SOLICITATION NOTICE
Z -- Replacement/Repair of Doors
- Notice Date
- 3/9/2006
- Notice Type
- Solicitation Notice
- NAICS
- 811490
— Other Personal and Household Goods Repair and Maintenance
- Contracting Office
- Department of Labor, Employment Training Administration, Joliet Job Corps center, 1101 Mills Road, Joliet, IL, 604533
- ZIP Code
- 04533
- Solicitation Number
- Reference-Number-52471-42570-42572-52537
- Response Due
- 4/14/2006
- Archive Date
- 4/29/2006
- Description
- CONSTRUCTION SCOPE OF WORK DOOR REPAIR/REPLACEMENT PROJECT JOLIET JOB CORPS CENTER JOLIET, ILLINOIS I. GENERAL The intent of this Scope of Work is to repair/replace various doors at the Joliet Job Corps Center. 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 or the International Building Code (IBC), and NFPA including NEC. 2. All conflicts and requests for interpretation or clarification shall be submitted to the Joliet Job Corps Center. 3. All work shall conform to the current regulations of the Environmental Protection Agency (EPA) (40 CF 716), and the Occupational Safety and Health Administration (OSHA) (29 CFR 1926), the National Electrical Code (NEC), the Life Safety Code (NFPA101). The regulations of the State of Illinois shall prevail if they are more stringent than those of the Federal Government. 4. The contractor shall not submit plans of specifications to any local authority without the prior approval of the Joliet Job Corps Center Director or Finance & Administration Director. B. SPECIFIC REQUIREMENTS 1. Prior to submitting a bid, the prospective bidder shall 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 other 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 before 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 Dennis Murray, Finance & Administration Director, who can be reached at phone number (815)727-7677 x397. 3. Any proposed interruption to center operations must have prior approval from the Center Director or Finance & Administration Director. No less than 72 hours prior to a proposed interruption, the Contractor shall submit a 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. 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. 5. 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, which 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. Any additions to the Scope of Work must be approved by the Department of Labor. 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 Finance & Administration Director, the Maintenance Supervisor, 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, etc. 7. 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 (repaired to match), etc., occurring due to construction, as part of this contract. 8. The Contractor shall provide a sequenced construction schedule to the center for approval no later than 10 days after he receives a Notice-To- Proceed (NTP) indicating the areas desired and periods of time required for areas to be vacant in order to perform the work. As work progresses, the contractor shall submit an updated schedule for approval on an as needed basis, but no less than monthly. 9. 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, the cost of which shall be borne by the Contractor. 10. 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. 11. The Contractor shall maintain a clean and safe work area throughout the period of construction. The Contractor shall, at the end of each workday, remove from the work area all debris, 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 work 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. 12. The Contractor and all persons employed under the contract: a. Shall observe all security regulations in effect at the site; b. Shall not fraternize with the students or staff at the Center; c. Shall not consume or transport any alcoholic beverages or firearms on the Center. d. Shall not be permitted to use the food service facilities at 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 Joliet Job Corps Center is a Government owned facility. 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. 15. At Substantial Completion of the work, the contractor shall provide the center two sets of parts lists, a quantity of replacement parts, warranties, and operation and maintenance instructions for all equipment installed. All equipment installed must be equal to or better than the original. 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 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 work within 15 days of issue of Notice to Proceed (NTP) by the Center. All work, including punch list items, shall be completed within 4 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 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 and material costs, and all incidental costs necessary to complete the work. 4. The Contractors must include with their proposals, certification that they 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 references, including owners' names, addresses and telephone numbers. 8. Prior to starting any work, the contractor shall show proof of required insurance as required by the center, 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 No work shall proceed until the Joliet Job Corps Center Director issues to the contractor a written Notice-to-Proceed (NTP). Once the contractor has received the NTP, the contractor must submit to the Joliet Job Corps Center Finance & Administration Director within 15 days shop drawings, samples, and/or manufacturer?s cut sheets of all materials to be installed as part of the contract. No work shall proceed until the Center Director or Finance & Administration Director has approved these materials in writing. Any additions to this Scope of Work must be approved by the Department of Labor through the Center. 9. All firms submitting bids for this project shall have no less than five consecutive year?s relevant experience. 10. The bid shall include a Bid Bond in an amount equal to 100% of the Bid Price and Payment Bond or as required by the Center. Bids received without a Bid Bond may be determined to be non-responsive. 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 and operational functioning as required, except for a few minor items, which are to be listed on the Contractors 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 Contractors notification requesting a substantial completion walk-through. 2. The Contractor shall notify the Center in writing at least 5 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 Contractors list for accuracy and to identify any additional items needing completion prior to final acceptance. The Contractor, shall, upon receipt of a partial or substantial completion punch list, correct his work as required within 10 days and no more than 30 days, or until acceptable to the Center. The Finance & Administration Director shall perform the substantial completion walk-through. 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). In the instance of a Partial Substantial Completion Certificate, the previous sentence shall apply to the work identified in the partial substantial completion certificate only. 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 f. Project Name, Number, and address and the following: General Contractor?s Name and Contact person or person responsible for warranty action. g. Contact Phone Number h. Building/Structure Name and Number (if applicable) i. Warranty Type (general, roof, HVAC, Window, etc) being specific about the equipment or system that is under warranty j. Manufacturer/Supplier?s name and contact data (phone, etc) k. Roof type/Material (as applicable) being specific about the equipment or system that is under warranty l. Special Provisions to retain the warranty in force (inspections, preventive maintenance, etc.) m. Term of Warranty n. Warranty Start Date o. Limits and Resolutions Covered 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, 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. Double Doors are Failing in Female Dorm The set of double doors at the entrance vestibule does not function properly. The doors are out of alignment and difficult to close. Compared to a single door, the leaves of a double door lack the jamb at the opening side and are less stable. The locking mechanism easily gets misaligned and becomes inoperable. The Contractor shall replace the double doors with two doors with a steel tube mullion in between. Provide single locks in each door that lock into the mullion. Two store front doors, 3? x 7? with locks, door closers and panic bars, and one 3? x 3? x 7? steel tube mullion anchored to existing frame. B. Damaged Exterior Doors by Vocational/Food Service Area The double doors at the Facility Maintenance Vocation Shop are bent and damaged and no longer operate properly to secure the shop. The Contractor shall replace the exterior double doors. Two 3? x 7? metal doors with locks and exit hardware. C. Rated Doors are not Self-Closing in the Male Dorm Dormitory doors are required to be self-closing, in that they open onto fire rated corridors. The Contractor shall provide door closers for dormitory doors that are not self-closing, approximately 24 units. D. Smoke Separation Required in Male Dorm Required doors have been removed from the second floor corridors. The Contractor shall isolate the vacant area of the dormitory (north section of the dormitory) by repairing the two pairs of corridor doors separating the vacant area from the rest of the floor. These doors will need new closers and astragals to close the 1/2? gap between door leaves. The Contractor shall divide the remainder of the floor into two fire/smoke zones by similarly repairing corridor doors with new closers and astragals to close gaps between door leaves (to resist passage of smoke). The walkthrough will be conducted at 10 AM CST on March 22, 2006. Bids are due NLT 5:00 PM CDT April 14, 2006.
- Place of Performance
- Address: Joliet Job Corps Center, 1101 Mills Road, Joliet, IL
- Zip Code: 60433
- Country: USA
- Zip Code: 60433
- Record
- SN01003037-W 20060311/060309211913 (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 |