0% found this document useful (0 votes)
275 views6 pages

01 - RFP Facade Repairs - 604 610 617 W115

Columbia University is soliciting proposals from general contractors to perform facade repairs at three buildings located at 604, 610, and 617 West 115th Street in New York City. The scope of work includes repairs such as removing and replacing brick, terra cotta, stucco, windowsills, and applying coatings. Proposals are due by April 6, 2022. The project is scheduled to start on April 25th and be substantially completed by August 19th, following Columbia University's design and project requirements.

Uploaded by

Flokrida Sherifi
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
275 views6 pages

01 - RFP Facade Repairs - 604 610 617 W115

Columbia University is soliciting proposals from general contractors to perform facade repairs at three buildings located at 604, 610, and 617 West 115th Street in New York City. The scope of work includes repairs such as removing and replacing brick, terra cotta, stucco, windowsills, and applying coatings. Proposals are due by April 6, 2022. The project is scheduled to start on April 25th and be substantially completed by August 19th, following Columbia University's design and project requirements.

Uploaded by

Flokrida Sherifi
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
You are on page 1/ 6

REQUEST FOR PROPOSAL – CONSTRUCTION SERVICES

PROJECT: FISP Cycle 9A Façade Repairs


OWNER: Columbia University
LOCATION: 604 610 617 West 115th Street

ISSUED: March 21, 2022


DUE DATE: April 6, 2022

PROJECT OVERVIEW & SCOPE

Purpose:
Columbia University is soliciting proposals from qualified General Contracting firms to perform façade repairs at
604, 610, and 617 West 115th Street.

Schedule of Events:
Intent to Bid (via Email): March 22, 2022
Information Session & Walkthrough: March 22, 2022 at 2PM
Vendor Question Deadline: March 29, 2022
CUFO Response By: April 1, 2022
Final Proposals Due: *See DUE DATE Above*

Information Session & Walkthrough:


There is a mandatory information session is scheduled for the date indicated in the Schedule of Events above. All
Parties are to meet Nick Na in front of 604 West 115th Street.

Access to the building will ONLY be available during the scheduled walkthrough. Bidders can drive/walk by the
building or use Google Earth and other online resources to view (though limited) current conditions.

Questions & Correspondence:


All questions during the bidding process (technical, contractual, or administrative) should be sent using the provided
questionnaire template via email to both:

Theresa Formato Nick Na


Procurement Director Project Manager
Columbia University Facilities and Operations Columbia University Facilities and Operations
E-mail: [email protected] E-mail: [email protected]

604 610 617 W115 St Façade Repairs Page 1


Bidding Documents List:

01 - Request for Proposal (this Document) 06 - MWL Utilization Plan (Schedule M1)
02 - RFI/Question Template 07 - Supporting Documents
03 - Bid Proposal Documents a. Drawings & Specs
a. Rider A b. Project Manual
b. Rider B
c. Schedule I
04 - Sample Agreement
05 - Sample Agreement Exhibits

Electronic RFP:
Bids must be submitted through Unifier no later than the Due Date indicated on Page 1 of this document. No late,
emailed, faxed, or telephonic bids will be accepted. Contact the Procurement Analyst on Page 1 and
[email protected] if you experience issues accessing or submitting your bid in Unifier.

The Electronic RFP Instructions and Terms can be found at:


https://apps.cuf.columbia.edu/howto/unifier/RFP/Electronic_Bidding_RFP_Instructions_to_Bidders.pdf

Instructions on how to properly submit your bid in Unifier can be found at:
https://apps.cuf.columbia.edu/howto/unifier/RFP/UnifierVendorE-RFPGuide.pdf

1. PROJECT & SCOPE OF WORK

Overview:
FISP Cycle 9A façade repairs per architect’s bid documents titled “FISP Cycle 8A Façade Repairs”

Scope of Work:
The Work of this Contract, hereinafter referred to as “the Work”, generally includes, but is not limited to, labor,
materials, tools, equipment, and services required to:

1. Base Bid

604 West 115th Street

a. Remove and replace face brick (BR1).


b. Remove and replace face brick at segmental arches (BR2).
c. Repoint open and deteriorated mortar joints (RP).
d. Remove and replace cracked/spalled stucco parging at parapets (CC1).
e. Remove and replace cracked/spalled stucco parging (CC2).
f. Repair cracked limestone (CS).
g. Repair cracked terra cotta (TC).

610 West 115th Street

a. Remove and replace face brick (BR1).


b. Remove and replace face brick at segmental arches (BR2).
c. Remove and replace terra cotta unit with precast concrete unit (TR).

604 610 617 W115 St FISP Cycle 8A Façade Repairs Page 2


d. Remove and replace cracked/spalled stucco parging (CC1).
e. Repair cracked limestone (CL).
f. Repair cracked terra cotta (TC).
g. Remove and replace window sills with precast concrete sills (SR).

617 West 115th Street

a. Remove and replace face brick (BR1).


b. Remove and replace face brick at segmental arches (BR2).
c. Remove and replace face brick at fire escape outrigger connection (BR3).
d. Remove and replace cracked/spalled stucco parging (CC1).
e. Repair cracked terra cotta/limestone/marble (CS).
f. Repair spalled terra cotta/limestone (SS).
g. Remove and replace window sills with precast concrete sills (SR).
h. Remove and replace marble lintel with precast concrete lintel (LT).

1. Furnish and install public protectives at the perimeter of each building in full compliance with Chapter
33 of the 2014 New York City Building Code and section 01 51 00 1.04. Provide all services and pay
all fees necessary to procure approval and permits from the New York City Building Department, to
install public protectives. After the work is completed, or as directed by the Owner, provide all services
necessary to dismantle and remove public protectives from the building perimeter. Include all rental
costs for the duration of the project. Contractor shall provide and maintain proper electrical lighting
under public protectives for the duration of the project.

2. Contractor is responsible to retain a NYS registered design professional to prepare and file a Tenant
Protection Plan (TPP) in full compliance with the New York City Building Code.

3. Offsite disposal of all removed materials.

4. All other work necessitated by these operations and all other work called for by the Contract
Documents.

Alternates:

604 West 115th Street

Alternate #1: Scrape, prime, and paint existing wrought iron fire escapes (PT)

Alternate #2: Remove existing coating on limestone facade and clean (CT1).

Alternate #3: Recoat existing limestone facade with compatible breathable coating to match existing
color (CT2).

Alternate #4: Apply elastomeric coating on stucco parging (CC3).

610 West 115th Street

Alternate #1: Scrape, prime, and paint existing wrought Juliette balcony railings (PT).

604 610 617 W115 St FISP Cycle 8A Façade Repairs Page 3


Alternate #2: Remove existing coating on limestone facade and clean (CT1)

Alternate #3: Recoat existing limestone facade with compatible breathable coating to match
existing color (CT2)

Alternate #4: Apply elastomeric coating on stucco parging (CC2).

617 West 115th Street

Alternate #1: Scrape, prime, and paint existing wrought iron fire escapes (PT).

Alternate #2: Remove existing coating on limestone facade and clean (CT1).

Alternate #3: Recoat existing limestone facade with compatible breathable coating to match
existing color (CT2).

Alternate #4: Apply elastomeric coating on stucco parging (CC2).

This is a Non-Union bid.

General Notes:
Building Work hours, noise limits and work required to be performed during overtime, concerns with adjacent
spaces, and other general requirements.

Sustainability / LEED Considerations:

Anticipated Project Schedule:


a. Site mobilization to start: April 25, 2022
b. Substantial Completion: August 19, 2022
c. Demobilize: September 2, 2022

Anticipated Duration of Services:


Based on an Anticipated Award Date of April 11, 2022, work under this contract shall commence on April 25, 2022
and shall reach substantial completion on August 19, 2022

Note: This proposal must include all cost required to meet these completion dates. No labor increases for
overtime will be entertained by the University to complete contract work. The contractor is to provide work
force to meet the project schedule listed above.

2. PROJECT REQUIREMENTS

Project Management Software: All participants of the project will be required to use Columbia University’s
proprietary online project management software Unifier by Oracle for a variety of typical project-related processes
including but not limited to the submission for review of meeting minutes, invoices, change orders, submittals and
RFI’s. A review of the system can be set up by Columbia upon request. Columbia provides system support during
the project’s lifecycle and will organize a tutorial for the awarded Consultant prior to the commencement of work.

Design Requirements: Columbia University is committed to creating and maintaining facilities that are of the
highest quality and value.

604 610 617 W115 St FISP Cycle 8A Façade Repairs Page 4


A set of standards, “The Columbia University Facilities Design Requirements” are for use by Columbia University
Facilities' design professionals and contractors to support the construction and renovation of new and existing
buildings on the University's Morningside, Lamont-Doherty Earth Observatory, Baker Athletics Complex and Nevis
Laboratories campuses. All projects are expected to meet these requirements. However, CUF promotes a
Continuous Improvement work environment, and expects that any current code or industry best practice that
conflicts with these requirements should be brought to the attention of the CUF project manager for resolution. This
project has been designed referencing these Design Requirements.

The following is the link to these Design Requirements:


http://facilities.columbia.edu/design-requirements

The following is the link to the CUIT Design Requirements:


cuit.columbia.edu

Contractor Compliance: Contractors, their staff, and subcontractors are required to comply with Columbia
University’s Contractor Compliance Guidelines.

The following is the link to the Contractor Compliance Guidelines:


https://www.facilities.columbia.edu/files_facilities/imce_shared/Contractor_Compliance_Guideline_2019.pdf

MWLBE Requirements: Columbia University is fully committed to the well-being and competitive strength of
minority-owned, woman-owned and locally-based businesses and to provide maximum practicable opportunities in
contracting for construction. For more information on these requirements, please reference Contract Exhibit E (for
Contractors) included in this Bid Package and the Columbia University Facilities & Operations Website:
https://cufo.columbia.edu/content/minority-women-and-locally-owned-business-enterprises

To assist your firm with identifying MWLBE sub-contractors, Columbia University has prepared a list of certified
minority-owned, woman-owned, and/or locally-based businesses that have either performed work at Columbia
University or have participated in Columbia University’s vendor development program. Please note that this is not
a preferred or approved vendor list. Columbia University does not warrant the viability, skill, or experience
of these firms. Your firm is responsible for evaluating the qualifications of these subcontractors and making a
determination as to whether these sub-contractors are suitable for the performance of the Work. Unless otherwise
directed by Columbia University, your firm is not limited to selecting sub-contractors from this list and may use any
qualified subcontractor at your firm’s discretion, subject to Columbia University’s approval. This list is updated each
year in January and July.

The list is available on Columbia Finance’s Construction and Facilities webpage under the section titled Information
for Contractors and Facilities-related Suppliers:
https://www.finance.columbia.edu/content/construction-and-facilities

COVID-19 Requirements:
Vendors and subcontractors that are working on campus must be in full compliance with the NYC Commissioner of
Health Order that requires COVID-19 vaccination in the workplace. For detailed information on how to verify proof
of vaccination, please see the link below and scroll to the section titled “Information for Businesses.”
https://www1.nyc.gov/site/doh/covid/covid-19-vaccine-workplace-requirement.page

The University has guidelines regarding mask wearing including types of acceptable protection. Surgical masks
(most commonly of the light blue variety) or any of the KN95, KF94, etc. are all acceptable. The University’s
guidelines can be found at https://covid19.columbia.edu

604 610 617 W115 St FISP Cycle 8A Façade Repairs Page 5


BID SUBMITTAL

PROJECT: FISP Cycle 8A Façade Repairs at 604-610-617 West 115th Street.

1. REQUIRED DOCUMENTS

Firms will prepare and submit a proposal that includes the below criteria. Submissions are not expected to be
elaborate, should not exceed twenty-five (25) pages in length. Documents that are included as a template in this
RFP are specifically indicated below:

a) Cover Letter
b) A brief description of the firm’s understanding and approach of the project
c) A detailed Project Schedule, Logistics Plan, and Safety Plan
d) Three (3) representative projects and references
e) Organizational Chart of the Proposed Team and Resumés for all principals and staff
f) List of Proposed Sub-Contractors / Sub-Consultants
g) Fee Proposal (Bid Breakdown) Documents – Riders A, B, and C
h) Notes, Qualifications, Suggested Additions (if applicable), and Exclusions to the Scope of Work
i) MWL Utilization Plan (Schedule M) – see Contract Exhibit E for details on this requirement
j) Proposed Fully Loaded Self-Performed and Trade Labor Rates
k) Certificate of Insurance - Minimum insurance requirements are listed in the Sample Contract attached
in the RFP.

Note: A copy of all the above forms must be submitted in addition to and not in lieu of fillable forms in Unifier.

The Bid Proposal must be submitted via Unifier no later than the date indicated on Page 1 of this document. If you
are having difficulty using Unifier, please immediately contact the Procurement Analyst listed on Page 1 and
[email protected]. Sealed (Paper) bids and emailed bids will not be accepted.

The University reserves the right to waive any irregularities in the bid process and shall, at its own discretion,
determine the appropriateness and acceptance of submitted proposals.

2. PRICING SUBMITTALS

I. Rider A - Bid Breakdown:


a. For clarity regarding trade cost distribution, please reference the Construction Specifications
Institute (CSI) codes in the Instructions to the Bidders)

II. Rider C - Unit Prices & Labor Rates:


a. These rates will be utilized for work outside the original scope of this RFP.

III. Schedule I - Labor Rates:


a. Labor rates and markups will be utilized for work outside the original scope of this RFP.

604 610 617 W115 St FISP Cycle 8A Façade Repairs Page 6

You might also like