Combine Solicitation – Installation of life/safety-type Fire Protection items to include: Install sprinkler fire protection on the Cafe loading dock.
Federal Information & News Dispatch, Inc. |
Notice Type: Combine Solicitation
Posted Date:
Office Address:
Subject: Installation of life/safety-type Fire Protection items to include: Install sprinkler fire protection on the Cafe loading dock.
Classification Code: 12 - Fire control equipment
Contact:
Setaside: N/AN/A
Place of Performance (address): 270 Jackson RoadDevens, MA
Place of Performance (zipcode): 01434
Place of Performance Country: US
Description:
Shriver Job Corps Center
This is a Subcontracting Opportunity with Shriver Job Corps Center /
Scope of Work for Project ID# SH-1401:
Installation of life/safety-type Fire Protection items to include: Deficiency #91717 Install sprinkler fire protection on the Cafe loading dock
Shriver Job Corps Center 270 Jackson Road
Operated by
! Prepared by: ! Donna Field Shriver Job Corps Center !
! Scope of Work ID: ! SH-1401 NAICS CODE: 922160 !
!
Table of Contents
I. General............................................................................................. 3
II. Construction Requirements.................................................................. 4
A .Codes............................................................................................... 4
B. Specific Requirements......................................................................... 4
C. Special Conditions.............................................................................. 6
D. Schedules and Delays.......................................................................... 6
III. Bid Requirements............................................................................. 7
IV. Evaluation Criteria.............................................................................. 8
V. Acceptance of Work.................................................................................................... 8
A. Substantial Completion....................................................................... 8
B. Final Inspection.................................................................................. 9
VI. Extent of Work.................................................................................. 9
VII. Wage Determination....................................................................... 10
! Owner: !
! Center Operator: !
! Mailing Address: ! Shriver Job Corps Center 270 Jackson Road
! Site Visit: !
! Proposal Due Date: !
! Submission of Proposals: ! Shriver Job Corps Center Attn: Donna Field [email protected] Fax: 978-784-2711 !
!
The only Bids that will be considered will be from vendors who attend the mandatory bid conference (Site Visit) on the day and time specified above.
Project Summary:
Building D: Cafeteria Deficiency #91717
Provide/install sprinkler fire protection on the Cafe loading dock. * Provide and install dry pipe systemprotection for 60 feet of loading dock canopy.
* New system shall tie into existing sprinkler system.
* Must pull permits.
* Must follow
II CONSTRUCTION REQUIREMENTS A. CODES * 1. The contractor will conform to all applicable state and local codes, ordinances, and regulations including the national building code commonly used in the area. * 2. All conflicts and requests for interpretation or clarification shall be submitted to the Shriver Job Corps Center. * 3. All work shall conform to the current regulations of the
B. SPECIFIC REQUIREMENTS * 1. Prior to submitting a bid, the prospective bidder must visit the site and become thoroughly familiar with all pertinent conditions that are included in this Scope of Work. The prospective bidder must take such steps as may be necessary to ascertain the nature and condition of the work, and the general and local conditions, which can affect the work or cost thereof. Failure to do so shall not relieve bidders from the responsibility for estimating properly the difficulty or cost of successfully performing the work. Arrangements must be made with the center prior to inspecting the site. 2. A pre-bid walk-through will be conducted at the project site with all interested contractors prior to the bid opening date. At that time, questions related to the areas of work can be presented and discussed with the center. This pre-bid site visit and walk-through is mandatory and if you desire to submit a proposal you must attend. No other accommodations will be made. * 3. Any proposed interruption to center operations during construction must have prior approval from the
* a. Shall observe all security regulations in effect at the center; * b. Shall not fraternize with the students or staff of the center; * c. Shall not consume or transport any alcoholic beverages or drugs on the center; * d. Shall not transport any firearms on the center * e. Persons violating the above shall be dealt with in an appropriate manner.
* 13. The contractor shall be required to be licensed by the appropriate authority in the area to conduct the required contractual work. * 14. The contractor will coordinate with the center for locations of staging areas, and vehicle parking. Electricity will be made available by the center. Connections to existing power shall be by the contractor. Following completion, the contractor shall return the site conditions to their original state.
C. SPECIAL CONDITIONS * 1. Acceptance of "As Is" conditions
Prior to performing any work at or on an existing center element, the contractor shall tour that element with the designated representative of the center for the purpose of defining the limits of his work area and establishing existing conditions. Once the center and the contractor agree on the "As Is" condition the contractor may take possession of that element for the purpose of performing the work. He shall protect all existing items within the work limits, which are not specifically part of the work in the Contract and, at the completion of his work shall restore as necessary the work area to the "As Is" condition agreed to with the center prior to commencement of the work. If there is concern that the work area contains damaged elements that might appear as damage caused by the prosecution of the work, the contractor shall document the damage through memo or video tape the work area and provide a copy to the center prior to commencing any work. The center may make its own video of conditions, if desired. * 2. Contractors' possession of the work
Once the contractor accepts the work area(s) and the "As Is" conditions (item 1 above), he/she is responsible for protecting and insuring everything within the work area against damage and harm. Only when the center executes a substantial completion certificate for the work completed in a specific work area will the contractor be relieved of responsibility for the protection of that work area.
D. SCHEDULES AND DELAYS * 1. The contractor shall, upon acceptance of his proposal by the center, perform the work in accordance with the Scope of Work, and start work within fourteen (14) days of issue of Notice to Proceed (NTP) by the center. All work, including punch list items, shall be completed within the prescribed period after written NTP. * 2. The contractor shall immediately notify the center of any expected delays in the acquisition of materials, which may delay the completion of the project. Should this impact the approved construction sequence schedule (item II.B.7 above) the contractor shall adjust the schedule and resubmit it for center approval. No extensions in time will be granted unless the modified schedule is approved by the center.
III. BID REQUIREMENTS * 1. Each bidder shall submit a 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
! 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 !
!
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.
* a. Center Name * b. Date of Substantial Completion (warranty commencement date) * c. Date Warranty Expires * d. Description of Warranty Services* e. Serial numbers of equipment under Warranty
B. FINAL INSPECTION * 1. The contractor shall inform the center in writing at least three days prior to the estimated date of the completion of the work and request a final acceptance inspection. * 2. The contractor shall guarantee all workmanship done under this Scope of Work for a period of one year. Prior to final payment, the contractor shall deliver to the center, consent of surety of final payment and release of liens by all subcontractors and material suppliers associated with this project. The center must also receive a completed SF 1413, a copy of which is included in the Pre- Award Bid Package, and all certified payroll records, as well as the Subcontractors Release of Claims.
VI. EXTENT OF WORK
! Deficiency ID ! Findings ! Recommendation !
! 91717 ! The Fire Chief for the
! ! ! !
! ! ! !
!
VII. WAGE DETERMINATION
ELEC0096-001
Rates Fringes
ELECTRICIAN......................
PLUM0004-001
Rates Fringes
Plumbers and Pipefitters.........
PLUM0012-007
Greenville Branch of
Rates Fringes
PLUMBER..........................
SFMA0669-001
Hall);
and
Rates Fringes
SPRINKLER FITTER.................
Link/URL: https://www.fbo.gov/spg/DOL/ETA/ShriverJJC/SH-1401/listing.html
Copyright: | (c) 2013 Federal Information & News Dispatch, Inc. |
Wordcount: | 2967 |
Advisor News
Annuity News
Health/Employee Benefits News
Life Insurance News