Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 15, 2009 FBO #2913
SOLICITATION NOTICE

56 -- Dorm 2 Window Replacement Project

Notice Date
11/13/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238990 — All Other Specialty Trade Contractors
 
Contracting Office
Department of Labor, Employment Training Administration, Job Corps Boston Region, JFK Federal Building, Room E350, Boston, Massachusetts, 02203
 
ZIP Code
02203
 
Solicitation Number
D2WINREPLPROJ
 
Archive Date
12/29/2009
 
Point of Contact
Marilyn Rodriguez Soto, Phone: 203-907-4342, John Lembo, Phone: 203-907-4331
 
E-Mail Address
Rodriguezs.Marilyn@jobcorps.org, Lembo.John@jobcorps.org
(Rodriguezs.Marilyn@jobcorps.org, Lembo.John@jobcorps.org)
 
Small Business Set-Aside
N/A
 
Description
INVITATION FOR BIDS FOR DORM 2 WINDOW REPLACEMENT NEW HAVEN JOB CORPS CENTER NEW HAVEN, CONNECTICUT Sealed Bids must be received in the Procurement Department, New Haven Job Corps Center, 455 Wintergreen Avenue, New Haven Connecticut, 06515 by December 14, 2009 at 2pm. Sealed Bids must display the words "Dorm 2 Window Replacement Bid" and "Attention - Procurement Specialist" on the sealed envelop. A mandatory pre-bid conference and site walkthrough will be held on November 30, 2009 at the Center starting in the Millennium Room at 10:00am. Any questions that were not answered at the pre-bid conference must be submitted in writing to the Procurement Specialist by December 3, 2009 at 10:00am. The Bid Package, consisting of necessary bid documents, agreement and the Scope of Work must be obtained from Marilyn Rodriguez Soto, Procurement Specialist, on or after November 13, 2009. The project is funded by the U.S. Department of Labor and requires compliance of Davis Bacon Prevailing Wages, a listing of those wages have been included in the Bid Package. Also included in the Bid Package is a boiler plate Agreement which is anticipated to become the final contractual document provided to the successful bidder with minor revisions incorporating appropriate aspects of the bidder's proposal. Bidders should therefore review the format and clauses of the Agreement as part of its due diligence prior to submitting a bid. The New Haven Job Corps Center reserves the right to reject any or all bids or waive formalities in the bidding process. BACKGROUND INFORMATION ON THE JOB CORPS PROGRAM New Haven Job Corps Center, operated by Career Systems Development Corporation, is located in New Haven Connecticut. There are a total of 200 students, including 50 non-resident trainees, all from the local community, who come to the Center each day for training. Residential trainees are recruited primarily from surrounding communities and the northern and southern portion of Connecticut. The program meets the needs of each individual in four (4) specific areas that enable the trainee to become successfully employed. Although many other needs are also being met, the program focuses on building vocational skills, developing academic skills and increasing awareness of social skills and core values. Besides educational and vocational opportunities, trainees receive free housing, meals, medical and dental care, as well as living and clothing allowances. There are daily recreational activities and outings scheduled weekly for all trainees who wish to participate. Counseling services are available to assist trainees with their individual needs. When training is completed and/or trainees are ready to leave, Career Transition services are provided. In addition, trainees who leave and are pursuing independent living are provided assistance with their transition. DORM 2 WINDOW REPLACEMENT BID PROCESS TIME LINE November 13, 2009 Advertise November 13, 2009 Bid Packages Available November 30, 2009 Mandatory Pre-Bid Conference December 3, 2009 Written Question Submission Due Date December 14, 2009 Bid Due Date GENERAL CONDITIONS: CONSTRUCTION REQUIREMENTS CODES The Contractor will conform to all applicable state and local codes, ordinances, and regulations including the national building code commonly used in the area. All conflicts and requests for interpretation or clarification shall be submitted to the New Haven Job Corps Director of Administration. 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 Connecticut shall prevail if they are more stringent than those of the Federal Government. The Contractor shall not submit plans or specifications to any local authority without the prior approval of the New Haven Job Corps Center Director or her designated representative. SPECIFIC REQUIREMENTS 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. A mandatory pre-bid conference and 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 John Lembo, Director of Administration, who can be reached at phone number (203) 907-4331. 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 or evenings unless the Contractor receives prior approval in writing from the Center Director. 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 be corrected. The Contractor shall limit its efforts only to the work that has been identified (including affected areas) in this Scope of Work. 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. A pre-construction meeting will be called by the Center and held at the Center after execution of the agreement and prior to commencement of the work. The General Contractor is required to bring a representative from each of the Sub-Contractors, if any, who will be performing a portion of the Scope of Work. 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. For work scheduling, the Contractor shall provide a sequenced construction schedule to the Center for approval no later than 10 days after he/she receives a Notice of Award (NOA) indicating the areas he/she desires and the periods of time he/she requires them vacant in order to perform his work. 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. 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. 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. 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 own expense. The Contractor and all persons employed under the contract: Shall observe all security regulations in effect at the Center; Shall not be permitted to use the food service facilities at the Center; Shall not fraternize with the students or staff of the Center; Shall not consume or transport any alcoholic beverages or drugs on the Center; Shall not carry/transport any firearms on the Center. Persons violating the above shall be dealt with in an appropriate manner. The Contractor shall be required to be licensed by the appropriate authority in the area to conduct the required contractual work. The General Contractor will coordinate with the Center the locations of staging areas, and vehicle parking. Electricity and water may be made available by the Center to the Contractor at no charge, provided the Center's utility usage/supply is not materially affected. The General Contractor shall coordinate with the Center Director the actual extent and conditions under which utilities will be made available at no cost to the Contractor. Actual connections to existing utilities shall be by the General Contractor at no cost to the Center. Following completion, the General Contractor shall return the site conditions to their original state. SPECIAL CONDITIONS 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 is responsible for memorializing the limits and may take possession of that element for the purpose of performing the work. The Contractor 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. Prior to the commencement of any work, the General Contractor shall document the damage through memo or video tape the work area and provide a copy to the Center. No work shall commence without the Center's acknowledgment of receipt of said record of existing conditions. Contractors' possession of the work Once the Contractor accepts the work area(s) and the "As Is" conditions as agreed to with the Center, he/she 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. SCHEDULE AND DELAYS 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 ______ days of issue of Notice to Proceed (NTP) by the Center. All work, including Punch List items, shall be completed within _____ calendar days after written NTP. 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 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. BID REQUIREMENTS Each bidder shall submit a sealed bid. Sealed Bids must display the words "Chiller Replacement Bid" and "Attention - Procurement Specialist" on the sealed envelop. 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. Award shall be made on the basis of the lowest Base Bid submitted by Contractors that meet the specifications and are deemed qualified by the Center. The Center reserves the right to reject any or all bids or waive formalities in the bidding process. Bid amount submitted shall include all labor, material, and equipment costs, and all incidental costs necessary to complete that item of work. 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. A minimum 90-day bid guarantee is required. This project is tax-exempt. The Contractor shall provide a list of similar projects completed by its company and a list of references, including owners' names, addresses and telephone numbers. Prior to starting any work, the Contractor shall show proof of required insurance, in amounts identified in the Agreement. All Contractors submitting bids for this project shall have no less than five consecutive years of relevant experience. The Center reserves the right to reject any or all bids or waive formalities in the bidding process. ACCEPTANCE OF WORK SUBSTANTIAL COMPLETION Substantial Completion of the work is defined herein as the point at which the Center believes 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, manufactures warrantee documentation, 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. The Contractor shall notify the Center in writing at least fourteen (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 Center approval of a Substantial Completion Punch List, correct his work as required within thirty (30) days. The Substantial Completion walk-through shall be performed by the Center Director and/or her designated representative. 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 covering the first year of the manufacturer's product warranties. All Manufacturers warranties shall include the following information: Center Name Date of Substantial Completion (warranty commencement date) Date Warranty Expires Description of Warranty Services Serial numbers of equipment under Warranty Final payment will not be made until all Substantial Completion Punch List items have been remediated to the satisfaction of the Center Director or her representative. No more than 90% of the total contract value shall be payable at Substantial Completion. FINAL INSPECTION The Contractor shall inform the Center in writing at least three (3) days prior to the estimated date of the completion of the Substantial Completion Punch List and request a final acceptance inspection. The Contractor shall deliver to the Center a consent of surety of final payment and release of liens by any and all Sub-Contractors and material suppliers associated with this project.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOL/ETA/BostonMA/D2WINREPLPROJ/listing.html)
 
Place of Performance
Address: New Haven Job Corps Center, 455 Wintergreen Avenue, New Haven, Connecticut, 06515, United States
Zip Code: 06515
 
Record
SN02003813-W 20091115/091114000314-c176453e187a602bf86cf8ddba94b5a6 (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  © 1994-2020, Loren Data Corp.