SOLICITATION NOTICE
38 -- This is a Subcontracting Oppurtunity with Adams & Associates, Inc. - Solicitation Package
- Notice Date
- 5/3/2013
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- Department of Labor, Employment Training Administration, Adams and Associates, In., 10395 Double R Blvd, Reno, Nevada, 89521, United States
- ZIP Code
- 89521
- Solicitation Number
- WS-100-13
- Archive Date
- 6/22/2013
- Point of Contact
- Suzanne Beasley, Phone: 410-696-9322, Dave Bonsal, Phone: 410-696-9331
- E-Mail Address
-
Beasley.Suzanne@jobcorps.org, Bonsal.Dave@jobcorps.org
(Beasley.Suzanne@jobcorps.org, Bonsal.Dave@jobcorps.org)
- Small Business Set-Aside
- N/A
- Description
- Please fill out packet attached and submit during walk thru on 05/15/2013 @ 10:00AM Plans and specifications are now available for the following project at the Woodstock Job Corps Center: Bid ID #: WS Project: Demolition of Building #5 - Deficiency # 60097 Location: 10900 Old Court Road, Woodstock, MD 21163 Bids Due: 06/07/13 @ C.O.B 4:30 PM Project Manager: David Bonsal Facility Manager; bonsal.david@jobcorps.org Procurement Officer: Suzanne Beasley, Beasley.Suzanne@jobcorps.org Pre-Bid Walk Thru: Wednesday May 15, 2013 @ 10:00AM Bid is required to be valid for 90 days. Please state this on all copies of bids submitted. Oral, telegraphic, telephonic, or faxed bids will not be accepted. Bids must be delivered to the attention of the Procurement Officer named above at Woodstock Job Corps Center; 10900 Old Court Road, Woodstock, MD 21163 on or before the bid due date. Minority business enterprises licensed in the State of Maryland are encouraged to respond to this solicitation notice. "THIS IS A SUBCONTRACTING OPPORTUNITY WITH ADAMS & ASSOCIATES, INC. C/O WOODSTOCK JOB CORPS CENTER" Attachment: Solicitation Package Solicitation Package ID# WS Building # 5 Demolition, Deficiency # 60097 SCOPE OF WORK WOODSTOCK JOB CORPS CENTER Woodstock Job Corps Center; 10900 Old Court Road, Woodstock, MD 21163 I. Proposal Requirements Project: The intent of this Scope of Work is to demolish building #5 The Old Women's Center. This is a two level wood frame building with a masonry foundation and 6,530 GSF. This demolition will include the removal of a 4,000 gal oil tank under COMAR 26.10.10.02, disconnect & reconnection of all utilities, removal of the heating boiler which is currently in the basement and will also include an asbestos inspection by an independent licensed inspector and certification that there is no regulated asbestos present, finished site work and lawn planting. All work will be in accordance with applicable codes and regulations. A more detailed description of the work may be found in Part V - "EXTENT OF WORK". Owner: US Department of Labor (DOL) Employment and Training Administration Center Operator: Adams and Associates, Inc. Mailing address Woodstock Job Corps Center at 10900 Old Court Rd, Woodstock MD 21163 Proposal Due Date: 6/7/13 COB 4:30 pm EST Evaluation Criteria: Evaluation Criteria Point Value PRICE: Responsible Contractor who can perform effective services at the lowest reasonable price 60 QUALITY: Demonstrated experience and knowledge capabilities; Technical Excellence; Management Capabilities; Personnel qualification; Quality of the Tender packages; Technical excellence including where necessary, technical drawings, blue prints, 20 PAST PERFORMANCE: Past services to center or list of references for verification purposes 10 SCHEDULE: Detailed explanation on how services will be carried out and the delivery timeframe. 10 TOTAL POINTS 100 Payment: The Center will make payment within 30 days of completion and acceptance of the project by the Department of Labor A&E Project Manager. Site Visit Date: 5/15/13 @ 10:00 a.m. (EST) Contractor shall visit the site and familiarize himself with the condition under which the work will be performed. No allowance will be made for any error on the contractors part for failure to take into account any conditions or circumstance existing at the site which might affect the contemplate 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 contemplate work and any problem to be encountered in the performing same. Contractor must be present at the walk thru for bid to be accepted. Table of Contents Scope of Work I. Proposal Information II. Project Description III. Specific Requirements IV Construction Requirements V. Proposal Submittal Requirements VI. Warranty and Permits Attachments I. Sample subcontract template & relevant terms / conditions / clauses II. SF 1413 III. Conditional waiver and release upon final payment IV. W-9 Form V. Vendor Questionnaire VI. Davis Bacon Act Notice a. Fact Sheet b. Wage and hour form c. Prevailing Wage information VII. Conditional Waiver and Release upon final payment II Project Description: The intent of this Scope of Work is to demolish building #5 Old Women's Center. This is a two level wood frame building with a masonry foundation and 6,530 GSF. This demolition will include the removal of a 4,000 gal oil tank under COMAR 26.10.10.02, disconnect & reconnection of all utilities, removal of the heating boiler which is currently in the basement and will also include an asbestos inspection by an independent licensed inspector and certification that their is no regulated asbestos present, finished site work and lawn planting. All work will be in accordance with applicable codes and regulations. A more detailed description of the work may be found in Part V - "EXTENT OF WORK. III Specific Requirements: a) The contractor shall prepare a hazardous materials inspection and abatement plan. After an abatement plan is approved, removal of all hazardous materials shall be completed before demolition of the buildings can proceed. Abatement and removal of all hazardous materials including as necessary to comply with local state and federal regulations, but not limited to, asbestos, PCB containing equipment, lead-based paint, mercury, and any other hazardous materials and equipment within the confines of the buildings shall be included in the Contract. b) The contractor shall provide services for any additional testing that may be required after removal of all hazardous materials. The Scope of Work includes removal and proper disposal of all demolished debris including building materials, underground and aboveground utility lines, and unused equipment within the confines of the buildings. c) A pre-construction meeting shall be held at the center after execution of the contract and prior to commencement of the work. Those in attendance may include the ESC PM, and the Center Director or his/ her representative. The contractor and major sub-contractors shall attend the meeting. The meeting agenda shall include significant items which could affect the progress, demolition schedule, critical sequencing, use of premises, and policies governing interaction with center staff and students. d) For work scheduling, the contractor shall provide a sequenced demolition 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. e) The contractor shall provide an appropriate security system and facilities to protect WORK and buildings from unauthorized entry, vandalism, and theft. The center shall not be held to have incurred any liability for loss of, and damage to, materials, tools, and equipment of contractor by contract or otherwise. The center shall not in any way be liable or responsible for damage or loss to Work due to trespass or theft. f) 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. g) As-built construction drawings of the buildings involved are not available. The contractor is required to familiarize himself with the existing conditions affecting the work through site verification. The contractor will be responsible for verification of all dimensions, layout, and conditions in and around the demolition area involved. The contractor shall inform the center immediately of any unforeseen conditions which may affect the work. h) 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 demolition, as a part of this contract. Restoration of damaged elements or surfaces shall be promptly executed in like materials, as a part of this contract. i) The contractor shall maintain a clean and safe work area throughout the period of demolition. The contractor shall, at the end of each work day, secure all demolition debris and hazardous and potentially dangerous materials used in the work. The contractor shall collect demolition 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 demolition dust, dirt and debris on a daily basis. The contractor shall be responsible for all fees, permits, etc., required for waste disposal. j) 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. k) The contractor and all persons employed under the contract: Shall observe all security regulations in effect at the center; Shall not be permitted to use the food service facilities at the center; Shall not fraternize with the students or staff of the center; Shall not consume or transport any alcoholic beverages or drugs on the center; Shall not transport any firearms on the center. Persons violating the above shall be dealt with in an appropriate manner. l) 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). m) The contractor will coordinate with the center for locations of staging areas, and vehicle parking. n) Water and electricity will be made available by the center. Connections to existing power and water shall be by the contractor. Following completion, the contractor shall return the site conditions to their original state. o) 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 execution 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. p) 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. q) 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 10 days of issue of Notice to Proceed (NTP) by the center. All work, including punch list items, shall be completed within 8 weeks after written NTP. r) 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 demolition sequence schedule. 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. Codes: The contractor will conform to all applicable state and local codes, ordinances, and regulations including the national building code commonly used in the area. All conflicts and requests for interpretation or clarification shall be submitted to the Woodstock Job Corps Center. 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 Maryland, Baltimore County shall prevail if they are more stringent than those of the Federal Government. The contractor shall notify federal, state and local authorities of the demolition, asbestos abatement and hazardous materials removal. The contractor shall acquire and pay for all permits and fees required for demolition, lead-based paint, asbestos work, and all other hazardous waste materials identified. The contractor shall not submit plans or specifications to any local authority without the prior approval of the Woodstock Job Corps Center Director or designated representative. Because the work may disturb painted wall surfaces, the contractor shall comply with the requirements of 29 CFR 1926.62 and state and local requirements for lead-based paint. For the purposes of this demolition work, the contractor shall collect samples as necessary to determine whether waste will be hazardous in accordance with 40 CFR 261. All demolished debris shall be disposed of in accordance with applicable solid and hazardous waste regulations. The contractor's responsibility for safety related requirements extends to all impacted areas and access ways affected by the work as in Life Safety Code NFPA- 101. IV Construction Requirements a) The contractor shall collect video recordings of the Buildings to be demolished and the surrounding properties and public rights-of-way prior to the start of demolition and provide 3 copies of the video to the center and the ESC. Coordinate the format of the video recording with the ESC's representative. b) The contractor shall take measures to protect neighboring buildings and equipment from damage during demolition activities. The cost to repair such damages to its original condition is the responsibility of the contractor. c) The contractor shall ensure the security of operations and storage areas to preclude all breaches of security including, but not limited to, vandalism and/or theft that can impact the timely and successful completion of the work. The contractor shall prevent unauthorized entrance or occupancy of the buildings. The contractor shall secure and package the boiler and associated accessories for future use. d) The contractor shall disconnect existing water line to Building #5 and than locate existing water lines for Buildings #7 and the Sewer Treatment Plant and resupply those lines from Building #6. e) The contractor shall supply and install new overhead electric lines from the 3 pole mounted transformers to Building #7 (Service size 125 Amp single Phase 120/208 volts ) and connect to existing panel in Building #7. f) An asbestos survey of the center's buildings was conducted in 1991. The results of the survey and subsequent lab tests confirm the presence of asbestos-containing materials (ACM) in certain locations of the buildings. A copy of the report will be made available to the contractor. All asbestos-containing materials, whether or not included in the original report, shall be removed and legally disposed of as necessary to complete the demolition work. g) Friable ACM shall be removed and disposed of prior to building demolition. Non-friable ACM shall be removed and disposed of prior to building demolition only as necessary to comply with the EPA National Emissions Standard for Hazardous Air Pollutants (NESHAP) (40 CFR 61 Subpart M), and applicable State and Local regulations. A written description signed and sealed by a certified industrial hygienist of any non-friable asbestos to remain in the building during demolition will be submitted prior to demolition activities. h) All asbestos abatement and poly-chlorinated biphenyls (PCB) ballast removal shall be done by licensed, trained asbestos workers, supervisors, and contractors. An asbestos abatement work plan shall be prepared by a licensed, trained asbestos project designer for submission. The Asbestos abatement work plan shall include the list, location and quantity of materials to be abated, methods of abatement, containment setup and location, decontamination procedures, respiratory protection, all worker licenses, training certifications and medical certifications, and disposal plan including transportation and final disposal location. All asbestos work shall be done in accordance with applicable federal, state, and local regulations. The contractor shall provide the services of an independent industrial hygienist or environmental consultant to conduct on-site project monitoring and air monitoring services during asbestos abatement, including laboratory services as needed. The consultant shall: i) Conduct a field investigation to identify ACM affected by the demolition activities. It is not intended that the ACM previously identified will be retested. However, suspect ACM not previously identified should be sampled to determine asbestos-content. Floor tile and mastic previously untested or tested and found to be non-asbestos shall be sampled and analyzed using the Transmission Electron Microscopy method. j) Conduct a field investigation for PCB fluorescent light ballasts and mercury lamps and switches impacted by this project only. Unlabeled fluorescent light ballasts shall be assumed to be PCB-containing. Note leaking PCB ballasts for special removal and disposal per 40 CFR 761. Remove and dispose of PCB containing and PCB contaminated devices and mercury lamps and switches per 40 CFR 761 and 40 CFR 260-269. k) Conduct on-site project monitoring and air-monitoring services during asbestos abatement including laboratory services as needed: l) Baseline air sampling (prior to abatement) with Phase Contrast Microscopy (PCM) laboratory analyses. m) In-progress air monitoring and sampling to comply with 29 CFR 1926.1101. n) Final visual clearance inspections and final clearance air sampling using aggressive air sampling techniques. Sampling shall be conducted in compliance with all applicable Federal, State, and Local requirements. The contractor will pay for all costs for additional sampling and analyses resulting from improper execution of the asbestos removal or final clean up. o) Submit a final abatement report certifying that asbestos abatement work has been completed in accordance with all applicable Federal, State, and Local regulations. Submit copies of waste manifests for disposal of asbestos-containing materials. p) Underground Tank Removal Prepare a Work Plan and a site specific Health and Safety Plan (HASP) as required by the Occupational Safety and Health Administration (OSHA). Complete the thirty (30) day notice paperwork to MDE for the removal of the UST Obtain all required permits. Notify Miss Utility and have the site marked for known underground utilities. Open the tank through existing openings and test for explosive atmosphere. Provide necessary equipment and labor to excavate to the top of the tank Using confined space entry protocol, if applicable; clean the tank for disposal, by pumping all residual product, sludge and water from the tank. Remove and dispose of any additional rinsate generated during the cleaning of the Remove the underground storage tank Visually inspect and field-test the soil with a hand-held photo ionization detector (PID) for indications of oil in the soil. Pull soil samples for analysis as required by MDE section If the soil appears to be free of diesel, AEG will backfill the excavation with clean fill to grade and compact. Clean the tank as required for transportation and disposal. Manifest, transport and dispose of all non-hazardous waste in accordance with federal, state and local regulations. Produce a Tank Closure Report in accordance with the MDE. Engineering Submittals: Final Demolition Plan which addresses in detail, at a minimum, the following: Engineering Survey - The engineering survey shall be performed in accordance with OSHA Standard 1926.850(a). Utility Location Medical Services and First Aid Fire Prevention and Protection Safe Work Practices/Worker Safety Site Management Plan - The Site Management Plan shall address a material recycling plan, tree identification and protection measures, site grading, sidewalk protection and pedestrian access around the site, runoff control, details of proposed fencing and screening, dust control, and site appearance control. Asbestos and PCB Surveys Asbestos abatement plan including: Contractor's License Insurance Certificate Worker Certification Asbestos Supervisor Respirator Program Medical Program Emergency Plans Air Monitoring Work Plan Product Information MSDS Sheets Emergency Phone Numbers Disposal location with sample waste manifests Final Grading Plan showing positive drainage off the site. Waste Manifests with final disposal for asbestos and other hazardous materials Final asbestos removal documents showing clearance levels, and material removed Copies of Worksite Entry Logbook Supervisor Daily Logs The contractor shall prepare a bi-weekly demolition progress report. The reports shall include an updated schedule, [a minimum of 8 electronic photos of all aspects of the project and a list of open issues]. Site Work: The excavated and demolished site must be restored to a smooth and acceptable finished surface that provides positive drainage off the demolished area and avoids drainage problems in the immediate surrounding areas. The contractor shall backfill with an appropriate backfill for future use of the building site. If unconsolidated soil is being used build up soil to provide for drainage to account for settling. Utilities: The contractor shall be responsible for all utilities currently located on the property ensuring that the elements are either integrated into the project, rerouted, abandoned and capped, or otherwise accommodated. The contractor shall identify and test pit the location of all existing utilities within the limits of work prior to commencement of all excavation or demolition operations. Removal, relocation, rerouting, and installation of necessary temporary or permanent utility lines shall be included in proper sequence of the demolition schedule. Provide survey, if needed, to identify all site conditions that may affect the scheduling of all phases of the work. Management of Jobsite: The subcontractor shall maintain a clean and safe workplace that is secured at the end of each working day. The Subcontractor shall, at all times, keep the premises free from accumulation of waste, hazardous materials or rubbish caused by his operation. All Center facility interruptions shall have prior Center approval in order that alternate arrangements may be made for carrying out Center operations. The Subcontractor, in accomplishing the Scope of Work, shall use to the extent practicable, so long as they are deemed reasonable and desirable by the U.S. Department of Labor, construction codes, ordinances and regulations which are enforced by city, county, state or relevant federal agencies. Where such codes, ordinances and regulations are not in effect, it will be the responsibility of the Subcontractor to consult and use to the extent practicable, the national building code generally used in the area. OSHA regulations shall be complied with. The Subcontractor shall be responsible for identifying the location of existing utilities and avoiding damage to the same in the completion of this work, if applicable. The subcontractor shall clear all deliveries with the Center's security personnel. Wage Rates: The subcontractor shall conform to the attached Davis-Bacon prevailing wage rate decisions for the area. Subcontractor shall provide weekly timesheets during the course of the subcontract to the Center's Finance and Administration Director. Insurance: The subcontractor shall obtain and maintain insurance as follows: Workman's Compensation/Employers Liability insurance, to meet state 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) Automobile Insurance The subcontractor must cover any deductible costs. Upon subcontract award, the subcontractor must add Woodstock Job Corps Center as additional named insured to the policies and provide a Certificate of Insurance stating same to the Center's Purchasing Agent Schedule: The subcontractor shall submit a schedule for the work. The project shall be completed within 120 days of the award of the subcontract. Written authorization is required to extend the period of performance for completion of this project. Final Acceptance The subcontractor shall notify the Center's Facility Manager 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 warranties, and the date for payment. Payment terms are Net 30 after Acceptance and receipt of a proper invoice. V.Proposal Form The subcontractor's proposal shall be typed and submitted on letterhead their own official Company letter head with an accurate mailing address and contact information including Point of Contact (POC) email address, FAX number, and phone number. The subcontractor shall submit the following information with the proposal: a.A list of materials and material safety data sheets (MSDS) proposed for use. b.Lump sum cost (or if multiple buildings/projects are involved, delineate cost of each building/project) c.References: Provide a list of at least three (3), but no more than five (5), recent and relevant references of past and present contracts for Federal, State, and/or City agencies and commercial customers within the past three (3) years. "Relevant" is defined as like service as stated in this solicitation's SOW in terms of similar scope and complexity. References must include: Name of the Organization that will be providing the reference, Name of the Point of Contact (POC), POC Telephone Number, POC Email address, Contract Number, Period of Performance, and Scope of Work Ensure that contact information is accurate and up-to-date, as references will be checked. d.Copies of Insurance Certificates e.Proof of a current and valid subcontractor's license for the State of Maryland f.Vendor Questionnaire Form (updated forms are required) g.W-9 (updated forms are required) VI.Warranty and Permits All materials, services and labor shall be warranted safe and dispersed in such a manner as to ensure the safety of staff and students and meet all environmental Federal, State and local Rules and Regulations. The contractor shall, at his own expense, procure all permits, certificates and license required of him by law for the execution of his work. No phone calls will be accepted. All correspondence must be in writing.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOL/ETA/adams/WS-100-13/listing.html)
- Place of Performance
- Address: Woodstock Job Corps Center, 10900 Old Court Rd., Woodstock, Maryland, 21163, United States
- Zip Code: 21163
- Zip Code: 21163
- Record
- SN03052265-W 20130505/130503234359-8e414020beb103a8ca02ec5ab1b1e186 (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 |