State Bid

Last Updated on 20 Sep 2019 at 12 PM
ITB
Middletown Connecticut

WWMS PHASE II

Solicitation ID 23
Posted Date 20 Sep 2019 at 12 PM
Archive Date Not Specified
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Not Specified
Agency Middletown Ct
Location Middletown Connecticut United states
Point Of Contact Not Available
WOODROW WILSON MIDDLE SCHOOL PHASE II MIDDLETOWN, CONNECTICUT State Project No. 083-0116N INVITATION TO BID 1. Sealed bids (in duplicate) for the trade contracts listed below shall be submitted to O&GIndustries, Construction Field Office, 370 Hunting Hill Avenue, Middletown CT 06457 and received by noon (EST) on the date(s) listed below. Late bids will not be accepted. All bids will be publicly opened and read aloud on the date of receipt at The City of Middletown Municipal Building, CouncilChambers, 245DeKoven Drive, Middletown, CT06457 at1:00 p.m. The following website provides access to a digital plan room for complete details regarding this bid, including plans, specifications, and addenda including updates to the bid due dates. All addenda are posted to this website, therefore all Bidders are advised that it is their sole responsibility to visit the Plan Room website for the current bid document information. http://secure.smartinsight.co/#/PublicBidProject/466912 For questions regarding Addenda, or to confirm the bid date, you may also contact: Mark Carroll at O&G Industries, Inc. (860) 496-4233 or email [email protected]. CTDAS Pre- Qualification Necessary Trade Package Set-Aside (CHRO) Bid Due Date REQUIRED GOALS Yes* 2.03 – Concrete 25% SBE & 6.25% MBE 10/17/19 Yes* 2.04 – Masonry 25% SBE & 6.25% MBE 10/24/19 Yes* 2.05m – Miscellaneous Metals 100% SBE & 6.25% MBE 10/24/19 Yes* 2.05s – Structural Steel 25% SBE & 6.25% MBE 10/17/19 Yes* 2.06 – Architectural Woodwork 100% SBE & 6.25% MBE 10/24/19 No 2.07f – Firestopping 100% SBE & 6.25% MBE 10/24/19 Yes* 2.07p – Metal Wall Panels 25% SBE & 6.25% MBE 10/24/19 Yes* 2.07s – Spray Applied Fireproofing 25% SBE & 6.25% MBE 10/24/19 Yes* 2.07r – Roofing 25% SBE & 6.25% MBE 10/24/19 Yes* 2.08 – Aluminum Entrances, Storefronts and Curtainwall 25% SBE & 6.25% MBE 10/24/19 Yes* 2.09a – Acoustical 100% SBE & 6.25% MBE 10/24/19 Yes* 2.09d – Drywall 25% SBE & 6.25% MBE 10/24/19 Yes* 2.09f – Flooring 100% SBE & 6.25% MBE 10/24/19 Yes* 2.09p – Painting 25% SBE & 6.25% MBE 10/24/19 Yes* 2.09t – Tiling 25% SBE & 6.25% MBE 10/24/19 No 2.09w – Wood Flooring 25% SBE & 6.25% MBE 10/24/19 Yes* 2.10g – General Trades 25% SBE & 6.25% MBE 10/24/19 No 2.10L – Lockers 25% SBE & 6.25% MBE 10/24/19 No 2.11 – Food Service Equipment NONE NONE 10/24/19 No 2.12w – Window Treatments 100% SBE & 6.25% MBE 10/24/19 No 2.14 – Elevators NONE NONE 10/17/19 Yes* 2.21 – Fire Protection 25% SBE & 6.25% MBE 10/17/19 Yes* 2.22 – Plumbing 25% SBE & 6.25% MBE 10/17/19 Yes* 2.23 – HVAC 25% SBE & 6.25% MBE 10/17/19 Yes* 2.26 – Electrical 25% SBE & 6.25% MBE 10/17/19 Yes* 2.27d – Tele/Data/Communications 25% SBE & 6.25% MBE 10/24/19 No 2.28f – Fire Alarm 100% SBE & 6.25% MBE 10/24/19 No 2.28s – Security 100% SBE & 6.25% MBE 10/24/19 Yes* 2.31 - Sitework 25% SBE & 6.25% MBE 10/17/19 Note: Bidders on bid packages identified with an asterisk (*) above are required to submit their DAS Update (Bid) Statement with the bid, in accordance with C.G.S. 4a-100, 4b-91, and 4b-101. 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) 713-5280 or visit their web site at www.das.state.ct.us. Note: Bidders on bid packages identified as a “CHRO SET ASIDE REQUIRED 100% SBE” must hold a current certification from the CTDAS no later than the date of contract award of the applicable bid package. Bidders on bid packages identified as “CHRO SET ASIDE GOALS” for Small/Minority Business participation requirements are responsible for ensuring that the SBE/MBE’s they have selected are eligible contractors, and that they must demonstrate good faith efforts to meet the 25% set-aside goals. 2. This project is subject to a Project Labor Agreement with the Greater Hartford-New Britain Building and Construction Trades Council. A copy has been included in the Bid Documents, refer to Specification section 005300 Project Labor Agreement. Execution of the Agreement shall be required from the selected bidder following award and shall be a requirement for entering into contract with O&G Industries, Inc. for the work. 3. There will be a Pre-Bid Conference and tour will be held for all Bidders. The meeting will be held in the existing Woodrow Wilson Middle School Cafeteria on September 30, 2019 at 3:30 PM. All bidders are encouraged to attend the pre-bid conference. 4. Plans and specifications will be available on September 20, 2019, and may be viewed and downloaded free of charge from SmartBidNet at the following address: https://secure.smartinsight.co/#/PublicBidProject/466912 Copies of the plans and specifications may be obtained at the cost of reproduction by contacting Aaron or Dean at the following location: Buckaplan | Universal Copy 35 South Main Street Naugatuck, CT 06770 Contact: Aaron Dean or Dean Carosella at [email protected] Phone: 203-757-2100 Fax: 203-757-8260 5. The Owner, the City of Middletown, has contracted with O&G Industries to serve as the Construction Manager (CM). This project is being performed under the Construction Management at Risk 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. No oral, telephone or telegraphic proposals will be considered. All bids shall stand available for acceptance for a period of ninety (90) days from the date proposals are received. 7. No 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. 8. The Construction Manager is authorized to waive minor irregularities which it considers in the best interest of the Project, provided the reasons for any such waiver are stated in writing by the Construction Manager and made a part of the contract file. The Owner and/or Construction Manager 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 and/or Construction Manager 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 and/or Construction Manager. The Owner and/or Construction Manager 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 and/or Construction Manager will consider the qualifications of the bidder, whether or not the bids comply with the prescribed requirements, and such Supplemental Bids, unit prices, and other data, as may be requested in the Bid Proposal Form or prior to Notice of Award. The Owner and/or Construction Manager 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 and/or Construction Manager reserves the right to require, prior to Notice 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. 9. Bid Security in the amount of ten percent (10%) of the total bid amount is required with any bid submitted. Performance and Labor and Materials Bond(s) in the amount of 100% of the contract sum shall be required from the selected bidder following award. 10. Non-resident contactors, in accordance with C.G.S §12-430(7), must provide a copy of their “Nonresident Contractor Notice of Verified Status” from the State of Connecticut Department of Revenue Services upon an award of contract. Without the verified status letter the Construction Manager must remit five percent (5%) of the total contract value directly to the State and the non- resident contractor file with the Department of Revenue Services to receive the withheld monies. 11. Bidders should note the project insurance requirements. 12. This contract is subject to state 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. 13. O&G is an Affirmative Action Equal Opportunity Employer M/F/H/V. Date: September20,2019 By: Torrington, Connecticut Daniel G. Hetzler, Preconstruction Manager O&G Industries, Inc. END OF SECTION
Bid Protests Not Available

Similar Past Bids

Middletown Connecticut 15 Oct 2019 at 8 PM
Warren Michigan 31 Jan 2020 at 5 AM
Los angeles California 24 May 2021 at 4 AM
Middletown Connecticut 19 Aug 2020 at 12 PM

Similar Opportunities