Request for Proposal

ELM CITY MONTESSORI SCHOOL 

495 BLAKE STREET – 2025 Playground Installation

SCOPE OF WORK 

Introduction:  

 Elm City Montessori School is a racially and economically diverse New Haven public elementary school serving PreK-3 through 8th grade, where students are guided to make decisions and work to their full potential through an educational program that follows Dr. Maria Montessori’s philosophy. Montessori education focuses on child-centered learning in multi-age classrooms, hands-on inquiry and intensive family engagement.

 Context:

The project is currently being permitted with the City of New Haven. There may be changes required by City Plan, and any changes will be reflected in drawings provided as an addendum. The main play space in use by ECMS exists on City property and is in a state of disrepair. ECMS board and school leadership made the decision to build a new play space on the school’s own property at 495 Blake Street. This choice was made in order to create a safer and more effective play environment. The upgraded playground is part of the ECMS larger expansion project, and will make use of an unprogrammed area of the parking lot.

The new playground will be established as a series of mixed play zones for multiple age groups, incorporating active and passive play and multi-sensory learning.

Scope: 

The playground area is 12,565 sf, and the project includes architectural drawings prepared by architects  from the Yale Urban Design Workshop and engineering services are provided by Stantec Consulting Services. Please refer to;  (exhibit A architectural drawings) and (exhibit B engineering drawings.)

To receive drawings and specifications, please contact:

Phillip.Champagne@stantec.com

Florisca.Carter@elmcitymontessori.org

Demolition:

Provide demolition services as called for in the drawings. 

Electrical: 

Provide electrical services as called for in the  drawings.

Landscaping and Fencing:

Provide landscaping services as called for in the architectural drawings.

Week of June 2nd: Project out for Bid.

Bidder’s walkthrough: June 4th  @ 11am

Bidder’s final questions due: Monday June 9th  2025 by 3pm 

June 25th: Start date (pending contracts)

Construction: 6  weeks, (Target completion week of August 4th)

Proposal Due Date: 

Proposals are due by June 16th by 3pm. Proposals can be received in person or by email sent to Florisca Carter at florisca.carter@elmcitymontessori.org, cc’ed to Julia.Webb@elmcitymontessori.org.

About this Bidding Process: 

Elm City Montessori reserves the right, in its sole and absolute discretion, to: (a) waive any informalities or irregularities in this bid process; (b) issue subsequent requests for bids for the same work; (c) modify the bid schedule or postpone the date for acceptance of proposals; (d) accept any bids or combination of bids; (e) reject any or all responses received pursuant to this request; (f) supplement, amend, substitute or otherwise modify this request; (g) cancel this request with or without the substitution of another request or similar process; (h) conduct investigations with respect to the qualifications and experience of any respondent; (i) take any action affecting the bid process, or the services or facilities subject to the request that would be in the best interests of Elm City Montessori School; (j) require one or more of the respondents to supplement, clarify or provide additional information in order for Elm City Montessori School to evaluate the proposals submitted; and (k) waive any defect or technicality in any proposal received, to the extent that any or all of such courses of action are deemed by Elm City Montessori School to be in its best interests. All parties responding to this bid request do so at their own expense. Elm City Montessori School assumes no responsibility or liability for costs associated with responding to this bid request.

Construction  Fee Proposal 

Please address all of the following requirements in your proposal. 

1. Contractor company legal name 

2. Company address 

3. List of similar jobs completed in the past 3 years.

4. Cost: Contractors are asked to submit the fee proposal and to undertake all of the tasks specified in the Scope of Work and the information provided. The proposed fee should be based on a lump sum for scope represented. The proposed Lump Sum fee shall include all associated costs for the project as described including but not limited to labor, materials, equipment, travel, insurance, and all 

overhead and profit. Please provide a detailed breakdown of project cost by division of trade and include the following itemized components of overhead and profit: 

Total trade cost: $________________ 

Provide itemization of cost by trade 

General Conditions: $_________________ 

Specify what assumptions are included in general conditions cost (e.g., X weeks of project duration, X hours for Project Executive, X hours for Project Manager, X hours for Site Superintendent, etc.) 

Overhead & Profit: $_________________ 

P&P Bond: $_________________ 

Builder’s Risk $_________________ 

Insurance $_________________ 

Total Bid $_________________ 

5. Anticipated Hours: Contractors are asked to state the number of hours they anticipate to complete the work as described.

Hourly Rate Total Hours
Labor hours
Supervision hours

6. Do you plan to subcontract any labor on the project? If so, please describe in full and list subcontractors you intend to use.

7. Is there anything that your cost proposal does not include that is identified in the required documents?

ELM CITY MONTESSORI INDEMNIFICATION & INSURANCE REQUIREMENTS 

01. The Contractor agrees to indemnify, defend and hold the Contract Holder and the Property Owner, and their respective offers, agents and employees, harmless from and against all costs, liabilities, claims, suits, expenses and damages, including reasonable attorneys’ fees, arising out of, or incurred in connection with, the Contractor’s (and/or its employees’) intentional acts or omissions, negligence or default in the performance of, or compliance with, any term or covenant of this Agreement. 

02. Prior to the commencement of the term of this Agreement, the Contractor shall furnish to the Contract Holder a certificate of insurance evidencing all insurance the contractor is obligated to carry under this Agreement, which certificate shall contain an endorsement providing that the Contract Holder and the Property Owner will be given at least 30 days prior written notice of cancellation of, or any material change in, the insurance coverage. 

03. During the entire Contract Term, the Contractor shall maintain the following insurance coverage in the following minimum amounts: 

● Comprehensive General Liability – $1,000,000.00 per Occurrence 

● Comprehensive Auto Liability – $1,000,000.00 per Occurrence 

● Worker’s Compensation – Statutory Amount 

● Bodily Injury each occurrence and aggregate and $100.000.00 

● Contractor Pollution Liability Coverage – $1,000,000 per Occurrence 

This is only required if the Contractor is engaged in environmental abatement or remediation work or if Contractor work will involve use, treatment, storage, removal or transport of hazardous materials at, to, or from the site. 

04. The Contractor will list the required named additional insureds on the Contractor’s insurance policies. 

05. All insurance policies shall be obtained by the Contractor and shall be agreed upon by the Contract Holder prior to the commencement of the work. During the term of this agreement, the Contractor must promptly produce on demand of Contract Holder evidence of the required insurance coverage (including providing a complete copy of the insurance policy) and payment of premiums thereon unless Contract Holder assumes responsibility for payment of such premium. If not so produced, the Contract Holder shall have the immediate right to procure the required insurance on behalf of the Contractor, and to charge and deduct the cost thereof from the within price, but the Contract Holder shall not be under any obligation to do so. 

06. The Contract Holder is to receive 30 days notice of cancellation or non-renewal of coverage and/or changes in limits of coverage on any policy.

07. All policies of Contractor shall contain an endorsement whereby the insurance carriers agree that its insurance is primary and not contributory with or in excess of any coverage which the Contract Holder has purchased. 

08. The Contractor shall be responsible for all loss or damage to the work, including the Contractor’s materials delivered to site for incorporation therein and all property issued to the Contractor by the Contract Holder for use or incorporation in the work. 

09. The Contractor shall insure against all risk of direct physical loss under a policy of insurance which shall protect, subject to its terms, conditions and exclusion, the work to be performed under this contract and all materials after they have been incorporated therein. 

10. The Contractor shall secure, pay for, and maintain whatever insurance they may deem necessary for protection against loss of owned or rented capital equipment and tools, including any tools owned by mechanics, any tools, equipment, stagings, towers and forms owned or rented by their subcontractors or agents under this contract. The requirement to secure and maintain such insurance is solely for the benefit of the Contractor. Failure of the Contractor to secure such insurance to maintain adequate levels of coverage shall not obligate the Contract Holder or their agents and employees for any losses of owned or rented equipment. If the Contractor secures such insurance, the insurance policy shall include a waiver of subrogation as follows: “It is agreed that in no event shall this insurance company have any right of recovery against the Contract Holder.” 

11. The Contractor agrees to cooperate fully with the insurance company or companies in carrying out the provisions and conditions of all policies applicable to work to be done, as well as all rules and recommendations of such company or companies in regard to accident prevention, reports and audits. The Contractor further agrees that notice of every accident will be reported immediately to the Contract Holder, and also to such insurance company or companies. 

12. The Contractor agrees not to subcontract any part of the work called for by this contract or permit the further subcontracting of any part thereof, without prior notice to the Contract Holder, and only with the written consent of the Contract Holder. If the Contract Holder consents to such subcontracting, then every such contract or subcontract shall contain complete provisions identical to paragraphs included herein for the benefit, protection, and indemnification of the Contractor, and the Contract Holder. The Contract Holder shall be furnished immediately after the execution of each such contract with a certification from the Contractor issuing the contract that such clauses are contained in the contract. 

13. All insurance companies providing the insurance protection set forth above shall maintain a “Best’s” rating of “A” VIII or better and be licensed to do business in the State of Connecticut. 

14. If the contract awarded in connection with this RFP exceeds One Hundred Thousand and 00/100 Dollars ($100,000.00), the successful Bidder will be required to furnish Performance and Payment (Labor and Material) Bonds, each in an amount equal to one hundred percent (100%) of the Contract Sum included in such contract, as security for the faithful performance and payment of all the successful Bidder’s obligations under the Contract Documents (as defined in such contract). Bonds shall be in the forms prescribed by law or regulation and as are otherwise acceptable to the Board. Bonds shall meet the requirements of the applicable Connecticut General Statutes, including but not limited to Sections 49-41, 49-41a, and 49-42 with regard to the Payment Bond and Section 38a-290 with regard to the Performance and Payment Bonds. The Performance Bond shall meet the three (3) year minimum requirement set forth in Section 38a-290 of the Connecticut General Statutes. Surety companies executing Bonds must appear on the United States Treasury Department Circular Number 570, as amended, and be authorized to transact business in the State of Connecticut. All Bonds signed by an agent must be accompanied by a certified copy of the authority to act.

Translate »
Scroll to Top