding machine Miller 16 foot ladders 38 foot ladder 18 foot 2 side ladder 14 foot ladder 112 foot ladder 1Acetylene torch w/ striker 1Small bearing puller 115/16"-1 1/16"-1 1/8" Wrench 1 ea18mm-20mm-22mm wrench 1 eaPunch set, 6 Pc SetOne way screw remover, 3 Pc SetTubing bender 1Welding helmet s 2Welding goggles 2Hard hats 20Halogen leak detector TIF 1Wood plane 1Titanium drill bit set, 9 Pc Dewalt SetAcid brushes 80Grease guns w/flex nozzle 4Small caulk gun 14' level 1Hacksaws 2Tube brushes 3/4 - 1/2" 3Refrigerant service tool set Yellow Jacket 1Hole saw kit Lenox 1Electric plane Porter Cable 1Glue Gun 1

Page 4 of 9

1/2' socket set, 26 Pc Westward SetCompute-A-Charge refrigerant scale CPS 1D-Tek select refrigerant leak detector Inficon 13/8" corded drill Ryobi 1True RMS clamp meter Fluke 1True RMS multimeter Fluke 1TiR32 Thermal imager Fluke 1Metric wrench set, 17 Pc Westward SetStandard wrench set, 17 Pc Westward SetStandard HEX bit socket set, 7 Pc Husky SetMetric HEX bit socket set, 7 Pc Husky SetM4 large rivet gun 1Hammer drill bit set, 7 Pc Dewalt SetInfrared thermometer IT1000 Klein 1T handle standard HEX set, 7 Pc SetT handle metric HEX set, 7 Pc SetRefrigerant vacuum master vacuum pump Robinair 1Key cutting machine Speedex 1Single person lift, electric Genie 1Pressure washer, Gas Ryobi 1Tool Chest 1Portable Oxy Acetylene torch set 1Walk behind snow thrower Toro 1Walk behind rotary broom Toro 1Salt spreader 4Leaf blower Stihl 2

Page 5 of 9

Location: Largo-1

TOOL MANUFACTURER QUANTITYMulti meter FlukeCordless small vac. Dewalt 2Cordless drill 18V Dewalt 1Battery chargers Dewalt 3Cordless drill/driver Dewalt 28" Bench grinder Dewalt24" Pipe wrench Ridgid 218" Pipe wrench Ridgid 2Hex pipe wrench RidgidHack saw Stanley 220 oz. hammer 216 oz. hammer 1Rubber mallet Westward 2Flow hood 2x2 Alnor 1Flow hood 1x3 Alnor 1Fish tape 65' Klein 1Fish tape 100' Greenlee 1Staple gun Stanley 1Flex splitter Greenlee 2PVC saw Dewalt 1Caulking Gun Westward 1Caulking Gun Kobalt 1Wrench set 118" Bolt cutter Kobalt 124" Bolt cutter Kobalt 124" level Johnson 148" level Johnson 1Thermometer Fluke 2Thermometer, Infrared Fluke 2Megohmmeter AEMC 1Tap & Die set Westward 1Solder gun Weller 1Extension cord 100' 1Extension cord 50' 2Heat gun 1Pulley puller OTC Stinger 1Circuit tracer CT326 Amprobe 1Wire tracer AT2000 Amprobe 1Flaring tool Ridgid 1Conduit bender Greenlee 1

TOOL INVENTORY

Page 6 of 9

Drill bit 1Socket, wrench & hex key set, 204 Pc Westward 1Rotating laser Hilti 1Refrigerant recovery machine Yellow Jacket 1Refrigerant vacuum pump Yellow Jacket 1Refrigerant digital analyzer Yellow Jacket 1Refrigerant charging scale CPS 1Refrigerant charging scale Promax 1Hammer drill Dewalt 1Circular saw Dewalt 1Heat gun Dewalt 11/2" VSP drill Dewalt 1Angle grinder Dewalt 1Reciprocating saw, cordless Dewalt 1Belt sander Dewalt 1Cut off tool, cordless Dewalt 1Drop light Luma pro 2Vacuum suction cup power grip 1Voltage tester Wiggy 1Chalk line Stanley 1Fuse puller Buss 1Wire crimping tool Thomas & Betts 14 Pc chisel set Westward 1Vice grip Irwin 1Impact socket set, 11Pc Black Hawk 1Zip tie tensioning tool Malco 1Sheet metal snips 1Pipe cutter 1/4-1-5/8" Ridgid 1Pipe cutter Ridgid 1Pipe cutter 5/8 -2-1/8" Ridgid 1Pipe cutter 1/8 -2" Ridgid 1Pipe threader RidgidPipe tripod vise RidgidWood chisel set, 6 Pc Stanley 112" clamp Westward 2Air tank Speedaire 1Air compressor Dewalt 16' step ladder 38' step ladder 310' step ladder 120' extension ladder 140' extension ladder 1K-50 snake Ridgid 1K-40 Snake Ridgid 1

Page 7 of 9

Wet/Dry 5 gal vacuum Shop vac 1Duct jack Genie 1Utility cart Rubbermaid 4Hand truck 1Appliance dolly 2Man lift JLG 1Walk behind snow thrower Toro 1Walk behind rotary broom Toro 1Salt spreaders 2Leaf blower Stihl 2

Page 8 of 9

Location: Largo-2

TOOL MANUFACTURER QUANTITYSocket, wrench & hex key set, 204 Pc Westward 1File set, 8Pc Westward 13 sided file Nichlson 1Clamp Westward 1Caulking gun PC-Products 1Caulking gun Newborn 1Metal snips Craftsman/Wiss 3Fuse puller Buss 2Hydrant wrench 1#3 Phillips screw driver Klein 13/16 & 1/4 nut driver Klein 1Hole saw kit, 3/4 - 2 1/2" Dewalt 1Fish tape, 65' Greenlee 124" aluminum pipe wrench Ridgid 118" aluminum pipe wrench Ridgid 148" level Johnson 124" level Johnson 19" torpedo level Johnson 12" stiff blade putty knife Stanley 1Tool chest-top, 4 Dr Westward 1Tool chest bottom roller cabinet, 5 Dr Westward 1Sledgehammer, 6 lb. Proto 1Shovel 1Pry bar 1Scraper 1Drain Auger Cobra 1Plunger 1Squegee 1Framing square Johnson 1Wet/dry vacuum Dayton 1Open end wrench set, 10 Pc 1/4"-1 1/8" Stanley/Proto 1Ratcheting wrench set, 5 Pc 1/4" - 7/8" Westward 1Hammer, 16 oz Westward 1Rubber mallet, 1 lb. Westward 16' step ladder 28' step ladder 110' step ladder 112' step ladder 218' step ladder 1Utility cart Rubbermaid 2

TOOL INVENTORY

Page 9 of 9

Salt spreader 2Hacksaw Stanley 11/2" cordless drill 18V Dewalt 1

UMUC RFP# 91268 - Facilities and Equipment Maintenance Page 82 of 115

Appendix M Minority Business Enterprise Information

UMUC RFP# 91268 - Facilities and Equipment Maintenance Page 83 of 115

MBE ATTACHMENTS M-1A AND M-1B: MBE UTILIZATION AND FAIR SOLICITATION AFFIDAVIT

INSTRUCTIONS

PLEASE READ BEFORE COMPLETING THIS DOCUMENT

This form includes Instructions and the MBE Utilization and Fair Solicitation Affidavit (Form M-1A) which must be submitted with the Technical Proposal and and MBE Participation Schedule (Form M-1B) which must be submitted with the Price Proposal. If the bidder/offeror fails to accurately complete and submit the Affidavit and/or the Schedule as required, the Procurement Officer shall shall determine that the proposal is not reasonably susceptible of being selected for award.

1. Contractor shall structure its procedures for the performance of the work required in this Contract to attempt to achieve the minority business enterprise (MBE) subcontractor participation goal stated in the Invitation for Bids or Request for Proposals. Contractor agrees to exercise good faith efforts to carry out the requirements set forth in these Instructions, as authorized by the Code of Maryland Regulations (COMAR) 21.11.03.

2. MBE Goals and Subgoals: Please review the solicitation for information regarding the

Contract’s MBE overall participation goals and subgoals. After satisfying the requirements for any established subgoals, the Contractor is encouraged to use a diverse group of subcontractors and suppliers from any/all of the various MBE classifications to meet the remainder of the overall MBE participation goal.

3. MBE means a minority business enterprise that is certified by the Maryland Department

of Transportation (“MDOT”). Only entities certified by MDOT may be counted for purposes of achieving the MBE participation goals. In order to be counted for purposes of achieving the MBE participation goals, the MBE firm, including a MBE prime, must be MDOT-certified for the services, materials or supplies that it is committed to perform on the MBE Participation Schedule.

4. Please refer to the MDOT MBE Directory at www.mdot.state.md.us to determine if a firm

is certified with the appropriate North American Industry Classification System (“NAICS”) Code and the product/services description (specific product that a firm is certified to provide or specific areas of work that a firm is certified to perform). For more general information about NAICS, please visit www.naics.com. Only those specific products and/or services for which a firm is certified in the MDOT Directory can be used for purposes of achieving the MBE participation goals. WARNING: If the firm’s NAICS Code is in graduated status, such services/products may not be counted for purposes of achieving the MBE participation goals. A NAICS Code is in the graduated status if the term “Graduated” follows the Code in the MDOT MBE Directory.

UMUC RFP# 91268 - Facilities and Equipment Maintenance Page 84 of 115

5. NOTE: New Guidelines Regarding MBE Prime Self-Performance. Please note that

when a certified MBE firm participates as a prime contractor on a contract, a procurement agency may count the distinct, clearly defined portion of the work of the contract that the certified MBE firm performs with its own forces toward fulfilling up to fifty-percent (50%) of the MBE participation goal (overall) and up to one hundred percent (100%) of not more than one of the MBE participation subgoals, if any, established for the contract. In order to receive credit for self-performance, an MBE prime must list its firm in Section 4A of the MBE Participation Schedule, including the certification category under which the MBE prime is self-performing and include information regarding the work it will self-perform. For the remaining portion of the overall goal and the subgoals, the MBE prime must also identify other certified MBE subcontractors (see Section 4B of the MBE Participation Schedule) used to meet those goals or request a waiver. For example, for a construction contract that has a 27% MBE overall participation goal and subgoals of 7% for African American firms and 4% for Asian American firms, subject to Section 4 above and this Section 5, a certified African American MBE prime can self-perform (a) up to 13.5 % of the overall goal and (b) up to 7% of the African American subgoal. The remainder of the overall goal and subgoals would have to be met with other certified MBE firms or a waiver request. For a services contract with a 30% percent MBE participation goal (overall) and subgoals of 7% for African-American firms, 4% for Asian American firms and 12% for women-owned firms, subject to Sections 4 above and this Section 5, a dually-certified Asian American/Woman MBE prime can self-perform (a) up to 15% of the overall goal and (b) up to four percent (4%) of the Asian American subgoal OR up to twelve percent (12%) of the women subgoal. Because it is dually-certified, the company can be designated as only ONE of the MBE classifications (Asian American or women) but can self-perform up to one hundred percent (100%) of the stated subgoal for the single classification it selects.

6. Subject to the restrictions stated in Section 5 above, when a certified MBE that performs

as a participant in a joint venture, a procurement agency may count a portion of the total dollar value of the contract equal to the distinct, clearly-defined portion of the work of the contract that the certified MBE performs with its own forces toward fulfilling the contract goal, and not more than one of the contract subgoals, if any. For example, if a MBE firm is a joint venture partner and the State determines that it is performing with its own forces 35 percent of the work in the contract, it can use this portion of the work towards fulfilling up to fifty percent (50%) of the overall goal and up to one hundred percent (100%) of one of the stated subgoals, if applicable.

7. As set forth in COMAR 21.11.03.12-1, once the Contract work begins, the work

performed by a certified MBE firm, including an MBE prime, can only be counted towards the MBE participation goal(s) if the MBE firm is performing a commercially useful function on the Contract. Please refer to COMAR 21.11.03.12-1 for more information regarding these requirements.

8. If you have any questions as to whether a firm is certified to perform the specific services

or provide specific products, please contact MDOT’s Office of Minority Business Enterprise at 1-800-544-6056 or via email to [email protected] sufficiently prior to the submission due date.

9. Worksheet: The percentage of MBE participation, calculated using the percentage

amounts for all of the MBE firms listed on the Participation Schedule MUST at least equal the MBE participation goal and subgoals (if applicable) set forth in the solicitation. If a bidder/offeror is unable to achieve the MBE participation goal and/or any subgoals (if

UMUC RFP# 91268 - Facilities and Equipment Maintenance Page 85 of 115

applicable), the bidder/offeror must request a waiver in Item 1 of the MBE Utilization and Fair Solicitation Affidavit (Attachment M-1A) or the proposal determined to be not susceptible of being selected for award. (See waiver instructions/documents/forms in Appendix M-W.)

10. You may wish to use the Subgoal summary below to assist in calculating the percentages and confirm that you have met the applicable MBE participation goal and subgoals, if any.

Subgoals (if applicable) Total African American MBE Participation: _____8________% Total Asian American MBE Participation: _____3________%

Total Hispanic American MBE Participation: _____3________% Total Women-Owned MBE Participation: _____n/a________%

Overall Goal

Total MBE Participation (include all categories): ____25_________%

UMUC RFP# 91268 - Facilities and Equipment Maintenance Page 86 of 115

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. 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 MBE 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]

UMUC RFP# 91268 - Facilities and Equipment Maintenance Page 87 of 115

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

UMUC RFP# 91268 - Facilities and Equipment Maintenance Page 88 of 115

IF PROPOSER IS SHORTLISTED AND REQUESTED TO SUBMIT A PRICE

PROPOSAL, THE FOLLOWING MBE SCHEDULE IS TO BE SUBMITTED WITH THE

PRICE PROPOSAL

UMUC RFP# 91268 - Facilities and Equipment Maintenance Page 89 of 115

MBE SCHEDULE FORM M-1B This MBE Schedule must be included with the Price Proposal. If the bidder/offeror fails to accurately complete and submit this Schedule with the Price Proposal as required, the Procurement Officer shall determine that the proposal is not reasonably susceptible of being selected for award.

MBE Participation Schedule Set forth below are the (i) certified MBEs I intend to use, (ii) the percentage of the total Contract amount allocated to each MBE for this project and, (iii) the items of work each MBE will provide under the Contract. I have confirmed with the MDOT database that the MBE firms identified below are performing work activities for which they are MDOT certified.

Prime Contractor Project Description Project/Contract Number

LIST INFORMATION FOR EACH CERTIFIED MBE FIRM YOU AGREE TO USE TO ACHIEVE THE MBE PARTICIPATION GOAL AND SUBGOALS, IF ANY. MBE PRIMES: PLEASE COMPLETE BOTH SECTIONS A AND B BELOW. SECTION A: For MBE Prime Contractors ONLY (including MBE Primes in a Joint Venture ) MBE Prime Firm Name:________________________________ MBE Certification Number: ____________________________ (If dually certified, check only one box.)

African American-Owned Hispanic American- Owned Asian American-Owned Women-Owned Other MBE Classification

Percentage of total Contract Value to be performed with own forces and counted towards the MBE overall participation goal (up to 50% of the overall goal): _______% Percentage of total Contract Value to be performed with own forces and counted towards the subgoal, if any, for my MBE classification (up to 100% of not more than one subgoal): _______% Description of the Work to be performed with MBE prime’s own forces: _____________________________________________ ___________________________________________________

SECTION B: For all Contractors (including MBE Primes in a Joint Venture) MBE Firm Name:______________________________________ MBE Certification Number: _______________________________ (If dually certified, check only one box.)

African American-Owned Hispanic American- Owned Asian American-Owned Women-Owned Other MBE Classification

Percentage of Total Contract to be performed by this MBE: ________% Description of the Work to be Performed: _____________________________________ _____________________________________ _____________________________________ _____________________________________

UMUC RFP# 91268 - Facilities and Equipment Maintenance Page 90 of 115

MBE Firm Name:______________________________________ MBE Certification Number: _______________________________ (If dually certified, check only one box.)

African American-Owned Hispanic American- Owned Asian American-Owned Women-Owned Other MBE Classification

Percentage of Total Contract to be performed by this MBE: ________% Description of the Work to be Performed: _____________________________________ _____________________________________ _____________________________________ _____________________________________

MBE Firm Name:______________________________________ MBE Certification Number: _______________________________ (If dually certified, check only one box.)

African American-Owned Hispanic American- Owned Asian American-Owned Women-Owned Other MBE Classification

Percentage of Total Contract to be provided by this MBE: ________% Description of the Work to be Performed: _____________________________________ _____________________________________ _____________________________________ _____________________________________

CONTINUE ON SEPARATE PAGE IF NEEDED

Total MBE Participation: _______%* Total SubGoal Participation: Total African American MBE Participation: _____________% Total Asian American MBE Participation: _____________%

Total Hispanic American MBE Participation: _____________% Total Women-Owned MBE Participation: _____________%

*If the Total MBE Participation on this Form is less than the 25% goal, or if any of the sub-goal percentages are less than the required total of the sub-goal, I affirm that I will solicit certified MBE’s for minor renovation work done under the resulting Contract in order to achieve the goal and/or sub-goal. I affirm that I will submit to UMUC an MBE Schedule Form M1-B, as may be applicable, with the bids for the minor renovation work.

I solemnly affirm under the penalties of perjury that I have reviewed the instructions for the MBE Schedule 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 PRICE PROPOSAL

UMUC RFP# 91268 - Facilities and Equipment Maintenance Page 91 of 115

THE FOLLOWING DOCUMENTS ARE TO BE SUBMITTED ONLY BY THE

SUCCESSFUL CONTRACTOR WHO IS AWARDED THE CONTRACT

UMUC RFP# 91268 - Facilities and Equipment Maintenance Page 92 of 115

MBE Attachment M - 2 OUTREACH EFFORTS COMPLIANCE STATEMENT

Complete and submit this form within 10 working days of notification of apparent award or actual award, whichever is earlier. In conjunction with the bid/proposal submitted in response to Solicitation No.___________, I state the following: 1. Bidder/Offeror identified subcontracting opportunities in these specific work categories: ______________________________________________________________________ ______________________________________________________________________ ______________________________________________________________________ 2. Attached to this form are copies of written solicitations (with bidding/proposal instructions) used to solicit certified MBE firms for these subcontract opportunities. 3. Bidder/Offeror made the following attempts to personally contact the solicited MDOT-certified MBE firms: ______________________________________________________________________ ______________________________________________________________________ ____________________________________________________________________________________________________________________________________________ 4. Please Check One: □ This project does not involve bonding requirements. □ Bidder/Offeror assisted MDOT-certified MBE firms to fulfill or seek waiver of bonding

requirements. (DESCRIBE EFFORTS): ______________________________________________________

______________________________________________________________________ ______________________________________________________________________ 5. Please Check One: □ Bidder/Offeror did attend the pre-bid/pre-proposal conference. □ No pre-bid/pre-proposal meeting/conference was held. □ Bidder/Offeror did not attend the pre-bid/pre-proposal conference. _________________________ ________________________ Company Name Signature of Representative _________________________ ________________________ Address Printed Name and Title _________________________ ________________________ City, State and Zip Code Date

UMUC RFP# 91268 - Facilities and Equipment Maintenance Page 93 of 115

MBE Attachment M-3A MBE SUBCONTRACTOR PROJECT PARTICIPATION CERTIFICATION

PLEASE COMPLETE AND SUBMIT ONE FORM FOR EACH CERTIFIED MBE FIRM LISTED ON THE MBE PARTICIPATION SCHEDULE (ATTACHMENT M-1B) WITHIN 10 WORKING DAYS OF NOTIFICATION OF APPARENT AWARD. IF THE BIDDER/OFFEROR FAILS TO RETURN THIS AFFIDAVIT WITHIN THE REQUIRED TIME, THE PROCUREMENT OFFICER MAY DETERMINE THAT THE BIDDER/OFFEROR IS NOT RESPONSIBLE AND THEREFORE NOT ELIGIBLE FOR CONTRACT AWARD. Provided that _________________________________________________ (Prime Contractor’s Name) is awarded the State contract in conjunction with Solicitation No. _______________________, such Prime Contractor intends to enter into a subcontract with ___________________________ (Subcontractor’s Name) committing to participation by the MBE firm _______________________ (MBE Name) with MDOT Certification Number ____________________ which will receive at least $___________ which equals to___% of the Total Contract Amount for performing the following products/services for the Contract:

NAICS CODE WORK ITEM, SPECIFICATION NUMBER, LINE ITEMS OR WORK CATEGORIES (IF APPLICABLE)

DESCRIPTION OF SPECIFIC PRODUCTS AND/OR SERVICES

Each of the Contractor and Subcontractor acknowledges that, for purposes of determining the accuracy of the information provided herein, the Procurement Officer may request additional information, including, without limitation, copies of the subcontract agreements and quotes. Each of the Contractor and Subcontractor solemnly affirms under the penalties of perjury that: (i) the information provided in this MBE Subcontractor Project Participation Affidavit is true to the best of its knowledge, information and belief, and (ii) 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/Proposal and:

(1) fail to request, receive, or otherwise obtain authorization from the certified minority business enterprise to identify the certified Minority Business Enterprise in its Bid/Proposal;

(2) fail to notify the certified Minority Business Enterprise before execution of the Contract of its inclusion of the

Bid/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/Proposal.

PRIME CONTRACTOR Signature of Representative: __________________________________________________________ Printed Name and Title:_______________________________________ __________________________________________________________ Firm’s Name: ______________________________________________ Federal Identification Number: _________________________________ Address: __________________________________________________ __________________________________________________________ Telephone: _________________________________________________ Date: _____________________________________________________

SUBCONTRACTOR Signature of Representative: _________________________________________________________ Printed Name and Title:______________________________________ _________________________________________________________ Firm’s Name: _____________________________________________ Federal Identification Number: _______________________________ Address: _________________________________________________ _________________________________________________________ Telephone: ________________________________________________ Date: ____________________________________________________

UMUC RFP# 91268 - Facilities and Equipment Maintenance Page 94 of 115

MBE Attachment M-3B MBE PRIME PROJECT PARTICIPATION CERTIFICATION

PLEASE COMPLETE AND SUBMIT THIS FORM TO ATTEST EACH SPECIFIC ITEM OF WORK THAT YOUR MBE FIRM HAS LISTED ON THE MBE PARTICIPATION SCHEDULE (ATTACHMENT M-1A) FOR PURPOSES OF MEETING THE MBE PARTICIPATION GOALS. THIS FORM MUST BE SUBMITTED WITHIN 10 WORKING DAYS OF NOTIFICATION OF APPARENT AWARD. IF THE BIDDER/OFFEROR FAILS TO RETURN THIS AFFIDAVIT WITHIN THE REQUIRED TIME, THE PROCUREMENT OFFICER MAY DETERMINE THAT THE BIDDER/OFFEROR IS NOT RESPONSIBLE AND THEREFORE NOT ELIGIBLE FOR CONTRACT AWARD. Provided that _________________________________________________ (Prime Contractor’s Name) with Certification Number ___________ is awarded the State contract in conjunction with Solicitation No. _______________________, such MBE Prime Contractor intends to perform with its own forces at least $___________ which equals to___% of the Total Contract Amount for performing the following products/services for the Contract:

MBE PRIME CONTRACTOR Signature of Representative: __________________________________________________________ Printed Name and Title:_______________________________________ __________________________________________________________ Firm’s Name: ______________________________________________ Federal Identification Number: ________________________________ Address: __________________________________________________ __________________________________________________________ Telephone: _________________________________________________ Date: _____________________________________________________

NAICS CODE WORK ITEM, SPECIFICATION NUMBER, LINE ITEMS OR WORK CATEGORIES (IF APPLICABLE). FOR CONSTRUCTION PROJECTS, GENERAL CONDITIONS MUST BE LISTED SEPARATELY.

DESCRIPTION OF SPECIFIC PRODUCTS AND/OR SERVICES

VALUE OF THE WORK

UMUC RFP# 91268 - Facilities and Equipment Maintenance Page 95 of 115

Sample MBE Attachment M-4A UNIVERSITY OF MARYLAND UNIVERSITY COLLEGE

Minority Business Enterprise Participation Prime Contractor Paid/Unpaid MBE Invoice Report

• If more than one MBE subcontractor is used for this contract, you must use separate Attachment M-4A forms for

each subcontractor. • Information regarding payments that the MBE prime will use for purposes of meeting the MBE participation goals

must be reported separately in Attachment M-4B. • Return one copy (hard or electronic) of this form to the following address (electronic copy with signature

and date is preferred):

Signature:________________________________________________ Date:_____________________

Report #: ________ Reporting Period (Month/Year): _____________ Prime Contractor: Report is due to the MBE Liaison by the 15th of the month following the month the services were provided. Note: Please number reports in sequence

Contract #: __________________________________ Contracting Unit: ______________________________ Contract Amount: ______________________________ MBE Subcontract Amt: __________________________ Project Begin Date: _____________________________ Project End Date: _______________________________ Services Provided: ______________________________

Prime Contractor:

Contact Person:

Address: City:

State:

ZIP:

Phone:

Fax: E-mail:

MBE Subcontractor Name:

Contact Person:

Phone:

Fax:

Subcontractor Services Provided: List all payments made to MBE subcontractor named above during this reporting period: Invoice# Amount 1. 2. 3. 4. Total Dollars Paid: $____________________________

List dates and amounts of any outstanding invoices: Invoice # Amount 1. 2. 3. 4. Total Dollars Unpaid: $__________________________

Pamela A. Welzenbach, MBE Liaison Office of Procurement University of Maryland University College 3501 University Blvd. E, Room 4100 Adelphi, MD 20783-8044 Email: [email protected]

UMUC RFP# 91268 - Facilities and Equipment Maintenance Page 96 of 115

(

Sample MBE ATTACHMENT M-5 UNIVERSITY OF MARYLAND UNIVERSITY COLLEGE

Minority Business Enterprise Participation Subcontractor Paid/Unpaid MBE Invoice Report

Report#: ____ Reporting Period (Month/Year): ________________ Report is due by the 15th of the month following the month the services were performed.

Contract # Contracting Unit: MBE Subcontract Amount: Project Begin Date: Project End Date: Services Provided:

MBE Subcontractor Name: MDOT Certification #: Contact Person: E-mail: Address: City:

State:

ZIP:

Phone:

Fax:

Subcontractor Services Provided: List all payments received from Prime Contractor during reporting period indicated above. Invoice Amt Date 1. 2. 3. Total Dollars Paid: $_________________________

List dates and amounts of any unpaid invoices over 30 days old. Invoice Amt Date 1. 2. 3. Total Dollars Unpaid: $_________________________

Prime Contractor: Contact Person:

**Return one copy of this form to the following address (electronic copy with signature & date is preferred):

Pamela A. Welzenbach, MBE Liaison Office of Procurement University of Maryland University College 3501 University Blvd. E., Room 4100 Adelphi, MD 20783-8044 Email: [email protected]

Signature:________________________________________________ Date:_____________________ (Required)

This form must be completed monthly by all MBE subcontractors.

UMUC RFP# 91268 - Facilities and Equipment Maintenance Page 97 of 115

MBE Attachment M-4B UNIVERSITY OF MARYLAND UNIVERSITY COLLEGE

Minority Business Enterprise Participation MBE Prime Contractor Report

Invoice Number Value of the

Work NAICS Code Description of the Work

Return one copy (hard or electronic) of this form to the following address (electronic copy with signature and date is preferred):

Pamela A. Welzenbach, MBE Liaison Office of Procurement University of Maryland University College 3501 University Blvd. E, Room 4100 Adelphi, MD 20783-8044 Email: [email protected] Signature:________________________________________________ Date:_____________________ (Required)

MBE Prime Contractor: Certification Number: Report #: ________ Reporting Period (Month/Year): _____________ MBE Prime Contractor: Report is due to the MBE Liaison by the 15th of the month following the month the services were provided. Note: Please number reports in sequence

Contract #: __________________________________ Contracting Unit: ______________________________ Contract Amount: ______________________________ Total Value of the Work to the Self-Performed for purposes of Meeting the MBE participation goal/subgoals: __________________________ Project Begin Date: _____________________________ Project End Date: _______________________________

Contact Person: Address: City:

State:

ZIP:

Phone:

Fax: E-mail:

UMUC RFP# 91268 - Facilities and Equipment Maintenance Page 98 of 115

MBE ATTACHMENT M-5 UNIVERSITY OF MARYLAND UNIVERSITY COLLEGE

Minority Business Enterprise Participation Subcontractor Paid/Unpaid MBE Invoice Report

Report#: ____ Reporting Period (Month/Year): ________________ Report is due by the 15th of the month following the month the services were performed.

Contract # Contracting Unit: MBE Subcontract Amount: Project Begin Date: Project End Date: Services Provided:

MBE Subcontractor Name: MDOT Certification #: Contact Person: E-mail: Address: City:

State:

ZIP:

Phone:

Fax:

Subcontractor Services Provided: List all payments received from Prime Contractor during reporting period indicated above. Invoice Amt Date 1. 2. 3. Total Dollars Paid: $_________________________

List dates and amounts of any unpaid invoices over 30 days old. Invoice Amt Date 1. 2. 3. Total Dollars Unpaid: $_________________________

Prime Contractor: Contact Person:

Return one copy (hard or electronic) of this form to the following address (electronic copy with signature and date is preferred):

Pamela A. Welzenbach, MBE Liaison Office of Procurement University of Maryland University College 3501 University Blvd. E, Room 4100 Adelphi, MD 20783-8044 Email: [email protected] Signature:________________________________________________ Date:_____________________ (Required)

UMUC RFP# 91268 - Facilities and Equipment Maintenance Page 99 of 115

APPENDIX M-W

MINORITY BUSINESS ENTERPRISE WAIVER REQUEST INFORMATION

UMUC RFP# 91268 - Facilities and Equipment Maintenance Page 100 of 115

MBE Attachment M-1B WAIVER GUIDANCE

GUIDANCE FOR DOCUMENTING GOOD FAITH EFFORTS TO MEET MBE PARTICIPATION GOALS

In order to show that it has made good faith efforts to meet the Minority Business Enterprise (MBE) participation goal (including any MBE subgoals) on a contract, the bidder/offeror must either (1) meet the MBE Goal(s) and document its commitments for participation of MBE Firms, or (2) when it does not meet the MBE Goal(s), document its Good Faith Efforts to meet the goal(s).

I. Definitions MBE Goal(s) – “MBE Goal(s)” refers to the MBE participation goal and MBE participation subgoal(s). Good Faith Efforts – The “Good Faith Efforts” requirement means that when requesting a waiver, the bidder/offeror must demonstrate that it took all necessary and reasonable steps to achieve the MBE Goal(s), which, by their scope, intensity, and appropriateness to the objective, could reasonably be expected to obtain sufficient MBE participation, even if those steps were not fully successful. Whether a bidder/offeror that requests a waiver made adequate good faith efforts will be determined by considering the quality, quantity, and intensity of the different kinds of efforts that the bidder/offeror has made. The efforts employed by the bidder/offeror should be those that one could reasonably expect a bidder/offeror to take if the bidder/offeror were actively and aggressively trying to obtain MBE participation sufficient to meet the MBE contract goal and subgoals. Mere pro forma efforts are not good faith efforts to meet the MBE contract requirements. The determination concerning the sufficiency of the bidder's/offeror’s good faith efforts is a judgment call; meeting quantitative formulas is not required. Identified Firms – “Identified Firms” means a list of the MBEs identified by the procuring agency during the goal setting process and listed in the procurement as available to perform the Identified Items of Work. It also may include additional MBEs identified by the bidder/offeror as available to perform the Identified Items of Work, such as MBEs certified or granted an expansion of services after the procurement was issued. If the procurement does not include a list of Identified Firms, this term refers to all of the MBE Firms (if State-funded) the bidder/offeror identified as available to perform the Identified Items of Work and should include all appropriately certified firms that are reasonably identifiable. Identified Items of Work – “Identified Items of Work” means the bid items identified by the procuring agency during the goal setting process and listed in the procurement as possible items of work for performance by MBE Firms. It also may include additional portions of items of work the bidder/offeror identified for performance by MBE Firms to increase the likelihood that the MBE Goal(s) will be achieved. If the procurement does not include a list of Identified Items of Work, this term refers to all of the items of work the bidder/offeror identified as possible items of work for performance by MBE Firms and should include all reasonably identifiable work opportunities. MBE Firms – “MBE Firms” refers to a firm certified by the Maryland Department of Transportation (“MDOT”) under COMAR 21.11.03. Only MDOT-certified MBE Firms can participate in the State’s MBE Program.

UMUC RFP# 91268 - Facilities and Equipment Maintenance Page 101 of 115

II. Types of Actions Agency will Consider

The bidder/offeror is responsible for making relevant portions of the work available to MBE subcontractors and suppliers and to select those portions of the work or material needs consistent with the available MBE subcontractors and suppliers, so as to facilitate MBE participation. The following is a list of types of actions the procuring agency will consider as part of the bidder's/offeror’s Good Faith Efforts when the bidder/offeror fails to meet the MBE Goal(s). This list is not intended to be a mandatory checklist, nor is it intended to be exclusive or exhaustive. Other factors or types of efforts may be relevant in appropriate cases. A. Identify Bid Items as Work for MBE Firms

1. Identified Items of Work in Procurements (a) Certain procurements will include a list of bid items identified during the goal setting process as

possible work for performance by MBE Firms. If the procurement provides a list of Identified Items of Work, the bidder/offeror shall make all reasonable efforts to solicit quotes from MBE Firms to perform that work.

(b) Bidders/Offerors may, and are encouraged to, select additional items of work to be performed by

MBE Firms to increase the likelihood that the MBE Goal(s) will be achieved. 2. Identified Items of Work by Bidders/Offerors (a) When the procurement does not include a list of Identified Items of Work or for additional Identified

Items of Work, bidders/offerors should reasonably identify sufficient items of work to be performed by MBE Firms.

(b) Where appropriate, bidders/offerors should break out contract work items into economically

feasible units to facilitate MBE participation, rather than perform these work items with their own forces. The ability or desire of a prime contractor to perform the work of a contract with its own organization does not relieve the bidder/offeror of the responsibility to make Good Faith Efforts.

B. Identify MBE Firms to Solicit

1. MBE Firms Identified in Procurements

(a) Certain procurements will include a list of the MBE Firms identified during the goal setting process as available to perform the items of work. If the procurement provides a list of Identified MBE Firms, the bidder/offeror shall make all reasonable efforts to solicit those MBE firms.

(b) Bidders/offerors may, and are encouraged to, search the MBE Directory to identify additional MBEs who may be available to perform the items of work, such as MBEs certified or granted an expansion of services after the solicitation was issued.

2. MBE Firms Identified by Bidders/Offerors (a) When the procurement does not include a list of Identified MBE Firms, bidders/offerors should

reasonably identify the MBE Firms that are available to perform the Identified Items of Work.

(b) Any MBE Firms identified as available by the bidder/offeror should be certified to perform the Identified Items of Work.

C. Solicit MBEs

1. Solicit all Identified Firms for all Identified Items of Work by providing written notice. The bidder/offeror should:

UMUC RFP# 91268 - Facilities and Equipment Maintenance Page 102 of 115

(a) provide the written solicitation at least 10 days prior to bid opening to allow sufficient time for the MBE Firms to respond;

(b) send the written solicitation by first-class mail, facsimile, or email using contact information in the

MBE Directory, unless the bidder/offeror has a valid basis for using different contact information; and

(c) provide adequate information about the plans, specifications, anticipated time schedule for portions of the work to be performed by the MBE, and other requirements of the contract to assist MBE Firms in responding. (This information may be provided by including hard copies in the written solicitation or by electronic means as described in C.3 below.) 2. “All” Identified Firms includes the MBEs listed in the procurement and any MBE Firms you identify as potentially available to perform the Identified Items of Work, but it does not include MBE Firms who are no longer certified to perform the work as of the date the bidder/offeror provides written solicitations. 3. “Electronic Means” includes, for example, information provided via a website or file transfer protocol (FTP) site containing the plans, specifications, and other requirements of the contract. If an interested MBE cannot access the information provided by electronic means, the bidder/offeror must make the information available in a manner that is accessible to the interested MBE. 4. Follow up on initial written solicitations by contacting MBEs to determine if they are interested. The follow up contact may be made: (a) by telephone using the contact information in the MBE Directory, unless the bidder/offeror has a valid basis for using different contact information; or (b) in writing via a method that differs from the method used for the initial written solicitation.

5. In addition to the written solicitation set forth in C.1 and the follow up required in C.4, use all other reasonable and available means to solicit the interest of MBE Firms certified to perform the work of the contract. Examples of other means include:

(a) attending any pre-bid meetings at which MBE Firms could be informed of contracting and

subcontracting opportunities; and

(b) if recommended by the procurement, advertising with or effectively using the services of at least two minority focused entities or media, including trade associations, minority/women community organizations, minority/women contractors' groups, and local, state, and federal minority/women business assistance offices listed on the MDOT Office of Minority Business Enterprise website.

D. Negotiate With Interested MBE Firms Bidders/Offerors must negotiate in good faith with interested MBE Firms.

1. Evidence of negotiation includes, without limitation, the following: (a) the names, addresses, and telephone numbers of MBE Firms that were considered; (b) a description of the information provided regarding the plans and specifications for the work

selected for subcontracting and the means used to provide that information; and (c) evidence as to why additional agreements could not be reached for MBE Firms to perform the

work. 2. A bidder/offeror using good business judgment would consider a number of factors in negotiating

with subcontractors, including MBE subcontractors, and would take a firm's price and capabilities as well as contract goals into consideration.

UMUC RFP# 91268 - Facilities and Equipment Maintenance Page 103 of 115

3. The fact that there may be some additional costs involved in finding and using MBE Firms is not

in itself sufficient reason for a bidder's/offeror’s failure to meet the contract MBE goal(s), as long as such costs are reasonable. Factors to take into consideration when determining whether a MBE Firm’s quote is excessive or unreasonable include, without limitation, the following:

(a) the dollar difference between the MBE subcontractor’s quote and the average of the other subcontractors’ quotes received by the bidder/offeror;

(b) the percentage difference between the MBE subcontractor’s quote and the average of the other subcontractors’ quotes received by the bidder/offeror;

(c) the percentage that the MBE subcontractor’s quote represents of the overall contract amount;

(d) the number of MBE firms that the bidder/offeror solicited for that portion of the work;

(e) whether the work described in the MBE and Non-MBE subcontractor quotes (or portions thereof) submitted for review is the same or comparable; and

(f) the number of quotes received by the bidder/offeror for that portion of the work.

4. The above factors are not intended to be mandatory, exclusive, or exhaustive, and other evidence of an excessive or unreasonable price may be relevant.

5. The bidder/offeror may not use its price for self-performing work as a basis for rejecting a MBE Firm’s quote as excessive or unreasonable.

6. The “average of the other subcontractors’ quotes received” by the bidder/offeror refers to the average of the quotes received from all subcontractors. Bidder/offeror should attempt to receive quotes from at least three subcontractors, including one quote from a MBE and one quote from a Non-MBE. 7. A bidder/offeror shall not reject a MBE Firm as unqualified without sound reasons based on a thorough investigation of the firm’s capabilities. For each certified MBE that is rejected as unqualified or that placed a subcontract quotation or offer that the bidder/offeror concludes is not acceptable, the bidder/offeror must provide a written detailed statement listing the reasons for this conclusion. The bidder/offeror also must document the steps taken to verify the capabilities of the MBE and Non-MBE Firms quoting similar work.

(a) The factors to take into consideration when assessing the capabilities of a MBE Firm, include, but are not limited to the following: financial capability, physical capacity to perform, available personnel and equipment, existing workload, experience performing the type of work, conduct and performance in previous contracts, and ability to meet reasonable contract requirements.

(b) The MBE Firm’s standing within its industry, membership in specific groups, organizations, or associations and political or social affiliations (for example union vs. non-union employee status) are not legitimate causes for the rejection or non-solicitation of bids in the efforts to meet the project goal.

E. Assisting Interested MBE Firms When appropriate under the circumstances, the decision-maker will consider whether the

bidder/offeror: 1. made reasonable efforts to assist interested MBE Firms in obtaining the bonding, lines of credit,

or insurance required by the procuring agency or the bidder/offeror; and 2. made reasonable efforts to assist interested MBE Firms in obtaining necessary equipment,

supplies, materials, or related assistance or services.

UMUC RFP# 91268 - Facilities and Equipment Maintenance Page 104 of 115

III. Other Considerations In making a determination of Good Faith Efforts the decision-maker may consider engineering estimates, catalogue prices, general market availability and availability of certified MBE Firms in the area in which the work is to be performed, other bids or offers and subcontract bids or offers substantiating significant variances between certified MBE and Non-MBE costs of participation, and their impact on the overall cost of the contract to the State and any other relevant factors. The decision-maker may take into account whether a bidder/offeror decided to self-perform subcontract work with its own forces, especially where the self-performed work is Identified Items of Work in the procurement. The decision-maker also may take into account the performance of other bidders/offerors in meeting the contract. For example, when the apparent successful bidder/offeror fails to meet the contract goal, but others meet it, this reasonably raises the question of whether, with additional reasonable efforts, the apparent successful bidder/offeror could have met the goal. If the apparent successful bidder/offeror fails to meet the goal, but meets or exceeds the average MBE participation obtained by other bidders/offerors, this, when viewed in conjunction with other factors, could be evidence of the apparent successful bidder/offeror having made Good Faith Efforts. IV. Documenting Good Faith Efforts At a minimum, a bidder/offeror seeking a waiver of the MBE Goal(s) or a portion thereof must provide written documentation of its Good Faith Efforts, in accordance with COMAR 21.11.03.11, within 10 business days after receiving notice that it is the apparent awardee. The written documentation shall include the following: A. Items of Work (Complete Good Faith Efforts Documentation Attachment M-1C, Part 1) A detailed statement of the efforts made to select portions of the work proposed to be performed by certified MBE Firms in order to increase the likelihood of achieving the stated MBE Goal(s). B. Outreach/Solicitation/Negotiation

1. The record of the bidder’s/offeror’s compliance with the outreach efforts prescribed by COMAR 21.11.03.09C(2)(a). (Complete Outreach Efforts Compliance Statement – Attachment M-2).

2. A detailed statement of the efforts made to contact and negotiate with MBE Firms including:

(a) the names, addresses, and telephone numbers of the MBE Firms who were contacted, with the

dates and manner of contacts (letter, fax, email, telephone, etc.) (Complete Good Faith Efforts Attachment M-1C- Part 2, and submit letters, fax cover sheets, emails, etc. documenting solicitations); and

(b) a description of the information provided to MBE Firms regarding the plans, specifications, and anticipated time schedule for portions of the work to be performed and the means used to provide that information.

C. Rejected MBE Firms (Complete Good Faith Efforts Attachment M-1C, Part 3)

1. For each MBE Firm that the bidder/offeror concludes is not acceptable or qualified, a detailed statement of the reasons for the bidder's/offeror’s conclusion, including the steps taken to verify the capabilities of the MBE and Non-MBE Firms quoting similar work.

2. For each certified MBE Firm that the bidder/offeror concludes has provided an excessive or unreasonable price, a detailed statement of the reasons for the bidder's/offeror’s conclusion, including the quotes received from all MBE and Non-MBE firms bidding on the same or comparable work. (Include copies of all quotes received.)

3. A list of MBE Firms contacted but found to be unavailable. This list should be accompanied by a MBE Unavailability Certificate (see Exhibit A to this Attachment M-1B) signed by the MBE contractor or a

UMUC RFP# 91268 - Facilities and Equipment Maintenance Page 105 of 115

statement from the bidder/offeror that the MBE contractor refused to sign the MBE Unavailability Certificate. D. Other Documentation

1. Submit any other documentation requested by the Procurement Officer to ascertain the bidder’s/offeror’s Good Faith Efforts.

2. Submit any other documentation the bidder/offeror believes will help the Procurement Officer

ascertain its Good Faith Efforts.

UMUC RFP# 91268 - Facilities and Equipment Maintenance Page 106 of 115

Exhibit A

MBE Subcontractor Unavailability Certificate 1. It is hereby certified that the firm of

(Name of Minority firm) located at (Number) (Street) (City) (State) (Zip) was offered an opportunity to bid on Solicitation No. in County by (Name of Prime Contractor’s Firm) *************************************************************************************************************

2. (Minority Firm), is either unavailable for the

work/service or unable to prepare a bid for this project for the following reason(s):

Signature of Minority Firm’s MBE Representative Title Date

• MDOT Certification # Telephone #

3. To be completed by the prime contractor if Section 2 of this form is not completed by the minority firm. To the best of my knowledge and belief, said Certified Minority Business Enterprise is either unavailable for the work/service for this project, is unable to prepare a bid, or did not respond to a request for a price proposal and has not completed the above portion of this submittal. Signature of Prime Contractor Title Date

UMUC RFP# 91268 - Facilities and Equipment Maintenance Page 107 of 115

MBE ATTACHMENT M-1C

GOOD FAITH EFFORTS DOCUMENTATION TO SUPPORT WAIVER REQUEST

Page __ of ___

Prime Contractor Project Description Solicitation Number

PARTS 1, 2, AND 3 MUST BE INCLUDED WITH THIS CERTIFICATE ALONG WITH ALL DOCUMENTS SUPPORTING YOUR WAIVER REQUEST.

I AFFIRM THAT I HAVE REVIEWED ATTACHMENT M-1B, WAIVER GUIDANCE. I FURTHER AFFIRM UNDER PENALTIES OF PERJURY THAT THE CONTENTS OF PARTS 1, 2, AND 3 OF THIS ATTACHMENT M-1C GOOD FAITH EFFORTS DOCUMENTATION FORM ARE TRUE TO THE BEST OF MY KNOWLEDGE, INFORMATION, AND BELIEF. ____________________________________ ________________________________ Company Name Signature of Representative ____________________________________ _______________________________ Address Printed Name and Title

____________________________________ ________________________________ City, State and Zip Code Date

UMUC RFP# 91268 - Facilities and Equipment Maintenance Page 108 of 115

GOOD FAITH EFFORTS DOCUMENTATION TO SUPPORT WAIVER REQUEST

PART 1 – IDENTIFIED ITEMS OF WORK BIDDER/OFFEROR MADE AVAILABLE TO MBE FIRMS

Page __ of ___

Prime Contractor Project Description Solicitation Number

Identify those items of work that the bidder/offeror made available to MBE Firms. This includes, where appropriate, those items the bidder/offeror identified and determined to subdivide into economically feasible units to facilitate the MBE participation. For each item listed, show the anticipated percentage of the total contract amount. It is the bidder’s/offeror’s responsibility to demonstrate that sufficient work to meet the goal was made available to MBE Firms, and the total percentage of the items of work identified for MBE participation equals or exceeds the percentage MBE goal set for the procurement. Note: If the procurement includes a list of bid items identified during the goal setting process as possible items of work for performance by MBE Firms, the bidder/offeror should make all of those items of work available to MBE Firms or explain why that item was not made available. If the bidder/offeror selects additional items of work to make available to MBE Firms, those additional items should also be included below.

Identified Items of Work Was this work listed in the procurement?

Does bidder/offeror normally self-perform this work?

Was this work made available to MBE Firms If no, explain why?

□ Yes □ No □ Yes □ No □ Yes □ No

□ Yes □ No □ Yes □ No □ Yes □ No

□ Yes □ No □ Yes □ No □ Yes □ No

□ Yes □ No □ Yes □ No □ Yes □ No

□ Yes □ No □ Yes □ No □ Yes □ No

□ Yes □ No □ Yes □ No □ Yes □ No

□ Yes □ No □ Yes □ No □ Yes □ No

□ Yes □ No □ Yes □ No □ Yes □ No

□ Yes □ No □ Yes □ No □ Yes □ No

□ Yes □ No □ Yes □ No □ Yes □ No

PLEASE CHECK IF ADDITIONAL SHEETS ARE ATTACHED.

UMUC RFP# 91268 - Facilities and Equipment Maintenance Page 109 of 115

GOOD FAITH EFFORTS DOCUMENTATION TO SUPPORT WAIVER REQUEST

PART 2 – IDENTIFIED MBE FIRMS AND RECORD OF SOLICITATIONS

Page __ of ___

Prime Contractor Project Description • Solicitation Number

Identify the MBE Firms solicited to provide quotes for the Identified Items of Work made available for MBE participation. Include the name of the MBE Firm solicited, items of work for which bids/quotes were solicited, date and manner of initial and follow-up solicitations, whether the MBE provided a quote, and whether the MBE is being used to meet the MBE participation goal. MBE Firms used to meet the participation goal must be included on the MBE Participation Schedule. Note: If the procurement includes a list of the MBE Firms identified during the goal setting process as potentially available to perform the items of work, the bidder/offeror should solicit all of those MBE Firms or explain why a specific MBE was not solicited. If the bidder/offeror identifies additional MBE Firms who may be available to perform Identified Items of Work, those additional MBE Firms should also be included below. Copies of all written solicitations and documentation of follow-up calls to MBE Firms must be attached to this form. This list should be accompanied by a Minority Contractor Unavailability Certificate signed by the MBE contractor or a statement from the bidder/offeror that the MBE contractor refused to sign the Minority Contractor Unavailability Certificate (see Exhibit A to MBE Attachment M-1B). If the bidder/offeror used a Non-MBE or is self-performing the identified items of work, Part 3 must be completed. Name of Identified MBE Firm & MBE Classification

Describe Item of Work Solicited

Initial Solicitation Date & Method

Follow-up Solicitation Date & Method

Details for Follow-up Calls

Quote Rec’d

Quote Used

Reason Quote Rejected

Firm Name: MBE Classification (Check only if requesting waiver of MBE subgoal.)

African American-Owned Hispanic American- Owned Asian American-Owned Women-Owned Other MBE Classification

____________________

Date: □ Mail □ Facsimile □ Email

Date: □ Phone □ Mail □ Facsimile □ Email

Time of Call: Spoke With: □ Left Message

□ Yes □ No

□ Yes □ No

□ Used Other MBE □ Used Non-MBE □ Self-performing

UMUC RFP# 91268 - Facilities and Equipment Maintenance Page 110 of 115

Name of Identified MBE Firm & MBE Classification

Describe Item of Work Solicited

Initial Solicitation Date & Method

Follow-up Solicitation Date & Method

Details for Follow-up Calls

Quote Rec’d

Quote Used

Reason Quote Rejected

Firm Name: MBE Classification (Check only if requesting waiver of MBE subgoal.)

African American-Owned Hispanic American- Owned Asian American-Owned Women-Owned Other MBE Classification

____________________

Date: □ Mail □ Facsimile □ Email

Date: □ Phone □ Mail □ Facsimile □ Email

Time of Call: Spoke With: □ Left Message

□ Yes □ No

□ Yes □ No

□ Used Other MBE □ Used Non-MBE □ Self-performing

PLEASE CHECK IF ADDITIONAL SHEETS ARE ATTACHED.

UMUC RFP# 91268 - Facilities and Equipment Maintenance Page 111 of 115

GOOD FAITH EFFORTS DOCUMENTATION

TO SUPPORT WAIVER REQUEST

PART 3 – ADDITIONAL INFORMATION REGARDING REJECTED MBE QUOTES

Page __ of ___

Prime Contractor Project Description • Solicitation Number

This form must be completed if Part 2 indicates that a MBE quote was rejected because the bidder/offeror is using a Non-MBE or is self-performing the Identified Items of Work. Provide the Identified Items of Work, indicate whether the work will be self-performed or performed by a Non-MBE, and if applicable, state the name of the Non-MBE. Also include the names of all MBE and Non-MBE Firms that provided a quote and the amount of each quote. Describe Identified Items of Work Not Being Performed by MBE (Include spec/section number from bid)

Self-performing or Using Non-MBE (Provide name)

Amount of Non-MBE Quote

Name of Other Firms who Provided Quotes & Whether MBE or Non-MBE

Amount Quoted

Indicate Reason Why MBE Quote Rejected & Briefly Explain

□ Self-performing □ Using Non-MBE ________________

$__________

__________________ □ MBE □ Non-MBE

$__________

□ Price □ Capabilities □ Other

□ Self-performing □ Using Non-MBE ________________

$__________

__________________ □ MBE □ Non- MBE

$__________

□ Price □ Capabilities □ Other

□ Self-performing □ Using Non-MBE ________________

$__________

__________________ □ MBE □ Non- MBE

$__________

□ Price □ Capabilities □ Other

□ Self-performing □ Using Non- MBE ________________

$__________

__________________ □ MBE □ Non- MBE

$__________

□ Price □ Capabilities □ Other

□ Self-performing □ Using Non- MBE ________________

$__________

__________________ □ MBE □ Non- MBE

$__________

□ Price □ Capabilities □ Other

□ Self-performing □ Using Non- MBE ________________

$__________

__________________ □ MBE □ Non- MBE

$__________

□ Price □ Capabilities □ Other

PLEASE CHECK IF ADDITIONAL SHEETS ARE ATTACHED.

UMUC RFP# 91268 - Facilities and Equipment Maintenance Page 112 of 115

APPENDIX S SOLICITATION TERMS AND CONDITIONS

1. Contractor’s/Proposer’s Responsibility.

Proposers are advised to read the requirements very carefully to ensure that each requirement is understood. The Technical Proposal and/or the Price Proposal are considered by the University to be the Proposer’s Offer, both individually and collectively. If in doubt, develop and submit applicable questions, in writing to the contact at the Issuing Office per the RFP. A Proposer's misinterpretation of requirements shall not relieve the Proposer of responsibility to accurately address the requirements of the RFP or to perform the contract, if awarded. UMUC will enter into a contractual agreement with the selected Contractor only. The selected Contractor shall be solely responsible for all services as required by this RFP. Subcontractors, if any, will be the responsibility of the primary Contractor and the role of subcontractors must be clearly identified in the proposal. The use of a subcontractor(s) does not relieve the Contractor of liability under this contract.

2. General Requirement.

Proposals must be made in the official name of the firm or individual under which business is conducted, showing the official business address, state in which it is incorporated or organized (if Proposer is not an individual) and must be signed by a duly authorized person. Proposals must be prepared in writing, simply and economically, providing a straightforward, concise description of the Proposer's proposal for meeting the required specifications of this procurement. Proposers must paginate each proposal volume and are requested to provide tabs to separate responses to the technical criteria.

3. Receipt of Proposals.

Proposals will not be opened publicly; nor, can the identity of Proposers (individuals or entities) submitting proposals (“Proposers”) be disclosed prior to actual contract award.

4. Duration of Offers.

Proposals (Technical Proposal and, if applicable, Price Proposal) submitted in response to this solicitation are irrevocable for 120 days following the closing date of the Price Proposal due date. This period may be extended by mutual agreement between the vendor and the University.

5. Rejection or Acceptance of Proposals. The University reserves the right to accept or reject any and all proposals, in whole or in part, received as a result of this RFP, to waive minor irregularities, to negotiate in any manner necessary to best serve the interest of the University. Further, the University reserves the right to make a whole award, multiple awards, a partial award or no award at all. Proposers judged by the procurement officer not to be responsible or Proposers whose proposals are classified as not reasonably susceptible of being selected for award shall be so notified. The University reserves the right to increase or decrease the quantities of any materials, equipment, supplies or services.

6. Cancellation of the RFP.

UMUC may cancel this RFP, in whole or in part, at any time. 7. Incurred Expenses.

Neither UMUC nor the State of Maryland is responsible for any expenses that Proposers may incur in preparing and submitting proposals or in making oral presentations of their proposals, if required.

8. Payment.

The State of Maryland usually provides payments on a net 30 day basis for UMUC approved invoices. Payment provisions shall be in arrears, with late payment and interest calculated as provided by Maryland law. For purposes of determining whether a prompt-payment discount, if applicable, may be taken by UMUC, the starting date of such reckoning period shall be the later of the date of a properly executed invoice or the date of completion of service and/or delivery of product.

9. Electronic Funds Transfer (“EFT”).

If the annual dollar value of this contract will exceed $500,000.00, the Bidder/Offeror is hereby advised that electronic funds transfer (EFT) will be used by the State to pay the Contractor for this Contract and any other State payments due Contractor unless the State Comptroller's Office grants the Contractor an exemption. By submitting a response to this solicitation, the Offeror agrees to accept payment by electronic fund transfer unless the State Comptroller’s Office grants an exemption. The selected Offeror shall register using the form attached as Appendix D, the GAD X-10 Contractor EFT Registration Request Form. This form is to be submitted directly to the Comptroller’s Office (not to UMUC). Any request for exemption must be submitted to the State Comptroller’s Office for approval at the address specified on the GAD X-10 form and must include the business identification information as stated on the form and include the reason for the exemption. The form is available as a pdf file on the web site of the General Accounting Division of the Comptroller of Maryland. That web address is: http://compnet.comp.state.md.us/gad/agencyinfo/agencyeft.asp

10. Procurement Regulations. This RFP shall be conducted in accordance with USM Procurement Policies and Procedures. The procurement method is

Competitive Sealed Proposals. The text of the Policies and Procedures is available at http://www.usmd.edu/regents/bylaws/SectionVIII/VIII300.html.

UMUC RFP# 91268 - Facilities and Equipment Maintenance Page 113 of 115

11. Confidentiality of Proposer’s Information. A Proposer should give specific attention to the identification of those portions of the proposal that the Proposer deems to be confidential, proprietary information or trade secrets and provide any justification why such materials, upon request, should not be disclosed by the State under the Access to Public Records Act, State Government Article, Title 10, Subtitle 6, Annotated Code of Maryland. Proposers are advised that, upon request for this information from a third party, the Procurement Officer is required to make an independent determination as to whether the information may or may not be disclosed to the requesting party. That decision will take into consideration the Proposer’s position regarding its proposal. A blanket statement by a Proposer that its entire proposal is confidential or proprietary will not be upheld.

12. Oral Presentation /Discussion Sessions. - Refer to Section III of the solicitation. 13. Evaluation of Offers. – Refer to Section III of the solicitation. 14. Proposal Affidavit and Certifications.

State procurement regulations require that proposals contain certifications regarding non-collusion, debarment, cost and price, etc. The affidavit form, which should be completed by all respondents and returned with their respective responses, is included as Appendix A of the RFP.

15. Economy of Preparation.

Proposals should be prepared simply and economically, providing a straightforward, concise description of the contractor's offer to meet the requirements of the RFP.

16. Multiple Proposals.

Contractors may not submit more than one proposal. 17. Alternate Solution Proposals.

Contractors may not submit an alternate to the solution given in this RFP. 18. Telegraphic/Facsimile Proposal Modifications.

Contractors may modify their proposals by telegraphic, e-mail, or facsimile communication at any time prior to the due date and time set to receive proposals provided such communication is received by the State issuing agency prior to such time and, provided further, the State agency is satisfied that a written confirmation of the modification with the signature of the proposer was mailed prior to the time and date set to receive proposals. The communication should not reveal the proposal price but should provide the addition or subtraction or other modification so that the final prices, percent or terms will not be known to the State agency until the sealed proposal is opened. If written confirmation is not received within two (2) days from the scheduled proposal opening time, no consideration will be given to the modification communication. No telephone, telegraphic, or facsimile price proposals will be accepted.

19. Contractor Responsibilities and Use of Subcontractors

The University of Maryland University College shall enter into contractual agreement with the selected offering contractor(s) only. The selected contractors(s) shall be responsible for all products and/or services required by this RFP. UMUC will consider proposals that reflect primary and secondary service providers or prime/subcontractor relationship. There should be proof of ability of the primary to manage a subcontractor and successfully coordinate the delivery of quality service and support in a timely manner. Subcontractors, if any, shall be identified and a complete description of their role relative to the proposal shall be included. University of Maryland University College's intent is not to direct the use of any particular subcontractor, however, the contractor will not contract with any such proposed person or entity to whom University of Maryland University College has a reasonable objection. Notification of such objection will be made by University of Maryland University College within 15 days of contract. The contractor shall be fully responsible for the acts and omissions of its subcontractors and of persons directly or indirectly employed by them. The use of subcontractors does not relieve the contractor of liability.

20. Access to Contractor Records for Quality Assurance and Auditing Purposes.

The Contractor and its principal subcontractors must provide access to pertinent records by University personnel or its representatives (including internal auditors, external auditors, representatives, or agents) to provide quality assurance and auditing.

21. Arrearages.

By submitting a response to this solicitation, a contractor shall be deemed to represent that it is not in arrears in the payment of any obligation due and owing the State of Maryland, including the payment of taxes and employee benefits and that it shall not become so in arrears during the term of the contract if selected for contract award.

22. Taxes.

University of Maryland University College is exempt from Federal Excise Taxes, Maryland Sales and Use Taxes, and the District of Columbia Sales Taxes and Transportation Taxes, except as noted in applicable sections of COMAR. Exemption Certificates shall be provided upon request. Where a Contractor is required to furnish and install material in the construction or improvement of real property in performance of a contract, Contractor shall pay the Maryland Sales tax and the exemption does not apply.

UMUC RFP# 91268 - Facilities and Equipment Maintenance Page 114 of 115

23. RFP Response Materials. All written materials submitted in response to this RFP become the property of University of Maryland University College and may be appended to any formal documentation, which would further define or expand the contractual relationship between University of Maryland University College and the successful contractor(s).

24. Debriefing of Unsuccessful Offerors.

Unsuccessful proposers (“Offerors”) may request a debriefing. If the proposer chooses to do so, the request must be submitted in writing to the Procurement Officer within ten days after the proposer knew, or should have known its proposal was unsuccessful. Debriefings shall be limited to discussion of the specific proposer’s proposal only and not include a discussion of a competing offeror’s proposal. Debriefings shall be conducted at the earliest feasible time.

The debriefing may include information on areas in which the unsuccessful proposer’s proposal was deemed weak or insufficient. The debriefing may NOT include discussion or dissemination of the thoughts, notes or ranking from an individual evaluation committee member. A summarization of the procurement officer’s rationale for the selection may be given.

25. Maryland Public Ethics Law, Title 15.

The Maryland Public Ethics Law prohibits, among other things: State employees or officials (and in some cases, former employees) and businesses in which such an individual is employed or holds a financial interest from (i) submitting a bid or proposal, (ii) negotiating a contract, and (iii) entering into a contract with the governmental unit with which the individual is affiliated per the Maryland Code, State Government Article, SS 15-502. If the bidder/offeror has any questions concerning application of the State Ethics law to the bidder/offeror's participation in this procurement, it is incumbent upon the bidder/offeror to see advise from the State Ethics Commission: The Office of The Executive Director, State Ethics Commission, 9 State Circle, Suite 200, Annapolis, MD 21401. For questions regarding the applicability of this provision of the Public Ethics Law, contact the State Ethics Commission, toll-free phone number 877-669-6085, or see the website ethics.gov.state.md.us. The procurement officer may refer any issue raised by a bid or proposal to the State Ethics Commission. The procurement officer may require the bidder/offeror to obtain advise from the State Ethics Commission and may reject a bid or proposal that would result in a violation of the Ethics law. The resulting contract is cancelable in the event of a violation of the Maryland Public Ethics Law by the contractor or any State of Maryland employee in connection with this procurement.

26. Assistance in Drafting.

Under the State Government Article § 15-508 of the Annotated Code of Maryland, an individual or person who employs an individual who assists an executive unit in drafting specifications, an invitation for bids, a request for proposals for a procurement, or the selection or award made in response to an invitation for bids or request for proposals may not submit a bid or proposal for that procurement or assist or represent another person, directly or indirectly, who is submitting a bid or proposal for that procurement. For questions regarding the applicability of this provision of the Public Ethics Law, contact the State Ethics Commission, toll-free phone number 877-669-6085, or see the website ethics.gov.state.md.us

27. Living Wage Requirements A solicitation for services under a State contract valued at $100,000 or more may be subject to Title 18, State Finance and Procurement Article, Annotated Code of Maryland. Additional information regarding the State’s Living Wage requirement is contained in the following section entitled Living Wage Requirements for Service Contracts. If the Offeror fails to complete and submit the required Living Wage documentation, the State may determine an Offeror to be not responsible. The Living Wage rates change each year and are published 90 days from the end of the State fiscal year. Living Wage rates may be found at https://www.dllr.state.md.us/labor/prev/livingwage.shtml The specific Living Wage rate is determined by whether a majority of services take place in a Tier 1 Area or Tier 2 Area of the State. The Tier 1 Area includes Montgomery, Prince George’s, Howard, Anne Arundel, and Baltimore Counties, and Baltimore City. The Tier 2 Area includes any county in the State not included in the Tier 1 Area. If the employees who perform the services are not located in the State, the head of the unit responsible for a State contract pursuant to §18-102 (d) shall assign the tier based upon where the recipients of the services are located.

28. Minority Business Enterprises. Minority participation is important to UMUC and the State of Maryland. All state entities have a subcontracting goal of 29% of its expenditures with State Certified Minority Business Enterprises (MBE's). State-certified Minority Business Enterprises (MBE) are strongly encouraged to respond to this solicitation notice. If not certified by the Maryland Department of Transportation (MDOT), MBEs are encouraged to initiate certification as soon as possible. For more information on the State’s MBE program or questions related to certification, please contact MDOT’s Office of Minority Business Enterprise/Equal Opportunity, telephone 800-544-6056 or view the MDOT website http://www.mdot.state.md.us/mbe/index.html . If a MBE subcontracting goal has been set for this procurement, refer to Appendix M and Appendix M-W of the solicitation document for all MBE Program requirements.

29. Confidentiality of UMUC Information The selected Contractor may have access to, may obtain, or be given confidential information, including without limitation information concerning the University’s business strategies, political and legislative affairs, students, faculty, employees, vendors, contractors, customer lists, finances, properties, methods of operation, computer and telecommunication systems, and software and documentation. Certain confidential information may be protected under the Family Educational Rights and Privacy Act (“FERPA”), the Gramm-Leach-Bliley Act, and the Maryland Public Information Act. The selected firm must have administrative, technical, and

UMUC RFP# 91268 - Facilities and Equipment Maintenance Page 115 of 115

physical safeguards to protect the security, confidentiality, and integrity of the University’s confidential information. UMUC may conduct discussions with Offerors in order to evaluate their abilities and responsiveness to the RFP. In order to facilitate the discussions and to allow Offeror to propose responsive solutions to UMUC’s needs and requirements, UMUC is willing to disclose certain confidential information to Offeror, including without limitation information concerning UMUC’s business strategies, political and legislative affairs, students, employees, vendors, contractors, customer lists, finances, properties, methods of operation, computer and telecommunications systems, and software and documentation (“Confidential Information”). By submitting a proposal in response to this RFP, Offerors agree: (i) to use Confidential Information solely for purposes of responding to and discussing the RFP; and (ii) not to disclose, permit or cause use of, or provide access to Confidential Information to any third person or entity. Upon request by UMUC, Offerors may be required to sign a Non-Disclosure Agreement.

END OF APPENDIX S


Recommended