Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 11, 2005 FBO #1446
SOLICITATION NOTICE

Z -- Repairs to auditorium roof and other deficiencies as indicated below

Notice Date
11/9/2005
 
Notice Type
Solicitation Notice
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of Labor, Employment Training Administration, Woodland Job Corps Center, 3300 Fort Mead Road, Laurel, MD, 20724
 
ZIP Code
20724
 
Solicitation Number
WL-SOL01-11-09-05
 
Response Due
12/10/2005
 
Archive Date
12/25/2005
 
Description
I. GENERAL The intent of this Scope of Work is for the repairs of the Auditorium Roof and other deficiencies identified for corrections. A more detailed description of the work may be found in Part IV ? ?EXTENT OF WORK? II. CONSTRUCTION REQUIREMENTS A. CODE 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 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 Maryland shall prevail if they are more stringent than those of the Federal Government. 3. The contractor shall not submit plans or specifications to any local authority without the prior approval of the Woodland 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 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. 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 Edna Primrose, Center Director, who can be reached at phone number (301) 725-7900. 3. Any proposed interruption to the center operations during construction must have prior approval from the Center Director. No less than 72 hours prior to a proposed interruption, the contractor shall submit written request to interrupt, including detailed information as to the nature of the interruption, the date and time, and duration of the interruption. 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 to be corrected. 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. Prior to bid, 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 agreement and prior to commencement of the work. Those in attendance shall include the Center Director or his/her representative, the Corporate Property Officer, 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, policies governing interaction with center staff and students, etc. 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. As the work progresses, the contractor shall submit an updated schedule for approval on an as needed basis. 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 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 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 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 pay liquidated damages of $100 per day for each day past the agreed upon completion date 15. Payment will be net 30 days after the work is completed and a 10% retainer is held for one month after the completion date. III. BID REQUIREMENTS 1. Each bidder shall submit a sealed bid based upon Part IV, 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 cost, and all incidental costs necessary to complete work. 4. The contractor must include with hi/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. The project is tax-exempt 7. The contractor shall provide a list of similar projects completed by its firm and a list of references, including owner?s names, addresses and telephone numbers. 8. The contractor shall show proof of required insurance including: Builders?s Risk; Automobile Insurance 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. Workers Compensation 9. All firms submitting bids for this project shall have no less than five consecutive years relevant experience. 10. Bid shall include a Bid Bond in an amount equal to 100% of the Bid Price. Bids received without a Bid Bond may be determined to be non-responsive. IV. EXTENT OF WORK A- ASH HALL (ED/VOC/REC)44278 Electrical (Bldg) Provide and install 144 new surface mounted energy efficient 3-T8 lamp Fluorescent fixtures with electronic ballasts to provide approximately 75 foot candles of illumination. Reuse the existing wiring and switching in all classrooms and offices. Provide for 16- classroom and 10-offices. A- ASH HALL (ED/VOC/REC)56312 Roof Repair/Replacement Remove the EPDM ballasted upper roof over the gym and auditorium. Replace entire roof surface and new fully adhered tapered insulation and a new 4 ply built up roof. Replace interior ceiling panels. A ? ASH HALL (ED/VOC/REC) 56334 Remove padlock, hasps and chain from the door at the top of the orientation room corridor stairs. Provide a new closer. A ? ASH HALL (ED/VOC/REC) 56344 Auditorium Replace panic hardware closure on both sets of doors. (4 total) D ? DOGWOOD (ADMIN) 56319 Replace exterior doors and frames with new hardware and panic bars. Replace the hardware o front doors and the door at the west end of the corridor with fire exit hardware. D ? DOGWOOD (ADMIN) 56387 Tritium Gas Exit signs Provide two new light-emitting diode (LED) exit signs to replace the inoperative signs. The new exit signs hall comply with NEC and NFPA 101 code requirements and have long life battery backup, test switch and indicator light. Connect the new exit signs to the nearest un-switched lighting circuit serving the same respective areas. All emergency signs, etc., should be on an emergency circuit separate from general function circuits. Removal and disposal of tritium gas exit signs shall be in accordance with DOE-10CFR, Part 32.22 requirements and shall be coordinated with supplier of the units. E ? ELM HALL (FOOD SERVICE/CULINARY ARTS) 56630 Tritium Gas Exit signs Provide two new light-emitting diode (LED) exit signs to replace the inoperative signs. The new exit signs hall comply with NEC and NFPA 101 code requirements and have long life battery backup, test switch and indicator light. Connect the new exit signs to the nearest un-switched lighting circuit serving the same respective areas. Removal and disposal of tritium gas exit signs shall be coordinated with supplier of the units F ? BIRCH HALL (MEDICAL/DENTAL) 56397 Exit Sign Provide one new wall mounted light-emitting diode (LED) exit signs in the electrical room to replace the inoperative signs. The new exit signs hall comply with NEC and NFPA 101 code requirements and have long life battery backup, test switch and indicator light. Connect the new exit signs to the nearest un-switched lighting circuit serving the same respective areas. Removal and disposal of tritium gas exit signs shall be coordinated with supplier of the units F ? BIRCH HALL (MEDICAL/DENTAL) 56629 Tritium Gas Exit signs Provide three new light-emitting diode (LED) exit signs to replace the inoperative signs. The new exit signs hall comply with NEC and NFPA 101 code requirements and have long life battery backup, test switch and indicator light. Connect the new exit signs to the nearest un-switched lighting circuit serving the same respective areas. Removal and disposal of tritium gas exit signs shall be coordinated with supplier of the units G ? VOCATIONAL BUILDING 56322 Install 36 feet of stair handrail up the wood steps in both the carpentry and the FAM shops. Install 6 feet of handrail along the concrete steps in the painting shop. Remove existing 2X4 top rail and widely spaced pickets in carpentry shop mezzanine. Provide new or replaced rails and pickets with gaps no more than 4 ? wide (total 80feet of rail and pickets) Verify that the new construction will withstand 250 lbs. of lateral force. Install as per AWI standards. Labor is to be provided by VST. K ? WILLOW HALL (ED/VOC/COUNSELING) 56410 Exit sign Provide one new wall mounted light-emitting diode (LED) exit signs in the electrical room to replace the inoperative signs. The new exit signs hall comply with NEC and NFPA 101 code requirements and have long life battery backup, test switch and indicator light. Connect the new exit signs to the nearest un-switched lighting circuit serving the same respective areas. Removal and disposal of tritium gas exit signs shall be coordinated with supplier of the units O ? EST (VOC)/REC/MAINTENANCE 56325 Reverse the swing direction of the door between shop area and classroom. Cut a new door opening in the back or front exterior wall of the shop. Provide and install a new metal frame and door. Provide with fire egress hardware and signage. O ? EST (VOC)/REC/MAINTENANCE 56326 Remove the throwbolt from the SE corner exterior door. Remove the deadbolt key lock from the front door. Replace the hardware on front door and the southeast corner of the room with fire exit hardware (2 doors) SITE Storm Water Drainage 44710 Provide engineering assistance to establish drainage grades and recommended revisions at 4 locations on site: Uphill of Building l, to the east of Buildings P and N (Maple and Oak Dormitories) and behind Building B (Aspen Dormitory) Re-grade approximately 4500 SF at these locations to improve drainage. Provide a supplemental drainage system in two locations behind Buildings P and N to provide yard inlets and drain lines to daylight. (500 LF 6? ABS drain line and two yard inlets).
 
Place of Performance
Address: 3300 Fort Meade Road, Laurel, Maryland
Zip Code: 20724
Country: United States
 
Record
SN00929345-W 20051111/051109211807 (fbodaily.com)
 
Source
FedBizOpps.gov 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.