Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 16, 2006 FBO #1571
MODIFICATION

Z -- Installation of New Hig Speed Roll-up doors

Notice Date
3/13/2006
 
Notice Type
Modification
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), East Philadelphia Field Office (3PPFE), William J. Green Jr. FOB, Room 4200, 600 Arch Street, Philadelphia, PA, 19106
 
ZIP Code
19106
 
Solicitation Number
3PPE-06-BID-001
 
Response Due
3/24/2006
 
Archive Date
4/8/2006
 
Point of Contact
Karen Sims, Sup. Realty Services Specialist, Phone (215) 861-1222, Fax (215) 861-3624, - Robert Fischer, Construction Representative, Phone 215 816-3400, Fax 215 861-3624,
 
E-Mail Address
karen.sims@gsa.gov, robert.fischer@gsa.gov
 
Small Business Set-Aside
Total Small Business
 
Description
Modification to show pre-Bid time 11:00 a.m. GENERAL A. Project Identification: Installation of NEW High Speed Roll-up doors and removal of existing doors at the garage entrance and exit of the William J. Green Jr. Federal Office Building and the James A. Byrne US Courthouse. 1. Project Location: William J. Green Federal Office Building and the James A. Byrne US Courthouse between 6th and 7th streets, and Market and Arch streets in Philadelphia, PA 2. Owner: General Services Administration B. The work consists of removing and disposing of the existing high speed fabric type door(s), and installing the new high speed door(s)in the same location(s). 1. The Work includes painting any, and all metal, and concrete surfaces as applicable. All necessary electrical work. All site work necessary, including curb/concrete cutting for completing installations. C. Project will be constructed under a general construction contract. Davis Bacon wage determinations apply to this contract. D. Work Sequence: The Work shall be conducted in two phases. 1. Work on phase 1 shall be substantially comlete and ready for operation within 60 days from the Notice to Proceed. 2. Work on phase 2 shall be substantially complete and ready for operation within 90 days from the Notice to Proceed. GENERAL A. Use of Premises: Limit use of premises to work in areas indicated. Do not disturb portions of site beyond areas in which the work is indicated. 1. Limits: Confine constructions operations to the garage entrance, and exit only. The Contractor shall limit his use of the premises to the work indicated, so as to allow for Government occupancy and use. Confine operations at the site to the areas permitted under the contract. Portions of the site beyond areas on which work is indicated are not to be disturbed. Conform to site rules and regulations affecting the work while engaged in project construction. Contractor cannot use the existing building. Repair any and all damage caused by construction operations to Government and other property. Exercise extreme care and take all necessary measures throughout the progress of the work to avoid damage to existing buildings or grounds, or work performed by others. In the event of any such damage, he shall repair and make good such damage, as directed, to the satisfaction of the Contracting Officer. Take all precautions necessary to protect the building, site, and occupants during the construction period. Difficulties of working in an existing operational building center are recognized; however, the Contractor must cooperate to keep noise and other interference?s to a minimum. Housekeeping shall be such to assure no disruption of the Government's operations. Except as noted or specified there will be no construction employee parking available at site during normal working hours. Except as noted or specified there will be a total on ONE contractor vehicle permitted on site. Other vehicles will need to park elsewhere. Materials and equipment that are removed and not reused under this contract shall become the contractor's property. These materials shall be removed from the site at once. Storage or sale of excess salvageable material on the site is not permitted. The Contractor shall maintain storage spaces for his materials entirely within the limits of the project. Store all supplies and equipment on project site so as to preclude mechanical and climatic damage. Maintain site in a neat and orderly manner. The use of streets and sidewalks for storage or other obstruction will not be permitted. B. Full Owner Occupancy: Owner will occupy site and existing building during entire construction period. Cooperate with Owner during construction operations to minimize conflicts and facilitate Owner usage. Perform the Work so as not to interfere with Owner's operations. C. Environmental Protection: The Contractor shall be responsible for the proper disposal of solid, liquid and gaseous contaminants in accordance with all local codes and regulations, together with the following requirements: Discharge gaseous contaminants so that they will be sufficiently diluted with fresh air to reduce the toxicity to an acceptable level. Liquid contaminants may be diluted with water to a level of quality acceptable in the local sewer system or shall be contained in approved vessels for disposal at approved sites.Comply with all applicable state and local laws, ordinances, and regulations relative to noise control. All construction machinery, tools and appliances shall be equipped with best commercially available noise abatement devices so as to operate at minimum reasonably attainable noise levels, and if not so equipped will not be permitted on this project. A noise level of 75db will be considered excessive. If the noise level from any equipment, operation or construction activity exceeds 75db, that equipment or activity will be directed to be shut down, suspended and/or rescheduled. The entire cost of the shutdown will be the responsibility of the Contractor. D. Security: All contractors as well as construction personnel shall be cleared to work in/on Federal property/buildings. Door openings shall be secured each night after work is complete to maintain the integrity of the security of the building. All contractors performing work on GSA owned property are required to have a security clearance. The security clearance includes submittals of (1) FD-258, ?Fingerprinting Charts? and one (1) GSA Form 176T, ?Statement of Personal History; this form is necessary for each contractor employee. This information should be submitted within 30 days prior to the start of the project. The fingerprint charts will be provided by GSA upon request and are to be completed at the contractor?s expense. If the security clearance has been issued in the past for any person being assigned to this project, please provide the GSA Construction Representative for the project their name, SSN, and date of birth 10 days before starting work. Please note that no employee will be permitted on site unless the required clearances are on file. E. Storage: Contractor shall maintain storage spaces for his materials entirely within the limits of the project. Storage of materials shall be through approval of the COR, or Property Manager only. The government shall not be responsible the safety and/or security of materials stored on-site. Contractor shall store all supplies and equipment on site so as to preclude mechanical and climatic damage. Maintain site in a neat and orderly manner. The use of streets and sidewalks for storage or other obstruction will not be permitted. PROJECT MANAGEMENT AND COORDINATION GENERAL A. Coordination: Coordinate construction operations included in various sections of the specifications to ensure efficient and orderly installation of each part of the work. Coordinate construction operations, included in different sections, which depend on each other for proper installation, connection, and operation. 1. Schedule construction operations in sequence required to obtain the best results where installation of one part of the work depends on installation of other components, before or after its own installation. 2. Coordinate installation of different components with other contractors to ensure maximum accessibility for required maintenance, service, and repair. 3. Make adequate provisions to accommodate items scheduled for later installation. B. Preconstruction Conference: Schedule a preconstruction conference before starting construction, at a time convenient to Owner and Architect, but no later than 15 days after Notice to Proceed. Hold the conference at the Project site or another convenient location. Conduct the meeting to review responsibilities and personnel assignments. 1. Attendees: Authorized representatives of Owner, Property Manager(s), Construction Representative(s), Architect, and their consultants; Contractor and its superintendent; major subcontractors; manufacturers; suppliers; and other concerned parties shall attend the conference. All participants at the conference shall be familiar with Project and authorized to conclude matters relating to the Work. 2. Agenda: Discuss items of significance that could affect progress, including the following: a. Tentative construction schedule. b. Phasing. c. Critical work sequencing. d. Designation of responsible personnel. e. Distribution of the Contract Documents. f. Submittal procedures. g. Use of the premises. h. Responsibility for temporary facilities and controls. i. Parking availability. j. Work, and storage areas. k. Equipment deliveries and priorities. l. First aid. m. Security. n. Progress cleaning. 3. Contractor's Construction Schedule: Submit two printed copies of initial schedule, one a reproducible print and one a blue or black line print, large enough to show entire schedule for entire construction period. 4. Field Condition Reports: Submit two copies at time of discovery of differing site conditions. Coordinate each construction activity with other activities and schedule them in proper sequence. C. Field Condition Reports: Immediately on discovery of a difference between field conditions and the Contract Documents, prepare a detailed report. Submit with a request for information. Include a detailed description of the differing conditions, together with recommendations for changing the Contract Documents. PRODUCTS A. General Product Requirements: Provide products that comply with the Contract Documents, that are undamaged, and unless otherwise indicated, that are new at time of installation. 1. Provide products complete with accessories, trim, finish, fasteners, and other items needed for a complete installation and indicated use and effect. 2. Instruct Owner's personnel in operation, adjustment, and maintenance of products, equipment, and systems. 3. Provide with Bid, manufacturers brochures, cut sheets, and any informational materials on products intended to be used. B. Final Completion Inspection: Submit a written request for final inspection for acceptance. On receipt of request, Contracting Officer will either proceed with inspection or notify Contractor of unfulfilled requirements. Contracting Officer will prepare a final Certificate for Payment after inspection or will notify Contractor of construction that must be completed or corrected before certificate will be issued. 1. Reinspection: Request reinspection when the Work identified in previous inspections as incomplete is completed or corrected. C. Warranties: Submit written warranties on request of Contracting Officer for designated portions of the Work where commencement of warranties other than date of Substantial Completion is indicated. 1. Organize warranty documents into an orderly sequence. 2. Bind warranties into vinyl covered, loose leaf binders, thickness as necessary to accommodate contents, and sized to receive 8 1/2 by 11 inch documents. D. Final Cleaning: Provide final cleaning. Conduct cleaning and waste removal operations to comply with local laws and ordinances and Federal and local environmental and antipollution regulations. A. Cleaning: Employ experienced workers or professional cleaners for final cleaning. Clean each surface or unit to condition expected in an average commercial building cleaning and maintenance program. Comply with manufacturers written instructions. B. Complete the following cleaning operations before requesting inspection for certification of Substantial Completion for entire Project or for a portion of Project: 1. Clean Project site, yard, and grounds, in areas disturbed by construction activities, including landscape development areas, of rubbish, waste material, litter, and other foreign substances. 2. Sweep paved areas broom clean. Remove spills, stains, and other foreign deposits. 3. Rake grounds that are neither planted nor paved to a smooth, even textured surface. 4. Remove construction equipment and surplus material from Project site. 5. Clean exposed exterior and interior hard surfaced finishes to a dirt free condition, free of stains. 6. Remove debris and surface dust from limited access spaces. 7. Remove labels that are not permanent. 8. Touch up and otherwise repair and restore marred, exposed finishes and surfaces. Replace finishes and surfaces that cannot be satisfactorily repaired or restored. C. Comply with safety standards for cleaning. Do not burn waste materials. Do not bury debris or excess materials on Owner's property. Do not discharge volatile, harmful,or dangerous materials into drainage systems. Remove waste materials from Project site and dispose of lawfully. GENERAL A. Description of work: The project consists of removing the existing Albany model 670 fabric type doors and all their associated components from both the garage entrance and exit locations, and remove from government property. Furnish and install new RYTEC ?Spiral? Rigid High-Speed Roll Door (or equivalent). One door to be installed at the garage entrance and one door to be installed at the garage exit location. The ?new? doors will be installed on the exterior side on the garage openings. The measurements of the existing doors are Approx. 15?-0?wide by 10?-0? inches high. These dimensions are to be verified in the field by the contractor. B. The contractor will need to configure the electrical wiring/controls so that only one door at each location can be operated at once. If the new door is in operation the existing interior steel roll-up door must not be able to operate, and vice versa. There is a single electrical disconnect switch that is the power source for both existing doors. (One disconnect at the entrance, and one at the exit location) Contractor is responsible to replace with a new properly sized, fused disconnect at both locations as part of this contract. SPECIAL CONDITIONS A. The stucco soffit at the garage exit will need to be modified to accommodate the new door. The soffit will need to be finished in a manor that will allow full access to the door for maintenance and service. The stucco/soffit will also need to be finished in a manor that will prevent outside air from infiltrating the soffit and building interior. Contractor shall submit their soffit finish plans with sketches and/or drawings for approval by the Construction Representative. B. The building will remain in full operation during the construction period, therefore it may be beneficial to both the contractor and the government to perform much of the work during ?off-hours?. Phase I ? This phase of the work is intended to include any and all work necessary at the garage entrance. This shall include removing existing Albany door, side rails, and associated components. Furnish and install New high speed roll-up door, side rails, and all necessary electrical components. All work at garage entrance shall be 100% completed before work begins at the exit ( Phase II ) location. Phase II ? This portion of the work shall follow the same sequence of work as Phase I. Remove existing Albany door, side rails, and associated components. Furnish and install New high speed roll-up door, side rails, and all necessary electrical components.Remove existing steel roll-up door and all it?s associated parts. Notes This high-speed door installation is intended to be a ?turnkey?. (installed complete and ready to operate) Normal ?working hours? at this location are 6:00 AM through 6:00 PM, Monday through Friday. The existing steel roll-up doors that are currently on the interior side shall remain in service and are not part of this project. High-speed doors to open upon vehicle approach, activated by ground/floor loop system. Door will need to be programmed to open and close in a minimum amount of time, allowing the vehicles to enter without coming to a complete stop position New doors will have variable speed motor capable of operating at 65? per second. Sensing devices shall be installed to prevent any doors from closing on vehicles or pedestrian traffic with use of a reversing action. All doors must be capable of being opened manually in the event of mechanical failure, or, loss of power. All materials and equipment to be used as part of this work will need to be readily available so as to prevent any stoppage of work. All electrical controls, disconnects, and junction boxes are to be located inside the garage area. Contractor to furnish and install signage at entrance and exit locations indicating ?Approaching rapid opening doors?, or words to that effect. Contractor shall work with the Property Manager, Construction Representative, and Federal Protection Services to coordinate the work so as not to disrupt the daily operations of the garage. REFERENCES Submit at least three locations where your company has installed the door you are a proposing to install here. Include: Name of company, location, contact name, and contact telephone number. Pre ? Bid meeting to be held 03/17/2006 Time 11:00 a.m. Meeting will be held in the GSA Field Office in the: William J. Green Federal Office Building 600 Arch Street Room 4200 Philadelphia, Pa 19106 Bids can be sent to the attention of Karen Sims at the above address and are due on 03/24/2006 before 2:00 PM. PLEASE DO NOT FAX YOUR BIDS, MAIL OR HAD DELIVER IN A SEALED ENVELOPE WITH THE SOLICITATION NUMBER ON ENVELOPE. Direct inquiries to Bob Fischer GSA Construction Representative 215.861.3632 NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (13-MAR-2006). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 14-MAR-2006. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Place of Performance
Address: William J. Green, Jr. FB, 600 Arch Street, Philadelphia, PA 19106, Garage Entrance, , James A. Byrne Court House, 601 Market Street, Philadelphia, Pa 19106, Garage Exit
Zip Code: 19106
Country: USA
 
Record
SN01006426-W 20060316/060314213516 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.