SOLICITATION NOTICE
62 -- Replacement of Interior Lighting Fixtures - SCOPE OF WORK
- Notice Date
- 6/27/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 238210
— Electrical Contractors and Other Wiring Installation Contractors
- 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
- LR-SOW-LRJC14-004
- Point of Contact
- Carlas Smith, Phone: (501) 618-2518, Ruby Allen, Phone: (501) 618-2515
- E-Mail Address
-
smith.carlas@jobcorps.org, allen.ruby@jobcorps.org
(smith.carlas@jobcorps.org, allen.ruby@jobcorps.org)
- Small Business Set-Aside
- N/A
- Description
- Construction Scope of Work W9 Vendor Documents This is a Subcontracting Opportunity with Little Rock Job Corps Center / Adams & Associates Inc. and not with the Department of Labor Construction Scope of Work for Replacement of Interior Lighting Fixtures Little Rock Job Corps Center 6900 Scott Hamilton Dr. Little Rock, AR 72209 Operated by Adams and Associates, Inc. For U.S. Department of Labor Prepared by: Carlas Smith Purchasing Agent Little Rock Job Corps Center Scope of Work ID: LR-SOW- LRJC14-004 Site Visit: July 17, 2014 at 10:00 AM Proposal Due Date: July 31, 2014 at 5:00 PM Submission of Proposals: Little Rock Job Corps Center Attn: Carlas Smith Smith.Carlas@jobcorps.org Fax: 501-618-2594 The only Bids that will be considered will be from vendors who attend the mandatory bid conference on the day and time specified above. Project Summary: Replace lighting fixtures in bathrooms of Dormitory, Building 6922 and Building 6926. The project will be performed at the Little Rock Job Corps Center, 6900 Scott Hamilton Dr., Little Rock, AR 72209. Deficiency #91567 and Deficiency #91568. BID REQUIREMENTS 1. Each bidder shall submit a sealed bid based upon Part VI - Extent of Work that includes reference to the project listed in this scope of work. Any variations from the base scope of work are to be noted as distinctly separate from the base bid. 2. Bids shall be submitted for the work as a basis for the contract. The prospective bidder shall submit a bid for a Single Lump Sum Contract. 3. The bid shall include all labor, material, and equipment costs, and all incidental costs necessary to complete the work. 4. The contractor must include with his/her proposal, certification that he/she will conform to the latest Davis-Bacon Wage Rate decisions for the area. See section VII for wage determination. 5. Contractor must provide a timeline for substantial completion in their proposals. 6. A minimum 90-day bid guarantee is required. 7. This project is tax-exempt. 8. Prior to starting any work, the contractor shall show proof of required insurance, in amounts to cover risk or as required by statute, including:.A list of materials (Eco. sensitive materials should be identified) to include a list of any reused parts, equipment or conduit. A list and product data sheets proposed for use..References. The contractor shall provide a list of similar projects completed by its firms and a list of references, including owners' names, addresses and telephone numbers..Copy of all licenses and certifications relevant to this proposal Proof of a valid Contractor's License for the State of Arkansas.Completed Vendor Questionnaire (with DUNS#) and W9.Small Business Certification.Comprehensive Automobile Liability Insurance ( $1,000,000 combined single limit).Workers Compensation / Liability Insurance ($1,000,000 per occurrence).Fire Legal Liability of at least $500,000 per occurrence..Liability Insurance shall remain in effect for a minimum period of one year from the time of substantial completion but in no event less than the time required to complete all warranty work 9. Net 30 payment terms ALL FIRMS SUBMITTING PROPOSALS FOR THIS PROJECT SHALL HAVE NO LESS THAN FIVE CONSECUTIVE YEARS OF RELEVANT EXPERIENCE. EVALUATION CRITERIA Award will be made to the offeror who provides Best Value to the Center when all Evaluation Criteria are considered. Lowest Price does not guarantee award of Sub Contract. 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: Explanation on how services will be carried out and the delivery timeframe. 10 TOTAL POINTS 100 EXTENT OF WORK Scope of Project: Light fixtures utilized in the shower/toilet rooms are extremely dim and have a long preheat time (about 50 sec), which contradicts fixture application anticipating relatively quick on/off function. The lighting level was measured by light meters and found to be between 1 and 4 foot candles which is lower than DOL required 20 foot candles for these locations. Recessed compact fluorescent light fixtures model number Lancaster 3875 with lamps type F42TBX/830/A (residential quality product), are utilized in these shower and toilet rooms instead of recessed light fixture model number Infinity PVRL75-142T-EB-DO-120V by Williams (commercial quality product) recommended by the initial design. There are a total of 72 sleeping rooms, each with a toilet and shower room. A. PRECONSTRUCTION ACTIVITIES • Submit a construction plan that limits the impact to the operations of the facility. The areas to be remediated will be marked onsite by the contractor per "SITE SURVEY" and verified by the Center Director's representative. • The proposal shall include materials and supplies, permits, inspections, and labor to replace the existing 144 (72 fixtures per dormitory) 8" diameter recessed light fixtures in the toilet and shower rooms with new recessed-mounted 8"LED light fixtures, suitable for wet location, white integral reflector, lumen output of 1500 lm min, color temperature of 3500K, suitable for remodeling option and a minimum 5 years manufacturer warranty (as example DoM 8R LED -1500L- 3500K-120-D08-TRW by Lithonia Lighting). B. DEMOLITION ACTIVITIES • All materials removed during construction will be disposed of offsite. C. CONSTRUCTION ACTIVITIES • Provide materials and supplies, permits, inspections, and labor to replace the existing 144 (72 fixtures per dormitory) 8" diameter recessed light fixtures in the toilet and shower rooms with new recessed-mounted 8"LED light fixtures, suitable for wet location, white integral reflector, lumen output of 1500 lm min, color temperature of 3500K, suitable for remodeling option and a minimum 5 years manufacturer warranty (as example DoM 8R LED -1500L- 3500K-120-D08-TRW by Lithonia Lighting). • Patch and finish drywall as well as prime/paint with low VOC products where disturbed. • Utilize existing wiring and existing light switches for control. • All wiring, if any needs to be replaced, to be in EMT conduit with the exception that MC cable with integral ground wire, insulated throats, and matching connector types can be used for light fixture connections above lay-in ceilings, and when necessary for fishing concealed wall and ceiling spaces. VII. WAGE DETERMINATION The bidders shall conform to the latest Davis-Bacon prevailing wage rate decisions for the area. (See the attached wage rate) General Decision Number: AR140132 04/18/2014 AR132 Superseded General Decision Number: AR20130132 State: Arkansas Construction Type: Building Building Construction County: Pulaski County in Arkansas. Rates Fringes ELEC0295-002 01/01/2014 ELECTRICIAN (Including HVAC electrical and temperature controls; Excluding low voltage wiring for internet/satellite and video/voice data) Electrical contracts over $1,500,000.......................$ 27.38 10.88 Electrical contracts under $1,500,000......................$ 23.74 10.88 LABORER: Common or General.............................$ 9.94 0.00
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOL/ETA/LRJC1/LR-SOW-LRJC14-004/listing.html)
- Place of Performance
- Address: Little Rock Job Corps Center, 6900 Scott Hamilton Dr., Little Rock, AR 72209, Little Rock, Arkansas, United States
- Record
- SN03408397-W 20140629/140627234324-56eb4b351f87233daf84a22f55247167 (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 |