Gymnasium Renovation, 2436 S. Belleview Street

Size: px
Start display at page:

Download "Gymnasium Renovation, 2436 S. Belleview Street"

Transcription

1 Gymnasium Renovation, 2436 S. Belleview Street Introduction: The Housing Authority of the County of San Joaquin (Authority) is seeking quotes from General Class B Contractors (Contractor): 1) remove existing basketball backboards and wall extensions, wall projector screen, and any other wall attachments not used, and properly dispose of; 2) repair ceiling sheets; 3) paint gymnasium and restroom ceilings, trusses, vent tubes, walls, doors, and wood base boards; 4) install gymnasium wall padding; 5) install adjustable tempered glass backboard and walls extension and hoop assembly; and 6) seal large whirlybird penetrations for both sides at 2436 S. Belleview Street, Stockton, CA located within the community of Sierra Vista Homes in Stockton, California. The Scope of Work for the project is provided within this QSP. Contractor shall obtain all required approvals and permitting through the local governing agency (City of Stockton) and fees shall be paid by the Authority. All local, state and federal codes and regulations shall be followed by the Contractor. Due to the estimated cost of this procurement falling under the Small Purchase Threshold of $100,000.00, the Authority is procuring these services using a non-formal request for Quotes for Small Purchase (QSP) process. This informal QSP process means formal Request For Proposals (RFP) requirements and formal protest procedures do not apply (i.e., bid bonds, public bid opening, etc.). The Authority reserves the right to issue modifications to this QSP at any time, award the proposed project to more than one firm, reject all proposals, and ask for any clarifications or verifications from Proposers at any time. Questions must be submitted in writing to quotes@hacsj.com, or faxed to (209) , or delivered by mail or by hand to the HACSJ Business Office located at 421 S. El Dorado Street, Suite B, Stockton, CA Viewing Jobsite (non-mandatory): 2:00 P.M. 3:00 P.M. on Thursday, April 28, 2016 Due Date for Quotes: 3:00 P.M. on Monday, May 2, 2016 Anticipated Start Date: May 2016 (Approximate Date) SCOPE OF WORK: Contractor shall furnish all labor, materials, tools, equipment, transportation, demolition/disposal, and supplies necessary to complete the following work items within the community of Sierra Vista Homes. The area of the gymnasium is approximately 3,500 square-feet (+/-) with walls approximately 16 to 24 feet in height; restrooms are approximately 400 square-feet (+/-) with 8 foot ceilings. 1. Remove and properly dispose of existing basketball hoops and wall extensions with appurtenances, as well as a large projector screen on the west wall, and any hooks or other attachments to the wall. Holes will be patched and wall surface prepared to be painted. 2. Metal Building Insulation (MBI): The ceiling material in the gymnasium is falling off in some sections. Contractor is to either reattach the existing material or install new ceiling material. Contractor will then reattach the existing ceiling material and/or install a similar product in areas where missing. Contract will then install new material under/over the ceiling area providing an R-19 insulation value. The exposed side of the MBI shall be of a material that can be painted. 3. Contractor is to paint ceiling and newly installed insulation to a color selected by the Authority staff. Paint interior walls with one (1) layer primer coat and two (2) layers of finish coat. Color to be selected by the Authority staff. Contractor is to assume that ceiling will be painted a separate color than the walls and may extend two (2) feet down from Page 1 of 9

2 ceiling to create a decorative border (color scheme may be adjusted before project begins). Contractor will verify color selection and pattern with the Authority before application. Paint the perimeter gymnasium wood base cove a separate color than the walls. Two (2) large extending vents are anchored to the ceiling. Contractor shall prepare surface to be painted and paint to a color selected by the Authority. This might be a third color, and Contractor will include cost for separate paint color for the vents. Doors and frames shall be prepared to be painted, prime coated, and painted. 4. Purchase and permanently attach the 2 W x 6 H x 2 T gymnasium wall padding to the entire perimeter length of the gymnasium wall. Install above the wood base cove. The color shall be selected by the Authority. Concrete Masonry Unit (CMU) block cut outs for doorways may need specialized padding pieces. Contractor is to work with padding supplier and the Authority staff to determine best installation practices to address these areas. Contractor will include all purchase and installation of the wall padding material. 5. Basketball hoop, tempered glass backboard and retractable wall extensions. Contractor is to use a product that is of a style that is easy to operate, yet durable and of high quality for years of use. 6. Whirlybird roof vent openings. Contractor is to include in as a deductive alternative to seal both inside and outside of each (6 total) large whirlybird roof vent openings. This can be performed by installing a sheet metal cap on the exterior side of the whirlybird, and framing in the inside of the opening and cover with insulation. Contractor is responsible for verifying quantities for the renovation. The Authority is not responsible for actual dimension and quantities required to complete the installation. Materials and products used in the repairs are to match existing Authority properties in quality and function. MATERIAL SPECIFICATIONS 1. Metal Building Insulation (MBI): MBI material shall provide an R-19 value and have an exposed side that will receive paint. Contractor is to provide material to be approved by the Authority staff. 2. Basketball Hoop System: The basketball hoop system to be installed in the gymnasium will be of high quality and easy to operate. The following shall be guidelines for the system: a. Backboard: 1/2 tempered glass material; collegiate and high school competition meeting the National Collegiate Athletic Association (NCAA) and National Federation of State High School Association (NFHS) specifications; 2 boarder and target fired onto glass; compatible with wall mounting systems; direct goal mount design to prevent the goal from touching the glass; and standard perimeter strong back. b. Goal: High performance with 180-degree flex breakaway action meeting NCAA and NFHS specifications and an anti-whip net and mounting hardware. c. Bolt Padding Material: Install on the backboard s underside a bolt padding constructed of molded urethane per NCAA and NFHS specifications. d. Wall-Braced Adjustable/Fold-up Backstop: Spring-loaded technology for height adjustment; infinite backboard adjustments between 8 to 10 feet. Contractor is Page 2 of 9

3 to install wall mount equipment to meet extension into court per game specification. 3. Wall Padding: 2-7/16 polyurethane wall pads with 7/16 O.S.B backing and ILD polyurethane foam and 18 oz. vinyl cover. Wall pad size will be 2 x 6 permanently attached. Color to be chosen by the Authority staff. CONSTRUCTION SCHEDULE AND HOURS OF WORK 1. Schedules and operations shall be performed to minimize intrusion and potential risks to the residents within the community. Installation hours shall take place between the hours of 7:00 A.M. and 4:00 P.M. Work shall not be performed on weekends or holidays without prior approval from the Authority. The selected Contractor must also coordinate their work schedule with other Contractors and/or Contractors on-site (the Authority will act as project coordinator for the job). 2. The Authority must provide its residents with 48-hours notice before Contractor may commence work on unit; therefore, Contractor shall provide written notification to the Authority at least one week in advance before the anticipated start date for each unit. 3. The exact starting and ending dates for this project have yet to be defined. The Authority estimates that this project will start in May 2016 and will end 60 working days from the Purchase Order date. 4. Contractor shall be responsible for the disposal of the materials demolished at the site during this project, and such disposal shall be performed in compliance with all applicable laws. All work performed in removing the existing material and installing the new products must be performed by properly licensed personnel. 5. In performing all services, Contractor shall comply with all applicable federal, state, county, and city statutes, ordinances, and regulations. If such compliance is impossible for reasons beyond its control, Contractor shall immediately notify the Authority of that fact and the reasons therefore. 6. All work shall be inspected and signed off by the Authority Authorized Representative before the work is deemed complete. No payment will be made until all work is completed to the satisfaction of the manager and is deemed complete. SPECIAL PROVISIONS 1. Contractor shall supply all safety or warning signs, equipment, plastic covers, barricades and any other specialty items that may be required. 2. Contractor shall proceed with installation work to be performed in accordance with manufacturer's recommendations and warranty requirements. All work provided by the Contractor pursuant to any contract that ensues from this QSP shall be warranted or guaranteed by the Contractor for a period of time of not less than 180 days. Page 3 of 9

4 NOTIFICATION / PRE-CONSTRUCTION CONFERENCE 1. Prior to the start of work, a meeting will be scheduled between Contractor and Authority Authorized Representative to discuss labor compliance, prevailing wages and operational problems. At this meeting, Contractor shall present their proposed work schedule for the entire project. 2. Prior to the start of work, Contractor shall notify the Authority in writing of any surface defects (not covered elsewhere in this specification) which might be detrimental to the proper application of materials. If any defects are found, Contractor shall delay the project until the repairs can be arranged by the Authority Authorized Representative. This delay shall be at no cost to the Authority. GENERAL REQUIREMENTS 1. Maintenance of Work Area: Contractor shall keep the working area sufficiently clear of equipment, material, and implements of service to prevent endangering persons and damages to the Authority property and to avoid an unsightly condition. Removal of such items shall be performed promptly upon completion of work. Contractor shall not use Authority facilities for disposal of debris and waste material, whether hazardous or nonhazardous, or asbestos-containing or non-asbestos-containing. 2. Safety and Security: Contractor shall comply with all laws, ordinances, rules and regulations applicable to the work. Contractor shall provide adequate protection for all persons and all Authority personnel within the working area or approaches thereto, and shall furnish and erect temporary barricades where necessary. 3. Access: Contractor, its employees, subcontractors, or other representatives, have no tenancy and shall be admitted to the grounds only for the proper execution of the work under this contract. Contractor, its employees, subcontractors, or other representatives must wear identifying company uniform and employee badge while working on Authority properties. 4. Workmanship and Labor: All employees of the Contractor, subcontractors or other representatives, shall be skilled in the type of work for which they are employed on the project and shall work under direction of competent superintendent. Should the Authority deem anyone employed in the work incompetent or unfit for their duties, Contractor shall remove such employee from the work and shall not reemploy them on work within the Authority on this project or any other project without written permission from the Authority. 5. On-Site Interviews: Inform all workers of prevailing wage rates, position title, and job duties. 6. Prevailing wages must be paid to all workers involved with this project. In accordance with regulations, the Authority will enforce the Prevailing Wages shown in the Wage Determination in effect the date a Purchase Order Contract is issued. It is the Vendor s responsibility to visit the website to see the wage determinations in effect on the date of contract issuance. This is a Davis Bacon Prevailing Wage Job. As of the date of this document (4/26/2016), the current wage rate determination is: Page 4 of 9

5 Davis-Bacon: (CA29, Building, Mod 4 dated 3/18/16) TREATMENT OF ADJACENT SURFACES AND STRUCTURES, AND TRAFFIC 1. Contractor shall take particular care in preserving the integrity of the adjacent sites and ensure consistency of his/her work in order to maintain the overall appearance of the community. 2. Contractor shall minimize dust from any construction activities and conform to the requirements of San Joaquin Valley Unified Air Pollution Control District. 3. At the completion of each working day, Contractor shall clean and make the work site safe, provide security fencing to restrict access to the project site, and make available to existing residents unobstructed access to the residential units and to common areas. 4. Contractor shall provide traffic control and limit impacts on city streets and private parking. ASSIGNMENT OF PERSONNEL: The Authority shall retain the right to demand and receive a change in personnel assigned to the work if the Authority believes that such change is in the best interest of the Authority. Contractor shall select and employ the replacement personnel. LICENSING AND INSURANCE REQUIREMENTS: Contractor will ensure all required licensing and insurance requirements listed below are met. Prior to award (but not prior to submission of the proposal) the successful proposer will be required to provide: 1. Licensing: Contractor must hold a valid California Contractor s License for the appropriate trade listed in this QSP with all appropriate bonding and insurance required by the State of California and have the ability to obtain all required permitting either through local, state and federal agencies and being in good standing with all governing agencies. Contractor shall provide to the Authority copies of these and any other required current City, State and/or Federal licenses. Failure to maintain these licenses in a current status during the term(s) of this contract shall constitute a material breach thereof. 2. Proof of Insurance: Contractor shall maintain throughout the course of any Contract resulting from this QSP, at a minimum, insurance coverage shown on the attached Insurance Requirements for Contractors (Attachment 4). Proof of such coverage must be presented to the Authority upon request. PERFORMANCE SPECIFICATIONS 1. Contract Service Standards: All work performed pursuant to this QSP must conform and comply with all applicable local, state and federal codes, statutes, laws and regulations. 2. Personnel Standards a. Services shall be performed by personnel who are trained and otherwise qualified to perform tasks assigned. Page 5 of 9

6 b. Contractor s employees shall wear clearly visible identification while performing duties. c. All personnel shall be neat in appearance and shall conduct their work in a professional manner with minimal disturbance to the contracting party. If any of the Contractor s personnel are not satisfactory to the Authority or its managers, Contractor shall replace such personnel with those who are satisfactory. d. Contractor shall use all reasonable care, consistent with his/her right to manage and control his/her operation, not to employ any persons or use any labor, or use or have any equipment or permit any condition to exist which shall or may cause or be conductive to any labor complaints, troubles, safety issues, disputes or controversies at the owner s place of business or which interfere or are likely to interfere with the operations of business. e. Contractor shall immediately give such notice to the Contract Officer (CO) to be followed by written reports, as shall be reasonably necessary to advise the manager of any and all impending or existing labor complaints, troubles, disputes, or controversies and the progress thereof that Contractor, in his/her opinion, believes may interfere with the operation of the business. Contractor shall use his/her best efforts to resolve any such complaints, trouble, dispute, or controversy. 3. Supervision a. Contractor shall furnish the necessary qualified supervision to oversee all operations. b. Contractor shall be available to attend a minimum of two (2) meetings with the CO or his/her designee, to coordinate, plan and discuss the contracted services performance. 4. Equipment: Contractor shall furnish all equipment necessary to perform the services in accordance with these specifications, and warrants that all equipment will be of such type as to cause no hazard or danger. 5. Property Damages: Contractor shall be responsible for repair of any damages to Authority property and restoration of any area disturbed by installation work to the satisfaction of the Authority Authorized Representative prior to final payment. Any repair and/or restoration of damaged area shall be performed at no cost to the Authority. CONTRACT CONDITIONS: The following provisions are considered mandatory conditions of any contract award made by Authority pursuant to this QSP: 1. Contract Form: The Authority will not execute a contract on the successful proposer's form. Contract will only be executed on a form supplied by the Authority, and by submitting a quote proposal the successful proposer agrees to do so. However, the Authority will consider any contract clauses or Appendices that the proposer wishes to include. The failure of the Authority to include such clauses or Appendices does not give the successful proposer the right to refuse to execute the Authority's contract form. Page 6 of 9

7 2. Required Clauses: At a minimum, the attached forms HUD-5370-EZ General Contract Conditions for Small Construction/Development Contracts (Attachment 2) and Authority Purchase Order Terms and Conditions (Attachment 3) will be applicable to any Purchase Order and/or Contract issued by the Authority for theses construction-related services. 3. Unauthorized Sub-Contracting Prohibited: The successful proposer shall not assign any right, nor delegate any duty for the work proposed pursuant to this QSP (including, but not limited to, selling or transferring the contract) without the prior written consent of the Authority Executive Director (ED). Any purported assignment of interest or delegation of duty, without the prior written consent of the Authority ED shall be void. It may result in the cancellation of the contract with the Authority, or may result in the full or partial forfeiture of funds paid to the successful proposer as a result of the proposed contract; either as determined by the Authority ED. NON-COLLUSION: Contractor shall complete an affidavit in proof that they have not entered into any collusion with any person in respect to this bid or any other bid or the submitting of quotes for the contract for which this quote is submitted. SECTION 3 CONTRACT: The work to be performed under this contract is on a project assisted under a program receiving direct Federal financial assistance from the Department of Housing and Urban Development and is subject to the requirement of Section 3 of the Housing and Urban Development Act of 1968 which requires that, to the greatest extent feasible, opportunities for training and employment will be given to residents of the area of the Section 3 covered project. QUOTE PROPOSAL SUBMISSION REQUIREMENTS: Firms interested in being considered for selection shall submit a quote proposal complying with the instructions contained in this QSP. Quote proposals shall include only those items indicated below. Extraneous materials will not serve to enhance proposals. Please submit one (1) written copy of the quote proposal electronically by or fax or by mail or hand delivery as instructed on the Quote Submittal form found on the last page of this QSP document. 1. Pricing: Provide a lump sum costs inclusive of all personnel, travel, per diem, overhead, materials, profit and all other direct or indirect costs to complete the work required. Costs shall be submitted on the Quote Submittal form which is the last page of this QSP document. Pricing submitted in other formats will not be considered and may result in the proposal being determined non-responsive. 2. Completed Section 3 form: The work to be performed under this contract is on a project assisted under a program receiving direct Federal financial assistance from the Department of Housing and Urban Development and is subject to the requirement of Section 3 of the Housing and Urban Development Act of 1968 which requires that, to the greatest extent feasible, opportunities for training and employment will be given to residents of the area of the Section 3 covered project. Comply with instructions found within the Section 3 Business Preference Documentation (Attachment 5) to identify the proposer s plan to comply with Section 3 Requirements. 3. Completed MWBE Contractor Information Over $10K form: Complete MWBE Contractor Information Over $10K (Attachment 6) and submit this form if the total of all proposed services and deliverables will be $10,000 or above. Page 7 of 9

8 ATTACHMENTS Attachment 1: Gymnasium Renovation Floor Plan Attachment 2: HUD-5370-EZ Attachment 3: Authority Purchase Order Terms and Conditions Attachment 4: Insurance Requirements for Contractors Attachment 5: Section 3 Business Preference Documentation Attachment 6: MWBE Contractor Information Over $10K Attachment 7: Asbestos and Lead Building Inspection/Survey Report Page 8 of 9

9 QUOTE FORM The Authority is only requesting that this page and the additional documents referenced herein be submitted. A single copy must be submitted by to quotes@hacsj.com, by fax to (209) , or by mail or hand-deliver to the HACSJ Business Office located at 421 S. El Dorado Street, Suite B, Stockton, CA By submitting a quote response the Contractor agrees to abide by all applicable laws, ordinances, and regulations. The undersigned, being familiarized with the local conditions affecting the cost of the work and with the specifications, including QSP, the Quote Form, the General Scope of Work, and Addenda, if any thereto, as prepared by and on file in the offices of the Housing Authority of the County of San Joaquin, Stockton, California, hereby proposes to furnish all labor, services and materials required to complete the work, all in accordance with the Specifications, for the amount(s) of: All labor, materials, tools, equipment, transportation and supplies necessary to renovate the gymnasium identified within the Scope of Work. Project Total: Dollars ($ ). (Write quote amount) Deductive Alternative: Whirlybird Roof Vent Openings ($ /each). In submitting this quote, it is understood that the right is reserved by the Authority to reject any and all quotes. If written notices of the acceptance of this quote are mailed, faxed or delivered to the undersigned within sixty (60) days after the opening thereof, or at any time thereafter before this quote is withdrawn, the undersigned agrees to execute and deliver a contract in the prescribed form within ten (10) days after the contact is presented for signature. Quote Submitted By: Company: By (Print Name): Address: City, State, Zip: Date: Telephone: Fax: Signature: Authorized Principal or Officer Quote must be submitted on this form by the due date as indicated. to quotes@hacsj.com; or Fax (209) ; or Deliver to 421 S. El Dorado Street, Suite B, Stockton, CA Page 9 of 9