Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 07, 2010 FBO #3056
SOLICITATION NOTICE

Z -- Ceiling removal and replacement

Notice Date
4/5/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238310 — Drywall and Insulation Contractors
 
Contracting Office
Department of Labor, Employment Training Administration, Gainesville Job Corps Center, 5301 NE 40th Terrace, Gainesville, Florida, 32609
 
ZIP Code
32609
 
Solicitation Number
Ceilingproject
 
Archive Date
4/27/2010
 
Point of Contact
Brian Harmon, Phone: 3523772555301, Brian Harmon, Phone: 3523772555301
 
E-Mail Address
Harmon.Brian@jobcorps.org, Harmon.Brian@jobcorps.org
(Harmon.Brian@jobcorps.org, Harmon.Brian@jobcorps.org)
 
Small Business Set-Aside
N/A
 
Description
TABLE OF CONTENTS I.GENERAL3 II.CONSTRUCTION REQUIREMENTS3 A. CODES3 B. SPECIFIC REQUIREMENTS3 C. SPECIAL CONDITIONS6 D. SCHEDULE AND DELAYS6 III. ID REQUIREMENTS6 IV. ACCEPTANCE OF WORK7 A. SUBSTANTIAL COMPLETION7 B. FINAL INSPECTION8 V.EXTENT OF WORK8 A. General8 B. Programmatic Requirements9 C. Architectural9 D. Structural9 E. Plumbing9 F. Electrical9 G. Heating, Ventilating, Air Conditioning9 H. Site Work9 CONSTRUCTION SCOPE OF WORK FOR CENTER EXECUTION AT THE GAINESVILLE JOB CORPS CENTER GAINESVILLE, FLORIDA I.GENERAL The intent of this scope of work is to provide construction services for removal and installation of the existing ceiling assembly and (approximately 1,870 square feet) in the Counselor Suite and Offices in Buildings 1. A more detailed description of the work may be found in section 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 Gainesville 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 Florida 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 Gainesville Job Corps Center Director or designated representative. B.SPECIFIC REQUIREMENTS 1.Prior to submitting a bid, the prospective bidder should visit the site and become thoroughly familiar with all pertinent conditions that are included in this scope of work. The prospective bidder should 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 Ken Deal, who can be reached at phone number (352) 377-2555. 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 contractor is required to familiarize himself with the existing conditions affecting the work through site verification. The contractor will be responsible for verification of all dimensions, layout, and conditions in and around the construction area involved. The 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 contract and prior to commencement of the work. Those in attendance shall include the ESC PM, the Center Director or designated representative, the 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 contractor shall provide three sets of the suspended acoustical tile ceiling, electrical fixture, etc. shop drawing submittals and cut sheets to the center for review and approval within 14 days of notice to proceed (NTP). Allow one (1) week for review. A reviewed copy will be returned to the contractor. The contractor shall not proceed with the work without approved submittals. a.The ceiling system and electrical fixture manufacturers shall provide published data sheets or letter of certification that their products comply with the materials specified and code required resistance to wind pressure. b.Provide shop drawings for accessories, or other fabricated items also. c.Provide manufacturer’s printed application and installation instructions. 15.The 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 contractor. Following completion, the contractor shall return the site conditions to their original state. 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.Contractor’s 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 work within 14 days of issuance of a NTP by the center or the approval of shop drawings. All work, including punch list items, shall be completed within 3 weeks after written NTP. 2.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 section 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 to the latest Davis-Bacon Wage Rate decisions for the area. 5.A minimum 60-day bid guarantee is required. 6.This project is not tax-exempt. 7.The contractor shall provide a list of similar projects completed by its firm and a list of 3 (three) 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. 9.All firms submitting bids for this project shall have no less than seven consecutive year’s relevant experience. 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, key 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) years guarantee of workmanship and the manufacturer's product warranties. 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 or identification or building under warranty as applicable. f.Warranty point of contact and phone number 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 work scope includes removal of the ceiling and structure and light fixtures, in the lobby area of the counselor suite in Building No. 1. The existing ceiling shall be removed and discarded. 1.Asbestos-Containing Materials –Not applicable. 2.Lighting Fixtures Use of energy efficient compact fluorescent, T-8, T-5, and LED lamps for the applicable space shall be considered. Use of occupancy sensors and time scheduling system including photocell and timer switches also, shall be considered. This project is mandated to achieve an energy performance 30% better than ASHRAE 90.1-2007. The lighting system shall be carefully selected to not exceed the budgeted energy for lighting by this federal government regulation. The ceiling fixtures must match the finish on the suspended ceiling acoustical tile system. B.PROGRAMMATIC REQUIREMENTS NOT APPLICABLE C.ARCHITECTURAL Remove the existing ceiling system and drywall finishes including all lighting and attachments to the existing ceiling. Install a new tegular 15/16’ face suspended acoustical tile exposed heavy duty grid system with a 4 foot hanger spacing. The color of the tiles shall be flat white. Integral light fixtures shall match the finish of the tiles selected. The suspended acoustical tile system shall be suspended from the roof structural system using tee systems, wall mouldings and all other components recommended by the manufacturer. Perform all work without damaging existing buildings or adjacent walls and floor surfaces. The work must be performed without major interruption to the Center operations. The contractors shall coordinate with the Center for information on schedules. D.STRUCTURAL NOT APPLICABLE. E.PLUMBING Replace the existing sprinkler heads to comply with the new ceiling system in the Counselor Suite Area. The sprinkler contractor shall adjust the heights of the new sprinkler head locations and must comply with all code requirements for the new work only. All sprinkler work must be performed by a licensed sprinkler contractor. F.ELECTRICAL New lighting fixtures shall be 2’ x 4’ recessed suitable for grid ceiling, with two T-8 lamps, electronic ballast, and high efficient reflectors. Coordinate with the center staff for the location of the new light switch if locations other than the existing locations are desired. Connect the new fixtures to the existing lighting branch circuit wiring as allowable by NEC. Install the new lighting fixture to provide 50 foot-candle average and a well distributed lighting. The preliminary calculations revealed that the requirement of twolight fixtures for the smaller office and five fixtures for the larger office will be sufficient. G.HEATING, VENTILATING, AIR CONDITIONING Coordinate the installation of the existing HVAC supply and returns within the new ceiling system. H.SITE WORK NOT APPLICABLE
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOL/ETA/GainesvilleJCC/Ceilingproject/listing.html)
 
Place of Performance
Address: 5301 ne 40th terrace, Gainesville, Florida, 32609, United States
Zip Code: 32609
 
Record
SN02113235-W 20100407/100405235256-290683542ade419851d08a07cac6d09a (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.