Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 11, 2010 FBO #3029
MODIFICATION

Y -- LRJCC 2010 CRA Construction Projects

Notice Date
3/9/2010
 
Notice Type
Modification/Amendment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of Labor, Employment Training Administration, Little Rock Job Corps Center, 2020 Vance Street, Little Rock, Arkansas, 72206-1651
 
ZIP Code
72206-1651
 
Solicitation Number
CRA_LRCJ_10
 
Archive Date
3/31/2010
 
Point of Contact
Cherise A. Knapp, Phone: 5016182518
 
E-Mail Address
knapp.cherise@jobcorps.org
(knapp.cherise@jobcorps.org)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
I. Proposal Requirements Project: 2009-2010 CRA Projects Owner: US Department of Labor (DOL) Employment and Training Administration Center Operator: Adams and Associates, Inc Mailing address: Little Rock Job Corps Center 6900 Scott Hamilton Dr. Little Rock, Ar. 72209 Proposal Due Date: March 26, 2010 by 5:00 pm Central time Basis of Contract Award: Quality of Proposal Experience and expertise of Contractor Price Payment: The Center will make payment within 30 days of final invoice. Site Visit Date and Pre-bid conference: March 16, 2010 at 1:00pm Central time a) NOTE: Attendance at pre-bid conference is required for acceptance of contractor proposal and contract award. No allowance will be made for any errors on the contractor's part for failure to take into account any conditions or circumstances existing at the site which might affect the completion of work. The fact that a bid is submitted will be taken as evidence that the contractor has full knowledge of the extent and character of the complete scope of work and any problem to be encountered in performing the same. II. Project Description A. Scope of Project A: Storefront system around the Supervisory Counter in gym. i. Specific Requirements: Construct enclosure to following specifications Erect a storefront style enclosure around the currently open Supervisory Counter desk. The control desk monitors activities in the recreation area and entrance to the gymnasium. The space is 14' (l) x 9' (w) x 9' (h). A partial enclosure constructed of Plexiglas or glass (whichever provides the best durability) within a frame with a locking window and door with walls extending to approximately 7' high. • The frame will be aluminum around doors, and aluminum around windows. (The framing should match the existing Center design specifications) • The frame is expected to be an extension on top of the existing desk to allow maximum security and visibility. The anchorage will be left up to the discretion of the contractor. • Once the enclosure is complete, there should be one door which opens toward the center of the room where the pool tables are located. • The door material should match the existing doors in the offices in close proximity. (Wood finish door, aluminum hardware with locking door handle. Hardware is to match existing keying system. ) • The frame must not interfere with light switches for the common area. If it is determined that the switches need to be moved, then include this in the bid. • A sketch will be provided to calculate the quantity of material and where the door(s) and window(s) will be located. B. Scope of Project B: SGA Office within the Student Store. ii. Specific Requirements: Move furniture and Erect Shelving • Erect a shelving unit for storage in the old SGA office located in the rear of the student store. • The vacated office will have storage shelves which are appropriate for (dry?) food storage erected in the room. These shelves may be purchased or built from scratch if need be. C. Scope of Project C: Door Relocation and Vision Panel Installation. iii. Specific Requirements: Relocated Access Door Move access door for the aerobics room to a similarly rated 2 hour firewall. • Repair the location of the old door such that 2-hour rating is maintained. New door installation is to be such that 2-hour rating is maintained. Door is to be located in the corner closest to the weight room door. All repaired walls to be painted to match the existing wall. If the color cannot be exactly matched, paint to the nearest break on either side. D. Scope of Project D: Shift Manager Office in the dormitories. iv. Specific Requirements: Install a wall and run duct work Install a wall with a door in Dormitory B like the one in Dormitory A. Run HVAC ductwork to both spaces. • Install a partition connecting the interior corners of the entry vestibules. The partitions are to be 5/8" Fire Shield Gypsum Wall Board on both sides with sound attenuation. Door frame is to be hollow metal, welded frame. Door to be solid core, wood, matching the finish and color of the other doors in the dormitory. Hardware is to match existing keying system. Extend a supply and a return duct from the Commons into the bulkhead area in the newly created space. Separate the supply and return to avoid short circuiting of the supply air. All new partitions are to be painted, color chosen by the center. E. Scope of Project E: Install a service window in the Records Department and Remove the Wall between Rooms 134 and 136. v. Specific Requirements: Remove a wall and add a service window Remove a wall to create one large space. Install a service window that can be locked. • Remove the wall separating Room 134 and Room 136. Repair the exterior wall and interior wall. The interior wall is a one-hour rated wall. Repair the interior wall such that the one-hour rating is maintained. Paint the repaired wall areas to match existing wall. If color does not exactly match, paint to the nearest break. Repair the ceiling as needed where the existing wall is removed. • The service window will be a standard (36in. H x 36 in.W) sliding window which has a metal security roll down on the internal office side for added security. • The service window is a one hour rated wall and must comply with the building code and must be a rated assembly. • The bottom edge of the service window is expected to set 36 inches from the ground. • The window frame will be made of aluminum. • The lock must be internal for security purposes. A key lock will be needed to ensure security of the window. F. Scope of Project F: Install a service window in Finance vi. Specific Requirements: Add a service window Install a bullet proof (Lexan) service window that can be locked and functions with our security system.. • The service window will be a standard (36in. H x 36 in.W) sliding window which has a metal security roll down on the internal office side for added security. • The service window is a one hour rated wall and must comply with the building code and must be a rated assembly. • The bottom edge of the service window is expected to set 36 inches from the ground. • The window frame will be made of aluminum. • The lock must be internal for security purposes. A key lock will be needed to ensure security of the window. G. Scope of Project G: Install 4 130 Gallon Hot Water Storage Tanks vii. Specific Requirements: Install and network Hot water Storage Tanks Install 4 new 130 gallon hot water storage tanks and network them with our current water heater system. These tanks are to be installed in each of the mechanical rooms of the dormitories. The storage tanks are to be manufactured by the same manufacturer as the existing water heaters and are to be tied in as recommended by the manufacturer. The installation is to include all required piping and circulation pumps. Ensure that there is power available for the new pumps and install power if none is available. Warranties: a) The contractor is to provide written warranty for the above at time of completion of job. A 5-year warranty period is required for each storage tank, with a 3-year warranty for installation. IV Construction Requirements Center Regulations: Contractor and his employees shall abide by all of the Center's rules and regulations. There shall be no fraternization between contractor personnel and Job Corps Center students or personnel. The Contractor will be required to follow all Center safety and security requirements. Job Corps centers are drug-free and alcohol-free zones. No weapons may be brought onto a Job Corps Center. If smoking is permitted, it will be permitted only in areas designated by the Center Director. If the center is non-smoking, the contractor's employees may not smoke on center. Failure to abide by the requirements above may result is removal and banishment from the center of the offending staff. Management of Jobsite: The Contractor shall maintain a clean and safe workplace that is secured at the end of each working day. The security forces for the Little Rock Job Corps Center assume no responsibility for security for any of the equipment, material, or work of the contractor. The contractor shall be totally responsible for security of his material, equipment, personnel and work. The contractor shall notify the Center Security personnel of upcoming deliveries. The Contractor shall clear all deliveries with the Center's security personnel. Wage Rates: The bidders shall conform to the latest Davis-Bacon prevailing wage rate decisions for the area. Insurance: The Contractor shall obtain and maintain insurance as follows: Workman's Compensation/Employers Liability insurance, to meet New York statutory requirements Comprehensive General Liability ($1,000,000 per occurrence) Comprehensive Automobile Liability ($1,000,000/combined single limit) Fire Legal Liability ($500,000 per occurrence) The Contractor must cover any deductible costs. Upon contract award, the Contractor must add Little Rock Job Corps as additional named insured to the policies. Schedule: The Contractor shall submit a schedule for the work as part of the proposal. The project shall be completed within 60 days of the award of the contract. Written authorization is required to extend the 60 day completion requirements. The Center will authorize Notice to Proceed to successful bidder after review and written approval of the schedule. The Contractor needs to indicate required lead time for receipt of materials (particularly hot water storage tanks) that will affect schedule, advising the Center in the proposal of the lead-times that will impact completion requirements. Final Acceptance • There are 7 tasks that should be bid totaling one final price and the winning proposal will be based on a single price. The cost for each task may be broken out but only one price will be considered) • The Center's Maintenance Supervisor will be the primary contact for the Contractor throughout the performance of the project, providing the Center with project oversight certifying acceptable completion of each task and substantial completion of the entire project. The final inspection and acceptance shall determine the date for the commencement of the warranties and the date for payment. • The length of warranties for all work and any specific materials/equipment needs to be indicated. As specified earlier, the required warranty period for the hot water storage tanks should be 5 years, with 3 years for all connecting systems. We also desire specific warranty periods for doors and service windows. V. Proposal Form The Contractor's proposal shall be submitted on the Job Corps Center standard proposal form. The Contractor shall submit the following information with the proposal: • A list of materials and product data sheets proposed for use. • References • Copies of Insurance Certificates. Proposal Requirements Project: 2009-2010 CRA Projects Owner: US Department of Labor (DOL) Employment and Training Administration Center Operator: Adams and Associates, Inc Mailing address: Little Rock Job Corps Center 6900 Scott Hamilton Dr. Little Rock, Ar. 72209 Proposal Due Date: 1 week after site visit Evaluation Criteria: Cost Schedule Evaluation of adequacy of system proposed Financial strength of contractor to replace equipment if it does not meet specification. This will be supported by a performance bond. Payment: The Center will make payment within 30 days of final invoice. Site Visit Date: Month of March a) Contractor shall visit the site and familiarize himself with the conditions under which the work will be performed. No allowance will be made for any error on the contractor's part for failure to take into account any conditions or circumstances existing at the site which might affect the completion of work. The fact that a bid is submitted will be taken as evidence that the contractor has full knowledge of the extent and character of the complete scope of work and any problem to be encountered in performing the same. II. Project Description A. Scope of Project A: Storefront system around the Supervisory Counter in gym. i. Specific Requirements: Construct enclosure to following specifications Erect a storefront style enclosure around the currently open Supervisory Counter desk. The control desk monitors activities in the recreation area and entrance to the gymnasium. The space is 14' (l) x 9' (w) x 9' (h). A partial enclosure constructed of Plexiglas or glass (whichever provides the best durability) within a frame with a locking window and door with walls extending to approximately 7' high. • The frame will be aluminum around doors, and aluminum around windows. (The framing should match the existing Center design specifications) • The frame is expected to be an extension on top of the existing desk to allow maximum security and visibility. The anchorage will be left up to the discretion of the contractor. • Once the enclosure is complete, there should be one door which opens toward the center of the room where the pool tables are located. • The door material should match the existing doors in the offices in close proximity. (Wood finish door, aluminum hardware with locking door handle. Hardware is to match existing keying system. ) • The frame must not interfere with light switches for the common area. If it is determined that the switches need to be moved, then include this in the bid. • A sketch will be provided by contractor to calculate the quantity of material and where the door(s) and window(s) will be located. B. Scope of Project B: SGA Office within the Student Store. ii. Specific Requirements: Move furniture and Erect Shelving • Erect a shelving unit for storage in the old SGA office located in the rear of the student store. • The vacated office will have storage shelves which are appropriate for (dry?) food storage erected in the room. These shelves may be purchased or built from scratch if need be. C. Scope of Project C: Door Relocation and Vision Panel Installation. iii. Specific Requirements: Relocated Access Door Move access door for the aerobics room to a similarly rated 2 hour firewall. • Repair the location of the old door such that 2-hour rating is maintained. New door installation is to be such that 2-hour rating is maintained. Door is to be located in the corner closest to the weight room door. All repaired walls to be painted to match the existing wall. If the color cannot be exactly matched, paint to the nearest break on either side. D. Scope of Project D: Shift Manager Office in the dormitories. iv. Specific Requirements: Install a wall and run duct work Install a wall with a door in Dormitory B like the one in Dormitory A. Run HVAC ductwork to both spaces. • Install a partition connecting the interior corners of the entry vestibules. The partitions are to be 5/8" Fire Shield Gypsum Wall Board on both sides with sound attenuation. Door frame is to be hollow metal, welded frame. Door to be solid core, wood, matching the finish and color of the other doors in the dormitory. Hardware is to match existing keying system. Extend a supply and a return duct from the Commons into the bulkhead area in the newly created space. Separate the supply and return to avoid short circuiting of the supply air. All new partitions are to be painted, color chosen by the center. E. Scope of Project E: Install a service window in the Records Department and Remove the Wall between Rooms 134 and 136. v. Specific Requirements: Remove a wall and add a service window Remove a wall to create one large space. Install a service window that can be locked. • Remove the wall separating Room 134 and Room 136. Repair the exterior wall and interior wall. The interior wall is a one-hour rated wall. Repair the interior wall such that the one-hour rating is maintained. Paint the repaired wall areas to match existing wall. If color does not exactly match, paint to the nearest break. Repair the ceiling as needed where the existing wall is removed. • The service window will be a standard (36in. H x 36 in.W) sliding window which has a metal security roll down on the internal office side for added security. • The service window is a one hour rated wall and must comply with the building code and must be a rated assembly. • The bottom edge of the service window is expected to set 36 inches from the ground. • The window frame will be made of aluminum. • The lock must be internal for security purposes. A key lock will be needed to ensure security of the window. F. Scope of Project F: Install a service window in Finance vi. Specific Requirements: Add a service window Install a bullet proof (Lexan) service window that can be locked and functions with our security system.. • The service window will be a standard (36in. H x 36 in.W) sliding window which has a metal security roll down on the internal office side for added security. • The service window is a one hour rated wall and must comply with the building code and must be a rated assembly. • The bottom edge of the service window is expected to set 36 inches from the ground. • The window frame will be made of aluminum. • The lock must be internal for security purposes. A key lock will be needed to ensure security of the window. G. Scope of Project G: Install 4 130 Gallon Hot Water Storage Tanks vii. Specific Requirements: Install and network Hot water Storage Tanks Install 4 new 130 gallon hot water storage tanks and network them with our current water heater system. Install 4 new 130 gallon hot water storage tanks. These tanks are to be installed in each of the mechanical rooms of the dormitories. The storage tanks are to be manufactured by the same manufacturer as the existing water heaters and are to be tied in as recommended by the manufacturer. The installation is to include all required piping and circulation pumps. Ensure that there is power available for the new pumps and install power if none is available. Warrantees: a) The contractor is to provide written warranty for the above statements at time of completion of job (The length of the warranty needs to be specified. Is the warranty the same for all elements of the work? The warranty for the hot water storage tanks is probably 3 to 5 years. Check the website for the manufacturer of the water heater to determine the length of the standard warranty for the storage tank. Specifying a warranty longer will cost extra.) IV Construction Requirements Center Regulations: Contractor and his employees shall abide by all of the Center's rules and regulations. There shall be no fraternization between contractor personnel and Job Corps Center students or personnel. The Contractor will be required to follow all Center safety and security requirements. Job Corps centers are drug-free and alcohol-free zones. No weapons may be brought onto a Job Corps Center. If smoking is permitted, it will be permitted only in areas designated by the Center Director. If the center is non-smoking, the contractor's employees may not smoke on center. Failure to abide by the requirements above may result is removal and banishment from the center of the offending staff. Management of Jobsite: The Contractor shall maintain a clean and safe workplace that is secured at the end of each working day. The security forces for the Little Rock Job Corps Center assume no responsibility for security for any of the equipment, material, or work of the contractor. The contractor shall be totally responsible for security of his material, equipment, personnel and work. The contractor shall notify the Center Security personnel of upcoming deliveries. The Contractor shall clear all deliveries with the Center's security personnel. Wage Rates: The bidders shall conform to the latest Davis-Bacon prevailing wage rate decisions for the area. Insurance: The Contractor shall obtain and maintain insurance as follows: Workman's Compensation/Employers Liability insurance, to meet New York statutory requirements Comprehensive General Liability ($1,000,000 per occurrence) Comprehensive Automobile Liability ($1,000,000/combined single limit) Fire Legal Liability ($500,000 per occurrence) The Contractor must cover any deductible costs. Upon contract award, the Contractor must add Little Rock Job Corps as additional named insured to the policies. Schedule: The Contractor shall submit a schedule for the work. The project shall be completed within 60 days of the award of the contract. Written authorization is required to extend the 60 day completion requirements. The requirement for a schedule should also include when the schedule is to be submitted and should indicate that the work cannot commence until the Center has approved/accepted the schedule in writing. There may be a lead time for some of the materials (especially the hot water storage tanks) that may result in work taking longer than 60 days. Request that the contractor advise the Center of all long lead-time material which may impact the length of the construction. Final Acceptance The Contractor shall notify the Center's Maintenance Supervisor when the project is substantially complete, and shall request an inspection. The completion of this inspection shall determine the date for the commencement of the warrantees, and the date for payment. There are 7 tasks that should be bid totaling one final price and the winning proposal will be based on a single total price. The cost for each task may be broken out but only one price will be considered) The length of warranties should be indicated. Generally a year warranty is specified for the construction work, with a longer warranty for the hot water storage tanks and perhaps the doors. V. Proposal Form The Contractor's proposal shall be submitted on the Job Corps Center standard proposal form. The Contractor shall submit the following information with the proposal: A list of materials and product data sheets proposed for use. References Copies of Insurance Certificates
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOL/ETA/LRJC1/CRA_LRCJ_10/listing.html)
 
Place of Performance
Address: 6900 Scott Hamilton Dr., Little Rock, Arkansas, 72209, United States
Zip Code: 72209
 
Record
SN02086683-W 20100311/100309234706-69076f3848216e8ebb5a20ade2d4fac0 (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.