request for proposal · proposal, attention: douglas rogers, crec sr. project manager. “ one...
TRANSCRIPT
REQUEST FOR PROPOSAL
For
Independent Testing Services
For:
CREC Aerospace and Engineering Elementary School
CT State Project: 241-0105 MAG/N/PS
Issue Date: April 5, 2018
Written Proposals Due: April 19, 2018 at 1:00 p.m.
QUESTIONS: Contact Douglas Rogers, CREC Sr. Project Manager, in writing by email at [email protected] No questions will be accepted after April 12, 2018 at 4:00 p.m.
REGISTRATION: To receive the response to questions, all interested proposers must register with CREC by emailing Douglas Rogers, CREC Sr. Project Manager, in writing, by email at [email protected] by April 12, 2018 at 4:00 p.m.
TABLE OF CONTENTS
I. Instructions to Bidders
II. Independent Testing Services Overview
III. Project Description
IV. Qualifications Submittal
V. Proposal Submittal
VI. Selection Criteria
VII. Scope of Services
VIII. Payment Process
IX. Jobsite Procedures
Exhibits:
Exhibit A: Insurance Requirements
Exhibit B: Acceptance of Contract
Exhibit C: Contract: AIA B102 – 2007
Exhibit D: Statement of Special Inspections
Exhibit E: Project Schedule
Exhibit F: Payment Application Form
Exhibit G: Bid Form
Exhibit F: Notice of RFP Understanding
I. INSTRUCTIONS TO BIDDERS
Pursuant to the terms and conditions of this Request for Proposals (“RFP”), Capitol Region Education Council (CREC), is seeking to engage an independent testing firm to perform testing services for the CREC Aerospace and Engineering Elementary School (the “Project”). Aerospace and Engineering Elementary School will be located at 460 Brooks St, Rocky Hill, CT.
In order for you to receive the responses to all submitted bidder questions, each proposer (the “Bidder”) must register with CREC via email at [email protected] by providing full company info, contact name and email address of your primary contact for this Project. Registration must be received not later than 4:00 p.m. on April 12, 2018. All questions must also be submitted by 4:00 p.m. on April 12, 2018 and responses will be made available on a rolling basis to registered bidders.
Proposals should be addressed and delivered to:
Subject: Independent Testing Services Proposal
Aerospace and Engineering Elementary School – Rocky Hill, CT State Project # 241-0105 MAG/N/PS Attention: Douglas Rogers 147 Charter Oak Ave Hartford, CT 06106
All Proposals shall be delivered by (the “Submission Date”): 1:00 p.m. on April 19, 2018. The Special Testing Bid Form included as Exhibit G of this RFP must be completed and submitted in full for the proposal to be considered complete. In the event of a conflict between the numeral and written version of the fee, as well as in the event of computational errors, the higher of the two values will be used to evaluate your proposal.
For purposes of submitting on this RFP, electronic copies of drawings and specifications can be obtained from the architect. Email Douglas Rogers at [email protected] for instructions on accessing these documents.
Services shall be performed pursuant to the Standard Form of Agreement, AIA B102 – 2007, a copy of which is attached hereto as Exhibit C and made a part hereof (the “Contract”). By submitting a Proposal, the Bidder is deemed to have agreed to all terms and conditions of the Contract. Please sign Exhibit B, Acceptance of Contract, to indicate this agreement. Work will only commence on an awarded Contract after a written notice to proceed is issued by CREC directing the commencement of such work.
After review of all factors, including without limitation qualifications, past performance and fee amounts, CREC reserves the right to accept or reject any or all Proposals or any part thereof, to waive defects in same, to waive technicalities, to accept any Proposal and to award the Contract, to the Bidder that CREC, in its sole discretion, determines to be the most responsive, qualified, and responsible Bidder, which may not be the lowest Bidder. All Bidders submitting a Proposal will be notified of the decision. No Bidder may withdraw their Proposal once submitted, and the Bidder agrees that the Bidder’s bid set forth in the fee portion of its Proposal shall remain open for a period of ninety (90) days after the Submission Date. The successful Bidder shall hold their prices throughout the Project Schedule included as Exhibit E.
No printed plans, drawings, or specifications will be provided to any Bidder, nor shall they be provided at any time during the duration of this contract.
1
II. INDEPENDENT TESTING SERVICES OVERVIEW
The objective of the independent testing services as described herein is to provide documentation of conditions as required by the Statement of Special Inspections issued by the project’s structural engineer, a copy of which statement of special inspections is attached hereto as Exhibit D and made a part hereof (the “Statement of Special Inspections”). The Special Testing Bid Form, as shown in Exhibit G of this RFP, lists the specific tests/inspections and estimated quantities necessary to fulfill the requirements of submitting on this RFP. In no way shall the Special Testing Bid Form be construed as the actual total value of the work required to fulfill this contract.
III. PROJECT DESCRIPTION – SCOPE OF SERVICES
This RFP includes independent testing services for the CREC Aerospace and Engineering Elementary School, 460 Brooks Street, Rocky Hill, CT. The CREC Aerospace and Engineering Elementary School will be a Type IIB building 96,860 Sq. Ft. Exterior materials include manufactured stone, brick, zinc panels and phenolic panels. CMU back up is used at the assembly wing and metal stud back up is used at all other locations. Curtain walls and inoperable storefront are used for fenestration. All roofs are thermoplastic olefin (TPO). The site sits on a single 15-acre site. The total project budget is estimated at $48 million dollars.
Any question may be directed to Douglas Rogers CREC Sr. Project Manager ([email protected]) on or before 4:00 p.m. on April 12, 2018. All questions and answers will be made available to all respondents (the party submitting the question shall not be indicated). Questions will be answered as they are received.
IV. QUALIFICATIONS SUBMITTAL
The Proposal must be organized with the following sections and provide the following information, at a minimum:
Bidder Information – Please provide the following information:
• Name of Bidder (and parent company, if any)
• Address of office
• Name, address and telephone number of the principal contact person to receive notifications and to reply to inquiries
Years of Service – How many years have you been engaged in independent testing services similar to those described in the Statement of Special Inspections under your present name?
Relevant Experience – In this section provide descriptions of three similar projects for which you have provided independent testing consultant services. The description of each project should include pertinent information such as the project type (new construction, additions, renovations), and size (facility area and project dollar value).
Experience of Key Personnel – Provide a list of key personnel to be assigned to the project and a description of the work they will perform. When applicable, note their inspection agent designation(s) as noted in the Statement of Special Inspections and resumes of key personnel who will be directly involved with the Project must be included and shall include at a minimum:
• Current job title, responsibilities, and type of work performed
2
• Educational background, academic degrees, licenses, and professional associations
• Experience on projects similar to that described in this RFP.
References – List (3) three client references for projects similar to this Project; include for each client:
• Name of Organization
• Scope (new construction, additions, renovations), and amount (dollar value) of construction
• Date services provided (start and finish)
Executed Copy of Exhibit A – Insurance Agreement
Executed Copy of Exhibit B – Acceptance of Contract
Executed Copy of Exhibit F - Notice of RFP Understanding
Bidders are required to submit three (3) hard copies, and one electronic copy (USB flash drive preferred), of the Qualifications Packet and Executed Exhibits, before April 19, 2018 at 1:00 p.m.
The Qualifications Packets are to be clearly identified with the title “CREC Aerospace and Engineering Elementary School; CT State Project: 241-0105 MAG/N/PS, Phase 1, Subject: Independent Testing Qualifications, Attention: Douglas Rogers, CREC Sr. Project Manager.”
Absence of any of the above minimum requirements will deem the Proposal noncompliant. Noncompliant Proposals may be rejected at the discretion of CREC.
V. PROPOSAL SUBMITTAL The completed proposal is due on April 19, 2018 at 1:00 p.m. Bidders are required to submit three (3) hard copies, and one electronic copy (USB flash drive preferred), of the Special Testing Bid Form (Exhibit G). Proposals are to be clearly identified with the title “CREC Aerospace and Engineering Elementary School CT State Project: 241-0105 MAG/N/PS, Phase 1, Subject: Independent Testing Proposal, Attention: Douglas Rogers, CREC Sr. Project Manager. “
One electronic copy of the qualifications Proposal, and a separate electronic file of the completed Special Testing Bid Form must also be submitted (USB flash drive preferred).
Absence of any of the above minimum requirements will deem the Proposal noncompliant. Noncompliant Proposals may be rejected at the discretion of CREC.
VI. SELECTION CRITERIA
Selection will be made after an evaluation of the apparent low bidder’s proposal based upon the proven ability of the Bidder to meet the requirements of the RFP. The apparent low bidder will be determined by the fee portion of the proposal (the completed Bid Form, Exhibit G) and the signed Acceptance of Contract (Exhibit B).
Neither CREC, nor any of their respective officers, directors, employees or authorized agents, shall be liable for any claims or damages resulting from the selection, non-selection or rejection of any Proposal submitted in response to this RFP.
3
CREC reserves the right to accept or reject any or all Proposals or any part thereof, to waive defects in same, to waive technicalities, to accept any Proposal and to award the Contract, to the Bidder that CREC, in its sole discretion, determines to be the most responsive, qualified, and responsible Bidder, which may not be the lowest Bidder.
VII. SCOPE OF SERVICES Upon being awarded the contract, the awarded firm shall provide CREC and the Construction Manager a complete list of all inspectors who will be fulfilling this contract. As a part of this list, the awarded firm must provide any documentation required to verify the inspectors have the required credentials to perform the services requested by this RFP.
Testing services shall be performed as directed by the Construction Manager pursuant to the Statement of Special Inspections. The fee portion of a Bidder’s Proposal shall consist of a Bidder’s completed Special Testing Bid Form (the “Bid Form”), which form is set forth below in Exhibit G, with a rate schedule for all inspections and testing that would be performed on the Project, as well as travel cost (included), and total pricing for the estimated quantities given. Reference the attached Schedule of Special Inspections for testing and other inspection services to be included, as well as the required qualifications for each inspection. Hourly (inclusive of overtime, if any), Half day, and Full Day rates, as well as laboratory testing, equipment, travel costs (to be included in labor rates), and administration costs should be reflected in the fee portion of a Proposal.
This is NOT a lump sum proposal. However, the basis of award will be based on the defined quantity of inspections on the Special Testing Bid Form, multiplied by each Bidder’s unit price. This RFP does not represent a guarantee of a certain volume of work - quantities are estimated and are provided to compare fees only. Testing timing and frequency is to be coordinated by the construction manager for the project (the “Construction Manager”). All personnel working for the Bidder awarded the Contract must sign-in and out with the Construction Manager when on the project site.
Unit prices are to be provided for both laboratory testing and testing time (labor). Labor rates (full day, half day, per hour, etc.) are to be separated by the required qualifications as listed in the Statement of Special Inspections. Hourly rates are to include any anticipated overtime. Labor rates are to include required equipment rental, maintenance, etc., expenses as required to perform the testing as stipulated in the Statement of Special Inspections, as well as travel time. Labor rates are to only include verified time on site, i.e. are to include travel time. All costs associated with each task on the Special Testing Bid Form shall be included with the proposal; no additional compensation for over time or travel expenses will be considered.
The Bidder awarded a Contract will be expected to group tests together in a single visit to the extent practicable given the schedule and the personnel requirements listed in the attached Statement of Special Inspections, and as directed by the Construction Manager. All inspectors performing work on this project are required to already have their qualifications/certifications on file at the Construction Manager’s office prior to arrival. While laboratory analysis may be performed at any qualified facility, and does not need to be performed in-house, no drop-off or pick-up time, or shipping or courier charges, may be billed.
Complete and submit the attached Special Testing Bid Form as your fee portion of your Proposal per the instructions in Section V. Proposal Submittal.
4
VIII. PAYMENT PROCESS
In order for the entity completing this contract to be paid, all payment requests shall be made utilizing the Payment Application Form, or a form mutually agreed upon by the selected bidder and CREC, included as Exhibit F of this RFP. Complete all the entries horizontally for each service being billed, and attached to the test reports for that day’s work. The jobsite sign-in sheet will be utilized to cross-reference and verify inspector activity on site for each item being billed, therefore it is imperative that all inspectors sign-in and sign out. All laboratory testing charges must be supported by reported test results, and invoices or chain of custody forms if requested.
IX. JOBSITE PROCEDURES
• Sign-In, Sign-Out – the job-site sign-in sheet will be used to confirm dates, times, and tests
being billed. Labor billings not supported by sign-in and sign out will be rejected.
• DO NOT leave the site without first reporting any failures to the CM.
• All inspectors will work from submittals “as noted” (not plans and specs). Inspectors are expected to work from current document, and will need internet connected devices to access the most current submittal comments.
5
8
Insurance Requirements
Contractors and vendors working for and/or doing business with CREC (the Owner) shall agree as a condition of acceptance to indemnify CREC pursuant to the indemnity clause set forth below and furnish and perpetually maintain, at their own expense, for the duration of any project, work, contract or use of CREC facilities the following policies of insurance covering the following items. Insurance must be primary and endorsed to be noncontributory by CREC, must be written in an insurance company A.M. Best rated as “A-VII” or better, and CREC must be endorsed to the policy as an additional insured (except Worker’s Compensation) unless specifically waived in writing by CREC. Such contractors and vendors further agree that any subcontractor they intend to use on CREC assigned work will be required to provide the same indemnity and insurance requirements contained in this section. Such contractors and vendors shall obtain insurance certificates stating that such contractors and vendors, as applicable, and CREC shall be endorsed to the subcontractor’s insurance policies as additional insured (except in the case of workers’ compensation).
Indemnity Clause
The successful Bidder shall be required to indemnify CREC under the applicable Contract in accordance with Section 7.8 of the Contract as follows:
§ 7.8 The Consultant hereby agrees, to the extent permitted by law, to indemnify and hold harmless the Owner and its officials, employees and representatives against and from any claims, suits and/or legal actions of any type by third parties, including without limitation claims for loss of or damage to property, personal or bodily injury, including death, and claims for losses of any type, and from all judgments or decrees recovered therefore and from all expenses for defending such claims, suits or legal actions, including without limitation court costs and attorney’s fees, which result or arise from the negligent acts or omissions, breaches, errors, torts or other improper unauthorized and/or unlawful acts or omissions of the Consultant, its employees, agents, contractors or representatives related to the services provided under this Agreement.”
Certificates of Insurance
Before starting any work, the contractor, vendor or organization shall furnish to CREC a certificate of insurance specifically indicating the existence of coverages and limits set forth as follows. CREC must be named on the insurance certificate as “additional insured ATIMA” for the coverages afforded, and a copy of the actual policy endorsement that adds CREC as an additional insured must be attached to the certificate (Blanket additional insured endorsements are deemed acceptable). It shall be the duty of the contractor to provide future certificates and endorsements to CREC upon renewal or new placement of any insurance policy which may expire or renew during the term of any project or engagement. Further, that the contractor, vendor or organization shall give CREC thirty (30) day notice of any cancellation or change in the terms of such policy or policies during the periods of coverage. Upon request, the organization shall furnish to CREC for its examination and approval such policies of insurance with all endorsements, or copies thereof, certified by the agent of the insurance company.
The contractor, vendor or organization agrees to forward an original of this Insurance Requirement signed by an authorized agent, to: Douglas Rogers, CREC, 147 Charter Oak Ave. Hartford, CT 06106, as acknowledgement and acceptance of the terms and conditions stated herein and prior to the commencement of any work being performed.
Contractor authorized signature Date
9
Independent Contractor (Major projects or engagements)
Commercial General Liability
$1,000,000 per occurrence/ $2,000,000 aggregate bodily injury/property damage $1,000,000 Personal and Advertising Injury $2,000,000 Products-Completed operations aggregate The CGL policy must include coverage for:
• Liability from premises and operations.
• Liability from products or completed operations.
• Liability from actions of independent contractors.
• Liability assumed by contract.
Conditions The Capitol Region Education Council (CREC) must be named as “additional insured” on contractor’s CGL policy with form CG 20 10 or CG 20 33, and CG 20 37.
The Aggregate limit must apply per job. Products/completed operations must be carried for 2 years after completion of job/acceptance by owner.
Automobile Liability
$1,000,000 each accident $2,000,000 aggregate for bodily injury/property damage, including hired owned & non-owned ve
Workers' Compensation
Liability meeting statutory limits mandated by the state and Federal laws with minimum limits of: $1,000,000 each accident for bodily injury by accident $1,000,000 each employee for bodily injury by disease $1,000,000 policy limit for bodily injury by disease
Employers Liability
$1,000,000 each accident
Professional Liability
$1,000,000
Umbrella Liability
$10,000,000
10
Instructions to contractor, vendor or organization All subcontractors are subject to the insurance requirements set forth in the RFP for Bidders. It is your responsibility as the contractor, vendor or organization to be sure that subcontractors provide acceptable evidence of insurance.
CREC also requires that they be named on your general liability policy as an additional insured. Your general liability policy must be endorsed with ISO Endorsement CG 20 26 07 04 (or equivalent) or ISO Endorsement CG 20 33 07 04 (or equivalent), and ISO Endorsement CG 20 37 07 04 (or equivalent). These form numbers must be specifically referenced on the certificate of insurance. If your insurance company uses another form to provide CREC with additional insured status on your policies, copies of those forms must be provided in advance with the certificate for review and approval by the CREC.
Evidence of compliance with these requirements is with the ACCORD form 25, “Certificate of Liability Insurance”, with 30 days’ notice of cancellation, plus copies of any required additional insured endorsements. Certificates should be sent to:
Douglas Rogers CREC Construction Services 147 Charter Oak Ave. Hartford, CT 06106
Current insurance certificates must be furnished to CREC at all times. Replacement certificates must be furnished prior to the expiration or replacement of referenced policies.
Acceptance of Contract As a condition of satisfying the minimum qualifications of the document entitled “Request for Proposal for
Independent Testing Services, CREC Academy of Aerospace & Engineering Elementary School, State
Project No. 241-0105”, hereby accepts the terms and conditions
of the Contract included and attached to this document as Exhibit C, without exception.
Signature
Date
12
15
Statement of Special Inspections
Project: CREC Academy of Aerospace & Engineering
Location: 525 Brook Street, Rocky Hill, CT
Owner: Capitol Region Education Council
Design Professional in Responsible Charge: Perrone & Zajda Engineers, LLC
This Statement of Special Inspections is submitted as a condition for permit issuance in accordance with the Spec ial Inspection and Structural Testing requirements of the Building Code. It includes a schedule of Special Inspection services applicable to this project as well as the name of the Special Inspection Coordinator and the identity of other approved agencies to be retained for conducting these inspections and tests . This Statement of Special Inspections encompass the following disciplines:
X Structural D Mechanical/Electrical/Plumbing
D Architectural D Other:
The Special Inspection Coordinator shall keep records of all inspections and shall furnish inspection reports to the Building Official and the Registered Design Professional in Responsible Charge. Discovered discrepancies shall be brought to the immediate attention of the Contractor for correction. If such discrepancies are not corrected the discrepancies shall be brought to the attention of the Building Official and the Registered Design Professional in Responsible Charge. The Special Inspection program does not relieve the Contractor of his or her responsibilities.
Interim reports shall be submitted to the Building Official and the Registered Design Professional in Responsible Charge.
A Final Report of Special Inspections documenting completion of all required Special Inspections, testing and correction of any discrepancies noted in the inspections shall be submitted prior to issuance of a Certificate of Use and Occupancy.
Job site safety and means and methods of construction are solely the responsibility of the Contractor.
Interim Report Frequency:
Prepared by:
or X per attached schedule
Christoph er H Zaj da (type or print name)
3/ 05118 Date
Owner's Authorization: Building Official's Acceptance:
Signature Date Signature Date
CASE Form 101 • Statement of Special Inspections • © CASE 2004
Page 2 of 8
Schedule of Inspection and Testing Agencies
CASE Form 101 • Statement of Special Inspections • © CASE 2004
16
This Statement of Special Inspections I Quality Assurance Plan includes the following building systems:
X Soils and Foundations
X Cast-in-Place Concrete Precast Concrete
X Masonry
X Structural Steel
X Cold-Formed Steel Framing
Spray Fire Resistant Material
Wood Construction
Exterior Insulation and Finish System
Mechanical & Electrical Systems
Architectural Systems
Special Cases
Special Inspection Agencies Firm Address, Telephone, e-mail
1. Special Inspection Coordinator
Perrone & Zajda Engineers, LLC 630 Main Street, Ste 2B
Cromwell, CT 06416
(860) 358-9526
pzcz@aol. com
2. Inspector
3. Inspector
4. Testing Agency
5. Testing Agency
6. Geotechnical Engineer Dr. Clarence Welti, P.E., P. C.
Geotechnical Engineering
227 Williams Street
Glastonbury, CT 06033-0397
(860) 633-4623
Note: The inspectors and testing agencies shall be engaged by the Owner or the Owner's Agent, and not by
the Contractor or Subcontractor whose work is to be inspected or tested. Any conflict of interest must be
disclosed to the Building Official, prior to commencing work.
Page 3 of 8
Qualifications of Inspectors and Testing Technicians
CASE Form 101 • Statement of Special Inspections • © CASE 2004
17
The qualifications of all personnel performing Special Inspection and testing activities are subject to the
approval of the Building Official. The credentials of all Inspectors and testing technicians shall be provided if
requested.
Key for Minimum Qualifications of Inspection Agents:
When the Registered Design Professional in Responsible Charge deems it appropriate that the individual
performing a stipulated test or inspection have a specific certification or license as indicated below, such
designation shall appear below the Agency Number on the Schedule.
PE/SE
PE/GE
EIT
Structural Engineer- a licensed SE or PE specializing in the design of building structures
Geotechnical Engineer- a licensed PE specializing in soil mechanics and foundations
Engineer-In-Training- a graduate engineer who has passed the Fundamentals of
Engineering examination
American Concrete Institute (ACI) Certification
ACI-CFTT
ACI-CCI
ACI-LTT
ACI-STT
Concrete Field Testing Technician- Grade 1 Concrete Construction Inspector
Laboratory Testing Technician- Grade 1&2
Strength Testing Technician
American Welding Society (AWS) Certification
AWS-CWI Certified Welding Inspector
AWS/AISC-SSI Certified Structural Steel Inspector
American Society of Non-Destructive Testing (ASNT) Certification
ASNT Non-Destructive Testing Technician- Level II or Ill.
International Code Council (ICC) Certification
ICC-SMSI
ICC-SWSI
ICC-SFSI
ICC-PCSI
ICC-RCSI
ICC-SSI
Structural Masonry Special Inspector
Structural Steel and Welding Special Inspector
Spray-Applied Fireproofing Special Inspector
Prestressed Concrete Special Inspector
Reinforced Concrete Special Inspector
Soils Special Inspector
National Institute for Certification in Engineering Technologies (NICET)
NICET-CT
NICET-ST
NICET-GET
Concrete Technician- Levels I, II, Ill & IV
Soils Technician- Levels I, II, Ill & IV
Geotechnical Engineering Technician- Levels I, II, Ill & IV
Exterior Design Institute (EDI) Certification
EDI-EIFS EIFS Third Party Inspector
Page 3 of 8
Qualifications of Inspectors and Testing Technicians
CASE Form 101 • Statement of Special Inspections • © CASE 2004
18
Other
NRC-OP Nuclear Moisture-Density Gauge Operator
CASE Form 101 • Statement of Special Inspections • © CASE 2004
19
Page 4 of 8 Soils and Foundations
Item Agency#
(Qualif.)
Scope
1. Shallow Foundations 2, 6
PEIGE
Inspect soils below footings for adequate bearing capacity and
consistency with geotechnical report.
Inspect removal of unsuitable material and preparation of
subgrade prior to placement of controlled fill (including within
building footprint , walkways and all parking lot areas).
2. Controlled Structural Fill 4
PEIGE
Perform sieve tests (ASTM D422 & D 1140) and modified Proctor
tests (ASTM D1557) of each source offill material.
Inspect placement, lift thickness and compaction of controlled fill.
Verify extent and slope offill placement.
Test density of each lift offill by nuclear methods (ASTM D2922)
Include inspection of soils inside building footprint , walkways, and
all parking lot areas.
3. Deep Foundations NIA
4. Load Testing
4. Other:
CASE Form 101 • Statement of Special Inspections • © CASE 2004
20
Page 5 of 8 Cast-in-Place Concrete
Item Agency#
(Qualif.)
Scope
1. Mix Design 2
A CI-CCI
ICC-RCSI
Review concrete batch tickets and verify compliance with
approved mix design. Verify that water added at the site does not
exceed that allowed by the mix design.
* - under review of P.E.
2. Material Certification N/A
3. Reinforcement Installation 1, 2 or 4
A CI-CCI
ICC-RCSI
Inspect size, spacing, cover, positioning and grade of reinforcing
steel. Verify that reinforcing bars are free of form oil or other
deleterious materials. Inspect bar laps and mechanical splices.
Verify that bars are adequately tied and supported on chairs or
bolsters.
4. Post-Tensioning Operations N/A.
5. Welding of Reinforcing N/A
6. Anchor Rods 1, 2 or 4
ACI-CFTT
Inspect size, positioning and embedment of anchor rods. Inspect
concrete placement and consolidation around anchors.
7. Concrete Placement 2,4
ACI-CFTT
Inspect placement of concrete. Verify that concrete conveyance
and depositing avoids segregation or contamination. Verify that
concrete is properly consolidated.
8. Sampling and Testing of
Concrete
4
ACI -CFTT
ACI-CFTT
ACI-STT
Test concrete compressive strength (ASTM C31 & C39), slump
(ASTM C143), air-content (ASTM C231 or C173) and temperature
(ASTM C1064).
9. Curing and Protection 1, 2 or 4
ACI-CFTT
Inspect curing, cold weather protection and hot weather
protection procedures.
10. Other:
Page 6 of 8 Masonry Required Inspection Level: X 1 D 2
CASE Form 101 • Statement of Special Inspections • © CASE 2004
21
Item Agency#
(Qualif.)
Scope
1. Material Certification I
ICC-SMSI
Review certified mill test reports
2. Mixing of Mortar and Grout 1,2
ICC-SMSI
Inspect proportioning , mixing and retempering of mortar and
grout.
3. Installation of Masonry 1,2 or 4
ICC-SMSI
Inspect size, layout, bonding and placement of masonry units.
4. Mortar Joints 1,2, or 4
ICC-SMSI
Inspect construction of mortar joints including tooling and filling
of head joints.
5. Reinforcement Installation I or 2
ICC-SMSI
AWS-CWI
Inspect placement , positioning and lapping of reinforcing steel.
Inspect welding of reinforcing steel.
6. Prestressed Masonry NIA
7. Grouting Operations 1,2 or 4
ICC-SMSI
Inspect placement and consolidation of grout. Inspect masonry
clean-outs for high-lift grouting.
8. Weather Protection I or 2
ICC-SMSI
Inspect cold weather protection and hot weather protection
procedures . Verify that wall cavities are protected against
precipitation.
9. Evaluation of Masonry
Strength
4
ICC-SMSI
Test compressive strength of mortar and grout cube samples
(ASTM C780).
Test compressive strength of masonry prisms (ASTM CI314).
10. Anchors and Ties 1,2,4
ICC-SMSI
Inspect size, location, spacing and embedment of dowels, anchors
and ties.
11. Other:
Page 7 of 8 Structural Steel
CASE Form 101 • Statement of Special Inspections • © CASE 2004
22221
Item Agency#
(Qualif.)
Scope
1. Fabricator Certification/
Quality Control Procedures
D Fabricator Exempt
2
AWS/AISC-
SSI
ICC-SWSI
Review shop fabrication and quality control procedures. Conduct
in-plant inspection of steel fabrication to ensure that adequate
Quality Control procedures are in place. A minimum of I visit
shall be conducted. (Inspection not required if plant fabrication
has certification in AISC Quality certification program.)
2. Material Certification I or 2
AWSIAISC-
SSI
ICC-SWSI
Review certified mill test reports and identification markings on
wide-flange shapes, high-strength bolts, nuts and welding
electrodes
3. Open Web Steel Joists 2,4
AWSIAISC-
SSI
ICC-SWSI
Inspect installation, field welding and bridging ofjoists.
4. Bolting 2,4
AWSIAISC-
SSI
ICC-SWSI
Inspect installation and tightening of high-strength bolts. Verify
that splines have separated from tension control bolts. Verify
proper tightening sequence. Continuous inspection of bolts in slip-
critical connections.
5. Welding 2,4
AWS-CWI
ASNT
Visually inspect all welds. Inspect pre-heat, post-heat and surface
preparation between passes. Verify size and length offillet welds.
6. Shear Connectors 2,4
AWS-CWI
ASNT
Inspect size, number, positioning and welding of shear connectors.
Inspect studs for full 360-degree flash. Ring test minimum 20% of
all shear connectors with a 3 lb. hammer. Bend test all
questionable studs to I5 degrees. Failure rate is greater than 0%
then inspect I 00% of shear connectors.
7. Structural Details 1, 2 or 4
ICC-SWSI
Inspect steel frame for compliance with structural drawings,
including bracing, member configuration and connection details.
8. Metal Deck I ,2 or 4
AWS-CWI
Inspect welding and side-lap fastening of metal deck.
9. Other:
CASE Form 101 • Statement of Special Inspections • © CASE 2004
23222
Page 8 of 8 Cold-Formed Steel Framing
Item Agency#
(Qualif.)
Scope
1. Member Sizes 1,4
AWSIAISC-
SSI
ICC-SWSI
Review identification markings and certificates.
2. Material Thickness 1,4
AWSIAISC-
SSI
ICC-SWSI
Review identification markings.
3. Material Properties 1,4
A WSIAISC-
SSI
ICC-SWSI
Review data and documentation providing evidence of
conformance to quality standards of materials. Review
certification.
4. Mechanical Connections 1,4
AWSIAISC-
SSI
ICC-SWSI
Review installation to ensure conformance with contract
documents and shop drawings.
5. Welding 1,4
AWSIAISC-
SSJ
ICC-SWSI
100% visual inspection of all welds.
6. Framing Details 1,4
AWSIAISC-
SSI
ICC-SWSI
Check details for general conformance with contract documents,
and review shop drawings.
7. Trusses N/A
8. Permanent Truss Bracing NIA
9. Other:
ActID
DescriptionOrigDur
RemDur
EarlyStart
EarlyFinish
FEB
2018
05MAR
2019
12APR
19MAY
26JUN
05JUL
12AUG
19SEP
26OCT
02NOV
09DEC
16JAN
23FEB
30MAR
07APR
14MAY
21JUN
28JUL
04AUG
11SEP
18 25 02 09 16 23 30 06 13 20 27 03 10 17 24 01 08 15 22 29 05 12 19 26 03 10 17 24 31 07 14 21 28 04 11 18 25 04 11 18 25 01 08 15 22 29 06 13 20 27 03 10 17 24 01 08 15 22 29 05 12 19 26 02 09 16
1-PRECONSTRUCTION
PC001 CM Prepare Bid Packages 15d 15d 26FEB18 * 16MAR18
PC002 ITB#1 - Sitework, Concrete and Steel Bid Package 15d 18d 12MAR18 05APR18
PC005 ITB#2 - MEPs, Envelop 15d 15d 19MAR18 09APR18
PC003 Scope Review for ITB#1 Sitework 3d 1d 06APR18 A 06APR18
PC004 Recommend Sitework Approval GMP Amend 1.0 5d 5d 09APR18 13APR18
PC006 Scope Reviews ITB#2 10d 10d 10APR18 23APR18
PC008 ITB#3 - Finishes 15d 15d 10APR18 30APR18
PC007 Recommend ITB#2 for Approval GMP 1.1 5d 5d 24APR18 30APR18
PC009 Scope Review ITB#3 10d 10d 01MAY18 14MAY18
PC010 Recommend ITB#3 for Approval GMP 1.2 5d 5d 15MAY18 21MAY18
2-Construction
C001 Notice to Proceed and Startup Submittals 2d 2d 16APR18 17APR18
C005 Mobilize, Site Logistics, Utilities, Mass Ex 38d 38d 18APR18 31MAY18
C015 Phase 1, 2, 3 Sediment / Drainage Control 20d 20d 18APR18 15MAY18
C017 Submit/Review/Approve/Fab Str Steel 40d 40d 01MAY18 26JUN18
C026 Submit/Review/Approve/Fab Rebar Shops 30d 30d 01MAY18 12JUN18
C007 MEP Coordination 40d 40d 22MAY18 18JUL18
C006 Excavate for Foundations 30d 30d 01JUN18 13JUL18
C036 Construct Access Road/Parking/Tracking Pads 5d 5d 01JUN18 07JUN18
C037 Clear & Grubbing 5d 5d 01JUN18 07JUN18
C038 Install TST1 - 4 8d 8d 01JUN18 12JUN18
C042 Site Utilities (Storm, Electric, Sanitary) 50d 50d 08JUN18 06AUG18
C016 Concrete Foundations 40d 40d 13JUN18 30JUL18
C012 Structural Steel Erection 45d 45d 19JUL18 08SEP18
C022 Underslab MEPs 10d 10d 29AUG18 12SEP18
C052 Roofing 20d 20d 10SEP18 02OCT18
C082 Stair Construction 30d 30d 10SEP18 19OCT18
C032 Place Concrete Slabs 15d 15d 13SEP18 03OCT18
C062 Building Envelope 80d 80d 03OCT18 30JAN19
C092 Interior Partitions 40d 40d 03OCT18 17NOV18
C072 MEP Rough-In 75d 75d 15OCT18 04FEB19
C102 In-Wall MEP Rough-In 65d 65d 15OCT18 21JAN19
C112 Drywall/Taping/Soffits 60d 60d 01NOV18 15JAN19
C252 Temporary Heat and Enclosures 90d 90d 03DEC18 * 11APR19
C162 Painting 135d 135d 02JAN19 15JUL19
C182 Acoustical Ceiling Grid 55d 55d 16JAN19 02APR19
C142 Windows and Glazing 35d 35d 17JAN19 06MAR19
C192 Sprinkler Heads and Light Fixtures 65d 65d 30JAN19 01MAY19
CM Prepare Bid Packages
ITB#1 - Sitework, Concrete and Steel Bid Package
ITB#2 - MEPs, Envelop
Scope Review for ITB#1 Sitework
Recommend Sitework Approval GMP Amend 1.0
Scope Reviews ITB#2
ITB#3 - Finishes
Recommend ITB#2 for Approval GMP 1.1
Scope Review ITB#3
Recommend ITB#3 for Approval GMP 1.2
Notice to Proceed and Startup Submittals
Mobilize, Site Logistics, Utilities, Mass Ex
Phase 1, 2, 3 Sediment / Drainage Control
Submit/Review/Approve/Fab Str Steel
Submit/Review/Approve/Fab Rebar Shops
MEP Coordination
Excavate for Foundations
Construct Access Road/Parking/Tracking Pads
Clear & Grubbing
Install TST1 - 4
Site Utilities (Storm, Electric, Sanitary)
Concrete Foundations
Structural Steel Erection
Underslab MEPs
Roofing
Stair Construction
Place Concrete Slabs
Building Envelope
Interior Partitions
MEP Rough-In
In-Wall MEP Rough-In
Drywall/Taping/Soffits
Temporary Heat and Enclosures
Painting
Acoustical Ceiling Grid
Windows and Glazing
Sprinkler Heads and Light Fixtures
Start date 12FEB18
Finish date 30AUG19
Data date 12FEB18
Run date 03APR18
Page number 1A
© Primavera Systems, Inc.
Downes Construction Co., LLC
CREC Aerospace
DRAFT BASELINE
Updated as of 3-18-18
Early bar
Progress bar
Critical bar
Summary bar
Start milestone point
Finish milestone point
25
ActID
DescriptionOrigDur
RemDur
EarlyStart
EarlyFinish
FEB
2018
05MAR
2019
12APR
19MAY
26JUN
05JUL
12AUG
19SEP
26OCT
02NOV
09DEC
16JAN
23FEB
30MAR
07APR
14MAY
21JUN
28JUL
04AUG
11SEP
18 25 02 09 16 23 30 06 13 20 27 03 10 17 24 01 08 15 22 29 05 12 19 26 03 10 17 24 31 07 14 21 28 04 11 18 25 04 11 18 25 01 08 15 22 29 06 13 20 27 03 10 17 24 01 08 15 22 29 05 12 19 26 02 09 16
C132 Building Enclosed 1d 1d 07MAR19 07MAR19
C152 Site Grading 45d 45d 18MAR19 * 20MAY19
C212 Interior Finishes (Millwork, Doors, Flooring) 87d 87d 20MAR19 19JUL19
C222 MEP Finishes 65d 65d 20MAR19 20JUN19
C122 Set HVAC Equipment 15d 15d 22MAR19 11APR19
C172 Site Concrete 45d 45d 01APR19 04JUN19
C202 Site Improvements/Landscaping 25d 25d 05JUN19 10JUL19
C232 Testing and Inspections 25d 25d 21JUN19 29JUL19
C242 Ceilings Pads and Punchlist 15d 15d 15JUL19 02AUG19
C023 Owner FF&E and Technology 15d 15d 29JUL19 16AUG19
C013 Commissioning 15d 15d 05AUG19 23AUG19
C003 Owner Move 10d 10d 19AUG19 30AUG19
Building Enclosed
Site Grading
Interior Finishes (Millwork, Doors, Flooring)
MEP Finishes
Set HVAC Equipment
Site Concrete
Site Improvements/Landscaping
Testing and Inspections
Ceilings Pads and Punchlist
Owner FF&E and Technology
Commissioning
Owner Move
Start date 12FEB18
Finish date 30AUG19
Data date 12FEB18
Run date 03APR18
Page number 2A
© Primavera Systems, Inc.
Downes Construction Co., LLC
CREC Aerospace
DRAFT BASELINE
Updated as of 3-18-18
Early bar
Progress bar
Critical bar
Summary bar
Start milestone point
Finish milestone point
26
CREC Aerospace and Engineering Elementary School CT State Project: 241-0105 MAG/N/PS
Payment Application Form
Date of Service Bid Form Description
Unit Quantity (full day, half day, hourly,
per test)
Unit Pricing Amount Billed Description of Service
Provided
Report Attached?
(Y/N)
Notes/Comments
Date Submitted:
Total Amount of This Invoice:
Total Billed To Date:
28
CREC Aerospace and Engineering Elementary School
CT State Project: 241-0105 MAG/N/PS Special Testing Bid Form
BID FORM
Item and Unit
Quantity Unit Price Extended Price
LABOR RATES
AISC Shop Inspection – Full Day
25
$
and Cents
$
and Cents
AISC Shop Inspection – Half Day
6
$
and Cents
$
and Cents
AISC Shop Inspection – Hourly
1
$
and Cents
$
and Cents
Soils and Foundations – Full Day
60
$
and Cents
$
and Cents
Soils and Foundations – Half Day
30
$
and Cents
$
and Cents
Soils and Foundations - Hourly 1
$
and Cents
$
and Cents
Cast in Place Concrete – Full Day
80
$
and Cents
$
and Cents
Cast in Place Concrete – Half Day
40
$
and Cents
$
and Cents
30
Cast in Place Concrete - Hourly
1
$
and Cents
$
and Cents
Masonry – Full Day
100
$
and Cents
$
and Cents
Masonry – Half Day
50
$
and Cents
$
and Cents
Masonry - Hourly
1
$
and Cents
$
and Cents
Structural Steel – Full Day
50
$
and Cents
$
and Cents
Structural Steel – Half Day 25
$
and Cents
$
and Cents
Structural Steel - Hourly 1
$
and Cents
$
and Cents
Cold Formed Metal Framing – Full Day 30
$
and Cents
$
and Cents
Cold Formed Metal Framing – Half Day
15
$
and Cents
$
and Cents
Cold Formed Metal Framing - Hourly 1
$
and Cents
$
and Cents
Spray Fire Resistant Material – 30
31
Full Day $
and Cents
$
and Cents
Spray Fire Resistant Material – Half Day
15
$
and Cents
$
and Cents
Spray Fire Resistant Material - Hourly
1
$
and Cents
$
and Cents
Intumescent Fire Resistant Coatings – Full Day
5
$
and Cents
$
and Cents
Intumescent Fire Resistant Coatings – Half Day
2
$
and Cents
$
and Cents
Intumescent Fire Resistant Coatings - Hourly
1
$
and Cents
$
and Cents
LABORATORY TESTING
Soil Testing:
• Sieve Test (ASTM D422 &D1140)
Modified Proctor Test (ASTM D1557)
20
$
and Cents
$
and Cents
Concrete Testing:
• Compressive strength(ASTM C31 & C39)
• Slump (ASTM C143)
• Air-content (ASTM C231or C173)
• Temperature (ASTMC1064)
80
$
and Cents
$
and Cents
Mortar & grout cube compressive strength (ASTM C780)
40
$
and Cents
$
and Cents
Masonry prism compressive 40 $ $
32
strength (ASTM C1314)
and Cents and Cents
Windsor Probe Testing (ASTM C803)
1 $
and Cents
$
and Cents
Spray Applied Fire Resistive Material Density Testing (ASTM E605)
1 $
and Cents
$
and Cents
Total Fee (all labor and laboratory estimated quantities)
$
and Cents
33
NOTICE OF RFP UNDERSTANDING CREC Aerospace and Engineering Elementary School CT State Project:
241-0105 MAG/N/PS
Name of Party Certifying the Statements Below: _ (Print or type)
By my initialing the statements below, I certify that in the preparation of this proposal my firm
considered all of the factors noted, and our proposal submitted for the 3/20/2018 deadline are true and
accurate to the best of our abilities. I also certify that I have signatory authority of my firm to confirm
the following statements about the submitted proposal.
(Signature)
Initialed Statements Below Indicate Our Confirmation of Understanding
No plans and specifications will be provided. Inspectors are required to use the latest
submittals “as noted” to conduct their inspections. The General Contractor will grant
electronic access to the most current documents for inspectors. My firm understands that
each inspector dispatched to this site is required to arrive with their own portable device
(e.g. laptop, tablet, etc.) in order to conduct the inspections being requested.
No claims for mileage reimbursement will be considered. The RFP required each bidder
to include any anticipated mileage charges in their values reported on the Special Testing
Bid Form (Exhibit E of this RFP).
No claims for overtime reimbursement will be considered. Every effort will be made to
have inspections conducted during normal business hours, however there may be
occasional inspections required outside of the normal 40 hour work week. The RFP
required each bidder to include any anticipated overtime charges in their values reported
on the Special Testing Bid Form (Exhibit E of this RFP).
Inspectors are required to sign-in/sign-out at the General Contractor trailer. Billing will
be cross referenced with the sign-in log.
Inspectors will not leave the Project Site without first reporting any failures noted during
that visit.
The Special Testing Bid Form (Exhibit D of this RFP) submitted is not meant to be
viewed as the contract amount. The RFP clearly stated that the Special Testing Bid Form
was being used as a vehicle to allow a direct comparison of each proposer’s submittal.
The rates of payment noted on the Special Testing Bid Form will be utilized throughout
the project for the required inspections.
We received and understand the Project Schedule (Exhibit C of the RFP).
We received and understand the Statement of Special Inspections (Exhibit B of the RFP).
35