new high school and consolidated early learning academy

22
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

Upload: others

Post on 11-Dec-2021

0 views

Category:

Documents


0 download

TRANSCRIPT

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

[email protected]

In addition, submit one electronic copy to:

Scott Pellman – Senior Project Manager

Colliers Project leaders

[email protected]

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

spellman
PolyLine
spellman
PolyLine
spellman
Callout
Demolish exist 1970s Lower Floor approx. 43,400s.f.
spellman
Callout
Partial renovations 1970s Lower floor approx. 5,400s.f.
spellman
Text Box
Appendix 08
spellman
PolyLine
spellman
Callout
Demolish exist 1970s Main Floor approx. 51,200s.f.
spellman
Polygon
spellman
Callout
Demolish exist 1970s Upper Floor approx. 31,250s.f.
spellman
PolyLine
spellman
Callout
Renovations of Main Level required after demolition
spellman
Text Box
Appendix 08
spellman
PolyLine
spellman
Callout
1999 addition
spellman
PolyLine
spellman
Callout
1960 addition
spellman
PolyLine
spellman
Callout
1970 addition
spellman
Callout
1960 addition
spellman
Text Box
Appendix -9
spellman
PolyLine
spellman
Callout
1941 Original Building
spellman
PolyLine
spellman
Callout
1999 addition
spellman
Callout
1999 addition
spellman
PolyLine
spellman
PolyLine
spellman
Callout
1960 addition
spellman
PolyLine
spellman
Callout
1970 addition
spellman
PolyLine
spellman
Callout
1951 addition
spellman
PolyLine
spellman
Callout
1941Original Building
spellman
Text Box
Appendix -10

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.