THE BID DUE DATE FOR ALL BID PACKAGES HAS BEEN EXTENDED TO THURSDAY, APRIL 12, 2:00 P.M.

Size: px
Start display at page:

Download "THE BID DUE DATE FOR ALL BID PACKAGES HAS BEEN EXTENDED TO THURSDAY, APRIL 12, 2:00 P.M."

Transcription

1 Flanders Elementary School East Lyme, Connecticut State Project A/RR/CV ADDENDUM NO. 2 March 29, 2018 THE BID DUE DATE FOR ALL BID PACKAGES HAS BEEN EXTENDED TO THURSDAY, APRIL 12, 2:00 P.M. PLEASE SUBMIT ONE ORIGINAL AND ONE COPY OF YOUR BID. THE FOLLOWING DOCUMENTS MUST BE INCLUDED IN YOUR BID, OR YOUR PROPOSAL WILL BE DEEMED NON-RESPONSIVE: 1. FORM OF PROPOSAL 2. BID SECURITY (BID BOND OR CERTIFIED CHECK) - EXCEPTION: Bid Packages 1.13 and CTDAS UPDATE STATEMENT (if bid exceeds $500,000.00) I. REVISIONS TO SPECIFICATIONS 1. Index/Table of Contents Add the following Specification Section: Removal and Disposal of Mercury Contaminated Flooring 2. Specification Section Bid Packages a. Bid Package Abatement and Demolition I. SCOPE OF WORK B. SPECIFIC Add the following Specification Section Removal and Disposal of Mercury Contaminated Flooring Add the following Special Instructions: 63. Within Art Room #S04, the general trades contractor shall be responsible for removal, salvage, and re-installation of existing casework, noted to remain, for the purposes of hazardous materials abatement of the flooring systems beneath it. 64. Within Lounge #F25, the electrical contractor shall be responsible for the temporary safing, rigging, and resetting of the server rack for the purposes of hazardous materials abatement of the flooring systems beneath it. Flanders Elementary School Addendum. 2 East Lyme, Connecticut March 29, 2018 Page 1

2 b. Bid Package Masonry Add the following Special Instructions: 53. The firestopping contractor shall be responsible to furnish and install fire rated backer rod and sealant above all existing corridor doors within areas A and B. There is an existing open joint in the masonry from the top door frame corner, on both the strike and jamb side, on both the corridor and adjoining room wall faces. These joints are to be filled with a fire-rated flexible filler to achieve the fire rating level required by the code drawings. 54. The firestopping contractor shall furnish and install a continuous installation of fire rated packing and fire sealant along both sides of the top of existing corridor walls shown to remain. 55. At all new fire-rated wall installations, the masonry contractor shall furnish and install a fire-rated top of wall condition in accordance with detail 8 on drawing A-6.0 and applicable specifications. c. Bid Package General Trades Add the following Special Instructions: 68. Within Art Room #S04, the general trades contractor shall be responsible for removal, salvage, and re-installation of existing casework, noted to remain, for the purposes of hazardous materials abatement of the flooring systems beneath it. 69. The firestopping contractor shall be responsible to furnish and install fire rated backer rod and sealant above all existing corridor doors within areas A and B. There is an existing open joint in the masonry from the top door frame corner, on both the strike and jamb side, on both the corridor and adjoining room wall faces. These joints are to be filled with a fire-rated flexible filler to achieve the fire rating level required by the code drawings. d. Bid Package Painting Add the following Special Instruction: 33. The firestopping contractor shall be responsible to furnish and install fire rated backer rod and sealant above all existing corridor doors within areas A and B. There is an existing open joint in the masonry from the top door frame corner, on both the strike and jamb side, on both the corridor and adjoining room wall faces. These joints are to be filled with a fire-rated flexible filler to achieve the fire rating level required by the code drawings. Flanders Elementary School Addendum. 2 East Lyme, Connecticut March 29, 2018 Page 2

3 e. Bid Package Firestopping Add the following Special Instruction: 16. The firestopping contractor shall be responsible to furnish and install fire rated backer rod and sealant above all existing corridor doors within areas A and B. There is an existing open joint in the masonry from the top door frame corner, on both the strike and jamb side, on both the corridor and adjoining room wall faces. These joints are to be filled with a fire-rated flexible filler to achieve the fire rating level required by the code drawings. 17. The firestopping contractor shall furnish and install a continuous installation of fire rated packing and fire sealant along both sides of the top of existing corridor walls shown to remain. 18. At all new fire-rated wall installations, the masonry contractor shall furnish and install a fire-rated top of wall condition in accordance with detail 8 on drawing A-6.0 and applicable specifications. f. Bid Package Electrical Add the following Special Instruction: 72. Within Lounge #F25, the electrical contractor shall be responsible for the temporary safing, rigging, and resetting of the server rack for the purposes of hazardous materials abatement of the flooring systems beneath it. 3. Specification Section Bidders' Prebid Requests for Information (Prebid RFI's) a. Attached to this Addendum. 2 are CM Prebid RFI s. 1 through 26. Missing responses will be provided in Addendum. 3. All information contained in these responses is to be used by all contractors in the preparation of their bids and will form part of their scope of work. REVISIONS TO TECHNICAL SPECIFICATIONS 1. Add Specification Section Removal and Disposal of Mercury Contaminated Flooring and Toxicity Characteristic Sampling (Mercury), attached to this Addendum. 2. I REVISIONS TO DRAWINGS 1. Revise drawings per Flanders Elementary School Addendum. 2, consisting of three pages, prepared by the architect, dated March 29, 2018, attached to this Addendum. 2. Flanders Elementary School Addendum. 2 East Lyme, Connecticut March 29, 2018 Page 3

4 IV. ATTACHMENTS TO ADDENDUM Description Pages Specification Section Bidders' Prebid Requests for Information (Prebid RFI's) 6 Toxicity Characteristic Sampling (Mercury) Report 5 Specification Section Removal and Disposal of Mercury Contaminated Flooring 17 Flanders Elementary School Addendum. 2, dated March 29, Drawings SD-1.0A: FOUNDATION DEMOLITION PLAN AREA A, dated March 29, 2018 SD-1.1A: DEMOLITION PLAN AREA A, dated March 29, 2018 SD-1.1B: DEMOLITION PLAN AREA B, dated March 29, 2018 SD-1.1C: DEMOLITION PLAN AREA C, dated March 29, 2018 SD-2.1A: ROOF FRAMING DEMOLITION PLAN, dated March 29, 2018 SD-3.0: DEMOLITION DETAILS, dated March 29, 2018 S-1.0A: SLAB ON GRADE AREA A, dated March 29, 2018 S-1.0B: SLAB ON GRADE AREA B, dated March 29, 2018 S-2.1A: AREA A ROOF FRAMING PLAN, dated March 29, 2018 S-2.1B: AREA B ROOF FRAMING PLAN, dated March 29, 2018 S-2.1C: AREA C ROOF FRAMING PLAN, dated March 29, 2018 S-3.1: FOUNDATION DETAILS, dated March 29, 2018 S-4.0: FRAMING DETAILS, dated March 29, 2018 S-8.0: CANOPY FOUNDATION PLAN ADD ALTERNATE #2, dated March 29, 2018 S-8.1: CANOPY LOW ROOF FRAMING PLAN ADD ALTERNATE #2, dated March 29, 2018 END OF ADDENDUM NO. 2 Flanders Elementary School Addendum. 2 East Lyme, Connecticut March 29, 2018 Page 4

5 FLANDERS ELEMENTARY SCHOOL 167 BOSTON POST ROAD EAST LYME, CT INVITATION TO BID FLANDERS ELEMENTARY SCHOOL STATE PROJECT # A/RR/CV EAST LYME, CONNECTICUT 1. Sealed proposals for the trade contracts listed below addressed to East Lyme Public Schools will be received by Maryanna Stevens, Director of Finance, at 165 Boston Post Road, P.O. Box 220, East Lyme, CT, at 2:00 p.m. local time on the date listed below. Immediately following, all bids will be opened publicly and read aloud. Bids received after the specified closing time will not be accepted and will be returned unopened. For questions regarding Addenda, or to confirm the bid date, contact: Mark Carroll at O&G Industries, Inc. (860) or Technical questions, specific questions regarding bidding procedures, project scope and site visits may be directed to Lorel Purcell at O&G Industries, Inc. (860) or CTDAS Pre- Qualification Necessary Trade Package Abatement and Demolition Sitework Concrete Masonry Structural Steel & Misc. Metals General Trades Roofing 1.08 Windows and Entrances 1.09a - Drywall 1.09b - Acoustical 1.10 Ceramic Tile Flooring Painting Firestopping Set-Aside (CHRO) REQUIRED GOALS Bid Due Date INVITATION TO BID

6 FLANDERS ELEMENTARY SCHOOL 167 BOSTON POST ROAD EAST LYME, CT INVITATION TO BID CTDAS Pre- Qualification Necessary Yes* Trade Package Plumbing HVAC Electrical Set-Aside (CHRO) Bid Due Date CTDAS Pre- Qualification Necessary 1.17 Final Cleaning 100% MBE * te: Any bid in excess of $500,000 IS REQUIRED to be accompanied by the Bidder s CTDAS Update (Bid) Statement, as noted hereafter. In accordance with C.G.S. 4a-100, 4b-91, and 4b-101, any contractor or subcontractor submitting a bid greater than $500,000 is required to submit their DAS Update (Bid) Statement with their bid. Failure to submit this item with the bid will result in disqualification of the bidder. All subcontractors must be pre-qualified at the time of performance of their work. If you have any questions regarding these requirements contact CTDAS, at telephone number (860) or visit their web site at 2. A n-mandatory Prebid meeting will be held for all contractors in the Flanders Elementary School Cafeteria on Friday, March 9, 10:00 a.m. All bidders are strongly encouraged to attend the Prebid meeting. 3. Plans and specifications are available and may be viewed and downloaded free of charge from SmartBidNet at the following address: Copies of the plans and specifications may be obtained at the cost of reproduction by contacting Aaron or Dean at the following location: Buckaplan ǀ Universal Copy 35 South Main Street Naugatuck, CT Contact: Aaron Dean or Dean Carosella at Repro@universal-copy.com Phone: Fax: Plans and specifications may also be seen at: O&G Industries, Inc., 112 Wall Street, Torrington, CT Bidders will be held accountable for the requirements of all documents made available including subsequently issued Addenda and Memoranda, if any. Although efforts will be made to make bidders aware of all Addenda and Memoranda, bidders are advised to contact Mark Carroll at the above number to verify they have all Addenda and Memoranda. INVITATION TO BID

7 FLANDERS ELEMENTARY SCHOOL 167 BOSTON POST ROAD EAST LYME, CT INVITATION TO BID This project is being performed under the Construction Management form of construction. With respect to this project, the Construction Manager is the representative of the Owner. The Owner shall approve the award of all trade contracts. Each Trade Contractor s contract shall be with the Construction Manager. 6. The Owner, East Lyme Public Schools, has contracted with O&G Industries to serve as the Construction Manager (CM). 7. oral, telephone or electronic proposals will be considered. All bids shall stand available for acceptance for a period of ninety (90) days from the date proposals are received. 8. bid shall be accepted from any person/company who is in arrears to the Owner upon debt, or contract, or who is a defaulter as surety or otherwise upon obligations to the Owner. 9. The Owner or its Designee reserves the right to reject any or all bids, without stating reasons therefor, including without limitation the right to reject any or all nonconforming, non-responsive, unbalanced, or conditional bids and to reject the bid of any bidder if the Owner or its Designee believes that it would not be in the best interest of the Owner or the project to make an award to that bidder, whether because the bid is not responsive or the bidder is unqualified or of doubtful financial ability or fails to meet any other pertinent standard or criteria established by the Owner or its Designee. The Owner or its Designee reserves the right to waive informalities and to negotiate contract terms with one or more bidders without reopening the bidding process insofar as such negotiations are not violative of applicable competitive bidding statutes or law. In evaluating bids, the Owner or its Designee will consider the qualifications of bidder, whether or not the bids comply with the prescribed requirements, and such alternates, unit prices, and other data, as may be requested in the Form of Proposal or prior to tice of Award. The Owner or its Designee may consider the qualification and experience of subcontractors and other persons and organizations proposed for those portions of the work as to which the identity of subcontractors and other persons and organizations must be submitted as provided by the bid documents. The Owner or its Designee reserves the right to require, prior to tice of Award, a statement of facts in detail of the business and technical organization and plant of the bidder available for the contemplated work, including financial resources, present commitments, and experience of the bidder in performance of comparable work. 10. Bid Security, Payment and Performance Bonds will be required for all trade packages with the exception of Trade Packages 1.13 Firestopping and Final Cleaning. Refer to paragraph 1 in the Instructions to Bidders for amount of Bid Security required for this project. 11. Bidders should note O&G s insurance requirements. 12. Out-of-state bidders without a permanent office in the State of Connecticut are required by the Connecticut Department of Revenue Services to obtain an Out-of-State Contractors Guarantee Bond if awarded the contract. INVITATION TO BID

8 FLANDERS ELEMENTARY SCHOOL 167 BOSTON POST ROAD EAST LYME, CT INVITATION TO BID This contract is subject to state set-aside and contract compliance requirements, including non-discrimination statutes and set-aside requirements. State law requires a minimum of twenty-five (25%) percent of the state-funded portion of the contract be set aside for award to subcontractors holding current certification from the Connecticut Department of Administrative Services. The contractor must demonstrate good faith effort to meet the 25% set-aside goals. Contractors shall note the Small/Minority Business participation requirements identified for each trade package and are responsible for ensuring that they, and the SBE/MBE s they have selected, are eligible contractors and that they meet State requirements. Trade Contractors will be responsible for compliance with the following Goals and Requirements established for this project as follows: a) In accordance with Sections 4a-60g and 4a-60h Conn. Gen. Stat., as revised, the contractors shall note the CHRO MBE Set-aside Program Requirements and Small/Minority Business participation requirements as indicated above for each trade package and are responsible for ensuring that they, and the SBE/MBE s they have selected, are eligible contractors and that they meet State of Connecticut CHRO Project Requirements. Referring to the Table above, trade contractors working on this project shall utilize State of Connecticut Supplier Diversity program certified Small Business Enterprises (SBE) and Minority Business Enterprises (MBE) for the minimum as stated above. For those trade contractors with goals indicated, the contractors shall provide documentation of their good faith efforts. b) Prior to the Scope Review Meeting, Bidders are required to provide Contractor s Means of Compliance Table totaling their Bid Value and outlining their means of compliance with these minimum project SBE and MBE goals. The successful contractor shall provide a clear and concise breakout of their Bid Value and assigned value allocation representing the contractor s means of compliance with the State of Connecticut CHRO percentages. This information is mandatory and required to be submitted for review and discussion at the Scope Review Meeting and compliance is a condition of contract award. See Specification Section titled Instructions to Bidders. 14. O&G is an affirmative action-equal opportunity M/F/veteran/disability employer. TOWN OF EAST LYME END OF SECTION INVITATION TO BID