SOLICITATION NOTICE
41 -- Supplemental Cooling
- Notice Date
- 6/28/2012
- Notice Type
- Presolicitation
- NAICS
- 238220
— Plumbing, Heating, and Air-Conditioning Contractors
- Contracting Office
- Department of Labor, Employment Training Administration, New Orleans Job Corps Center, 3801 Hollygrove Street, New Orleans, Louisiana, 70118, United States
- ZIP Code
- 70118
- Solicitation Number
- DEF84307
- Archive Date
- 8/4/2012
- Point of Contact
- Trudy M. Jackson, Phone: 5044843506
- E-Mail Address
-
jackson.trudy@jobcorps.org
(jackson.trudy@jobcorps.org)
- Small Business Set-Aside
- N/A
- Description
- CONSTRUCTION SCOPE OF WORK FOR CENTER EXECUTION AT THE NEW ORLEANS JOB CORPS CENTER NEW ORLEANS, LOUISIANA I. GENERAL The intent of this Scope of Work is to provide supplemental cooling for Building 3, the Cafeteria/Culinary Arts building. 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. 2. All conflicts and requests for interpretation or clarification shall be submitted to the New Orleans 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 Louisiana 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 New Orleans 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 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 on Monday, July 9, 2012 at 10 A.M., 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 Trudy Jackson, who can be reached at phone number (504)484-3506. 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. Construction drawings of the building involved are 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 agreement and prior to commencement of the work. Those in attendance may 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 equipment, 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. 14. 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 the work area and provide a copy to the center prior to commencing any work. The center may make a video for their use. 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 fourteen (14) days of issue of Notice to Proceed (NTP) by the center. All work, including punch list items, shall be completed within sixteen (16) 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, 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 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, 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 five 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, 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 ten (10) 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 ten (10) 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) year guarantee of workmanship and the manufacturer's product warranties. 4. The manufacture's warranty shall, at a minimum, include the following information: a. Project name, contract number, center name, and center address b. Contractor's name and contact person c. Contact phone number d. Building/structure name and number (if applicable) e. Warranty type (general, roof, HVAC, window, etc) being specific about the material, equipment, or system that is under warranty. f. Manufacturer/supplier's name and contact data (phone, etc.) g. Roof type/material (as applicable), being specific about the equipment or system that is under warranty. h. Special provisions to retain the warranty in force (inspections, preventative maintenance, etc.) i. Limits and resolutions covered j. Term of warranty k. Date of substantial completion (warranty commencement date) l. Date warranty expires m. Serial numbers of equipment under warranty B. FINAL INSPECTION 1. The contractor shall inform the center in writing at least three (3) 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. GENERAL The work consists of the provision of supplemental cooling for the dining area of the Cafeteria/Culinary Arts building at the New Orleans Job Corps Center. The contractor shall submit catalog cuts for the chosen manufacturer of the units chosen. The outdoor and indoor units shall be manufactured by the same manufacturer. B. PROGRAMMATIC REQUIREMENTS.......................NOT APPLICABLE C. ARCHITECTURAL The contractor shall provide a metal cover/shield for the refrigerant lines that shall match, to the greatest degree possible, either the roof color or the window frame color. D. STRUCTURAL...................................................NOT APPLICABLE E. ROOFING WORK The contractor shall repair any damage to the canopy roof caused as a result of the installation of the supplemental cooling. All penetrations through the wall shall be sealed to be weather tight. F. PLUMBING Condensate from the wall-mounted indoor units shall be piped to the canopy roof. G. ELECTRICAL The contractor shall perform the electrical work described in the Heating, Ventilating, Air Conditioning section below. H. HEATING, VENTILATING, AIR CONDITIONING 1. Supplement the existing cooling of the dining area with a 10 ton single scroll hermetic compressor and variable refrigerant flow split heat pump unit and four 2 1/2 ton ductless wall-mounted indoor units. 2. Select unit with corrosion resistant finish which uses a non ozone-depleting refrigerant such as R-410a and meets applicable Energy Star requirements in place at the time of equipment purchase. 3. The outdoor unit shall be installed on 6" high concrete pad inside a fenced area with appropriate clearance around the unit. The exact location of outdoor unit shall be coordinated with the center, in the field near the loading dock ramp #2. 4. Install two indoor units at the north-east drywall and two units at the south-west drywall fascia above the valance. The exterior two-pipe refrigerant piping system shall be provided with field installed weatherproof jacket. 5. Energize outdoor and indoor units from nearest suitable power sources with adequate capacity using 208V, 3-phase and 208V, 1-phase. Installation of this system shall conform to the manufacturer's recommendations and the NEC. I. SITE WORK Site work shall be as required for installation of the outdoor unit and the associated fencing,
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/16033493142a6ccf23b5f475a87bbc88)
- Place of Performance
- Address: New Orleans Job Corps, 8825 Airline Hwy, New Orleans, Louisiana, 70118, United States
- Zip Code: 70118
- Zip Code: 70118
- Record
- SN02789539-W 20120630/120628235904-16033493142a6ccf23b5f475a87bbc88 (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 |