SOLICITATION NOTICE
45 -- Dorm 20 Heating - Project # 081409-3
- Notice Date
- 8/31/2009
- Notice Type
- Presolicitation
- NAICS
- 238220
— Plumbing, Heating, and Air-Conditioning Contractors
- Contracting Office
- Department of Labor, Employment Training Administration, Sierra Nevada Job Corps Center, 14175 Mt. Charleston Street, Reno, Nevada, 89506-1225
- ZIP Code
- 89506-1225
- Solicitation Number
- 081409-3
- Archive Date
- 10/22/2009
- Point of Contact
- Len Taylor, Phone: 775-789-0817
- E-Mail Address
-
taylor.len@jobcorps.org
(taylor.len@jobcorps.org)
- Small Business Set-Aside
- N/A
- Description
- CONSTRUCTION BID PACKAGE (CBP) American Recovery & Reinvestment Act INVITATION TO BIDDER Project Title: Dorm 20 Heating – Project # 081409-3 Date:September 1, 2009 Project Location:Sierra Nevada Job Corps Center 14175 Mt. Charleston St. Reno, NV 89506 Owner:U.S. DEPARTMENT OF LABOR (DOL) Site Operator:Management & Training Corporation (MTC) 500 N Marketplace Dr., P.O. Box 10, Centerville, Utah 84014 Pre-bid Conference:Sierra Nevada Job Corps Center – Wednesday, September 16, 2009 1000 hours Bids are due at bid opening:Wednesday, October 7, 1000 hours Submit bid to:Sierra Nevada Job Corps CenterAttn: Len Taylor, Buyer14175 Mt. Charleston St. Reno, NV 89506 Contract type:Fixed price, single lump sum contract Contract Documents:This construction bid package contains the Construction Statement of Work, Contractual Requirements, Drawings and/or Specifications describing the extent of the work. INSTRUCTONS TO BIDDER 1.Bid: Bid shall be submitted on MTC Bid Form and must be signed by an authorized official of the company making offer. 2.Bid Submission: Deliver bid to Buyer, prior to the time stated in the Invitation to Bid. Bids maybe delivered by hand, Fed Ex, Express Mail, UPS, Fax, Email, and USPS. 3.Performance Bond and Payment Bond: Performance Bond and (Labor & Material) Payment Bond are required. Surety Company shall have an A- rating unless otherwise approved by Corporate Director Risk Management. Upon receipt of the “Intent to Award” letter the successful bidder shall deliver bonds within 7 business days. 4.Site Inspection: Each bidder shall examine the CBP and shall inspect the construction site, prior to submitting a bid. Requests for extra time or payment are not warranted for conditions arising during construction that were apparent prior to submission of the bid. Unforeseen conditions arising during construction that were not apparent prior to bid submission shall be brought to the immediate attention of the Buyer. 5.Acceptance of Bid: The contract, if awarded, will be to the lowest responsive bider. MTC shall be the sole judge as to the lowest responsive bid and reserves the right to waive any irregularity or technicality in bids received. The formal agreement shall be executed on the MTC purchase order form. The apparent low bidder shall submit a list of three references for projects of comparable scope. The references shall include the company name, phone number, contact person, address, description and size of the project and date the work was performed. The Buyer shall send to the successful bidder a letter of intent to award the contract, whereupon the bidder shall submit the following data: proof of insurance; performance and payment bonds (when required); proof of business license and proof of contractor’s license. 6.American Recovery & Reinvestment Act (ARRA): These funds are provided under the ARRA. The information will be made available to the public as required by section 1512 of the Recovery Act. BID FOR LUMP SUM CONTRACT American Recovery & Reinvestment Act PROPOSAL OF______________________________________________ Date: _____________ To:MTC / Sierra Nevada Job Corps Center 14175 Mt. Charleston St. – Reno, NV 89506 In compliance with your Construction Statement of Work, dated September 1, 2009, the undersigned hereby proposes to furnish all labor (in compliance with the Davis-Bacon Act and current Wage Decision when applicable), materials (In compliance with the Buy American Act), supervision, tools, equipment and transportation and to perform all work for the construction and completion of: Dorm 20 Heating – Project # 081409-3 For the following sums: (show amounts in both written form and figures. Base Bid Completion of Project as Specified ______________________________________________________Dollars ($______________________) I (We) acknowledge receipt of Addenda Numbers________. The undersigned shall honor bid for ninety (90) days after the date of opening of the bids and if written notice of bid acceptance is provided, will enter into formal agreement with MTC/Sierra Nevada Job Corps Center. We will execute and deliver all required bonds, insurances and contractual documents. I am (we are) prepared to furnish Performance and Payment Bonds in the required amount with (indicate name of A- rated surety company) ___________________________________ as surety, subject to your approval. The undersigned, if awarded a contract for all or part of the work, agrees to place orders promptly for all materials required for the work; to prosecute the work diligently to the full extent allowed by conditions within his control; and to complete the work of the contract within (60) sixty consecutive calendar days after written Notice to Proceed. I (We) further agree to pay MTC/Serra Nevada Job Corps Center, not as a penalty, but as liquidated damages for breach of contract, the sum of ($100.00) one hundred dollars per day for each and every calendar day thereafter that the work remains incomplete. Witness (Seal if Corporation) By _______________________________ Title _____________________________________ License No/State: ______________________ Taxpayer Id No.(TIN)________________ DUNS NO.___________________ Business Address _______________________________________________________________ Phone#: ____________________ Fax#: ____________________ Email: ______________________________ CONSTRUCTION STATEMENT OF WORK (SOW) SECTION 1: Contractual Requirements A.Codes and Standards 1.The contractor shall in accomplishing the SOW use to the extent practicable, as long as they are deemed reasonable and desirable by the U.S. Department of Labor, building codes, ordinances, and regulations which are enforced by City, County, State or relevant Federal agencies. Occupational Safety and Health Administration (OSHA) and Environmental Protection Agency (EPA) regulations shall also apply. 2.All work associated with this SOW shall follow as far as practicable the “Uniform Federal Accessibility Standards” (UFAS) as printed in the Federal Register, April 1, 1988. Specific provisions are not provided for accessibility of the visually and hearing impaired. 3.All construction work shall adhere to the current edition of the National Fire Protection Association (NFPA) Standard No. 101, Life Safety Code. References and standards referenced with NFPA No. 101 are considered part of the Life Safety Code and serve as minimum requirements when applicable. 4.All electrical work shall meet the requirements of the latest edition of the National Electrical Code (NEC) and the Illuminating Engineering Society (IES) Handbook. All ventilation work shall meet the requirements of the American Society of Heating, Refrigerating, Air Conditioning Engineers (ASHRAE). 5.Refrigeration machines must comply with Clean Air Act amendment Title VI: Stratospheric Ozone Protection and Code of Federal Regulations (CFR) 40, Part 82: Protection of Stratospheric Ozone. No chloro-fluorocarbon (CFC) refrigerants are permitted in new refrigeration machines. Hydrochloro-fluorocarbon (HCFC) refrigerants may be considered if the life cycle cost analysis shows them to be cost effective. Factors to be included in the analysis are capacity, operation and maintenance requirements and environmental impact. 6.Refrigeration machines using refrigerants must be equipped with fittings and equipment for recovery, recycling and purging. Required protection systems include monitors and alarms, and electrical phase control. 7.The U.S. Department of Labor requires that any asbestos-related work to be accomplished under this SOW conform to the current regulations enforced by the Environmental Protection Agency (EPA), the National Emission Standards for Hazardous Air Pollutants (NESHAP), the Occupational Safety and Health Administration (OSHA), and the National Institute for Occupational Safety and Health (NIOSH). Where the regulations of the State are more stringent than those of the Federal Government, the regulations of the State shall prevail. 8.All new work of this project shall be in accordance with federal directives for energy conservation. All construction shall conform to the current edition of the Model Energy Code used in the state where the work is performed. With respect to energy and water conservation and in conformity with EPACT-92, Title 10 Code of Federal Regulations (10CFR), and Executive Order #13123, all HVAC, plumbing and electrical systems and other energy related components of the work shall meet or exceed Standard ASHRAE/IES 90.1 and/or local conservation codes, whichever is the more stringent. 9.All equipment and appliances must meet the Equipment and Appliance Standards Program set by the US Department of Energy (DOE). Manufacturers must use standard test procedures developed by DOE to prove the energy use and efficiency of their products. An ENERGY STAR qualified equipment and appliances must carry the Energy Guide label. B.Davis-Bacon Act 1.This project is subject to the provisions of the Davis-Bacon Act for construction work on a federal facility. Accordingly, the contractor and subcontractors shall be required to comply with the current Davis Bacon Wage Decision for the locality where the work is performed. The Davis-Bacon Act provides that all laborers and mechanics employed by contractors and subcontractors in any construction, alteration or repair, including painting and decorating projects, buildings, and works which are federally funded, shall be paid prevailing wages and receives fringe benefits at rates not less than those on similar construction in accordance with the published Wage Decision. A copy of the current Wage Decision is attached. 2.The Contractor shall be required to post a notice or sign (bilingual) in a prominent location at the project site informing all workers of their rights under the Davis- Bacon Act. The contractor shall provide proof of compliance with the Wage Decision (wage rate and fringe benefit) via weekly payroll records and certification that employees are being paid according to payroll records. Certified Payroll Records shall be submitted to the Buyer weekly. 3.The Buyer will compare the payroll record with the daily visitor/contractor sign in log at the security gate. Any discrepancies between the payroll record and the Site log shall be reconciled by the Contractor before a progress payment will be made. C.Required Insurance 1.Prior to the effective date of the contract, the Contractor shall provide the Buyer with proof of insurance via certificate of insurance (ACORD 25-S) and deliver same to Management & Training Corporation (MTC), operator of the Sierra Nevada Job Corps Center. Such certificate shall identify the contract between MTC and the Contractor and contain provisions that insurance coverage afforded under the policy shall not be canceled, terminated or materially altered until at least thirty (30) days prior written notice has been given to MTC. 2.The Contractor shall defend, indemnify, and hold harmless MTC and its officers, directors, employees, agents, shareholders, partners, joint ventures, affiliates, successors and assigns from and against any and all liabilities, obligations, claims, demands, suits, losses, expenses, damages, fines, judgments, settlements and penalties, including, without limitation, costs, expenses and attorney’s fees incident thereto, arising out of or based upon contract damages, property damage or bodily injury (including death at any time resulting there from) to any person including Subcontractor’s employees, affiliates, or agents, occasioned by or in connection with (1) Subcontractor’s performance of (or failure to perform) the contract duties hereunder; (2) a violation of any laws or any negligent act or omission by Subcontractor or its affiliates, subcontractors, agents or employees during the performance of the contract duties hereunder; or (3) a breach of this Agreement by contractor or any of its affiliates, subcontractors, agents, or employees. The aforesaid obligation of indemnity shall be construed so as to extend to all legal, defense and investigation costs, as well as all other reasonable costs, expenses and liabilities incurred by the party indemnified, from and after the time at which the party indemnified received notification (whether verbal or written) that a claim or demand is to be made or may be made. Contractor’s obligation under this section does not extend to any liability caused by the sole negligence of MTC. The Contractor's liability shall not be limited by any provisions or limits of insurance set forth in the contract. MTC shall reasonably notify the Contractor of any claim for which it may be liable under this paragraph 3.Without limiting any liability or any other obligations of the Contractor, the Contractor shall provide and maintain and cause its subcontractors to provide and maintain insurance coverage with forms and insurers acceptable to MTC, until all obligations under the contract are satisfied, as follows: a.Workers’ Compensation insurance to cover obligations imposed by Federal and State statutes having jurisdiction of its employees engaged in the performance of this contract, and Employers’ Liability insurance with a minimum limit of five hundred thousand dollars ($500,000). Evidence of qualified self-insured status shall also suffice for this section. b.Commercial General Liability insurance with a minimum combined single limit of one million dollars ($1,000,000) each occurrence and an aggregate of one million dollars ($1,000,000). The policy shall include coverage for bodily injury, personal injury, broad form property damage, blanket contractual, contractor’s protective, products and complete operations. c.Comprehensive Automobile Liability insurance with a minimum combined single limit of one million dollars ($1,000,000) for each occurrence; and an aggregate of one million dollars (1,000,000), coverage applying to “Any Auto”. Contractors who are unable to meet this requirement should provide a detailed statement as to their current coverage for further consideration. 4.The policies required shall name MTC / Sierra Nevada Job Corps Center, its agents, officials and employees as additional insured and shall specify that the insurance afforded the Contractor shall be primary insurance and that any insurance coverage carried by MTC or its employees shall be excess coverage except as provided by state law, and not contributory insurance to that provided by the Contractor. 5.Failure on the part of the Contractor to provide and maintain the required liability insurance and provide proof thereof to MTC within thirty (30) days following commencement of a new policy period, shall constitute a material breach of the contract upon which MTC may immediately terminate this contract. D.American Recovery & Reinvestment Act The contractor is required to provide the information described below to the Buyer: (i)DUNS Number (ii)Contractor’s physical address including street address, city, state, and country. Also include the nine-digit zip code and congressional district if applicable. (iii)Contractor’s primary performance location including street address, city, state, and country. Also include the nine-digit zip code and congressional district if applicable. (iv)Weekly report with: a.Description of jobs created b.Weekly total number of hours and project cumulative hours worked by: i.Full time employees ii.Part time employees iii.Temporary employees E.Buy American Act The ARRA, Section 1605, Buy American Act, prohibits the use of funds appropriated for the Recovery Act for any project for the construction, alteration, maintenance, or repair of a public building or public work unless all of the iron, steel, and manufactured goods used in the project are produced in the United States. However, section 1605 requires that the Buy American requirement be applied in a manner consistent with U.S. obligation under international agreements. Moreover, because Congress intended that least developed countries be exempted from section 1605, least developed countries can continue to be treated as designated countries. F.Green Purchasing 1.The contractor shall make maximum use of products containing recovered material that are EPA-designated items (for further information: http://www.epa.gov/cpg/) 2.The contract shall ensure that energy-consuming products are energy efficient products (i.e., ENERGY STAR or FEMP-designated). (for further information: http://www.energystar.gov/products or http://www1.eere.gov/femp/procurement/eep_requirements.html) 3. The contractor shall make maximum use of bio-based products that are United States Department of Agriculture (USDA)-designated items (for further information: http://www.usda.gov/biopreferred) G.Resolution of Disputes In the event either party commences legal action to enforce any term of this Agreement, the prevailing party in such action will be entitled to recover its costs and attorneys fees incurred in such action from the other party. Default any payments due under this agreement will incur interest, 18% per annum. H.Performance and Payment Bond 1.The contractor shall provide bonds covering performance of the contract and payment of obligations arising hereunder. The bonds must be obtained through an A- rated Surety Company and authorized to do business in the state where the work under this contract is performed. The A- rating can be obtained through the A.M. Best website www.ambest.com 2.The performance bond shall be in an amount equal to 100 percent; the payment bond in an amount equal to 50 percent, of the contract sum. Bonds shall be executed on AIA A-311 & AIA A-312 respectively. The cost of the bond shall be included in the contract sum. I.Pre-Bid Site Inspection.A pre-bid site inspection will be held on Wednesday, September 16, 2009 at 1000 hours. It will begin at the Administration Building Conference Room 122 and then proceed to the job site. Prior to submitting the bid, bidders are required to visit the facility to make field measurements, evaluations, etc. to become familiar with existing conditions. J.Drawings and Specifications 1.This Construction SOW contains material specifications and/or drawings relevant to the work. The Contractor shall review the project specifications and any drawings to become familiar with the extent of the work. The contractor shall not submit drawings and specifications to local or state building authority for approval or building permit without prior approval of the Buyer. 2.MTC makes no assurance to the Contractor as to the accuracy of the drawings and completeness of the specifications. For clarification of any part of the SOW, address questions to the Buyer. The Contractor shall be responsible for all incidental work not specified but required by building codes or professional practice for the complete and correct installation of the work. No allowance will be made for failure of the Contractor or subcontractors to correctly interpret and clearly understand the intent of the SOW and their responsibility to perform the work in full. K.Facility Operating Hours The Site shall remain in operation throughout construction. All anticipated interruptions to Site operations shall have prior approval from the Buyer in order to minimize disruption to Site operations. Contractor access to the work site shall be limited to the period from 0800 – 1530 hours, Monday – Friday. No materials or tools may be left at the job site at the conclusion of each work day. No work will be performed on weekends without prior approval from the Buyer. L.Supervision 1.The Contractor shall provide a competent job superintendent, job foreman, or lead man who is authorized to act for the contractor and will be on site daily to oversee and direct the work. The contractor’s employees shall conduct themselves in an orderly manner and abide by the Site rules and regulations as follows: a.Prior to entering the Site, sign the visitor log at Security Office b.Observe security regulations c.Shall not be permitted to use the food services facilities (at Site’s discretion) d.Shall not fraternize with students e.Shall not consume or transport alcohol, drugs or firearms onto the Site 2.The Site reserves the right to direct the removal from the premises any contractors’ employee or sub-contractor for conduct in violation of Site regulations and which is deemed detrimental to Sites operation. M.Notice to Proceed 1.Upon receipt of written “Notice to Proceed” from the Buyer, the contractor shall begin the work within fourteen (14) days from date of notice. 2.A pre-construction meeting shall be held at the Site after execution of the contract. 3.Prior to commencing work, the Contractor shall submit to the Buyer a list of all employees (name and title or trade) who are or will be assigned to work on the project. The Contractor shall update the “authorized” list, adding or deleting names as necessary. The list will be maintained at the Security office, main gate. Employees showing up at the main gate whose names are not on the authorized list shall be denied access to the Site. 4.Employees/subcontractors must show valid driver’s license and proof of auto insurance before their vehicles will be permitted on Site. N.Construction Schedule The Contractor shall submit a detailed schedule (i.e. bar chart or similar chart) for construction progress to the Buyer for review and approval prior to commencing work. O.Protection and Safety 1.The contractor shall maintain a clean and safe work area. 2.The Contractor shall provide temporary barricades/fencing and other forms of protection to protect construction workers, MTC staff and students from injury. The contractor shall protect from damage existing facilities and finishes that are to remain, and promptly repair damages to existing facilities at no additional cost to the contract. 3.The Contractor shall receive and store all materials, equipment, and other items to be used in accomplishing the work and to protect them against loss or damage. The Contractor shall be responsible for all equipment and materials brought on the Site. Damaged or missing/lost items shall be replaced at the contractor’s expense. 4.The contractor shall submit to the Site safety officer, Material Safety Data Sheets (MSDS) on all construction materials of a hazardous nature that will be brought on Site. P.Temporary Facilities and Staging Area Mobile storage/office facilities shall be the responsibility of the contractor. Coordinate with the Site for location of a staging area and vehicle parking. Electricity will be made available by the Site. Connection to existing power shall be by the contractor. Q.Collection and Disposal of Waste The contractor shall, at the end of each work day, store properly and secure all hazardous and potentially dangerous material substances used in the work. Construction debris shall be collected daily by the contractor. Disposal shall be off Site, in accordance with applicable law. The contractor shall be responsible for all fees. Permits, etc., required for construction waste management and disposal. Copies of Certificates of Disposal for hazardous materials must be submitted to the Buyer. R.Project Coordination The Buyer, Contractor and Site shall hold weekly or bi-weekly meetings for the purpose of coordinating project activities, discuss administrative issues, submittals, Change Order (CO) requests and proposals, resolve conflicts, update schedules, review progress and payment applications. The Contractor will submit updated list of subcontractors/employees to the Buyer. S.Changes in the Work 1.When a question arises during the work, the Contractor shall submit in writing a Request for Information (RFI) to the Buyer. The answer or solution to the RFI will be discussed in the Progress Meeting. 2.Minor changes in the work, recommended by the Site or Contractor that do not involve a change to the Contract Sum or the Performance time shall be made after written instruction from the Buyer authorizing the Contractor to proceed with the agreed upon changes. 3.When changes in the work involve adjustment to the Contract Sum or the Performance time, or both, the Contractor shall submit to the Buyer in writing a Change Order with the following: a.The RFC shall include a statement outlining the reason for the change, i.e. unforeseen conditions, product substitution, value engineering, etc. and a complete description of the change. b.Include a list of quantities of products to be purchased and unit costs. Indicate the amount of trade discounts, if any. c.Show equipment rental costs, delivery charges, applicable taxes, other fees. d.If product or system substitution is being requested provide complete supporting data from both specified product/system and proposed substitute product/system. e.Include a statement indicating the effect the proposed change will have on the Contract performance time (number of days added or deleted) to the construction schedule. f.Show the total cost of the proposed change. In such change order proposals that increase the contract sum, profit and overhead shall be computed as follows: 1.The Contractor’s combined profit and overhead on work performed by his own crews shall not exceed 20% of the total direct costs. 2.The Contractor’s commission (mark-up) on work performed by his subcontractors shall not exceed 10% of the direct total costs. 3.Subcontractor profit and overhead shall not exceed 20% of total direct costs. g.When the Site and the Contractor both agree to the change request as proposed or as modified, the Contractor will submit a contract modification (change order) for the Contractor’s signature and the Center Director’s signature, approving the change. Contract modifications shall be executed as Change Orders on AIA Document G 701 or equivalent. h.The Contractor is responsible to keep the work progressing on schedule. Requests for changes in the work shall not be considered as instruction to delay or stop work. Work on the requested change shall not be performed until after the Change Order (CO) has executed. T.Progress Payments to Contractor 1.Submit applications to the Buyer monthly as the work proceeds or at intervals of percentage completion. No more than three progress payments will be made on this project. 2.Use American Institute of Architects (AIA) forms for payment application. 3.Schedule of Values a.Prior to the first application for payment, the Contractor shall submit the Schedule of Values as a basis for the Buyer to compute the value of the work completed to date for approval of the progress payment. b.The Schedule shall list the installed value of the component parts of the construction work in sufficient detail for the Buyer to accurately verify the value of work in place. c.For payment requests that include stored materials, breakdown the value: 1-the cost of the materials, delivered and off loaded, with taxes paid (if any) and 2.-the total installed value. To receive payment for stored materials, materials must be stored in a bonded warehouse. Contractor shall provide purchase orders and bonded storage documentation with payment request. d.Break down the value of major component parts into sub-values for each major product or construction trade operation. e.For the various components listed on the Schedule, the value of each shall include a directly proportional amount of the Contractor’s overhead and profit. 4.Retainage a.The Site shall retain ten percent (10%) of the requested progress payment amount until substantial completion and acceptance of the installed work. b.When the work is substantially completed, the Site shall retain only an amount considered adequate to complete or correct any unfinished and/or unacceptable items noted on the finial punch list. U.Substantial Completion 1.When the work is substantially complete, the Contractor shall notify the Buyer in writing requesting inspection of the work. A substantial completion inspection shall be conducted by the Site and the Contractor to develop a punch list consisting of items that are incomplete, do not meet the specifications, or are not of acceptable workmanship. When the Site accepts the project as substantially complete, the Site will take occupancy and the Contractor will issue the Substantial Completion Certificate. The date of substantial completion stops the performance time clock and establishes the date of commencement of manufacturer’s warranties and guarantees. The Contractor shall submit their written Guarantee of Workmanship, Labor and Materials for the period established by the state’s statute of limitations. (typically one (1) year). 2.The contractor shall provide to the Site at the substantial completion, two complete operation and maintenance manuals (O&M) including manufacturer’s product data sheets for all equipment supplied, detailed parts lists and equipment maintenance requirements. In addition, submit certificates of manufacturer’s warranties and guarantees for equipment and materials installed as part of the project. 3.The Contractor shall provide a Substantial Completion Pay Request. The pay request will include the remaining dollar value of the contract, plus retainage, less liquidated damages if accessed, and less the amount agreed upon for correcting the punch list items. 4.The contractor shall provide training for Site personnel in the operation and maintenance of new equipment. V.Final Acceptance – Contract Closeout When the Contractor has completed all of the work on the punch list, they shall submit to the Buyer the Notice of Final Completion and Final Pay Request, in addition to, the following documents: a.Consent of Surety to Final Payment b.Contractor’s Certificate of Release of Liens c.Contractor’s Certificate of Payment of Debts and Claims d.Final Davis Bacon Payroll Reports Federal Acquisition Regulations (FAR) The contractor shall be required to adhere to the FAR Clause(s) applicable to this project. The section and title of the applicable clause(s) is listed below. 52.252.2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es):http://www.arnet.gov/far/. a.All Construction Contracts: 52.203-15 Whistleblower Protections Under the American Recovery & Reinvestment Act of 2009. 52.204-9 Personal Identity Verification of Contractor Personnel 52.204-11 American Recovery & Reinvestment Act – Report Requirements 52.211-12 Liquidated Damages 52.219-8 Utilization of Small Business Concerns 52.222-4 Contract Work Hours and Safety Standards Act 52.222-7 Withholding of Funds 52.222-11 Subcontracts (Labor Standards) 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-50 Combating Trafficking in Persons 52.223-15 Energy Efficiency in Energy-consuming Products 52.224-01 Privacy Act Notification 52.225-13 Restrictions on Certain Foreign Purchases 52.228-15 Performance and Payment Bonds – Construction 52.232-8 Discounts for Prompt Payment 52.232-13 Notice of Progress Payments 52.232-16 Progress Payments 52.232-18 Availability of Funds 52.232-27 Prompt Payment for Construction Contracts 52.233-3 Protest after Award 52.236-5 Material and Workmanship 52.236-7 Permits and Responsibilities 52.236-9 Protection of Existing Vegetation, Structures, Equipment, Utilities and Improvements 52.243-1 Changes-Fixed-Price 52.243-3 Changes-Time and Material or Labor Hours 52.243-4 Changes 52.244-6 Subcontracts for Commercial Items 52.225-21 Required Use of American Iron, Steel, and other Manufactured Goods – Buy American Act –Construction Materials b.For all Construction Contracts in excess of $2,000 (include all of the above): 52.222-6 Davis-Bacon Act 52.222-8 Payrolls and Basic Records 52.222-9 Apprentices and Trainees 52.222-10 Compliance with Copeland Act Requirements 52.222-13 Compliance with Davis-Bacon and Related Act Regulations 52.222-12 Contract Termination-Debarment 52.222-14 Disputes Concerning Labor Standards 52.222-15 Certification of Eligibility 52.222-17 Labor Standards for Construction c.For all Construction Contracts greater than $10,000 (include all of the above): 52.222-22 Previous Contracts and Compliance Reports 52.222-27 Affirmative Action Compliance Requirements for Construction 52.222-36 Affirmative Action for Workers with Disabilities d.For all Construction Contracts greater than $30,000 (include all of the above): 52.209-6 Protecting the Government’s Interest When Subcontracting with Contractor Debarred, Suspended, or Proposed for Debarment e.For all Construction Contracts greater than $100,000 (include all of the above): 52.203-6 Restrictions on Subcontractor Sales to the Government 52.203-7 Anti-kickback Procedures 52.203-12 Limitation on Payments to Influence Certain Federal Transactions 52.209-5 Certificate Regarding Debarment, Suspension 52.215-2 Audit and Records – Negotiation (Alternate I) 52.215-12 Subcontractor Cost or Pricing Data 52.215-13 Subcontractor Cost or Pricing Data-Modifications 52.222-2 Payment of Overtime Premiums 52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees 52.227-1 Authorization and Consent 52.223-14 Toxic Chemical Release Reporting 52.236-2 Differing Site Conditions 52.236-3 Site Investigation and Conditions Affecting the Work 52.236-6 Superintendence by the Contractor 52.236-8 Other Contracts 52.236-10 Operation and Storage Areas 52.236-11 Use and Possession prior to Completion 52.236-12 Cleaning Up 52.236-13 Accident Prevention Schedule for Construction f.For all Construction Contracts greater than $550,000 (include all of the above): 52.219-9 Small Business Subcontracting Plan g.For all Construction Contracts greater than $650,000 (include all of the above): 52.215-11 Price Reduction for Defective Cost and Pricing Data 52.203-2 Cost Accounting Standards 52.230-3 Disclosure and Consistency of Cost Accounting Practices 52.230-6 Administration of Cost Accounting Standards h.For all Construction Contracts greater than $5.000,000 (include all of the above): 52.203-13 Contractor Code of Business Ethics and Conduct 52.203-14 Display of Hotline Poster   SECTION II. EXTENT OF THE WORK Dormitory 20 consists of Residential Advisor offices, sleeping rooms, student lounges, and bathrooms. Remove existing fin tube radiator heaters and replace with approximately 60 fan coil units. Fan coil units must be equal to or greater than: Trane model # FJB0201JFBOH1GAH200000AOBBB. First Floor –Approximately 28 units Second Floor – Approximately 31 units Attached to this CBP is a floor plan for each floor, technical specifications of the Trane model heater listed and current Davis / Bacon wage determination listing. Tag Data - Cabinet Unit Heaters ItemTag(s)QtyDescriptionModel Number A1FC 11Unit Cabinet Heater (Force-Flo)FFJB0201K Product Data - Cabinet Unit Heaters Item: A1 Qty: 1 Tag(s): FC-1 Force-Flo cabinet heater Vertical slope top Size 020 115v/60hz/1ph With piping, left hand connection Front bar grille return Top bar grille supply Color to be selected from Trane Standard Colors by the Architect Locking panel & keylock access door Free discharge fan motor 2 row hot water coil 144 Fins Per Foot Manual air vent 1" throwaway filter + 1 extra (Fld) 2 way, 2 position, normally open (30 psig) heating control valve - Cv = 2.3 Deluxe ball valve (supply) & Armstrong return valve CS T-Stat Interface Unit mounted fan speed switch, low voltage Agency Certification All standard units are UL and CUL labeled and approved. Vertical Cabinet Basic Construction The basic unit includes a chassis, coil, fan(s) and fan casing(s), fan board and motor(s). The fan board assembly includes a quick disconnect motor plug. The chassis is the structural frame constructed of 18 gauge galvanized steel. The unit is acoustically insulated with closed cell insulation. The front panel is fabricated from 16 gauge galvanized steel. All other panels are fabricated from 18 gauge galvanized steel. All cabinets are made rigid by channel forming. Side panels are removable for piping access. The hinged access door is flush with the unit. Unit Finish All cabinet parts are cleaned, bonderized, phosphatized, and painted with one of six decorator colors. Standard finish meets ASTM B117 specifications (salt spray test). Fan The galvanized steel fan wheels are centrifugal forward-curved and double-width. Fan wheels and housings are corrosion resistant. Fan housings are constructed of formed sheet metal. Coil All hot water coils are burst tested at 450 PSIG (air) and leak tested at 100 PSIG (air under water). Maximum main coil working pressure is 300 PSIG. Maximum entering water temperature is 200 degrees F (93 degrees C). Tubes and U-bends are 3/8" (10 mm) O.D. copper. Fins are aluminum and are mechanically bonded to the copper tubes. Coil connections are expanded to accept standard 5/8" (16 mm) O.D. copper tubing. Coil Air Vents - Manual A manual air vent shall be provided on the hydronic coil and is rated at 300 psig. Motor All permanent split capacitor motors are run tested in assembled units. All motors have integral thermal overload protection and are permanently lubricated. Motors are capable of starting at 78 percent of rated voltage and operating at 90 percent of rated voltage on all speed settings. Motors can operate at 10 percent over rated voltage. Piping Package - (LH) Two-pipe, left hand piping package is factory-tested and installed. All piping packages are burst tested at 450 PSIG (air) and leak tested at 100 PSIG (air under water). The interconnecting piping maximum working pressure is 300 PSIG. Deluxe Ball & Manual Circuit Setter The deluxe accessory piping package is provided. Piping accessories included in this package are unions on the supply and return lines with a strainer on the supply with a maximum operating pressure of 400 psig. A ball valve is mounted on the supply line and a balancing valve is mounted on the return line. The ball valve is a shut-off or stop type valve only with a maximum operating pressure of 400 psig. The balancing valve is a manual circuit setter type and includes two P/Ts plugs. This valve doubles as a flow control device and a shut-off valve with a maximum operating pressure of 175 psig. Main Control Valve The piping package also includes a 2-way, normally open (spring-return) control valve mounted in the return line of the factory-installed piping package. The valve is rated for a maximum pressure differential of 30 psig across the valve, and the maximum operating pressure of the valve is 300 psig. Installation Note WARNING: Tighten all unions when piping units. Factory tightens unions, but they may loosen during shipping. CSTI - Thermostat Interface The control interface is for use with a field-supplied low voltage thermostat. It includes low voltage components with end devices pulled to a terminal strip. Unit-mounted Low Voltage Fan Speed Switch A unit-mounted fan speed switch (Off/High/Med/Low) is factory-mounted and wired with the Fan Coil unit. Also included is a 24 volt control transformer and 3 fan relays that are factory mounted and wired in the control box. The unit requires only a single point power connection. Throwaway Filter The filter is concealed from sight and easily removable. A one inch (25 mm) throwaway filter is provided in the unit. Keylock Panel & Access Door A key-operated locking panel and access doors are provided on the unit. GENERAL DECISION: NV20080006 08/28/2009 NV6 Date: August 28, 2009 General Decision Number: NV20080006 08/28/2009 Superseded General Decision Number: NV20070013 State: Nevada Construction Type: Building County: Washoe County in Nevada. BUILDING CONSTRUCTION PROJECTS (does not include single family homes or apartments up to and including 4 stories). Modification Number Publication Date 0 02/08/2008 1 02/15/2008 2 04/04/2008 3 05/02/2008 4 05/23/2008 5 06/06/2008 6 06/13/2008 7 07/11/2008 8 08/22/2008 9 10/10/2008 10 11/07/2008 11 06/12/2009 12 07/03/2009 13 07/24/2009 14 08/14/2009 15 08/28/2009 BRNV0013-001 08/01/2008 Rates Fringes BRICKLAYER.......................$ 22.94 9.14 ---------------------------------------------------------------- BRNV0013-003 07/01/2008 Rates Fringes MARBLE MASON.....................$ 24.74 9.08 TILE FINISHER....................$ 16.84 7.18 TILE SETTER......................$ 23.24 9.08 ---------------------------------------------------------------- CARP0971-001 07/01/2009 Rates Fringes CARPENTER (Including Drywall Hanging,Form Worker,and Metal Stud Installation)...............$ 27.54 10.76 ZONE PAY: ZONE 1: All work within 50 road miles of either Carson City Courthouse or Washoe County Courthouse shall be considered a Free Zone. ZONE 2: All work within 50 to 150 road miles of the Washoe County Courthouse shall receive $3.00 additional per hour. ZONE 3: All work within 150 to 300 road miles of the Washoe County Courthouse shall receive $4.00 additional per hour. ZONE 4: Any work performed in excess of 300 road miles of the Washoe County Courthouse shall receive $5.00 additional per hour. ---------------------------------------------------------------- ELEC0401-001 06/01/2008 Rates Fringes ELECTRICIAN......................$ 30.90 13.02+3% ---------------------------------------------------------------- ENGI0003-001 07/01/2009 Rates Fringes POWER EQUIPMENT OPERATOR (03)Excavator and Grader (Finishing and Non- Finishing)..................$ 29.79 16.02 (03)Forklift (under 20 ft) and Skid Loader/Bobcat......$ 28.74 16.02 (04)Forklift (20 ft and over).......................$ 29.48 16.02 (06)Base Roller (Ride Along) and Paver (Incl. Asphalt)....................$ 29.95 16.02 (08)Bulldozer, Loader (up to and including two and one-half [2-1/2] cu. yds.) and Scraper.................$ 30.79 16.02 (09)Mechanic................$ 31.11 16.02 (10)Loader (over two and one-half [2-/12] cu. yds. up to and including four [4] cu. yds) and Grade Setter......................$ 31.46 16.02 (11)Loader (over four [4] cu. yds. up to and including twelve [12] cu. yds.).......................$ 31.89 16.02 (11A)Loader (over twelve [12] cu.yds.................$ 33.53 16.02 Base Roller (Ride Along) and Paver (Incl. Asphalt)..$ 28.34 13.65 Bulldozer, Loader (up to and including two and one- half [2-1/2] cu. yds.) and Scraper.....................$ 28.93 13.65 Excavator and Grader (Finishing and Non- Finishing)..................$ 29.79 13.65 Forklift (20 ft and over)...$ 27.62 13.65 Forklift (under 20 ft) and Skid Loader/Bobcat..........$ 26.88 13.65 Loader (over four [4] cu. yds. up to and including twelve [12] cu. yds.).......$ 30.03 13.65 Loader (over twelve [12] cu.yds......................$ 31.67 13.65 Loader (over two and one- half [2-/12] cu. yds. up to and including four [4] cu. yds) and Grade Setter...$ 29.60 13.65 Mechanic....................$ 29.25 13.65 AREA PAY (Free Area and Remote Area Rates) AREA 1 PAY SCALE: All that area falling within fifty (50) road miles of either the Carson City Courthouse or the Washoe County Courthouse shall be considered a free area for the purpose of this agreement; AREA 2 PAY SCALE: All work falling between fifty (50) and one hundred and fifty (150) road miles of the Washoe County Courthouse shall be computed at an additional $2.00 per hour; AREA 3 PAY SCALE: All work falling between one hundred and fify (150) and three hundred (300) miles of the Washoe County Courthouse shall be computed at an additional $4.00 per hour; AREA 4 PAY SCALE: Any work performed in excess of three hundred (300) road miles of the Washoe County Courthouse shall be computed at an additional $4.00 per hour. ---------------------------------------------------------------- IRON0118-002 07/01/2009 Rates Fringes IRONWORKER (Ornamental, Reinforcing, and Structural).....$ 33.00 23.71 ---------------------------------------------------------------- LABO0169-009 10/01/2006 Rates Fringes LABORER (1) Common or General, Cone Setter, Compactor (Asphalt & Dirt) handheld for patchwork...............$ 21.25 6.87 (1A) Flagger................$ 18.38 6.87 (3) Asphalt Shoveler, Concrete Saw, Concrete Vibrator, Form Stripping, Jackhammer, Mason Tender - Cement/Concrete, Plaster Tender, Rigging/Signaling for Crane, Trencher-hand guided......................$ 21.50 6.87 (4) Asphalt Dumpman, Asphalt Raker, Pipelayer....$ 21.75 6.87 (5) Asbestos Removal (Floor, Wall, Ceiling)......$ 22.05 6.87 ---------------------------------------------------------------- PAIN0567-009 07/01/2009 Rates Fringes SOFT FLOOR LAYER, Including Vinyl and Carpet.................$ 26.41 9.85 ---------------------------------------------------------------- PAIN0567-013 07/01/2009 Rates Fringes PAINTER Drywall Finishing...........$ 26.54 8.95 Paperhanger, Spray..........$ 24.79 7.75 Prep, Brush, Roller.........$ 23.94 7.75 ---------------------------------------------------------------- PLAS0797-003 10/01/2007 Rates Fringes CEMENT MASON/CONCRETE FINISHER...$ 20.82 11.43 ---------------------------------------------------------------- PLAS0797-006 07/01/2007 Rates Fringes PLASTERER........................$ 21.16 10.11 ---------------------------------------------------------------- * PLUM0350-006 08/01/2009 Rates Fringes PLUMBER/PIPEFITTER...............$ 29.08 9.97 ---------------------------------------------------------------- SFNV0699-001 04/01/2008 Rates Fringes SPRINKLER FITTER (Fire Sprinklers)......................$ 36.35 15.55 ---------------------------------------------------------------- SHEE0026-001 08/01/2008 Rates Fringes SHEETMETAL WORKER (Including HVAC Duct Installation and Metal Roof)......................$ 29.14 13.46 ---------------------------------------------------------------- SUNV2007-004 08/01/2007 Rates Fringes FENCE ERECTOR....................$ 15.27 3.03 LABORER: Landscape..............$ 9.85 0.00 LABORER: Mason Tender - Brick...$ 15.96 0.00 OPERATOR: Backhoe...............$ 16.67 0.00 OPERATOR: Trencher..............$ 27.96 0.00 ROOFER, Excluding Metal Roofs....$ 14.23 3.03 TRUCK DRIVER: Dump Truck........$ 16.90 0.00 TRUCK DRIVER: Water Truck.......$ 17.22 2.45 ---------------------------------------------------------------- TEAM0533-003 07/01/2008 Rates Fringes TRUCK DRIVER Flatbed.....................$ 20.15 11.64 ---------------------------------------------------------------- WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. ======================================================== Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29 CFR 5.5(a)(1)(ii)). ---------------------------------------------------------------- -- In the listing above, the "SU" designation means that rates listed under the identifier do not reflect collectively bargained wage and fringe benefit rates. Other designations indicate unions whose rates have been determined to be prevailing. ---------------------------------------------------------------- -- WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in he matter? This can be: * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis-Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4.) All decisions by the Administrative Review Board are final. END OF GENERAL DECISION
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOL/ETA/sierranevadajcc/081409-3/listing.html)
- Record
- SN01933679-W 20090902/090901000430-3b5b8c1488708f7875b9e89190cc2daf (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 |