BID # 16-5 EMERGENCY ASBESTOS, LEAD & MOLD REMEDIATION SECTION "C" TECHNICAL SPECIFICATIONS OWNER

Similar documents
Request for Qualifications B Hazardous Material Surveying, Testing and On-Site Observation Firms. RFQ Due Date: October 1, :00 P.M.

CSU CONSTRUCTION. The California State University Office of Audit and Advisory Services. California State University, East Bay

Request for Qualifications and Proposals (RFQ/P) #564. for. Program and Construction Management Services

Instructions to Bidders Asbestos Abatement

EXHIBIT A SCOPE OF WORK

UMBC On Call Electrical Maintenance Contract RFP #BC K

TEXAS GENERAL LAND OFFICE COMMUNITY DEVELOPMENT & REVITALIZATION PROCUREMENT GUIDANCE FOR SUBRECIPIENTS UNDER 2 CFR PART 200 (UNIFORM RULES)

MORRISTOWN HOUSING AUTHORITY NOTICE

FLORIDA DEPARTMENT OF TRANSPORTATION

REQUEST FOR PROPOSAL INFORMAL BID PROFESSIONAL ENERGY AUDIT SERVICES FOR THE HOUSING REHABILITATION PROGRAM

REQUEST FOR PROPOSALS

City of Georgetown, SC REQUEST FOR PROPOSAL

SACRAMENTO REGIONAL SOLID WASTE AUTHORITY REQUEST FOR PROPOSALS FOR CONSULTING SERVICES FOR A REGIONAL GREEN WASTE PROCESSING FACILITY

ADDENDUM NO. 1. ATTENTION TO PLANHOLDERS OF RECORD is called to the following revisions of the contract documents:

SOLICITATION NO: 15-1 REQUEST FOR PROPOSALS (RFP) FOR ARCHITECTURAL SERVICES FOR NEW ELEMENTARY SCHOOL #3

INSTRUCTIONS TO BIDDERS for ATST Polarization Optics. AURA, Inc. Operating the National Solar Observatory Tucson, Arizona. RFQ Polarization Optics

REQUEST FOR QUALIFICATIONS. Architectural/Engineering Design Services

Below are five basic procurement methods common to most CDBG projects:

4/6/2018. Guidelines for Administering Equal Employment Opportunity in Public Contracts

TEXAS DEPARTMENT OF TRANSPORTATION INSPECT, SAMPLE, AND TEST FOR ASBESTOS CONTAINING MATERIAL AND MONITOR ABATEMENT PROJECTS PUBLICATION

REQUEST FOR PROPOSAL Milling Services

NOTICE TO BIDDERS. Replacement of Overhead Doors at Public Works Roads Building Snow Hill, Worcester County, Maryland

REQUEST FOR PROPOSAL CONSTRUCTION MANAGEMENT SERVICES DELTONA MIDDLE 250 ENTERPRISE ROAD DELTONA, FLORIDA MASTER PLAN PROJECT NO.

Mandatory Site Visit: Thursday, July 13, :00 PM (Pierson Library, Shelburne, VT)

Instructions Regarding the Invitation for Bid and Contract Process For the National School Lunch and School Breakfast Programs Vended Meal Services

Galt Joint Union High School District Marengo Rd Galt, CA Elizabeth Kaufman, Superintendent REQUEST FOR QUALIFICATIONS / PROPOSALS

INVITATION TO BID (Request for Proposal)

Lead Abatement Grants

Request for Proposals

Request for Qualifications to Certify Qualified Providers for the Arkansas Energy Performance Contracting Program

Architectural/Design Services

CITY OF BLUE EARTH AGENDA CITY COUNCIL WORKSESSION MONDAY MAY 21, 4:30 P.M.

SANTA ROSA CITY SCHOOLS DISTRICT. 211 Ridgway Avenue Santa Rosa, CA Request for Proposals For Architectural Services

I. Asbestos Abatement Grant Program Summary

Salida School District, R-32-J Central Administration Office 310 East 9 th Street Salida, Colorado 81201

CSU CONSTRUCTION. The California State University Office of Audit and Advisory Services. California State Polytechnic University, Pomona

DRAFT PROPOSAL REQUIREMENTS

GORDON COUNTY BOARD OF COMMISSIONERS REQUEST FOR PROPOSALS FOR A COMMUNITY DEVELOPMENT BLOCK GRANT WRITER/ADMINISTRATOR

REQUEST FOR PROPOSAL DOCUMENT

STANDARD PROCEDURE Number: S410.10

Request for Qualifications B Geotechnical Investigations / Professional Services Firms. RFQ Due Date: October 8, :00 P.M.

REQUEST FOR INFORMATION (RFI) HARMFUL ALGAL BLOOM REMEDIATION RESPONSE. DEP Solicitation Number: C

Non-Federal Cost Share Match Program Grant Implementation Checklist

EXHIBIT A. SCOPE OF SERVICES For EMERGENCY MANAGEMENT SERVICES. Revised 3/10/15

Office of Business and Financial Services Procurement and Contracts Division Section SUBJECT: PROCUREMENT OF CONSTRUCTION SERVICES

REQUEST FOR PROPOSAL DOCUMENT

Subject: Audit Report 17-75, Extended Learning Building, California State University, Northridge

Issued: Thursday, October 15, City of Grand Blanc, 203 E. Grand Blanc Road, Grand Blanc, MI 48439, Attn: Bethany Smith, City Clerk

New Jersey's Clean Energy Program Rebate Application Guidelines for State Energy Program, Non-IOU Funding (SEP non-iou)

Asbestos Notification Form ANF-001 Instructions and Supporting Materials

Associated with the District s Measure A Bond Program and Facilities Improvement Projects

Request for Proposal (RFP) The Klamath Tribes Youth Fitness Center Klamath Tribes Housing Department (KTHD) RFP # 09-KTHD17

REQUEST FOR QUALIFICATIONS/PROPOSAL (RFQ/P) FOR ARCHITECT/ENGINEER (A/E)

ALDINE INDEPENDENT SCHOOL DISTRICT Dr. Wanda Bamberg, Superintendent of Schools

GRANT WRITING ASSISTANCE FOR THE HIGHWAY SAFETY IMPROVEMENT PROGRAM CYCLE 9

Dakota County Technical College. Pod 6 AHU Replacement

Request for Proposals

Uniform Bid Process and Contractor Relations

BID SHSGA CACFP CONTRACT #03309 FY2015 ADVERTISEMENT FOR FOOD PROCUREMENT FOR KIDS CAFÉ PROGRAM

REQUEST FOR PROPOSAL GRANT WRITING, ADMINISTRATION, AND IMPLEMENTATION OF HOUSING PROGRAMS

REQUEST FOR PROPOSAL FOR

CITY OF HONDO ENGINEERING REQUEST FOR QUALIFICATIONS

REQUEST FOR QUALIFICATIONS FOR CONSTRUCTION MANAGER-AT-RISK

ALL AMERICAN HEALTHCARE SERVICES, INC. 100 LAKEVIEW AVENUE, SUITE 1A CITY, STATE, ZIP JAMESBURG, NJ TELEPHONE EXT.

SOLICITATION FOR PARTICIPATION IN A REQUEST FOR PROPOSALS FOR CHIEF EXECUTIVE OFFICER (CEO) SEARCH SERVICES JACKSONVILLE, FL SOLICITATION NUMBER 94414

The District is looking for the architectural firm to provide the following (not listed in order of preference):

Request for Proposal Design- and Construction- Engineering Services

FEMA Reimbursement Will They or Won't They?

REQUEST FOR PROPOSAL FOR LEGAL SERVICES

Request for Proposals for Construction Manager at Risk Watertown Community Center

PRE-BID CONFERENCE FOR BID NO SOUTH MAIN STREET MILLING AND RESURFACING IMPROVEMENTS TOWN OF WINDERMERE, FLORIDA

Request for Proposals for Baggage Handling System / Checked Baggage Inspection System (CBIS)

PAL-MAR WATER CONTROL DISTRICT Security-Maintenance Services RFP Proposal Packet

WESTMINSTER SCHOOL DISTRICT NUTRITION SERVICES REQUEST FOR PROPOSAL FRESH PRODUCE 17/ For: July 1, 2018 to June 30, 2019

OMB Uniform Grant Guidance and NM Procurement

Comparison of Federal and State Procurement Requirements For FEMA Public Assistance Grants to North Carolina Local Governments

Comparison of Federal and State Procurement Requirements For FEMA Public Assistance Grants to North Carolina Local Governments

ASSEMBLY, No STATE OF NEW JERSEY. 218th LEGISLATURE PRE-FILED FOR INTRODUCTION IN THE 2018 SESSION

ENVIRONMENTAL HEALTH AND SAFETY MANAGER

SOP Procurement Standard Operating Procedures Grow Southwest Indiana Region 11 RWB Approval Date: 08/26/2011

Architectural Services

BARNEGAT TOWNSHIP SCHOOL DISTRICT 550 BARNEGAT BOULEVARD NORTH BARNEGAT, NEW JERSEY (609) FAX (609)

OVERVIEW OF GRANTS ADMINISTRATION PROCESS

TOPIC: CONTRACTS STATE OF MISSISSIPPI DEPARTMENT OF EDUCATION SECTION 17.0 PAGE 1 OF 38 EFFECTIVE DATE: MAY 1, 2017 REVISION #4: MARCH 1, 2017

Subject: Audit Report 17-74, Taylor II Replacement Building, California State University, Chico

Request for Qualifications/Request for Proposals For General and Specialized Consulting Engineering Services for Wastewater Facilities

REQUEST FOR PROPOSAL DOCUMENT

REQUEST FOR PROPOSAL CONSTRUCTION MANAGEMENT SERVICES WESTSIDE ELEMENTARY 1210 JIMMY ANN DRIVE DAYTONA BEACH, FLORIDA 32117

Website:

TORNILLO ISD REQUEST FOR STATEMENTS OF QUALIFICATION FOR ARCHITECTURAL SERVICES FOR 2016 BOND PROJECTS RFQ NO

SOUTHERN UTE INDIAN TRIBE REQUEST FOR PROPOSALS (RFP) FOR ENVIRONMENTAL CONSULTING SERVICES FOR

General Contractor Services - Small Projects

ASSEMBLY, No STATE OF NEW JERSEY. 216th LEGISLATURE PRE-FILED FOR INTRODUCTION IN THE 2014 SESSION

Request for Qualifications (CM at Risk Contract) State of Ohio Standard Forms and Documents

City of Waterloo, Wisconsin. Request for Proposals. Municipal Engineering Services

TOWNSHIP OF BLOOMFIELD

SECTION 9: FORMAL PROCEDURES

ADDENDUM NUMBER 02 TO THE BID DOCUMENTS. BID NUMBER: SJCC Parking Garage LED Lighting Retrofit EVERGREEN VALLEY COLLEGE

Best-Value Procurement Manual. MnDOT Office of Construction and Innovative Contracting (OCIC)

Multi-Purpose Paper Bid No. PR10-B14

Transcription:

BID # 16-5 EMERGENCY ASBESTOS, LEAD & MOLD REMEDIATION SECTION "C" TECHNICAL SPECIFICATIONS OWNER Board of Trustees Middlesex County College 2600 Woodbridge Avenue P.O. Box 3050 Edison, New Jersey 08818-3050

SECTION C - TECHNICAL SPECIFICATIONS TABLE OF CONTENTS SECTION TITLE PAGE 1. Scope of Work... C-3 2. Compliance... C-4 3. Time Constraints... C-4 4. Work Hours... C-5 5. Performance Bond...C-5 6. Additional Information... C-5 7. Contractor s Proposal...C-5 C-2

1. SCOPE OF WORK A. The purpose of these specifications is the completion of an emergency asbestos, lead and mold remediation contract. This work will be performed at the main Middlesex County College campus in Edison, New Jersey. B. The intention is to award a contract to an environmental remediation contractor who is licensed in the State of New Jersey as an asbestos and a lead abatement contractor as well as being well versed in the remediation of mold to perform emergency abatement services as needed. The contract will be in effect for a fixed period of time so that the College can secure abatement services in an expeditious manner. C. This is not intended to be an exclusive contract for all campus abatement work. It is intended only as a method for securing abatement services for emergency work. For planned projects, the College intends to follow normal public procurement procedures. Also, if the College determines that the cost proposal submitted for an individual emergency project is unreasonably high; it may also reject the proposal and pursue other public procurement methods as provided for by NJ Statutes. D. Payment will be made only for actual work completed. If no emergency events occur requiring the services of this contractor, then no payment will be made. Payment will be made based on unit costs submitted on the attached Contractor's Proposal and the individual project proposal submitted at the time of the emergency event. E. In case of an emergency event, the College will have its environmental consultant prepare a scope of work. The contractor shall provide an itemized cost proposal for all of the necessary labor, materials, tools and equipment required to complete the work described in that scope of work. The cost shall be based on hourly and unit costs submitted on the Contractor's Proposal attached to these specifications. F. The contractor shall apply for and secure all building permits from Edison Township as required. The fee will be waived by Edison when a letter provided by the College is submitted with the application. The Contractor is responsible for securing and paying for any other permits that may be required. The Contractor is also responsible for the submission of all required notifications to federal and state government agencies as required for asbestos and/or lead remedial activities. C-3

G. The contractor is also responsible for coordinating and obtaining all inspections, approvals and the final Certificate of Occupancy or Approval as required. Final payment will not be made until all work is completed and the final Certificate and all close-out documents are received. H. The contractor shall be required to attend a preconstruction meeting on campus prior to the start of work and other job progress meetings as required by the College and the Engineer. I. The College may also require the bidder to remove and disposal of small quantities of waste materials containing asbestos, lead and mold that is not part of abatement on an as needed basis. The removal of such materials shall be based on an hourly rate plus the actual cost of disposal plus a mark up percentage for overhead and profit. The contractor shall provide the College written documentation of the disposal of such materials. This documentation will include the cost of the disposal from the waste facility. 2. COMPLIANCE A. The Contractor shall comply with all of the College s safety and work rules when performing work on their site. 3. TIME CONSTRAINTS A. It is expected that a contract will be awarded for the period of July 1, 2015 through June 30, 2016. The College may at its own discretion award a second renewal period of July 1, 2016 through June 30, 2017. B. The contractor shall respond to the emergency event and meet with College personnel and the consultant on-site to review the scope of work within 24 hours of notification. C. After receiving the written scope of work from the consultant and reviewing the work on-site, the contractor shall submit its written cost proposal to the College within 24 hours. D. After the proposal is reviewed by the College and Notice to Proceed is received, the contractor shall mobilize onsite and begin the abatement work within 24 hours. C-4

4. WORK HOURS A. All work is to be performed during normal work hours 8:00 am to 4:30 pm, Monday through Friday, unless otherwise stated in the consultant's scope of work. If additional work hours are required, they shall be included in the contractor's bid price and approval of the College shall be requested by the contractor in writing 48 hours prior to the desired work date. 5. PERFORMANCE BOND A performance bond in the amount of $20,000.00 shall be provided prior to the start of the contract term. 6. ADDITIONAL INFORMATION A. Additional information may be obtained from the following individuals: Facility/specifications: Proposal: 7. CONTRACTOR'S PROPOSAL Donald Drost Executive Director of Facilities Management 732-906-2568 732-906-4199 Fax David Fricke Director of Purchasing 732-906-2519 A. The contractor shall submit hourly and units costs as requested on the attached Contractor's Proposal. B. The mobilization cost is to include all labor, materials, and equipment necessary to mobilize on the job site and to set up and prepare for the work to be completed. This cost shall be provided for regular hours and for night time hours. Mobilization fees will not apply for the pick up and disposal of asbestos and mold waste materials. C. The hourly labor rate shall be an all-inclusive rate per worker that includes all materials, equipment, overhead, profit, disposal, etc. that is required to complete the work and is not included in the mobilization cost. Rates shall be provided for regular hours and for night time hours. D. The contractor shall indicate the percentage of overhead and profit for the disposal of asbestos, lead and mold waste materials not associated with an abatement. C-5