SLED Opportunity · CONNECTICUT · TOWN OF BERLIN

    Flooring Replacement & Related Work

    Issued by Town of Berlin
    localRFPTown of BerlinSol. 243377
    Closed
    STATUS
    Closed
    due Apr 7, 2026
    PUBLISHED
    Mar 18, 2026
    Posting date
    JURISDICTION
    Town of
    local
    NAICS CODE
    238330
    AI-classified industry

    AI Summary

    The Town of Berlin seeks qualified firms for moisture mitigation, flooring replacement, and related work at Berlin High School. Proposals must include experience, references, pricing, and compliance with submission requirements. Important dates include a pre-proposal meeting on 2026-03-26 and questions due by 2026-03-31.

    Opportunity details

    Solicitation No.
    243377
    Type / RFx
    RFP
    Status
    open
    Level
    local
    Published Date
    March 18, 2026
    Due Date
    April 7, 2026
    NAICS Code
    238330AI guide
    Jurisdiction
    Town of Berlin
    Agency
    Town of Berlin

    Description

    The Town of Berlin is seeking qualifications and cost proposals from qualified firms for

    moisture mitigation, flooring replacement and related work at the Berlin High School.

    Background

    The Town, founded in 1785, covers an area of 27.0 square miles, and is located in the geographic center of the state in Hartford County. Berlin is eleven miles south of the City of Hartford and is bordered by New Britain, Newington, Rocky Hill, Cromwell, Middletown, Meriden and Southington. Berlin’s population is approximately 20,000. The Town provides a full range of municipal services including public safety, parks and recreation, public works, health and human services, and water control, with a Grand List of approximately $3.2 Billion and an operating budget of approximately $102 Million.

    Project Details

    • Reference ID: 2026-18
    • Department: Facilities
    • Department Head: Doug Solek (Facilities Director)

    Important Dates

    • Questions Due: 2026-03-31T20:30:00.000Z
    • Pre-Proposal Meeting: 2026-03-26T19:00:00.000Z — Berlin High School, 139 Patterson Way, Berlin, CT

    Addenda

    • Official Notice #1: Pre-bid Attendance (released 2026-03-26T20:11:00.330Z)
    • Addendum #1 (released 2026-04-01T13:06:16.544Z) —

      Addendum #1

    • Addendum #2 (released 2026-04-02T18:36:59.574Z) —

      Addendum #2

    Evaluation Criteria

    • Experience (10 pts)

      The background experience, and strength of the Proposer in providing similar services elsewhere, including the level of experience in working with other Connecticut municipalities of similar size, and the quality of services performed, either for other school systems or other municipalities, or both.

    • Responsiveness and Compliance (10 pts)

      The Proposer’s responsiveness and compliance with the RFP requirements and conditions to provide the services requested.

    • References (10 pts)

      A review of references provided with the Proposal and administration of prior contracts.

    • Price (10 pts)

      Competitiveness of proposed fee. The Town reserves the right to negotiate fees with the selected Proposer.

    Submission Requirements

    • Respondent Submittals (without Cost) (required)

      Please Upload your COMPLETE proposal excluding pricing here, including any required information listed in the solicitation and the corresponding attachments as well as company information and background.

    • Price Proposal (required)

      Please download the below documents, complete, and upload.

    • Provide 3 References (required)

      Each reference must include:

      Business Name, Address, City, State, Phone Number, and an Individual Contact Name and Position

    • Bid Bond (required)

      As security, each Bid must be accompanied by a Bid Bond having as surety thereto, such Surety Company or Companies as are authorized to do business in the State of Connecticut, of an amount not less than 5% of the Bid.

    • Certificate of Insurance (required)

      If awarded, vendor MUST provide an updated COI naming the Town as an additional insured at the time of contract signing as well as sending updated COI's while still on the job.

    • W-9 (required)
    • Proposal Confirmation (required)

      I certify that I have read, understood and agree to the terms in this solicitation, and that I am authorized to submit this response on behalf of my company. Pursuant to and in full compliance with the RFP, the undersigned certifies this proposal is submitted without collusion and all responses are true and accurate. If awarded this proposal, it is agreed that this forms a contractual obligation to provide services at fees specified in this Proposal, subject to and in accordance with all instructions, conditions, requirements contained in the documents, including addenda, which are made part of this proposal.

    • What service is being solicited? (required)
    • What is the term of the contract? (required)
    • What is the anticipated start date? (required)
    • Will this use a electronic pricing table or attach a file? (required)
    • Will the evaluations be completed within OpenGov? (required)

    Questions & Answers

    Q (Additional Equals (Substitutions) for Moisture Vapor Emissions Control): Is Ardex the only other brand that is being accepted as equals for Moisture Vapor Emissions Control?

    A: No, any system meeting the requirements and performance of the Basis-of-Design products will be acceptable


    Q (Hazardous materials survey): Was a hazardous materials survey performed other than mold testing?

    A: No, but the entire school was renovated as new approximately ten years ago.


    Q (Demo): Please confirm that, as part of the demolition scope, all existing VCT, adhesive, and existing floor leveler are to be mechanically removed to fully expose the concrete slab, in accordance with ASTM guidelines referenced in the Moisture Mitigation specification.

    A: We confirm.


    Q (DAS Pre Qualification): If this project is over 1 million dollars do you need to be a DAS certified contractor?

    A: Per the State Prequalification Standards: “The DAS Contractor Prequalification Program (C.G.S. 4a-100) (PDF) requires all contractors 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 $1,000,000 per the CT General Statute 4a-100, as amended by Public Act No. 23.204 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.”


    Q (AIA - 3.7.1.4 - Project Funding): Is this project State funded? Will this project to be based on CHRO Requirements?

    A: This project is funded with local funds only, therefore prequalification is not required, nor are there CHRO requirements.


    Q (Additional questions): Will the flooring work be completed during the school year, 6/15/26 thru 8/15/26 and during the school year 6/15/27 thru 8/15/27? Can all of the flooring work be completed during the school year 6/15/26 thru 8/15/26? What are the estimated quantities in terms of square feet of the mold removal in each of the five locations?

    A: It is preferred the work is completed during both sessions as it will allow the Owner to better manage the cash flow associated with the project. The mold removal at each location is minimal, however visible mold is present. It is strongly recommended that you attend the walk-thru on Thursday March 26 at 3pm to view the extent in person.


    Q (Substitution): We submit for your consideration an equal VCT product to the specified Tarkett II VCT product. It is Armstrong’s Standard Excelon Imperial Texture 12” X 12” X 1/8” VCT. This product meets or exceeds the salient characteristics of the Tarkett VCT II product and as of 2/1/26 carries a 30 year commercial warranty. The color line of the Armstrong product also has close colors to the colors selected in the bid for the Tarkett VCT II product. Please consider this product for usage within the bid. Specifications and information can be forward to you.

    A: The proposed product is an acceptable equal.


    Q (Flooring): Please confirm that the Johnsonite Resilient Rubber Cove Base is their Traditional rubber cove base. Drawing F-0, General Note 2 says that all floor finishes to extend to the wall. This includes going under casework and appliances. Will we be required to remove and replace any of the existing casework secured to walls for the bid?

    A: The specified wall base is Johnsonite Baseworks Thermoset Rubber (Type TS). It is not expected that the Contractor remove and reinstall fixed casework. Contractor shall install flooring neatly to the limits of floor-mounted casework. Flooring and base shall extend under open casework at handicap sinks, work areas and all other areas open under casework.


    Q (Scale on Plans): Please confirm the scale on each drawing. Page A1.1 lists the scale as 3/32" = 1'. A1.2, A2.1.A2.2 all list the scale as 3/64" =1'. This appears to be inccorect

    A: All of the Architectural Drawings are 3/32” scale.


    Q (Equal): We submit for your consideration an equal rubber base product to the specified Tarkett rubber base product. The product is manufactured by Flexco and is named Wallflowers. It is a Type TS rubber base product available in both 6” and 4” heights and in a 1/8” thickness. It is available with matching preformed corners and offers a broad 60 color line to select from. Please consider this product for usage within the Bid.

    A: The proposed substitute is acceptable.


    Q (Additional question): Under Section 01 10 00—Summary of Work, Paragraph 1.3, B, item 5 it says during this removal we shall continuously run the air scrubber with HEPA filtering as described in the work plan. Does this mean we are to do so in the adjacent areas to the five locations exhibiting mold or throughout all areas of the new flooring work throughout the building?

    A: Within the work area during removals throughout all areas of the building.


    Q (Pre-Proposal Meeting): When will the Pre-Proposal Meeting Questions and qualifications be coming out in an Addenda? Who do we contact by email if we would like to walk the job site again?

    A: Addendum #1 is currently in review. Re-visits should be Scheduled with Doug Solek from the Town.


    Key dates

    1. March 18, 2026Published
    2. April 7, 2026Responses Due

    AI classification tags

    Frequently asked questions

    SLED stands for State, Local, and Education. These are solicitations issued by state governments, counties, cities, school districts, utilities, and higher education institutions — as opposed to federal agencies.

    SamSearch Platform

    Stop searching. Start winning.

    AI-powered intelligence for the right opportunities, the right leads, and the right time.