Page 1 of 12
New High School and Consolidated Early Learning Academy and
Meeting House Hill School Addition and Renovation
New Fairfield Public Schools
Request for Proposal for
NESHAP Pre-Demolition Hazardous Building Materials Inspection, Testing,
Design & Abatement/Remediation Monitoring Services
Issue Date: August 17, 2020
Site visit August 24 3:30pm, Starting at the Consolidated School, 12 Gillotti Rd, New
Fairfield, CT 06812CT (limited to one person per firm, attendees must practice all
recommended Covid-19 safety practices including social distancing and masks)
Proposal Due Date: September 2, 2020 by 2:00pm
Table of Contents
I. Project Overview 3
II. Project Schedule 3-4
III. Scope Services 4-7
IV. Contents of Proposal 7-9
V. Selection Criteria 9
VI. Instructions for Submission of Proposal 9-10
VII. Insurance Requirements 10
VIII. Other Requirements 10-12
Bid Proposal Form - New High School
Bid Proposal Form – Consolidated Early Learning Center / MHHS
Page 2 of 12
Appendices
Appendix 01 – Consolidated School Phase 1 ESA part 1
Appendix 02 – Consolidated School Phase 1 ESA part 2
Appendix 03 – Meeting House Hill School Phase 1 ESA part 1
Appendix 04 – Meeting House Hill School Phase 1 ESA part 2
Appendix 05 – New Fairfield HS Phase 1 ESA part 1
Appendix 06 – New Fairfield HS Phase 1 ESA part 2
Appendix 07 – New Fairfield HS Phase 1 ESA part 3
Note: Appendices 01 through 07 listed above can be accessed through the following
drop box path:
https://colliers-
my.sharepoint.com/personal/scott_pellman_colliers_com/_layouts/15/guestaccess.asp
x?folderid=0d0de85bc4fdf4810b72e0bea3e99e55d&authkey=AT8FmeO-
w2bJ4WQpGbtA6sg&expiration=2020-11-11T05%3A00%3A00.000Z&e=P878B9
Note: Appendices 08 through 11 are attached to this RFP
Appendix 08 HS demolition areas and year constructed
Appendix 09 – Consolidated School first floor plan – years constructed
Appendix 10 – Consolidated School second floor plan – years constructed
Appendix 11 – Insurance Requirements
Note: the existing management plans can be viewed at facilities office. Please contact
the following to coordinate a review of the existing document.
Phil Ross New Fairfield Public School District Buildings & Grounds Department 56 Gillotti Road New Fairfield, CT 06812 (203) 312-5779 email: [email protected]
Page 3 of 12
I. Project Overview
On October 5, 2019 the Town of New Fairfield passed a referendum for the
replacement of the existing New Fairfield High School with a new high school and
the replacement of the existing Consolidated School with a new addition to the
existing Meeting House Hill School. The school district submitted two separate
grant applications for these anticipated projects in June 2019. As such, each
project will be designed, constructed and managed as two separate projects.
The Town intends to hire a single Environmental consultant for both projects with
separate Fees. Separate bid forms have been provided for each project.
High School - The new High School facility will be approximately 143,000 gross
square feet and is proposed to be constructed adjacent to the existing school
located at 54 Gillotti Road. The project includes the demolition of approximately
125,850s.f. of the existing 1970’s High School along with restoration and creation of
new exterior walls and egress points for existing portion of the 1970’s high school to
remain. Renovations include pool and team locker rooms, ADA accessibility
upgrades to the remaining central kitchen servery, construction of new or
renovation of existing space to include district offices (as an add alternate) and
restoration of utilities. See Appendix 08 for the proposed demolition of the existing 3
story high school building. Note that the existing high school is also attached to
the existing middle school. The existing middle school is not included in the scope
of work.
Consolidated Early Learning Academy - The New Fairfield Public Schools has
selected the option of constructing an addition to the existing Meeting House Hill
School to consolidate the school operations. The new Consolidated Early Learning
Academy addition will be approximately 43,500 gross square feet and will house
grades Pre-K through 1 while the existing Meeting House Hill School will house
grades 2 through 5. The project will include the complete demolition of the existing
79,500s.f. Consolidated Elementary School located at 12 Gillotti Road, site
restoration and creation of a new bus lot. See appendix 09 and 10 for floor plans
showing the original dates of construction. The Meeting House Hill School was
renovated as new approximately 7 years ago, the consultant will coordinate with
the design team to identify any existing walls that may contain hidden materials
that may require abatement.
II. Project Schedule
New Fairfield High School - The current schedule provides for design, construction
and occupancy of the new high school by the end of 2023. Demolition of the
existing New Fairfield High School will start at the beginning of 2024. The project
Architect, JCJ has completed the schematic design phase. Contract documents
are scheduled for completion in March 2021 with construction scheduled to
commence in July 2021.
Page 4 of 12
Consolidated Early Learning Academy - The current schedule provides for design,
construction and occupancy of the Consolidated Early Learning Academy by Fall
2022. Demolition of the existing Consolidated Elementary School will start in the
summer of 2022. The project Architect, JCJ has completed the schematic design
phase. Contract documents are scheduled for completion in January 2021 with
construction scheduled to commence in June 2021.
The Hazardous Building Materials Consultant (HBM) selection schedule is as follows
and is subject to change:
1. RFP Published: August 17, 2020
2. Site visit/Building Walk through: August 24, 2020, 3:30 p.m. (limited to 1
person per firm starting at the Consolidated School front entrance)
3. Last Day for Addenda questions: August 25, 2020 by 3:00 p.m.
4. Final Addenda Issued: August 26, 2020 by 2:00 p.m.
5. Proposals Due: September 2, 2020 no later than 2:00 p.m.
6. Consultant Selection: September 8, 2020 (New Fairfield PBC)
7. Survey, test and inspect building: Fall 2020 working around the school
schedule following all Covid -19 protocols as dictated by the district
III. Scope of Services
A. Comprehensive Hazardous Building Materials Services
The Town of New Fairfield intends to commission one firm to provide all hazardous
building material consulting services necessary for the abatement and removal of
the existing Consolidated School and High School along with identified site
material. This firm will have the responsibility to provide these services through its
own firm’s capabilities and consultants as approved by the Owner.
Comprehensive services shall be as follows:
Inspection, Report and Design Phase:
1. Review existing hazardous building material documentation provided in the
appendices along with the management plan available through the Town.
Review the existing documents including Phase 1 ESA’s provided in the
Appendix and include and all recommendations or any noted REC’s as part
of the remediation specifications and oversight. Include all required local,
State and Federal coordination and approvals including all OSCG&R
requirements.
2. Survey, test & inspect the building structures on-site, as required, to develop
pre-demolition abatement specifications and drawings to include but not
limited to the following:
Page 5 of 12
A. Identify the presence of asbestos containing materials (ACM), lead-based
paint (LBP) using XRF equipment, mercury switches, light ballasts and
florescent light tubes and other miscellaneous hazardous
materials/universal waste.
B. Asbestos testing includes inaccessible building materials such as roofing
materials, damp-proofing materials behind exterior walls, interior ceramic
floors and walls, wall adhesives (including behind bulletin and
“chalk/white” boards, materials insides boilers and incinerators, foundation
tars/damp-proofing, materials within wall and ceiling paneling, chases,
flooring materials under fixed objects (shelving, cabinetry, desks), etc. The
district will provide a roofer to assist in gathering samples. Demolition to
obtain samples should be minimized and taken from areas outside of
normal traffic patterns when applicable
C. All sample analysis must be performed by independent laboratories.
D. Direct cost of materials required for sampling materials shall be considered
a reimbursable expense. Cost for analysis of samples will not include
materials required to obtain the samples themselves. Receipts for all
materials shall be provided with the consultant’s invoice.
E. Conduct Polarized Light Microscopy (PLM) testing to determine asbestos
type and percent composition and should include the point count of all
samples below 3% to verify exact percentage. Any sample from trace
amounts up to 1% should be verified by TEM (Transmission Electron
Microscopy) analysis.
F. PCB sampling – The Consultant shall inspect and identify potential source
materials for PCB’s and include a detailed list of suspect materials with
assumed quantities in the report. The Consultant will develop an approach
and make recommendations to the building committee for either sampling
suspect PCB materials or moving forward assuming PCB source materials
without testing. The approach and recommendations discussed should
minimize potential disruption and exposure to the occupied schools
balanced with overall cost and ability to quickly demolish the existing
buildings. The approach discussions should acknowledge that the building
must remain operational and will be occupied by PK-1 grade students and
staff up to the summer of 2022 at the Consolidated School. The High school
will remain occupied until the end of 2023 and when demolition
commences the attached middle school will remain operational. The
projects will be bid in the spring of 2021 with a CM delivery approach.
Depending on the final approach for PCB remediation additional testing
may include but not be limited to caulking and glazing compounds, roofing
tars, damp-proofing tars, wall and floor adhesives and paint. A separate
line item for unit rates is included in the bid proposal form for PCB including
building and ground materials sampling. (PCB sampling is not included in
Page 6 of 12
the initial inspection, report and design phase and will be conducted using
the hourly staff rates and unit costs for testing if implemented.)
G. Building repair – Repair of adjacent surface sampling, roof sampling and
interior sampling at the existing schools will be limited to prevent exposure
to weather and excessive damage to the building. The Owner will be
responsible for such repairs. Sampling should be carefully planned to
minimize damage to the existing building envelope and interior finishes. The
buildings will remain in operation.
3. HBM consultant shall provide a detailed cost estimates for remediation /
demolition of each school at the completion of the inspection and design
phase including options for PCB remediation with potential schedule impacts.
4. Consultant shall assume 8 man-hours for meetings with design team and
building committee in the initial phase for each project. This effort is part of the
basic service but shall be tracked on its own separate line item on the invoice
by the consultant and billed per the hourly rates.
5. Develop abatement/remediation specifications and drawings to include a
detailed scope incorporating the required phasing as determined with the
Owner, Architect and OPM. Phasing plan shall be coordinated with the final
construction phasing plan and shall show plans for abatement. Consultant
shall prepare plans utilizing base plan demolition drawings provided by the
design team and coordinate specification section numbers, format, etc. with
the architect of record.
6. Develop a soil management plan if required by the project. Soil testing to be
reviewed and defined with the permanent building committee outside of the
initial testing and report phase. The consultant’s hourly rates provided as part
of this proposal will be utilized for this service. The management plan should
be coordinated with the construction manager, building committee and
include all local, state and federal compliance approvals.
7. Prepare abatement plans/bidding documents for the abatement of asbestos
containing materials (ACM), lead based paint (LBP), and/or other regulated
hazardous materials contained within the building and site. Prepare
remediation plans/bidding documents for PCBs which may include
specifications, performance base plans or self-implementing plans. Final report
should include drawings (backgrounds to be supplied by architect) showing
the locations, quantities, condition and types of all hazardous materials within
the existing structures.
8. All checklists, letters, notifications and other documentation as required by
OSCG&R, CT DEEP, CT DPH, and EPA Region 1 shall be included in this proposal.
Bid Phase:
1. Assist the Owner in bidding the abatement/demo work, including but not
limited to attendance at pre-bid and post-bid conferences, addressing bidder
Page 7 of 12
inquiries, preparation and issuance of addenda, review and reconciliation of
bids, recommendations on contractor selection and contract terms. For
purposes of this scope, consultant shall assume 20 man-hours for each project.
Abatement Phase – Onsite Inspections and Monitoring:
1. Identification, coordination and oversight of all required permitting and
notifications.
2. Provide onsite personnel with appropriate credentials as required by regulatory
agencies, to monitor abatement contractor’s activities.
3. Provide oversight of all abatement contractor activities including but not
limited to, documentation related to all local, state and federal regulatory
compliance, reporting, and abatement procedures.
4. Inspect and certify appropriate onsite conditions as required by regulatory
agencies.
5. Conduct all testing, inspections and analyses of conditions, as required by
regulatory agencies and as directed by the Owner.
6. Prepare and submit reports to the PBC, Colliers and all regulatory agencies for
all testing, inspections and analyses of conditions, as required by regulatory
agencies and as directed by the Owner. The report shall include all
information required by AHERA for the owner’s recordkeeping.
7. Included meetings with owner as requested. See bid proposal form for project
management hourly rate.
B. Agreement
The successful contractor will enter into an Agreement directly with Town of New
Fairfield. This RFP, any addenda and the proposal provided by the consultant shall
be referenced in the Agreement. The proposals shall include all services as
described in this RFP. The consultant should identify any exceptions to the
language of this RFP and insurance requirements as part of their response. The
agreement will be finalized after selection.
IV. Contents of Proposal
1. Transmittal Letter, including:
a. Company name, main office address and local office address
b. Statement indicating your understanding of the work to be performed
c. Name, title, address, telephone number, and e-mail address of the
individual to whom all inquiries about this response should be addressed
2. Basic Firm Information (may be simply listed), including:
a. Name of company
b. Date organized
Page 8 of 12
c. Tax Identification number(s)
d. Legal form of ownership. If a corporation, where incorporated
e. Number of years engaged in services under present name
f. Identify and explain any work awarded to your company that your
company has failed to complete
g. Identify and explain any instance in which your company has defaulted
or has been accused of defaulting on a contract
h. Identify and explain any potential conflicts of interest
i. Identify the individuals who are authorized to bind the company in
negotiations
j. Describe any previous and pending litigation or other factors that could
affect your company’s ability to perform this agreement
k. References
3. Qualifications and Capacity, including:
a. Firm’s Qualifications: Provide information demonstrating the qualifications
of your firm to complete this work. Please include:
• Unique qualifications that your firm has regarding this project
• Projects completed in the past 5 years with a similar educational
(preferably K-12) purpose, size and scale and timeframe (please
include project name, client and size)
• Firm shall have a minimum of five (5) Connecticut school projects
completed under purview of CTDAS Office of School Construction
Grants and Review
• Proposed staffing for this project
• Resumes / qualifications for personnel that would be assigned to this
project for each aspect of the proposed staffing plan, including their
experience on projects of this size and type and their years with the
firm
• Describe your firm’s familiarity with local laws, regulations, permitting
and inspecting entities.
b. Firm’s Capacity: Provide information indicating the capacity of the office
that will provide the hazardous materials consulting and inspection
services. Please include:
• The number of full-time professional staff your (local) office employs
• A list of all services required for this project that would be provided in-
house by your firm, and a list of all services that would be outsourced
4. Proposed Approach to the Project
a. Briefly describe how your firm will conduct each phase of the project to
adequately address the hazardous materials that may be encountered
during the demolition of both buildings. Please emphasize any aspects of
your approach that may be uniquely suited to this project.
Page 9 of 12
b. Provide a proposed schedule for pre-construction survey and design
document completion.
5. Insurance: Provide the name of your insurance company and agents, your
insurance coverage including type and limits, with a sample certificate of
representative coverage. Minimum insurance must meet the Appendix 11
requirements provided.
6. References: Include the name, title, and contact information of the
authorized owner’s representative for at least three recent projects of similar
size, scale, and timeframe.
7. Fee Proposal: Provide separate fee proposals for each project on the
attached forms. Each aspect of the project phase services i.e. line item break
out for inspection, design services, monitoring and close out reports shall be
filled provided in the bid proposal form.
V. Selection Criteria
The firm’s qualifications will be evaluated based on the proven ability of each
respondent to perform the requested services and any other factor of criterion
that may be deemed relevant or pertinent for its evaluation of such
qualifications. The evaluation will include:
1. Evidence of firm’s and proposed personnel’s ability to perform all the work
responsibilities.
2. Capability of providing remediation oversight services in an excellent
manner.
3. Past experience with providing a similar set of services for projects of a
similar size, scale, and purpose.
4. Provision of indemnity and insurance consistent with Town requirements,
see section VII.
5. Proposed cost of services. Initial Fee and unit costs.
VI. Instructions for Submission of Proposal
1. Submission Logistics
Due to COVID -19 all submissions will be made electronically. An electronic
copy of the firm’s complete proposal must be received by the Town before
2:00 P.M. on September 2, 2020. It will be the responsibility of the submitting
firm to transmit the files in a format that can be received and opened by
the Town via email. The consultant is responsible to verify that the
submission was received and capable of being opened prior to 2:00pm on
September 2, 2020. Failure of the files to be received and capable of being
opened by the date above will nullify the proposal. Proposals should be
addressed and emailed to the following:
Page 10 of 12
Ms. Patty Mota
Purchasing Agent
Town of New Fairfield
3 Brush Hill Road
New Fairfield, CT 06812
In addition, submit one electronic copy to:
Scott Pellman – Senior Project Manager
Colliers Project leaders
Questions regarding this request for proposals should be directed to both Mr. Scott
Pellman at [email protected] and Mrs. Patty Motta at [email protected]
All questions will be responded to via addendum to and posted to the Town of New
Fairfield website as well as to the RFP as posted on the State of Connecticut,
Department of Administrative Services Contracting Portal.
Please clearly mark all proposals with “New Fairfield Schools NESHAP Pre-
Demolition Hazardous Building Materials Inspection, Testing, Design &
Abatement/Remediation Monitoring Services.”
VII. Insurance Requirements
The Consultant shall carry the following insurance coverages with an insurance
company(s) licensed in the State of Connecticut and satisfactory to the Town of
New Fairfield, in compliance with the law, and in the following form and amount:
See appendix 11 for Insurance Requirements
The Town of New Fairfield shall be added as an additional insured to
the Consultants Commercial Liability and Auto policies and so stated in the
certificates.
VIII. Other Requirements
1. Any and all modifications to the RFP must be written and not oral.
2. The Town of New Fairfield reserves the right to reject any and all
bids/proposals in whole or in part or to waive any informality in bidding
if it is determined by the Town to be in the best interest of the Town of
New Fairfield.
3. Bids may be held by the Town of New Fairfield for a period not to
exceed ninety (90) days from the date of the opening of bids for the
Page 11 of 12
purpose of reviewing the bids and investigating the qualifications of
the bidder prior to awarding the contract.
4. The proposer is required to prepare its proposal in accordance with
the RFP, including any modifying addenda. Proposers must disclose in
writing any exceptions to the RFP.
5. Proposers must inform the Town of information concerning any:
a. Listing on the State’s Disbarment List or List of Parties Excluded from
Federal Procurement.
b. Ineligibility, per Connecticut General Statute Section 31-57b to be
awarded the contract because of occupational safety and health
violations.
c. Arbitrations and litigation.
d. Criminal proceedings.
e. State or local ethics law, regulation, ordinance and /or policy
violations.
6. The Town reserves its right to request additional information from
proposers, subsequent to the opening of bids.
7. The proposer is solely responsible for the costs of its proposal.
8. Submitted proposals are the Town’s property and will not be returned.
9. The proposer is presumed to have full knowledge of the RFP and any
addenda, the project scope or work to be done, and all applicable
laws.
10. Any and all information received from proposers is subject to the
Freedom of Information Act (FOI) and may be disclosed to the general
public. If any information is deemed to be proprietary and
confidential by the proposer, it should be indicated at the time of
proposal submission. The proposer should be prepared to defend not
disclosing any such information pursuant to a FOI request.
11. The making of a preliminary award to a proposer does not constitute a
contract and does not provide the proposer with any rights and does
not impose upon the Town any obligations. A proposer has rights, and
the Town has obligations, only if and when a contract is executed by
the Town and the proposer.
12. By offering a submission to this RFP the respondent certifies that it has
not divulged to, discussed or compared its proposal with other
proposers and has not colluded with any other proposer or parties to
this proposal whatsoever.
Page 12 of 12
13. The Town of New Fairfield, or its agent may reject any bid or proposal
from a bidder if that bidder, or its principals, are delinquent in the
payment of any real estate, personal property, or motor vehicle tax, or
sewer use charges or assessments, or are delinquent or obligated to
the Town of New Fairfield for any other form of debt or obligation.
Right to Annul or Terminate
The Town reserves the right to amend or terminate the RFP at its sole
discretion, before or after receiving proposals.
Non-Discrimination Clause
During the performance of any work that results from this RFQ/RFP, the
proposer and its subcontractors shall not deny the agreement’s benefits
to any person on the basis of religion, color, ethnic group identification,
sex, age, sexual orientation, physical or mental disability, nor shall they
discriminate unlawfully against any employee or applicant for
employment because of race, religion, color, national origin, ancestry,
sexual orientation, physical or mental disability, medical condition, marital
status, age or sex. The proposer shall insure that evaluation and treatment
of employees and applicants for employment are free of such
discrimination. This project must abide by all relevant HUD policies
regarding non-discrimination.
The successful proposer shall indemnify the Town, its officers and
employees against liability for injury or damage cause by any negligent
act or omission of any of its employees or volunteers or agents in the
performance of this agreement and shall hold the Town harmless for any
loss occasioned as a result of the performance of this contract by the
proposer.
The Town of New Fairfield is an Equal Opportunity Employer
Bid Proposal Form
For
NESHAP Pre-Demolition Hazardous Building Materials Inspection,
Testing, Design and Abatement/Remediation Monitoring Services
New Fairfield High School
Lump Sum Fee for Inspection labor to include asbestos, lead-based
paint, universal waste and PCB’s identification and list of suspect
source materials with anticipated quantities. Fee shall include
project management, four (4) meetings at Two (2) hours each with
owner/owners’ representative(s) to discuss the report, develop
options to address potential PCB remediation and to review report
preparation. For purposes of bid evaluation, assume the following
samples and provide unit price for each. The lump sum fee proposal
shall include the cost for testing samples. Cost of additional bulk
samples will be reimbursed at the unit rate.
• Lump Sum for Inspections including management and report
preparation
Independent Laboratory Analysis
• PLM (300 samples) $___________/sample
• PLM Point Count (20 samples) unit price $_________/sample
• TEM (9 samples) $______________/sample
• TCLP (2 samples) $_____________/sample
Total initial Fee (labor,
samples, meetings
and report)
$
Provide hourly labor rate to sample suspect PCB source materials
(Sealant compounds, roofing, tars, damp-proofing, wall and floor
adhesives and paint source materials), adjacent building and/or
ground materials for PCBs
Senior Inspector –
$____________Hour
Inspector –
$ Hour
PCB unit price for PCB source sample analysis $ /Sample
Provide unit price for PCB adjacent sample analysis $ /Sample
Provide unit price for soil testing and sample analysis $ /Sample
Roofer, Mason, Contractors for Repairing Sample Location Damage
– Contractors to be approved by Owner
Paid by Owner with
0% Mark Up
Provide Costs for each Item Below
Provide Hazardous Building Materials Specifications and Drawings
(Asbestos, Lead-Based Paint, Universal Waste, Selective Demolition,
Unit Pricing) (Lump Sum)
$
Provide PCB specifications (PCB’s less than 50 ppm PCB) – (Lump
Sum)
S
Provide PCB specifications (PCB’s greater than 50 ppm PCB) – (Lump
Sum)
$
Provide PCB SIP (Self-Implementing Plan) including EPA Revisions –
(Lump Sum)
$
Provide PCB Performance Based Plan – (Lump Sum) $
Provide Soil Management plan and regulatory approvals – (Lump
Sum)
$
Additional Project Design Management/Meetings Lump Sum
(Assume 40-hours) Hourly Rate = $_________/hr. to be billed hourly
$
Project Bid Services Management/Meetings/Bid Walks Lump Sum
(Assume 20-hours) Hourly Rate = $_________/hr. to be billed hourly
$
Abatement Monitoring Services
Provide lump sum for abatement monitoring (project monitor)
(Assume 90 days) Hourly Rate = $________/hr. (straight time) to be
billed hourly for actual time expended
$
Provide overtime rate beyond 8-hours per day for abatement
monitoring
$ /hr.
Provide management lump sum
(Assume 80-hours) Hourly Rate = $_________/hr. to be billed hourly
$
PCM 24-hour turn-around time – unit rate $ /sample
TEM 24-hour turn-around time – unit rate $ /sample
TEM 6-hour turn-around time – unit rate $ /sample
PCB verification sampling unit rate (5-day turn-around time) $ /sample
PCB verification sampling unit rate (2-day turn-around time) $ /sample
Travel Mileage Rate (Not-To-Exceed 100 miles per day), not to
exceed Federal Rate
$ /mile
NOTE: attach to this bid form on a separate page a complete list of hourly rates for all
anticipated project staff.
Acknowledge Addenda
__ ____________________________________________________
__________________________________________________________________________________
Authorized Signature Date
__________________________________________________ _____________________
Bid Proposal Form
For
NESHAP Pre-Demolition Hazardous Building Materials Inspection,
Testing, Design and Abatement/Remediation Monitoring Services
Consolidated Early Learning Center and Meeting House Hill School
Lump Sum Fee for Inspection labor to include asbestos, lead-based
paint, universal waste and PCB’s identification and list of suspect
source materials with anticipated quantities. Fee shall include
project management, four (4) meetings at Two (2) hours each with
owner/owners’ representative(s) to discuss the report, develop
options to address potential PCB remediation and to review report
preparation. For purposes of bid evaluation, assume the following
samples and provide unit price for each. The lump sum fee proposal
shall include the cost for testing samples. Cost of additional bulk
samples will be reimbursed at the unit rate.
• Lump Sum for Inspections including management and report
preparation
Independent Laboratory Analysis
• PLM (600 samples) $___________/sample
• PLM Point Count (30 samples) unit price $_________/sample
• TEM (9 samples) $______________/sample
• TCLP (5 samples) $_____________/sample
Total initial Fee (labor,
samples, meetings
and report)
$
Provide hourly labor rate to sample suspect PCB source materials
(Sealant compounds, roofing, tars, damp-proofing, wall and floor
adhesives and paint source materials), adjacent building and/or
ground materials for PCBs
Senior Inspector –
$____________Hour
Inspector –
$ Hour
PCB unit price for PCB source sample analysis $ /Sample
Provide unit price for PCB adjacent sample analysis $ /Sample
Provide unit price for soil testing and sample analysis $ /Sample
Roofer, Mason, Contractors for Repairing Sample Location Damage
– Contractors to be approved by Owner
Paid by Owner with
0% Mark Up
Provide Costs for each Item Below
Provide Hazardous Building Materials Specifications and Drawings
(Asbestos, Lead-Based Paint, Universal Waste, Selective Demolition,
Unit Pricing) (Lump Sum)
$
Provide PCB specifications (PCB’s less than 50 ppm PCB) – (Lump
Sum)
S
Provide PCB specifications (PCB’s greater than 50 ppm PCB) – (Lump
Sum)
$
Provide PCB SIP (Self-Implementing Plan) including EPA Revisions –
(Lump Sum)
$
Provide PCB Performance Based Plan – (Lump Sum) $
Provide Soil Management plan and regulatory approvals – (Lump
Sum)
$
Additional Project Design Management/Meetings Lump Sum
(Assume 40-hours) Hourly Rate = $_________/hr. to be billed hourly
$
Project Bid Services Management/Meetings/Bid Walks Lump Sum
(Assume 20-hours) Hourly Rate = $_________/hr. to be billed hourly
$
Abatement Monitoring Services
Provide lump sum for abatement monitoring (project monitor)
(Assume 60 days) Hourly Rate = $________/hr. (straight time) to be
billed hourly for actual time expended
$
Provide overtime rate beyond 8-hours per day for abatement
monitoring
$ /hr.
Provide management lump sum
(Assume 80-hours) Hourly Rate = $_________/hr. to be billed hourly
$
PCM 24-hour turn-around time – unit rate $ /sample
TEM 24-hour turn-around time – unit rate $ /sample
TEM 6-hour turn-around time – unit rate $ /sample
PCB verification sampling unit rate (5-day turn-around time) $ /sample
PCB verification sampling unit rate (2-day turn-around time) $ /sample
Travel Mileage Rate (Not-To-Exceed 100 miles per day), not to
exceed Federal Rate
$ /mile
NOTE: attach to this bid form on a separate page a complete list of hourly rates for all
anticipated project staff.
Acknowledge Addenda
__ ____________________________________________________
__________________________________________________________________________________
Authorized Signature Date
__________________________________________________ _____________________
Appendix
Appendix 01 – Consolidated School Phase 1 ESA part 1
Appendix 02 – Consolidated School Phase 1 ESA part 2
Appendix 03 – Meeting House Hill School Phase 1 ESA part 1
Appendix 04 – Meeting House Hill School Phase 1 ESA part 2
Appendix 05 – New Fairfield HS Phase 1 ESA part 1
Appendix 06 – New Fairfield HS Phase 1 ESA part 2
Appendix 07 – New Fairfield HS Phase 1 ESA part 3
Note: Appendices 01 through 07 listed above can be accessed
through the following drop box path once pasted into the web
browser:
https://colliers-
my.sharepoint.com/personal/scott_pellman_colliers_com/_layouts/15/guestaccess.asp
x?folderid=0d0de85bc4fdf4810b72e0bea3e99e55d&authkey=AT8FmeO-
w2bJ4WQpGbtA6sg&expiration=2020-11-11T05%3A00%3A00.000Z&e=P878B9
INSURANCE REQUIREMENTS
Appendix - 11
The Successful Proposer shall agree to maintain in force at all times during which services are to be
performed the following coverages placed with company(ies) licensed by the State of Connecticut that
have at least an “A-” VIII policyholders rating according to Best Publication’s latest edition Key Rating
Guide.
(Minimum Limits)
General Liability* Each Occurrence
General Aggregate
Products/Completed Operations Aggregate
$1,000,000
$2,000,000
$2,000,000
Auto Liability* Combined Single Limit
Each Accident
$1,000,000
Professional Liability Each Claim or Each Occurrence
Aggregate
$1,000,000
$1,000,000
Umbrella*
(Excess Liability)
Each Occurrence
Aggregate
$5,000,000
$5,000,000
* “The Town of New Fairfield” shall be named as “Additional Insured”. Coverage is to be provided on a
primary, noncontributory basis.
If any policy is written on a “Claims Made” basis, the policy must be continually renewed for a minimum
of two (2) years from the completion date of the contract. If the policy is replaced and/or the retroactive
date is changed, then the expiring policy must be endorsed to extend the reporting period for claims for
the policy in effect during the contract for two (2) years from the completion date.
Workers’ Compensation and WC Statutory Limits
Employers’ Liability EL Each Accident $100,000
EL Disease Each Employee $100,000
EL Disease Policy Limit $500,000
Original, completed Certificates of Insurance must be presented to the Town prior to purchase
order/contract issuance. The Successful Proposer agrees to provide replacement/renewal certificates at
least 60 days prior to the expiration of any policy. Should any of the above described policies be cancelled
before the expiration date, written notice must be given to the Town 30 days prior to cancellation.