Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 01, 2010 FBO #3294
SOLICITATION NOTICE

Y -- Renovation of 6 Bathrooms in CPP Bldg #3

Notice Date
11/29/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of Labor, Employment Training Administration, Adams and Associates, In., 10395 Double R Blvd, Reno, Nevada, 89521, United States
 
ZIP Code
89521
 
Solicitation Number
WS10Bathrooms
 
Archive Date
12/29/2010
 
Point of Contact
Denora Brown, Phone: 4106969321, Dave Bonsal, Phone: 410-696-9331
 
E-Mail Address
Brown.Denora@jobcorps.org, Bonsal.Dave@jobcorps.org
(Brown.Denora@jobcorps.org, Bonsal.Dave@jobcorps.org)
 
Small Business Set-Aside
N/A
 
Description
Woodstock Job Corps Center On-site services Adams and Associates, Inc., contracting for the Department of Labor, for the operation of the Woodstock Job Corps Center, a 505-student residential training facility located at 10900 Old Court Road, Woodstock, Maryland 21163. We are currently soliciting request for written quotes for the following on-site Service. Renovation of 6 Bathrooms in our CPP Bldg #3. Scope of Work DESIGN-BUILD SCOPE OF WORK RENOVATE 6 BATHROOMS IN CPP BUILDING 3 WOODSTOCK JOB CORPS CENTER WOODSTOCK, MARYLAND GENERAL The work includes services for the design and construction of the renovation work for six bathrooms in CPP Building 3 at the Woodstock Job Corps Center. The extent of work is described in Parts IV of this Scope of Work. The Design-Build Contractor shall ensure the security of operations and storage areas to preclude all breaches of security including, but not limited to vandalism and/or theft that can impact the timely and successful completion of the work. This responsibility is more fully defined in "Suggested Language for Project Documents," Attachment 1 to this document. "DB Contractor Quick Reference Checklist," Attachment 2, is a required form that identifies a simplified but not all inclusive list of issues that the Design-Build Contractor needs to address as due diligence items during the design phase. The JCH-814 paragraphs shown provide an initial design reference; however, reference to other sources may be required to fully address the issue. DESIGN REQUIREMENTS/SPECIFIC INSTRUCTIONS •A. LEGALLY MANDATED STANDARDS The Design-Build Contractor will conform to: •1. Code of Federal Regulations •a. Safety and Health...............................................OSHA CFR Part 1926.62 Because the work may disturb painted wall surfaces, the Design-Build Contractor shall provide the services of an independent industrial hygiene consultant to conduct representative paint sampling as necessary (in buildings erected before 1979) to determine the lead content of painted surfaces affected by the renovation. If lead paint is identified on surfaces to be disturbed by renovation activities, the Design-Build Contractor shall include the following information in the project documents: •§ The locations and concentrations of lead-containing paint in areas affected by the renovation. •§ A requirement of the contractor to comply with the OSHA Lead Standard for Construction Industry (29 CFR 1926.62), and other environmental or occupational safety and health regulations as applicable. •§ A statement prohibiting scraping or sanding of lead painted surfaces. Where removal or demolition of lead painted building components is required, these building components shall be removed intact wherever possible. •§ A requirement that all construction debris shall be disposed of in accordance with applicable solid and hazardous waste regulations. It is anticipated that lead-painted building components will be disposed as normal construction debris. •b. Historic Preservation......................................................36 CFR Part 800 CPP Building 3, which was constructed in 1925, has been identified as eligible for inclusion in the National Register for Historic Places by the Department of Labor. The only elements that would affect the exterior appearance of the building are the exterior windows. The existing windows will remain. Except for inspection and assurance of proper operation, the existing windows are not part of the scope of work. Therefore, it is not required that the Design-Build Contractor make plans available to the State Historic Preservation Officer, through the office of DOL's Historic Preservation Officer, for review and concurrence of potential effects on the historic integrity of the building. However, the Design-Build Contractor shall comply with the Secretary of Interior's Guidelines for Rehabilitation to the extent practicable and as deemed reasonable by the U.S. Department of Labor. •c. Design-Build Contractor Solicitation Procedure.....................48 CFR Part 36 •d. Disability/Accessibility....................................................28 CFR Part 36 Because of the age and physical ability of the population residing in the dormitories, the renovated bathrooms need not be in strict conformance with the Uniform Federal Accessibility Standards (UFAS) or the American with Disability Act - Accessibility Guidelines for Buildings and Facilities (ADAAG). However, the Design-Build Contractor shall be familiar with these guidelines and comply whenever technically feasible, including those guidelines pertaining to the visually and hearing impaired. If the Design-Build Contractor, at any Design Review Submittal, demonstrates that the requirements would be technically infeasible or it would cause an undue burden as defined by the guidelines, the Design-Build Contractor is obligated to bring this requirement to the attention of the Department of Labor for a decision on such requirements. (These standards can be printed from the website at http://www.access.gpo.gov/nara/cfr/cfr-table-search.html). •e. Life Safety Code...............................................................NFPA-101 The Design-Build Contractor's responsibility for safety related requirements extends to all impacted areas and access ways effected by the work. •2. National and State Building Codes The Design-Build Contractor shall conform to all applicable construction codes, ordinances, and regulations including the national building code used in the local area, laws and local ordinances. Deviations and interpretations shall be subject to the approval of the Department of Labor. •3. Permits and Licenses The Design-Build Contractor shall research, and be responsible for obtaining, all regulatory, permitting and licensing requirements in accordance with JCH-814 Section 1.5. •B. JOB CORPS GUIDELINES •1. JCH-814: Planning, Design, and Construction Administration Guidelines for Architects and Engineers Job Corps publication JCH-814, "Planning, Design, and Construction Administration Guidelines for Architects and Engineers," is a companion document to this Scope of Work. It presents the Design-Build Contractor additional design criteria not specifically stated in the Scope of Work. Where conflicts occur between the requirements of the Scope of Work and JCH‑814, the requirements of the Scope of Work shall take precedence. Equipment Manual The Design-Build Contractor will be provided with a copy of the "Design Guide for Prototype Buildings - Dormitory, Recreation Building, or Cafeteria." The Design-Build Contractor and its consultants shall use this manual as a guide and coordinate with the ESC and the Region to determine the actual equipment required. •C. OTHER STANDARDS •1. Energy Conservation All new work is to be designed in accordance with energy conservation opportunities and applicable federal directives. In response to energy conservation concerns, all proposed construction shall conform to the current edition of the Model Energy Code of the State of Maryland. It is the Department of Labor's policy to purchase energy and water consuming products which are in the upper 25% of energy and water efficiency whenever practicable and cost effective. All work must be designed to meet or exceed the requirements of the Energy Policy Act of 1992, Executive Order 13123, and all other applicable federal, state, and local codes and directives. Building annual energy consumption calculations, methods and presentation shall conform to nationally recognized standards such as found in ASHRAE Handbooks. A calculation summary statement of the estimated annual energy consumption, expressed in BTU/GSF/YR shall be submitted with the 30% and final review submittal. Building energy shall include lighting, all HVAC energy including heating, cooling, and ventilating loads, fans and pump motors energy, and domestic hot water supply energy. The Design-Build Contractor shall evaluate options for the use of energy and water conservation measures in building design and shall include a description of recommended options in the DESIGN NARRATIVE (see JCH-814 for requirements). •2. Environmentally Preferable Products The Design-Build Contractor shall evaluate options for the use of environmentally preferable products and environmentally preferable building design and shall include a description of recommended options in the DESIGN NARRATIVE (see JCH-814 for requirements). •3. Asbestos-Containing Materials and PCB Fluorescent Light Ballasts •a. The results of an asbestos survey and subsequent lab tests confirm the presence of asbestos-containing materials (ACM) in walls and ceilings in limited areas of CPP Building 3. However, it is not known if asbestos is present in the walls and ceilings of the 4 bathrooms included in the scope. The Design-Build Contractor shall provide the services of an independent industrial hygienist or environmental consultant to conduct a field investigation to identify ACM affected by the rehabilitation activities. However, suspect ACM not previously identified should be sampled to determine asbestos-content. It is not intended that all asbestos identified in the report be removed. Asbestos containing materials shall only be removed as necessary to complete the rehabilitation work. Only if identified, friable ACM shall be abated prior to building demolition as a separate and additional cost. Non-friable ACM shall be abated prior to building demolition only as necessary to comply with the EPA National Emissions Standard for Hazardous Air Pollutants (NESHAP) (40 CFR 61 Subpart M), and applicable State and Local regulations. Conduct a field investigation for PCB fluorescent light ballasts for light fixtures impacted by this project only. The consultant shall not sample dielectric fluid from ballasts but shall rely on labeling to determine PCB status. Unlabeled ballasts shall be assumed to be PCB-containing. Note leaking PCB ballasts for special removal and disposal per 40 CFR 761. •D. SPECIFIC INSTRUCTIONS •1. Center Operation The center shall remain in operation throughout the Construction Phase. The Design-Build Contractor shall, as part of this contract, coordinate with the ESC and evolve a set of construction documents that will minimize disruption of center operations during construction. Phasing of the construction work will be required to allow the center to operate in a normal fashion during construction. A Phased Plan shall be provided by the Design-Build Contractor for approval prior to NTP. •2. Design-Build Contractor Responsibilities An acceptable quality design must provide appropriate functional facilities at the lowest practical construction cost, with due consideration for economy in maintenance and operation. The specified construction materials must be of quality that is consistent with the intended use of the facility, the center, and reflect local availability and construction skills. New materials and methods should be considered, but only if they provide an economic or functional advantage. Although this Scope of Work may identify specific elements of construction, it is the Design-Build Contractor's responsibility to provide any and all elements which are incidental to provide a fully functional facility. •3. Pre-Negotiation Meeting A pre-negotiation meeting with the selected Design-Build Contractor will be held at the Woodstock Job Corps Center. Participants will include representatives from the Department of Labor and its Engineering Support Contractor (ESC). This meeting is intended to familiarize the Design-Build Contractor with the objectives of the project, the programmatic requirements and other inputs and constraints stemming from center operations. The Design-Build Contractor's responsibility and lines of communication will also be discussed. Project data, budget, schedule, etc., will be further defined or clarified, if necessary. The Design-Build Contractor shall utilize this opportunity to gather as much data as it deems necessary to aid in the preparation of a best and final proposal to DOL. Negotiations will be held for the entire contract (design and construction). •4. Submittal Requirements •a. Typical Submissions; percentages are approximate fraction of completed construction documents. Major Renovation DD 30% Final CD 100% •b. All submittals shall be in accordance with JCH-814 Section 7.5. •c. This project will require the following submittals •(1) The Design-Build Contractor shall provide a Schematic Design (30%) submission and a presentation within 6 weeks of receipt of the Notice to Proceed (NTP). The presentation (approximately one week after submission) is to be held at the Design-Build Contractor's office or at a location to be specified by the Project Manager. •(2) The Design-Build Contractor shall provide a Final Construction Documents (100%) submission based on the schedule. •(3) The Final Submittal, to include all corrections and the design review comments, shall be submitted 2 weeks after the approval letter for the 100% review has been received. •d. Submittals for Review Before the Design Development Presentation (30%) The Design-Build Contractor shall submit five (5) sets of drawings (2 sets full size, 3 sets ½ size) and project documents, as well as three (3) sets of life cycle analyses, design calculations, and cost estimates (CSI format) to the Department of Labor for evaluation. For the remaining submissions the Design-Build Contractor shall submit five (5) sets of drawings and project documents, as well as three (3) sets of design calculations. One (1) set of drawings and project documents shall be mailed directly by the Design-Build Contractor to the Woodstock Job Corps Center at each submission stage. The levels of detail required for each stage of the submittals are outlined in JCH-814 Section 7.5. The Design-Build Contractor is required to maintain the design-build schedule per the contract, and must indicate to the Department of Labor ways and means to recover lost time due to delays. No additional time will be given to the Design-Build Contractor unless it is determined by DOL that the delay is legitimate and unavoidable and that the Design-Build Contractor has prudently exercised all options within its authority and ability to avert such delays. •e. In addition to the review, coordination and specification of interior building finishes, an interior finishes/colors submittal for dormitories is required. The submittals are required at the final (100%) stage of design. •5. Design-Within Budget The Design-Build Contractor's design shall meet the programmatic requirements as outlined in this Scope of Work, and shall be within the Firm Fixed Price construction budget stated in Section III. 6. Building Design The Design-Build Contractor must be familiar with Woodstock, Maryland local construction methods and building materials, and shall provide a design that exemplifies the optimum balance of economy, aesthetics, safety, ease of maintenance, and speed of construction. 7. Equipment The Design-Build Contractor shall clearly differentiate equipment that is a part of the Design-Build Contractor's responsibility from equipment that is the Government's responsibility. In general, only "fixed" equipment will be part of the contract. DOL will provide the "movable" equipment. The responsibility for the procurement of equipment is discussed in the individual section for each building type in JCH-814 Chapter 4. 8. Design Meetings In addition to those meetings noted above the Design-Build Contractor should plan for a total of two meeting days with DOL and/or its representatives during the course of the design phase of the work. These meetings will be held either in the Design-Build Contractor's offices or at the site. The labor and travel cost for these meetings shall be included as part of the Design-Build Contractor's proposal. 9. Site Visits - Construction Observation Design-Build Contractor contract administration services shall include all duties and responsibilities as outlined in JCH-814 Chapter 8. The Design-Build Contractor shall prepare a monthly construction progress report. The reports shall include an updated CPM schedule, a minimum of 10 electronic photos of all aspects of the project and a list of open issues. A DOL Engineering Support Contractor representative may visit the site at least once a month. During this visit, the Design-Build Contractor's payment application will be certified by the DOL Engineering Support Contractor. 10. Contract Document Reproduction Four (4) sets of the project documents and drawings, sealed and dated by the appropriate professionals, shall be reproduced for DOL use. Two (2) sets of the project documents shall be sent to the ESC. 11. Availability of Existing Documents Site verification of the existing conditions is required. Existing Construction Documents are not available. The Design-Build Contractor will be responsible for verification of all the dimensions and existing system types and conditions. BID RequirEMENTS Each bidder shall submit a sealed bid based upon Part V, Extent of Work. 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. The bid shall include all labor, material, and equipment costs, and all incidental costs necessary to complete the 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. •6. This project is tax-exempt. 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. Prior to starting any work, the contractor shall show proof of required insurance, in amounts to cover risk or as required by statute, including: Builder'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. Workmen's Compensation All firms submitting bids for this project shall have not less than five consecutive year's relevant experience. COMPENSATION The Center will provide a lump sum payment after completion of a walk-through of the project, receipt of an approved punch list by the Facility Manager and receipt of product warranties. Payment shall be made net 30 days after receipt of an invoice approved by the Facility Manager for services rendered in accordance with the Scope of Work and the Subcontractor's bid package. eVALUATION CRITERIA •E. PROPOSALS will be evaluated by the Center using the following criteria: VALUE 1 Experience and qualification of the offer 10%in providing environmental services as anticipated herein. 10 2. Specific plan or methodology for the 10% preparation and completion of deliverables. 10 3. Specific plan or methodology for providing 10% field services including response time. 10 •4 Experience and qualifications of the proposed 10% project personnel. 10 5. Specific Job Corps related experience. 10% 10 6. Cost 50% 50 Total 100 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 seven (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 fourteen (14) days or until acceptable to the center. The substantial completion walk-through shall be performed by the Contracting Officer 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. EXTENT OF WORK •C. ­GENERAL BUILDING DESIGN REQUIREMENTS •1. Architectural a. The work includes the complete renovation of 6 bathrooms on Basement, Floors 1 and 2 of CPP Building 3. Two bathrooms are on Floor 1 and two bathrooms on Floor 2. Bathrooms generally align vertically. The bathrooms are currently built-out and in use but are in deteriorated condition due to age and hard use. The objectives of this project are to completely renovate the bathrooms to "as new" condition, maximize the utility of the available space. Each individual bathroom shall be professionally tested for the presence of hazardous materials before proceeding with any demolition. The locations and sizes of the bathrooms shall remain as that existing. The number of plumbing fixtures shall generally remain as that existing. Existing doors, frames & hardware, fixtures and finishes from walls and floors shall be demolished and removed from the site. It is the objective of this project to provide new plumbing and electrical fixtures, wall and floor finishes, toilet partitions, complete with heavy duty toilet accessories. b. All identified 6 bathrooms shall be renovated to "as new" condition. c. Program requirements will remain unchanged. d. The bathrooms shall remain the same size and locations as at present; no relocation or enlargement of the existing bathrooms is part of the work. e. Renovation shall utilize materials that are Job Corps dormitory prototype standards. •f. The building will generally remain in continuous operation during the period of renovation, although some temporary closing of individual bathrooms may be required. •g. Renovation would be performed in phases based on the realities of existing utility arrangements and the continuous operation of the center and the building. h. The Design-Build Contractor shall formulate and submit a Phasing Plan and Project Schedule for review and approval. i. Substantial demolition of the existing floor and wall finishes, and plumbing and electrical fixtures shall be required. j. Mechanical heating and ventilation units shall be replaced. However, no major change to the existing building mechanical system is part of the work. k. Existing fixtures shall be considered beyond their useful and expected economic lives, shall not be considered for reuse and shall be discarded. Confirm water pressure at top floor prior to commence of procurement. l. Demolished materials shall be removed from the site and disposed in accordance with all applicable codes and requirements. m. Before demolition begins, samples from each individual bathroom shall be taken and tested for the presence of hazardous materials (asbestos) in walls and pipe insulation. n. If hazardous materials are found to exist, further environmental testing to ensure a healthy and stable environment shall be required after substantial demolition of each bathroom, and before renovation could proceed. o. Renovation shall include new wall and floor finishes and new fixtures and toilet accessories. p. The historic candidacy of historic 1925 CPP Building 3 is not a consideration, except that the type and location of existing exterior windows shall remain as existing. q. Fire and Life Safety elements shall be updated to current code standards. r. Renovated layouts shall not replicate the existing. s. Finish hardware shall be heavy duty, handicapped-accessible type. Exact requirements shall be coordinated with the ESC. Include kick plates for all entry/exit doors. •2. Mechanical/Plumbing Renovate all HVAC plumbing and sprinkler fixtures, units and materials within the confines of the restrooms. •3. Electrical Replace all electrical fixtures and materials within the confines of the restrooms. •D. ­FUNCTIONAL DESIGN REQUIREMENTS 1. Design Principles for Improved Layouts Existing bathroom layouts at Woodstock JCC generally do not comply with planning principles for good hygiene and renovation is an excellent opportunity for improvement. Each bathroom may be considered to generally contain two elements; 1) human waste disposal and 2) janitorial. The elements of waste disposal are water closets (toilets), urinals, and lavatories (hand sinks). The janitorial element usually contains a "slop sink" for cleaning, primarily the floor. Often, the janitor's closet is also a convenient place to store cleaning supplies and replacement paper products. viii. CONSTRUCTION REQUIREMENTS/ SPECIFIC INSTRUCTIONS A. SPECIFIC INSTRUCTIONS 1. Quality Requirements a. Testing and Inspection 1. The Design-Build Contractor is responsible for all inspection and testing. The Design-Build contractor shall submit the names of all testing services to DOL for approval prior to any testing. All inspections and testing must be performed by an independent, third party individual, firm or testing agency. The individual, firm or testing company shall be appropriately registered in the State of Maryland. The Design-Build Contractor shall engage only those inspection and testing service agencies, including independent testing laboratories, that are prequalified as complying with the American Council of Independent Laboratories "Recommended Requirements for Independent Laboratory Qualification" and that specialize in the types of inspections and tests to be performed. 2. The Design-Build Contractor shall submit a Schedule of Tests and Inspections. The Schedule of Tests and Inspections shall be prepared in tabular form and include the following: a. Specification Section number and title b. Description of test and inspection c. Identification of applicable standards d. Identification of test and inspection methods e. Number of tests and inspections required f. Entity responsible for performing tests and inspections 3. All tests and inspections shall be documented by certified written reports and test results. The independent, third party individual, firm or testing agency shall distribute copies of all testing and inspection reports to DOL and the Design-Build Contractor. The Design-Build Contractor shall make additional copies as required and distribute to all affected subcontractors and material suppliers. 2. Temporary Facilities & Controls a. Temporary Utility Installation 1. General The Design-Build Contractor shall pay all costs associated with the installation and removal of temporary utility service, maintenance of temporary utility installations, and usage costs. It shall be the Design-Build Contractor's responsibility to obtain and pay for all necessary approvals and permits that may be required for the installation of the temporary utilities. The Design-Build Contractor shall engage the appropriate utility company to install temporary service or connect to existing service. Where utility companies provide only part of the service, the Design-Build Contractor shall provide the remainder with matching, compatible materials and equipment. The Design-Build Contractor shall arrange with the utility company and existing users for the time when service can be interrupted to make connections for temporary service. The Design-Build Contractor shall obtain, and pay for, all easements required to bring temporary utilities to the project site where DOL's easements cannot be used for that purpose. The Design-Build Contractor shall remove each temporary service or facility when the need for its service has ended, when it has been replaced by authorized use of a permanent service or facility, or no later than the date of Substantial Completion.The Design-Build Contractor shall complete or, if necessary, restore permanent construction that may have been delayed because of interference with temporary services or facilities. The Design-Builder shall repair all damaged work, clean all exposed surfaces, and replace construction that cannot be satisfactorily repaired. 2. Sewers and Drainage Sanitary sewers are available. The Design-Builder shall, if required, provide temporary connections to field offices to remove effluent that cannot be discharged lawfully. Provide containers to remove and dispose of effluent off-site in a lawful manner. The Design-Build Contractor shall maintain temporary sanitary sewers and storm water discharge facilities in a clean, sanitary condition. The Design-Build Contractor shall provide temporary toilets and drinking water fixtures. The number of temporary toilets and drinking water fixtures shall comply with regulations and health codes for the type, number, location, operation, and maintenance of fixtures and facilities. 3. Water Service Use of the DOL existing water service facilities will be permitted, as long as facilities are metered and maintained in an acceptable condition. 4. Electrical Power Service The use of the DOL existing electrical service will be permitted, as long as facilities are metered and maintained in an acceptable condition, and that sufficient capacity in the system is available. •2. Adherence to Scope of Work Although this Scope of Work identifies specific elements of construction, it is the Design-Build 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 for other deficiencies, not related to the work identified in Section IV of this scope, to be corrected. The Design-Build Contractor shall limit its efforts only to the work identified in this Scope of Work. •3. Incidental Cutting and Patching The Design-Build Contractor shall be responsible for all cutting and patching incidental to the work described herein. The Design-Build Contractor shall be responsible for identifying the location of existing utilities and for avoiding damage to same in the completion of this work. The Design-Build Contractor shall promptly repair/replace any damage to structures, elements, utilities, finishes, etc., occurring due to construction, the cost of which shall be borne by the Design-Build Contractor. •4. Coordination of Work a. Existing Utility Interruptions The Design-Build Contractor shall not interrupt any utilities serving the facilities occupied by DOL unless permitted under the following conditions and then only after arranging to provide temporary utility services to maintain facility function: 1. Notify the Center Director, or delegated representative, not less than four (4) days in advance of proposed utility interruptions 2. Do not proceed with utility interruptions without Center Director, or delegated representatives, written permission. IX SPECIFICATIONS FOR MATERIALS & FINISHES Ceilings •· Drop ceilings With vinyl rock ceiling tile. Floor s •· Non-slip ceramic tile Walls •· Ceramic tile, full tile in wet location. Colors & Patterns •· Neutrals with bright accents Windows •· To remain as existing •· Clean & ensure proper operation & presence of all components, including insect screen Doors Frames & Hardware •· Metal Doors in welded steel frame with automatic closer & heavy duty hardware Electrical •· Energy efficient vapor proof linear T-8 fixtures with acrylic lenses (20-30 fc) Convenience Outlets •· GFI receptacles at countertops circuited for hand held hairdryers Wall Switches •· One standard on/off switch at entry door for all lighting fixtures Toilet Partitions •· Heavy duty, institutional grade, factory finished Toilet Accessories •· Heavy duty, institutional grade, including wall mounted electric hand dryers Plumbing Fixtures & Faucets per IPC 2006 •· Vitreous china with isolation valves, integral backsplash, wall or counter mounted Urinals per IPC 2006 •· Vitreous china with water saver flush valve wall-mounted w/carrier (initially confirm top floor water pressure) Water Closets per IPC 2006 •· Floor mounted vitreous china w/water saving flush valves, elongated bowl HVAC per IMC 2006 •· New ventilation fans and heating units only- no changes to base building system Louvers & Grills •· Rust resistant type Sprinkler System •· Relocate heads to new elevation and location as required Fire & Life Safety •· Assume one new audio/visual device per bathroom •· Assume one new framed egress diagram per bathroom •· Battery operated emergency white light X. PROJECT SCHEDULE & PHASING SCHEDULE The Design-Build Contractor shall prepare a Project Schedule and Phasing Schedule for review and approval. The schedule must take into consideration the requirement of continued operations of the Center in performing its contracted requirements for training and housing our students. Please note that a walk-through will be conducted on December 16th at 9:00 am. Contractors who intend to submit a bid for this solicitation MUST submit the following by e-mail to Brown.Denora@jobcorps.org or fax to 410-696-9401 for receipt by close of business (5:00PM EST) on December 14th 2010: (1) a positive statement of your intention to submit a bid for this solicitation as a Prime Contractor: (2) statement of bonding capability, to include single and aggregate totals: and (3) listing of experience in work similar in type and scope to include contract numbers, project titles, dollar amounts, and points of contact including phone numbers. Failure to submit all information requested will result in a contractor being considered not interested in this solicitation. Estimated price range is between $100,000 and $200,000. Tentative advertisement date is December 29, 2010 PLEASE NOTE: The invitation for Bid (solicitation documents) will be available only for bidders who attend the walk-thru at the Woodstock Job Corps Facility scheduled on December 16th at 9:00am. Bids will be due by COB on December 30th 2010 at 5:00PM. Please note that Adams and Associates, Inc., reserves the right to reject any bids and select the bid deemed most responsible. Bidders should be aware of bid requirements for federally funded projects and act accordingly.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOL/ETA/adams/WS10Bathrooms/listing.html)
 
Place of Performance
Address: Woodstock Job Corps Center, 10900 Old Court Rd., Woodstock, Maryland, 21163, United States
Zip Code: 21163
 
Record
SN02334502-W 20101201/101129233926-16c61df25ec1670ce28076e5097a442a (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.