SOLICITATION NOTICE
45 -- HVAC Upgrade
- Notice Date
- 7/13/2007
- Notice Type
- Solicitation Notice
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- Contracting Office
- Department of Labor, Employment Training Administration, Gadsden Job Corps Center, 600 Valley Street, Gaddsen, AL, 35901, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- 69-2007
- Response Due
- 8/24/2007
- Archive Date
- 8/24/2007
- Description
- APPROVED: _________________ DATE: ______________________ CONSTRUCTION SCOPE OF WORK FOR HVAC IMPROVEMENTS IN DORMITORY BUILDINGS 3 AND 4 GADSDEN JOB CORPS CENTER GADSDEN, ALABAMA U.S. DEPARTMENT OF LABOR PREPARED BY: PBDewberry PROJECT NO. 0000 June 2007 CSOW TABLE OF CONTENTS I. GENERAL 3 II. CONSTRUCTION REQUIREMENTS 3 A. CODES 3 B. SPECIFIC REQUIREMENTS 3 C. SPECIAL CONDITIONS 5 D. SCHEDULE AND DELAYS 6 III. BID REQUIREMENTS 6 IV. ACCEPTANCE OF WORK 7 A. SUBSTANTIAL COMPLETION 7 B. FINAL INSPECTION 8 V. EXTENT OF WORK 8 A. General 8 B. Programmatic Requirements 9 C. Architectural 9 D. Structural 9 E. Roofing Work 9 F. Plumbing 9 G. Electrical 9 H. Heating, Ventilating, Air Conditioning 10 I. Site Work 10 VI. SKETCHES 11 A. VICINITY MAP 11 B. LOCATION MAP 11 C. SITE PLAN 11 CONSTRUCTION SCOPE OF WORK FOR CENTER EXECUTION AT THE GADSDEN JOB CORPS CENTER GADSDEN, ALABAMA I. GENERAL The intent of this Scope of Work is to replace portions of the HVAC system in Dormitory Buildings 3 and 4 and to also modify the existing zones on each floor of the respective buildings. A more detailed description of the work may be found in Part V - ?EXTENT OF WORK? II. CONSTRUCTION REQUIREMENTS A. CODES 1. The Contractor will conform to all applicable state and local codes, ordinances, and regulations including the national building code commonly used in the area. 2. All conflicts and requests for interpretation or clarification shall be submitted to the Gadsden Job Corps Center. 3. All work shall conform to the current regulations of the Environmental Protection Agency (EPA), and the Occupational Safety and Health Administration (OSHA). The regulations of the State of Alabama shall prevail if they are more stringent than those of the Federal Government. 4. The Contractor shall not submit plans or specifications to any local authority without the prior approval of the Gadsden Job Corps Center Director or designated representative. B. SPECIFIC REQUIREMENTS 1. Prior to submitting a bid, the prospective bidder must visit the site and become thoroughly familiar with all pertinent conditions that are included in this Scope of Work. The prospective bidder must take such steps as may be necessary to ascertain the nature and condition of the work, and the general and local conditions which can affect the work or cost thereof. Failure to do so shall not relieve bidders from the responsibility for estimating properly the difficulty or cost of successfully performing the work. Arrangements must be made with the Center prior to inspecting the site. 2. A pre-bid walk-through will be conducted at the project site with all interested contractors prior to the bid opening date. At that time, questions related to the areas of work can be presented and discussed with the center. Other opportunities may be available for contractors to visit the site by making arrangements with the center at least 24 hours in advance. The contact person at the Center is Jerry Clevenger who can be reached at phone number (256) 439-2037. 3. Any proposed interruption to center operations during construction must have prior approval from the Center Director after a minimum of 72 hours notice. The center and its Buildings shall remain in operation throughout construction. All construction activity and Contractor access to the Building interiors shall be coordinated with the center in order to minimize disruption of center operations. No work will be performed on weekends unless the Contractor receives prior approval in writing from the Center Director. 4. Although this Scope of Work identifies specific elements of construction, it is the Contractor's responsibility to provide any and all elements which are incidental to the functioning of the work to be provided. It is not intended that other deficiencies that are not related to the work identified in Section V of this Scope be corrected. The Contractor shall limit its efforts only to the work that has been identified (including affected areas) in this Scope of Work. 5. As-built construction drawings of the buildings involved may not be available. The General Contractor is required to familiarize himself with the existing conditions affecting the work through site verification. The General Contractor will be responsible for verification of all dimensions, layout, and conditions in and around the construction area involved. The General Contractor shall inform the Center immediately of any unforeseen conditions which may affect the work. 6. A pre-construction meeting shall be held at the Center after execution of the agreement and prior to commencement of the work. Those in attendance shall include the ESC PM, the Center Director or his/ her representative, General Contractor, and major sub-contractors. The meeting agenda shall include significant items which could affect the progress, construction schedule, critical sequencing, use of premises, and policies governing interaction with Center staff and students. 7. For work scheduling, the Contractor shall provide a sequenced construction schedule to the center for approval no later than 10 days after he receives a Notice of Award (NOA) indicating the areas he desires and the periods of time he requires them vacant in order to perform his work. 8. All materials, finishes and hardware shall be selected for their ease of maintenance, high durability, and local availability; and shall be coordinated with those currently used by the center. Restoration of damaged elements or surfaces shall be promptly executed in like materials, as a part of this contract. 9. The Contractor shall be responsible for all cutting and patching incidental to the work described herein. The Contractor shall promptly repair/replace any damage to structures, elements, utilities, finishes, etc., occurring due to construction, as a part of this contract. 10. The Contractor shall maintain a clean and safe work area throughout the period of construction. The Contractor shall, at the end of each work day, remove all demolition debris and hazardous and potentially dangerous materials used in the work. The Contractor shall collect construction material and debris frequently and dispose of debris and refuse away from the Center in a lawful manner. The Contractor shall clean the exterior public areas impacted by construction dust, dirt and debris on a daily basis. The Contractor shall be responsible for all fees, permits, etc., required for waste disposal. 11. The Contractor shall be responsible for receiving, storing, and securing of all materials, equipment and other items to be used in accomplishing the work. The Contractor shall be responsible for all equipment and materials brought onto the center and shall replace damaged or stolen items at its expense. 12. The Contractor and all persons employed under the contract: a. Shall observe all security regulations in effect at the center; b. Shall not be permitted to use the food service facilities at the center; c. Shall not fraternize with the students or staff of the center; d. Shall not consume or transport any alcoholic beverages or drugs on the center; e. Shall not transport any firearms on the center. Persons violating the above shall be dealt with in an appropriate manner. 13. The Contractor shall be required to be licensed by the appropriate authority in the area to conduct the required contractual work. The contractor shall file with the appropriate local jurisdiction, drawings, specifications and any other pertinent data reasonably proper for their information, after receipt of approval from the Center Director or the designated representative. The contractor will be required to pay all necessary fees to local authorities for inspection or for the privilege or right to execute the contract documents and shall include the cost of said fees in his lump sum bid. 14. The General Contractor will coordinate with the Center for locations of staging areas, and vehicle parking. Electricity will be made available by the Center. Connections to existing power shall be by the General Contractor. Following completion, the General Contractor shall return the site conditions to their original state. The General Contractor must provide a schedule for equipment deliveries to the Gadsden Job Corps Center to avoid disruption to both the Gadsden Job Corps Center and the Gadsden Community College curriculums. C. SPECIAL CONDITIONS 1. Acceptance of ?As Is? conditions Prior to performing any work at or on an existing center element, the Contractor shall tour that element with the designated representative of the center for the purpose of defining the limits of his work area and establishing existing conditions. Once the center and the Contractor agree on the ?As Is? condition the Contractor may take possession of that element for the purpose of performing the work. He shall protect all existing items within the work limits which are not specifically part of the work in the Contract and, at the completion of his work shall restore as necessary the work area to the ?As Is? condition agreed to with the center prior to commencement of the work. If there is concern that the work area contains damaged elements that might appear as damage caused by the prosecution of the work, the contractor shall document the damage through memo or video tape the work area and provide a copy to the center prior to commencing any work. 2. Contractors? possession of the work Once the Contractor accepts the work area(s) and the ?As Is? conditions (item 1 above), he is responsible for protecting and insuring everything within the work area against damage and harm. Only when the center executes a substantial completion certificate for the work completed in a specific work area will the Contractor be relieved of responsibility for the protection of that work area. D. SCHEDULE AND DELAYS 1. The Contractor shall, upon acceptance of his proposal by the center, perform the work in accordance with the Scope of Work, and start Phase I work within 7 days of issue of Notice to Proceed (NTP) by the center. 2. All replacement work, (Phase II) including punch list items and test and balance and finish work shall be completed within 8 weeks after written NTP. All equipment replacement work is to be performed during the month of December, 2007. (The contractor is to coordinate with the center prior to demolition of any equipment.) HVAC units shall be changed out during the winter break and not during normal business operations while the buildings are occupied. All preparation work and work not affecting the equipment replacement can be scheduled while the students are residing in the dorms. Work and scheduling must be approved by the center. 3. The Contractor shall immediately notify the center of any expected delays in the acquisition of materials which may delay the completion of the project. Should this impact the approved construction sequence schedule (item II.B.7 above) the Contractor shall adjust the schedule and resubmit it for center approval. No extensions in time will be granted unless the modified schedule is approved by the center. III. BID REQUIREMENTS 1. Each bidder shall submit a sealed bid based upon Part V, Extent of Work. 2. Bids shall be submitted for the work as a basis for the contract. The prospective bidder shall submit a bid for a Single Lump Sum Contract. 3. The bid shall include all labor, material, and equipment costs, and all incidental costs necessary to complete the work. 4. The Contractor must include with his/her proposal, certification that he/she will conform with the latest Davis-Bacon Wage Rate decisions for the area. 5. A minimum 60-day bid guarantee is required. 6. This project is tax-exempt. 7. The Contractor shall provide a list of similar projects completed by its firm and a list of references, including owners' names, addresses and telephone numbers. 8. Prior to starting any work, the contractor shall show proof of required insurance, in amounts to cover risk or as required by statute, including: a. Builder's Risk b. Automobile Insurance; c. Liability Insurance; this shall remain in effect for a minimum period of one year from the time of substantial completion but in no event less than the time required to complete all warranty work. d. Workmen's Compensation e. Performance and Payment bonds. 9. All firms submitting bids for this project shall have no less than five consecutive years relevant experience. 10. The successful bidder must provide a payment and performance bond for the entire amount of the proposal. IV. ACCEPTANCE OF WORK A. SUBSTANTIAL COMPLETION 1. Substantial completion of the work is defined herein as the point at which the work is complete in all respects except for a few minor items which are to be listed on the Contractor?s punch list. With the issuance of a substantial completion certificate, executed by the Center and the Contractor the center will occupy/take possession of the work and operate the installed systems/equipment. Prior to the issuance of an executed substantial completion certificate the Contractor shall have had all tests completed, witnessed and approved by the center?s authorized representative. The provision of all required training, operating and maintenance manuals, keys and other such requirements specified in this Scope of Work shall be a prerequisite to the Contractor?s notification requesting a substantial completion walk-through. 2. The Contractor shall notify the center in writing at least 7 days prior to the estimated date of substantial completion and request a substantial completion walk-through. The letter shall include a dated punch list as developed by the Contractor. The purpose of the walk-through is to review the Contractor?s list for accuracy and to identify any additional items needing completion prior to final acceptance. The Contractor, shall, upon receipt of a substantial completion punch list, correct his work as required within 7 days or until acceptable to the center. The substantial completion walk-through shall be performed by the Center Director and/or the designated representative. 3. The date of the center's acknowledgment of substantial completion shall establish the date of commencement of the Contractor's one (1) year guarantee of workmanship and the manufacturer's product warranties (2 years if work involves roofing). 4. Manufacturers warranty shall include the following information: a. Center Name b. Date of Substantial Completion (warranty commencement date) c. Date Warranty Expires d. Description of Warranty Services e. Serial numbers of equipment under Warranty B. FINAL INSPECTION 1. The Contractor shall inform the center in writing at least three days prior to the estimated date of the completion of the work and request a final acceptance inspection. 2. The Contractor shall guarantee all workmanship done under this Scope of Work for a period of one year. Prior to final payment, the Contractor shall deliver to the center, a consent of surety of final payment and release of liens by all subcontractors and material suppliers associated with this project. V. EXTENT OF WORK A. GENERAL The two-story L-shaped Dormitory Buildings 3 and 4 are almost identical except for their physical orientations and a basement in one-half of Building 4. Each floor consists of two dorm sleeping wings adjoining a center core where the lobby, lounges, laundry, mechanical room, etc., are located. The existing HVAC in both dormitory Buildings 3 and 4 are split system heat pumps with electric resistance supplementary heat. The supply air in the sleeping wings is ducted and routed in a furred down drywall bulkhead along the room side of the corridor walls. Supply air registers are mounted on the vertical face of the drywall bulkheads and return grilles and toilet exhaust grilles are on the bottom face of the same bulkhead. The return air is designed as a plenum system and is not ducted. The return air that enters the bulkhead flows through an opening with fire dampers into the corridor ceiling plenum. It then flows through a series of wall openings and plenums before arriving at the air handler in the mechanical room. Two significant HVAC problems have been identified: ? Each sleeping wing is a multi-zoned area. In the current design, the entire floor in each sleeping wing was configured as a single HVAC zone and, each floor wing is provided with a single-zone HVAC system. The orientation and building exposure was not considered during design. Air handlers in both buildings are constant volume, single zone units. ? The second problem is the severely restrictive air distribution system. The mechanical room, due to its location does not have adequate wall space for penetration and installation of all required HVAC ducts, plumbing pipes and electrical conduits that are routed to the room. The above problems have contributed to the unsatisfactory performance of the HVAC systems resulting in continuous complaints from the students and staff.. For purposes of this task, the general identification of the HVAC zones and their locations will be as follows: Buildings 3 and 4 are both L-shaped and are identical in design in the sleeping wings. In each building, the two dorm sleeping wings meet at the core which is at the center of the ?L?. The building entrances are also a part of the core. Example 1: Zone 3-LF1 represents Building 3 - Left Front Wing, First Floor Zone 3-LB1 represents Wing 3 ? Left Back (Rear) Wing Building 1. It should be assumed that the corridor separates the front side from the back side in each wing. There is a total of 8 HVAC zones in the sleeping area in each building. On the first floor in Men?s Dormitory Building 3, there are zones 3-LF1, 3-LB1, 3-RF1 and 3-RB1. On the second floor, there are zones 3-LF2, 3-3LB2, 3-RF2 and 3-RB2. Similarly, on the first floor in Women?s Dormitory Building 4, there are zones 4-LF1, 4-LB1, 4-RF1 and 4-RB1. On the second floor, there are zones 4-LF2, 4-3LB2, 4-RF2 and 4-RB2. Regard the wing corridor as a part of the Front zone at each floor. B. PROGRAMMATIC REQUIREMENTS C. ARCHITECTURAL Architectural work is not required except where incidental to the work described below. Furr all new ductwork locations as required and paint the new wallboard. D. STRUCTURAL Structural work is not required except where incidental to the work described below. E. ROOFING WORK Roofing work is not required except where incidental to the work described below. F. PLUMBING Plumbing work is not required except where incidental to the work described below. G. ELECTRICAL Provide all electrical work in accordance with NEC and DOL Publication JCH 814. Provide suitable electrical connections for all new mechanical equipment and required electrical devices and interlocks. H. HEATING, VENTILATING, AIR CONDITIONING Phase 1: Perform test and balance of the existing HVAC system including the air distribution in Buildings 3 and 4. The test data shall be complete and must include actual air flow (supply, return and exhaust) in each space, and each room served by the system must be identified. The system control settings and the outdoor condition during the tests shall be recorded. Also measure the return air flow at the transfer openings between plenums above the ceiling. Equipment shall be identified and related data and performance information provided. Submit 3 copies of the Test, Adjusting and Balance report. Phase 2: Remove the existing split system heat pump units (outdoor and indoor) that serve the dorm sleeping wings. Replace with 4-ton split system heat pump units such that each of the 16 new zones in both buildings is served by one constant volume heat pump system. Each indoor air handler is to be provided with 14 kW electric resistance supplementary heat. Refrigerant used in the split heat pump system shall be R-410A. Refrigerant piping shall have a rubberized insulation. All heat pump system components must be compatible with refrigerant 410A. Reuse the existing ductwork where suitable, and provide modification where necessary. Provide outside air to each of the new air handlers. Each outside air duct shall be insulated and shall have an adjustable manual damper. Locate the outdoor units on the existing concrete pad at the back of the building. Extend the concrete pad as necessary. Locate the indoor heat pump units in the existing mechanical room. If additional mechanical space is required to achieve better airflow and to improve access to duct connections, a portion of the storage room adjacent to the mechanical room could be utilized. In each zone, locate a temperature sensor in a return air path in a representative room. Locate a remote thermostat in the RA office. Provide air balance. Provide a secondary drain pan and adequately routed condensate drain piping pan for each indoor unit. Indoor condensate drain piping must connect indirectly to floor drains. Where it is impractical to utilize gravity condensate drains, provide condensate pumps. The 2-bed room adjacent to the stairs at the end of each dorm wing has a toilet exhaust system which, like others, is required to be terminated outdoors. Check each such end room (total 8: Rooms A18, B18, A28 and B28 in Bldg. 3; Rooms C18, D18, C28 and D28 in Bldg. 4) for adequate functioning and proper termination of the toilet exhaust system. Where the existing exhaust duct from such end room is not properly connected to a functioning centralized exhaust system, provide a duct extension (6? x 4?) from the toilet exhaust fan through the exterior wall and terminate outdoors with a backdraft damper wall cap. I. SITE WORK Site work is not required except where incidental to the work described above. VI. SKETCHES A. VICINITY MAP B. LOCATION MAP C. SITE PLAN D. MALE DORM ? BUILDING 3 - FIRST FLOOR PLAN E. MALE DORM ? BUILDING 3 - SECOND FLOOR PLAN F. FEMALE DORM ? BUILDING 4 - FIRST FLOOR PLAN G. FEMALE DORM ? BUILDING 3 - SECOND FLOOR PLAN NOTE: The drawings listed above are not necessarily to scale. They are provided for reference purposes only. Please contact for copy of attachments.
- Place of Performance
- Address: 600 Valley street, Gadsden, AL
- Zip Code: 35902
- Country: UNITED STATES
- Zip Code: 35902
- Record
- SN01341790-W 20070715/070713220759 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |