Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 03, 2008 FBO #2503
SOLICITATION NOTICE

Z -- HVAC Project Gadsden Job Corps

Notice Date
10/1/2008
 
Notice Type
Presolicitation
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
Department of Labor, Employment Training Administration, Gadsden Job Corps Center, 600 Valley Street, Gaddsen, Alabama, 35901
 
ZIP Code
35901
 
Solicitation Number
October_2008
 
Archive Date
11/17/2008
 
Point of Contact
Terry D. McClain,, Phone: 256-439-2938, Jerry Clevenger,, Phone: 256-439-2937
 
E-Mail Address
McClain.Terry@jobcorps.org, Clevenger.Jerry@jobcorps.org
 
Small Business Set-Aside
N/A
 
Description
Contact Jerry Clevenger, F&A Director for pre-bid conference at : Clevenger.Jerry@jobcorps.org (256) 439-2937 CONSTRUCTION SCOPE OF WORK FOR HVAC IMPROVEMENTS RENOVATION OF RETURN AIR HVAC SYSTEMS IN DORMITORY BUILDINGS #3 AND #4 GADSDEN JOB CORPS CENTER GASDEN, ALABAMA U.S. DEPARTMENT OF LABOR ESC: PMC: APPROVED: PREPARED BY: PBDewberry PROJECT NO. August, 2008 CSOW TABLE OF CONTENTS TABLE OF CONTENTS 2 I. GENERAL 3 II. CONSTRUCTION REQUIREMENTS 3 A. CODES 3 B. SPECIFIC REQUIREMENTS 3 C. SPECIAL CONDITIONS 5 D. SCHEDULE AND DELAYS 6 III. BID REQUIREMENTS 6 IV. ACCEPTANCE OF WORK 6 A. SUBSTANTIAL COMPLETION 6 B. FINAL INSPECTION 7 V. EXTENT OF WORK 7 A. GENERAL 7 B. ARCHITECTURAL 10 C. STRUCTURAL 10 D. ROOFING WORK 10 E. PLUMBING 10 F. ELECTRICAL 10 G. SITE WORK 10 VI. SKETCHES 11 A. VICINITY MAP 11 B. LOCATION MAP 12 C. SITE PLAN 13 D. FIRST FLOOR MALE DORMITORY 14 E. SECOND FLOOR MALE DORMITORY 15 F. BASEMENT FEMALE DORMITORY 16 G. FIRST FLOOR FEMALE DORMITORY 17 H. SECOND FLOOR FEMALE DORMITORY 18 CONSTRUCTION SCOPE OF WORK FOR CENTER EXECUTION AT THE GASDEN JOB CORPS CENTER GADSDEN, ALABAMA I. GENERAL The intent of this Scope of Work is to modify and reconfigure the return system in the dormitory buildings, reroute and reconfigure the duct work at the mechanical rooms to reduce air restrictions, isolate the core system from the wing system in the building, install new return air temperature sensors in the returns, reinsulated supply and return ductwork, remove the exhaust fans in the bathrooms and leave the light switch and test and balance the systems. 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 Gadsden 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 Alabama 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 Gadsden 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 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 Jerry Clevenger, who can be reached at phone number (256) 439-2937. 3. Any proposed interruption to center operations during construction must have prior approval from the Center Director with 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. 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. 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 ESC PM, the Center Director or his/ her representative, 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, 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 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. On non-Government owned facilities, 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 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. 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 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 14 days of issue of Notice to Proceed (NTP) by the center. All work, including punch list items, shall be completed within 12 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 with the latest Davis-Bacon Wage Rate decisions for the area. 5. A minimum 90-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, 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 e. Payment and performance bonds for the total amount of the contract. 9. All firms submitting bids for this project shall have no less than five consecutive years of 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 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 7 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 (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 claims by all subcontractors and material suppliers associated with this project. V. EXTENT OF WORK A. GENERAL 1. THE CURRENT CONDITIONS OF THE FACILITIES ARE DESCRIBED AS FOLLOWS: a. The two-story L-shaped Dormitory Buildings 3 and 4 are almost identical except for their physical orientations. Each floor consists of two dorm sleeping wings adjoining a center core where the lobby, lounges, laundry, mechanical room, etc., are located. The existing HVAC in both Buildings are split system heat pumps with 15 KW supplemental heats. The supply air in the sleeping wings is ducted and routed in a furred out drywall bulkhead along the room side of the corridor walls. Supply air registers are mounted on the vertical face of the drywall bulkheads and return grills are installed on the bottom of the same bulkhead. The return air is designed as a plenum system and is not ducted. The return air that enters the bulkhead flows through an opening with fire dampers into the air corridor ceiling plenum. It then flows through a series of wall openings and ducts prior to arriving to the air handler in the mechanical room. The current condition of the air distribution system in the mechanical room is very congested. b. The dryer system is inadequate and not functioning. The dryers are vented by means of 4 inch exhaust piping which run through a wall and intersect into a chase that runs vertically 30 feet to the roof. c. The center core of the building is serviced by a 7.5 ton split system. The system is providing adequate service but the supply registers are manufactured with volume control that students and staff can adjust. d. The last bedroom at the end of each sleeping wing contains two exterior block walls. These walls are un-insulated and exposed to the elements. 2. DEFICIENCIES AND CORRECTIVE ACTION a. RETURN AIR PLENUMS There are 8 total sleeping wings between both buildings. Each sleeping wing should be spilt into 2 zones. The air distribution supply of the current system is ducted and zoned however the return air is handled thought a common plenum for both zones. The current design causes deficiencies in temperature, air quality and balancing resulting in unsatisfactory air conditions. The air distribution system in the mechanical room is restricted due to its location and lack of space. b. The existing return air corridor plenum (located above the ceiling) is approximately 5.4 feet wide by 72 feet long and 18 inches high. This existing plenum is constructed of 5/8 inch drywall and metal studs. Demolition and removal of the existing ceiling assembly is required. During the demolition and removal of ceiling debris, the contractor must take all necessary precautions to be as clean as possible because the dormitory will be occupied throughout the construction. The entire building is to remain habitable at all times. The contractor must leave the premises clean daily so as not to disrupt the center operations. c. Prior to demolition, the contractor shall remove all electrical fixtures, fire alarm devices, etc. and temporarily reinstall so that the building is completely safe and protected from fire during the installation of the new ceiling plenum. All systems are to remain operable and functional during the construction period. The entire building is to remain habitable at all times. (Any damaged, broken, or defective fixtures or devices shall be immediately reported to the center.) d. The contractor is to construct two separate return air plenums, approximately ________ each, for each of the two required return air zones. The plenum divider wall assembly shall be constructed utilizing a one hour fire rated shaft wall UL U469 (or approved equal). The corridor ceiling/plenum assembly (horizontal shaft wall assembly) shall be similar to the shaft wall UL U469 (or approved equal) with a single layer of 5/8" fire code type "X" drywall attached to the finished ceiling side (Test No. WHI-495 PSH 0154/0167). The finished surfaces and installation of the fixtures shall be performed to match the pre-construction existing conditions. All piping and electrical conduit penetrating the divider shall be sealed with UL listed fire resistant caulk. e. Install 12 inches by 12 inches access panels at each water valve located in the plenum that controls the water flow to each room. Contractor is to verify that the existing plumbing access panels are fire labeled and can be re-used. In the event that the panels are not fire labeled or are damaged, the contractor must install new access panels that comply with code. The panels shall be locked, keyed alike, and installed in proximity to the valves that they serve. f. After the installation of the new ceiling assembly, the contractor is to re-install all fixtures and devices that are affected by the construction. The ceilings shall be finished primed and painted with 2 coats of latex paint with a standard color selected by the center. g. The Contractor shall have the fire alarm system tested and re-certified by the company currently holding the certification for the entire system. h. The supply ducts (approximately 8 existing) from the mechanical rooms currently routed through the janitor closets, entering the bulkhead supplying the bedrooms across the corridors, are to be removed. The new replacement supply ducts shall be re-routed through the mechanical room walls into the Laundry Room. From the Laundry Room extend to the point of connection where the existing plenum was previously removed. Every wall penetrated by the supply and return ducts shall have fire dampers installed. Fur out all ceilings where new ductwork is exposed. i. The existing 16 inch x 24 inch return air ducts routed through the janitor closets and pulling from the old return air system shall now be connected to one of the new return air plenums and connected to Air Handler Unit No. 1. From Air Handler Unit No. 2, eight existing 16 inch x 24 inch return ducts shall be connected across the corridors to the second new air plenum over the corridors. The existing Outside Air ducts located in the mechanical rooms shall be separated and connected to Air Handler Unit No. 1 and Air Handler Unit No. 2 respectively. j. Install a volume damper at the Outside Air entry of the plenum. k. All newly installed supply and return ducting shall be internally lined with 1½ inch insulation. l. All joints and seams are to be sealed with UL 181 approved duct sealant. m. All duct mounted return air temperature sensors shall be relocated and installed in the return ducts in the janitor closets. 3. DRYER EXHAUST VENTING DEFICIENCES a. Replace the 4 inch pipes in the Mechanical Rooms that are connected to the dryer vents. In each building, install an electric vent motor and a modulating fan control in the mechanical room of each building and pipe into the existing chases. b. Replace the existing registers in the building core area with a perforated style diffuser with an intergraded volume damper. c. The two-bed handicapped bedrooms adjacent to the stairs at the end of each dorm wing (rooms A18, B18, A28, and B28 of Building No. 3 and rooms C18, D18, C28, and D28 of Building No. 4) have two exterior concrete masonry walls that require additional insulation. Furring out existing walls with pressure treated 1 x pressure treated wood weather strips or steel channels at 16 inches on center. Between the furring strips install 1 inch thick insulation with an R factor of 5 or greater that complies with IBC/IRC requirements. Finish the walls with ½ inch drywall and paint with a primer coat and two coats of latex paint matching the room's interior walls. The windows in these rooms shall be finished with new trim, jambs, and heads to match the existing windows throughout the building. The built in desks shall have trim installed painted to match the walls, where affected. d. The contractor shall provide a test and balance report at the completion of the work. Perform testing and balancing of the existing HVAC system, including the air distribution in Buildings 3 and 4. The test data shall be complete and must include actual air flow (supply, return and exhaust) in each space, and each room served by the system must be identified. The system control settings and the outdoor condition during the tests shall be recorded. Also measure the return air flow at the transfer openings between plenums above the ceiling. Equipment shall be identified and related data and performance information provided. Submit 4 copies of the Test, Adjusting and Balance report. e. The Contractor shall insure that all emergency exit lighting in dormitories 3 and 4 is operating with the required illumination. 4. Dormitory Building No. 2 In the basement of Dormitory Building No. 2, Center construction has created an imbalance in the air distribution of the HVAC system. Modifications to the system include: a. Remove the supply registers installed in the dorm rooms and rotate them so that the blades defect the air at the ceiling not the floor. b. In the basement of building II, room #002 has been subdivided into two classrooms. Presently there are supply register in both rooms but no returns. Remove the 48 x 24 return register in the corridor, patch to opening left and extend the ductwork east and into the two rooms and install two 24 x24 return registers. Line the new ductwork to control sound. B. ARCHITECTURAL Only as necessary to complete the work described above. C. STRUCTURAL Only as necessary to complete the work described above. D. ROOFING WORK Only as necessary to complete the work described above. E. PLUMBING Only as necessary to complete the work described above. F. ELECTRICAL Provide all electrical work in accordance with NEC and DOL Publication JCH 814, Planning, Design and Construction Administration Guidelines. Provide suitable electrical connections for all new mechanical equipment and required electrical devices and interlocks. G. SITE WORK Site work is not required except where incidental to the work described above. VI. SKETCHES NOTE: Maps and Floor Plans available upon request.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=2c059c5bcdba0481759e3b29a859170c&tab=core&_cview=1)
 
Place of Performance
Address: 600 Valley Street, Gadsden, Alabama, 3901, United States
 
Record
SN01686790-W 20081003/081001222701-2c059c5bcdba0481759e3b29a859170c (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.