PRE BID MEETING AGENDA Project Name: UCHC Academic Bldg. Addition & Renovation Meeting Location: UCHC, Farmington, CT Campus Project #: 901729 Meeting Date: December 10, 2014 1. Team Introductions: Construction Manager Henry Cence Bruce Laudone Bethel Hairston Owner Owner s Representative Richard Carey Architect M/E/P, Civil, Structural Geotech. Landscape Architect Skanska USA Building, Inc. Project Manager Project Superintendent Administrative Assistant University of Connecticut Health Jacobs Engineering Senior Program Manager Centerbrook BVH Integrated Services Haley & Aldrich Towers Gould 2. Agenda: Project Description Project Schedule Project Requirements Bid Package Breakdown Bid Documents Division 0 Instructions to Bidders Bid Proposal / Submission Requirements Bid Opening Post Bid Interviews Bid Schedule Milestones Questions / Answers 3. Project Description: The Project consists of isolated renovations to the two story Academic Building, the Clinical Building and L Building of the existing UCHC as well as a new three story addition. The existing buildings are cast-in-place concrete and steel structures that currently hold administrative and educational spaces for the Schools of Medicine and Dental Medicine, administrative offices for the Health Center, research labs with associated mechanical facilities in the basement and sub-basement. Approximately 66,000SF of program will be accommodated in the existing building through a combination of renovation, relocations, and reassignment of spaces. The new addition will consist of a new 28,000SF structure primarily built on piers, one story above grade to align with the existing building s main floor. LEED Silver certification and compliance with the CT Higher Performance Building Standard s Mandatory Requirements will be sought for the new addition only. The total estimated direct cost value of the project is +/- $19,500,000. Page 1 of 6
4. Project Schedule: Bid Period December 4, 2014 January 7, 2015 Scope Reviews January 2015 Awards/Notice to Proceed Late January 2015 Construction Commencement on Site March 20, 2015 Project Complete December 2016 5. Project Requirements: Skanska Subcontractor Prequalification a. All subcontractors interested in bidding on this project must be prequalified by Skanska. b. Bids received from Subcontractors who have not been Skanska prequalified will not be accepted and will be returned to the contractor unopened. c. All Skanska Subcontractor Prequalification Applications must be submitted no later than December 19, 2014 DAS Prequalification a. In addition to Skanska Prequalification, The DAS Contractor Prequalification Program (C.G.S 4a-100) requires all bidders to prequalify before they can bid on a contract or perform work pursuant to a contract for the construction, reconstruction, alteration, remodeling, repair or demolition of any public building or any other public work by the state or a municipality, estimated to cost more than $500,000 and which is funded in whole or in part with state funds, except a public highway or bridge project or any other construction project administered by the Department of Transportation. b. DAS prequalification is required for all work in excess of $500,000 regardless of tier. A prospective bidder whose bid does not exceed $500,000 is not required to be pre-qualified by the State of Connecticut Department of Administrative Services for the classification of work that they are bidding. For additional information on becoming a DAS prequalified contractor in the State of Connecticut, please visit the following link: www.das.ct.gov Bid Securities a. Bidders shall note that bid securities will be required for all bid packages over $50,000 in value. b. Bid securities shall be in the amount of ten (10%) percent of the bid proposal following the requirements set forth in the Instructions to Bidders. c. In the event that the Small and Minority business enterprise contractor cannot supply a Labor, Material and Performance Bond, Skanska will accept a letter of credit following the requirements set forth in the Instructions to Bidders. Labor, Material, and Performance Bonds a. Bidders shall note that Labor, Material and Performance Bonds will be required for all contracts over $100,000 in value. b. Labor, Material and Performance Bonds will meet the requirements set forth in the Instructions to Bidders. c. In the event that the Small and Minority business enterprise contractor cannot supply a Labor, Material and Performance Bond, Skanska will accept a letter of credit following the requirements set forth in the Instructions to Bidders. Page 2 of 6
Commission on Human Rights and Opportunities (CHRO) a. Brief Summary on the CHRO program: i. Programs are intended to remedy prior underrepresentation and assure inclusion of diverse workforce and contractor representation on state-funded projects. ii. UCONN Goal is 32% Small Business Enterprise (SBE) participation; including 12% of that participation by DAS certified contractors. 1. SBE are defined as firms with a gross annual revenue less than $15 million 2. Contractors include Women-Owned, ethnic, and Disadvantage contractor Business Enterprises iii. Skanska wants to see a diverse contractor representation and encourages all contractors to work toward inclusion of not only women but ethnic s on this project. b. Who is responsible for participating in the program: 6. Bid Package Breakdown: i. Skanska and all subcontractors are responsible for participating in the program at varying levels. ii. Skanska has created packages specifically for s iii. Set Aside Contractors: 1. Set Aside Bid Packages may only be bid by DAS certified contractors. 2. Maintain certification throughout the duration of the project and must: a. Provide a letter with their contract stating they will maintain such certification and apply for recertification at least 90 days prior to its expiration. 3. s must be mindful of the Set Aside Program threshold as it relates to their company s continued certification, as Skanska has an expectation that certification will be current throughout the completion of the project. iv. Non-Set Aside Bid Packages: 1. Required participation of 32% SBE, 12%. 1. Non Set Asides are responsible to submit payment reports and monthly utilization report for their second tier S/M/WBE contractors within the 1 st 10 days of each month 2. Non Set Asides are responsible to submit certified payroll for their second tier S/M/WBE contractors. v. All project contractors must submit CHRO reports, including monthly utilization report and those who have Set Aside contractors must provide monthly payment status reports both within the 1 st 10 days of each month, vi. All project contractors must submit certified payroll reports. a. There are currently thirty-eight (38) bid packages for this project. b. All Subcontractors, other than those specifically designated as OR Excluded, will be required to award a minimum of 32% percent or more of the value of their Subcontract to DAS- Certified contractors/vendors, of which a minimum of 20% percent of the value of their subcontract must be awarded to DAS-Certified SBE contractors/vendors and a minimum of 12% percent or more of the value of their subcontract must be awarded to DAS-Certified SBE s that are also DAS-Certified contractors/vendors (this includes ethnic minorities, disabled, and women-owned businesses). c. All subcontractors interested in bidding on the following packages will be required to self-perform a minimum of 40% with their own labor regardless of DAS certifications or prequalification Page 3 of 6
DESCRIPTION DAS Prequalification Required 32/12 APPROX. VALUE (based on 50%CD est.) DESCRIPTION DAS Prequalificati on Required 30/12 APPROX. VALUE (based on 50%CD est.) BP-01A Demolition Yes $445,564 BP-10 Toilet Partitions /Accessories (Supply Only) No Excluded $37,427 BP-02 Sitework Yes 32/12 $1,717,377 BP-10A Signage No $10,975 BP-02A Landscaping No $179,075 BP-10B Visual Display No $63,856 Units BP-02B Site Concrete No $163,302 BP-10C Lockers No $32,114 BP-02C Paving No 32/12 $179,283 BP-10D Operable No Excluded $13,674 Partitions BP-03 Concrete Yes 32/12 $473,074 BP-11 Fixed Seating No Excluded $24,384 BP-03A Piling Yes Excluded $682,125 BP-12 Window Shades No $70,844 BP-04 Masonry No 32/12 $158,573 BP-13 Fire Protection Yes 32/12 $515,211 BP-05 Structural Steel Yes 32/12 $1,320,591 BP-13A Security No BP-05A Miscellaneous Metals Yes $439,397 BP-13B Fire Alarm No BP-06 Millwork Yes 32/12 $568,515 BP-13C Structured Cabling BP-07 Roofing Yes 32/12 $485,948 BP-07A Fire Stopping & Joint Protection No $37,188 BP-15 Plumbing & Installation of Toilet Accessories No $136,496 $100,373 $205,343 Yes 32/12 $483,594 BP-07E Fire Proofing No Excluded $212,102 BP-15A HVAC & Controls Yes 32/12 $5,174,637 BP-08 Curtain Wall / No 32/12 $319,724 BP-16 Electrical Yes 32/12 $1,642,790 Storefront BP-08A Doors, Frames, and No Excluded $148,538 BP-17 Final Cleaning No $100,261 Hardware BP-08C Metal Wall Panels Yes 32/12 $1,499,878 BP-09 Gypsum Board Yes 32/12 $2,211,925 Assemblies BP-09A Acoustical Ceilings No $209,749 BP-09B Painting No $140,351 BP-09C Resilient / Carpet No $362,545 BP-09D Tile No $17,636 7. Bid Documents: a. Hardcopies and/or CD available via BL Graphics in Meriden, CT (203.630.2671) b. Digital Documents available via our online Plan Room. c. Contract Documents (Not Including Pending Addenda): Division 0, Instructions to Bidders, dated December 3, 2014. Issued for Bid Documents, Specification Volumes 1, 2, and 3, dated November 21, 2014 Bid Document Drawings, Volumes I and II, dated November 21, 2014 d. If you have ordered documents directly from our reproduction company (BL Graphics), you will receive a hardcopy of all Addenda sent to you directly. e. If you are viewing the bid documents online, it will be your responsibility to return to the website and search for addenda throughout the bid period. Page 4 of 6
f. Bidders are reminded that they will be held accountable for the requirements of all published documents and will not be relieved of their responsibility for requirements indicated in any document not purchased or viewed. 8. Division 0 Instructions to Bidders: a. Review of the sections included in this document. b. All bidders shall review this document in its entirety c. This document will affect the bidder pricing. 9. Bid Proposal / Submission Requirements: a. Must submit a separate bid proposal for each bid package. b. Bid qualifications and exclusions will not be accepted. c. Must submit a complete Bid Proposal Form, completed in its entirety: i. All acknowledgements must be checked ii. All sections must be completed iii. All attachments must be included 1. Skanska subcontractor prequalification approval letter 2. DAS business classification certificate (SBE or W/) Required if Bid Package is designated as a Set Aside Package 3. DAS prequalification certificate (if bid in excess of $500,000) Required for all primary and sub-tier contractors that are providing work over $500,000 4. Bid bond (or approved alternate security) for all bid packages over $50,000 5. Consent of Surety 6. Non-collusion affidavit 7. Contractors wage certificate form 8. OPM Ethics Form 6- Affirmation of Receipt of State Ethics Laws Summary d. All bidders must price project alternates as they pertain to their respective scope of work. This includes both design add alternates and deduct alternate for CCIP Enrollment. e. Two (2) original bid proposal forms & one (1) original bond. f. Seal in labeled package following requirements in Instructions to Bidders. g. Proposals that do not include all of the required documentation will be considered non-responsive and will be rejected. 10. Bid Opening: a. All Subcontractor proposals will be due on Wednesday, January 7, 2014 @ 10 a.m. b. Bids will be received by Skanska USA Building, Inc. c. Bids will be received at 545 Long Wharf Drive, New Haven, 1 st Flr Conference Rm. d. Bids will be opened publicly. e. Base Bid and Alternates (Supplements) will be read out loud. f. Within seven (7) business days after award of subcontracts, all accepted bid results will be made available for viewing by written request. 11. Post Bid Interviews: a. Apparent low bidder (only) for each bid package will be interviewed. b. Apparent low bidder will be determined by taking Base Proposal plus Owner-decided alternates. c. It is Skanska s intent to award contracts to the low bidder provided that they have met all bidding requirements and have confirmed a complete scope of work in accordance with Bid Package Exhibit A s. d. Bidders are advised that post bid interviews are for confirmation of scope only. Bids will be taken at face value. Page 5 of 6
e. If there is a scope item that was missed by the bidder and they are willing to absorb the cost in their original bid, that is acceptable. f. If the bidder is not able to absorb the cost of a missed scope item, that firm will withdraw their bid and the next lowest contractor will be chosen for the project. 12. Bid Schedule Milestones: Subcontractor Prequalification Forms Due: (Mandatory) Subcontractor Acknowledgement to Bid Due: (Mandatory) Last Day for Subcontractor s to Submit RFI s: December 19, 2014 by 5 p.m. December 19, 2014 by 5 p.m. December 24, 2014 by 5 p.m. Bid Submission/Opening: January 7, 2015 at 10 a.m. Anticipated Scope Review Schedule: January 12-23, 2015 13. Questions: Questions answered at this pre-bid will need to be submitted by the subcontractor for a formal written response. Page 6 of 6