Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 25, 2004 FBO #1003
MODIFICATION

Z -- John W. Bricker Federal Building, 200 N. High Street, Columbus, OH, Renovation and Parking Garage Repair

Notice Date
6/8/2004
 
Notice Type
Modification
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Property Development Division (5PC), 230 South Dearborn Street, Room 3512, Chicago, IL, 60604
 
ZIP Code
60604
 
Solicitation Number
GS05P04GBC0019
 
Response Due
4/2/2004
 
Point of Contact
Bobbie Tyler, Contracting Officer, Phone (312)886-7875, Fax (312)886-4103, - Leafie Clark, Contract Assistant, Phone 312-353-5897, Fax 312-353-9186,
 
E-Mail Address
bobbie.tyler@gsa.gov, leafie.clark@gsa.gov
 
Description
ADDENDUM NO. 2 HEREBY ADDRESS ALL QUESTIONS/CLARIFICATION RECEIVED JUNE 10, 2004 (SEE ATTACHED). RETAIN THE ATTACHED INFORMATION WITH YOUR DOCUMENTS. THE GOVERNMENT WILL NOT EXCEPT ANY QUESTIONS AFTER JUNE 15, 2004, 12:00 NOON (CHICAGO TIME). NO EXCEPTIONS WILL BE TAKEN AFTER JUNE 15,2004, 12:00 NOON (CHICAGO TIME). THE PROPOSAL DUE DATE STILL REMAINS AT 4:00 P.M. CHICAGO TIME, JUNE 17, 2004. ADDENDUM TO THE CONTRACT DOCUMENTS FOR THE JOHN W. BRICKER FEDERAL BUILDING 1.1 GENERAL A. This Addendum covers changes to the Documents and will become a part thereof. B. These items modify only the portion of the Documents specifically noted. All other wording and Drawings remain in effect. C. Each Contractor shall include these items to the extent they affect his quote. D. There is a conflict in requirements of Section 00120, Attachment A, Item 2 - Key Team Member Qualifications and Specification Section 01310, 1.5 Administrative and supervisory personnel. 1. It is the intent of the referenced portion of Section 00120 to gather resumes of the three key personnel that will be involved and guide the project for the contractor. Therefore for clarification provide the requested resumes and experience for the following: a. Project Manager – ultimate responsibility for all aspects of the project for the contractor. b. Project Superintendent – the on-site manager, responsible for the day-to-day running of the construction and all on site constuction personnel, and as further defined in section 01310,1.5,B and labeled as Project Coordinator c. Tenant Coordinator/Liason - as defined in section 01310,1.5,G 2. The contractors standard format is acceptable for the presentation of this documentation. E. Questions: 1. Is a Subcontracting Plan required with this submission or upon award? It is not identified as a document to be submitted with our offer, according to the “Notice Concerning Solicitation” document. Response: Subcontracting Plan - The Subcontracting Plan shall be requested by the Contracting Officer at a later date, and does NOT need to be submitted with the Bid Form. 2. It is clear that we are to submit a two ( 2 ) package proposal , a Technical and Price. It is not clear however how the Government would like to see the information distributed between the two packages, please clarify which documents are to be submitted in which package? Response: For distribution of technical and price proposal package, see specification Section 00120 - Supplementary Instructions and Notice Concerning Completion of Solicitation 3. Please clarify if the contractor will be able to do any work or what kind of work during Government normal business hours? Response: Work can be performed during these hours as indicated under Section 01140 – Work Restrictions, paragraph 1.4 and as further described elsewhere in that section and as described in the Phasing Narratives in Section 01100 4. Can a complete work area be shut down electrically , or a whole weekend to replace electrical panels? Response: See specification Section 01310, 1.7, for the requirements of all utility service interruptions 5. What will be the process for getting above ceiling work approved by the A/E, GSA, or other agencies with authority to inspect and approve of above ceiling work? Will ceilings be permitted to be left open during occupied hours? Response: The work will be approved and inspected per phase. Ceilings will be permitted to be left open as long as proper HVAC and lighting levels can be maintained per the specifications. 6. Option 16 for Inclusion of Additional LEED Requirements: The wording of this option is vague and does not clearly identify the scope of this option. The language included in Addendum # 1 does not clarify the scope of Option 16. It is unclear what LEED Requirements are Base Bid and what requirements are to be priced with Option 16. How do you determine what are the "Additionat used shall be Constructware, and it shall be capable of providing an integrated centralized technology solution for managing the business processes and work flows of the construction lifecycle and improve the construction lifecycle through technology innovation during the pre-construction through project closeout. A two hour training session for the GSA and their CM contractor shall be provided. D. Section 01311, Critical Path Method Scheduling 1. All scheduling shall be completed electronically on Primavera, Sure Trak, version 3.0a E. Section 15050, Basic Mechanical Material and Methods 1. Paragraph 1.6 –G.2, It is not necessary to purchase mylar backgrounds, the provided electronic CAD files, shall be used. 1.3 PROJECT DRAWINGS A. The notes on the floor plan drawings indicate where new finishes are required. No finish schedule will be issued B. Drawing No. S 1 01 G thru S 108 G A2-1, 1. Plan note 4 on structural drawings, regarding crack repair, states "See repair types 1 and 2 on sheet S 0 02 for required repair procedures". Repair type 1 is for cracks wider than 0.08" and repair type 2 is for cracks narrower than 0.08". Please advise which cracks are wider than 0.08" and which cracks are narrower than 0.08" C. Drawing No. A-7-B1 through A-7-07, 1. Note #16 - disregard Note #16 on all plan sheets. The referenced louver was eliminated. D. Drawing No. A-1-01, Floor Plan 1. The chair rail referenced for room #114, shall match existing, and consist of less than eight lineal feet of hard wood chair rail with stain and varnish finish. E. It appears that there is a conflict between the door schedules and the plans. The contractor shall assume all doors indicated on the demolition and/or floor plans shall have new hardware as part of Option #1 THIS PART CONTAINS UNIT PRICE INFORMATION: Unit prices shall be provided for the following items: Work Item Description Units Quantity Unit Price Lump Sum 1 Floor Patching (concrete S.F. 2855 ______ _________ repair type 3 defined on the drawings) 2 Narrow crack repair L.F. 1160 ______ _________ (concrete repair type 2 defined on drawings) 3 Spandrel wall repair S.F. 465 ______ _________ (concrete repair type 4 defined on drawings) 4 Column and wall S.F. 215 ______ _________ delamination repair (concrete repair type 5 per details 3 & 5 as defined on sheet S0 02 of the drawings) 5. Column pyramidal S.F. 40 ______ _________ corner spall repair (concrete repair type 5 per detail 10 as defined on sheet S0 02 of the drawings) 6. Soffit patching (concrete S.F. 335 ______ _________ repair type 4 defined on drawings) 7. All additional work N.A. N.A. N.A. _________ shown on drawings and not listed above ______________________________________________________________________ Total of all Work ___________ Notes: A. Final payment to the contractor will be based upon actual approved work in place. Additions to or deductions from the lump sum shall be at unit prices listed on the bid form. B. Unit prices shall be applicable to an increase or decrease in the scope of work by 25%. Unit prices will be established by negotiated agreement for quantity variations in excess of 25%. (Note, there’s nothing magical about 25%, I would recommend a minimum of 15%). C. The government will retain the services of an independent testing agency to measure actual work performed by the contractor. The testing agency’s measurements will be the basis for determining actual quantity of work performed by the contractor. D. Quantities provided on the bid form were calculated from the contract drawings for the contractor’s convenience. The contractor should refer to the contract drawings for additional information regarding the repairs, including location, size, shape, depth, and repair procedure. E. The contractor shall be given credit for a minimum of one square foot of floor patch at each individual floor patch location regardless of the actual size of the floor patch. ALL DOCUMENT HOLDERS WILL RECEIVE A HARDCOPY OF THE STANDARD FORM 30 BY JUNE 10, 2004. END OF ADDENDUM NO. 1 NOTE: THIS NOTICE MAY HAVE POSTED ON WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (08-JUN-2004). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 23-AUG-2004, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/GSA/PBS/5PCI/GS05P04GBC0019/listing.html)
 
Place of Performance
Address: 200 North High Street Columbus, OH
Zip Code: 43215-0000
Country: U.S.
 
Record
SN00650097-F 20040825/040823214120 (fbodaily.com)
 
Source
FedBizOpps.gov 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  © 1994-2020, Loren Data Corp.