Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 14, 2006 FBO #1753
SOLICITATION NOTICE

J -- Modernization of Elevators at the FDIC Building, 25 Jessie Street, San Francisco, Ca.

Notice Date
9/12/2006
 
Notice Type
Solicitation Notice
 
NAICS
238290 — Other Building Equipment Contractors
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Potomac/White House Service Center(WPG), 7th & D Streets, SW, Room 6901, Washington, DC, 20407
 
ZIP Code
20407
 
Solicitation Number
GS11P06MAC0377
 
Response Due
10/13/2006
 
Archive Date
10/28/2006
 
Small Business Set-Aside
Total Small Business
 
Description
SCOPE OF WORK TO MODERNIZE THREE ELEVATOR AT THE FDIC BUILDING SAN FRANCISCO, CALIFORNIA PART I. PROJECT IDENTIFICATION A. TITLE MODERNIZE THREE ELEVATORS B. BUILDING FDIC BUILDING C. LOCATION 25 JESSIE STREET, SAN FRANCISCO, CALIFORNIA D. PROJECT CONTROL NO. E. GSA WORK ITEM NO. PART II. BACKGROUND The FDIC Building is an 18 level steel structure, with sheetrock lined hoistways constructed in 1982 and is occupied by the Federal Deposit Insurance Corporation (FDIC). The building is located at 25 Jessie Street, San Francisco, California. The building requires the modernization of a three car elevator group, which serves the front entrance Lobby, and floor stops 6-12, 14-23. Work shall included, but not limited to, the complete overhaul of elevator equipment and cab finishes for cars Nos. 1, 2, and 3 as defined in the contract documents. All three elevators are of the same internal dimensions, 6?-8? x 4?-2? with a certified rated load of 2500#, the car operating panels are incorrectly engraved as 3500# and needs to be changed to 2500#. Car No. 3 has an internal height of 9?-0? to canopy and cars No. 1 & 2 have an internal height of 8?-4?. Cars No. 1 through 3 are correctly sized to accommodate wheelchairs, but are insufficiently sized to accommodate and emergency stretcher. The size of the existing elevators will not be increased under this contract as the physical size of the hoistways will not allow for such a change. There is a Call button at each floor. The elevators are gearless traction type and designed to travel at a speed of 700 FPM. The front entrances are 3?-6? x 7?-0? with center opening configuration. The DC drive machines are 480 volt. Each elevator machine is rated at 34.3 HP at 228 volts, with 25 KW generators and 40 HP AC motor. The incoming three phase electrical feeders to each elevator are #2 AWG. There is no direct ground conductor included with the three phase feeders. The elevator group is connected to the emergency generator; which is rated to operate one elevator at a time under emergency power conditions. The elevators have been provided with Phase 1 Firefighters Service manual recall key switch at the First Floor and with smoke detectors at each landing. Phase 2 Firefighters Service is provided in each elevator. The existing system operation will be modified, when the elevator controls are replaced, to comply with current elevator code. The three elevators operate in a common hoistway that are directly vented into the elevator machine room and then exits the room via high level louvers in the West wall, which is now illegal per UCB requirements section 2004. The local Fire Marshal?s office has not been contacted to ensure they will not retroactively enforce compliance. PART III. SCOPE OF SERVICES The following includes, but is not limited to, the work required to fulfill the objectives of this project as necessary for each technical discipline. A. ARCHITECTURAL REQUIREMENTS 1. Provide new finishes in elevator cabs and exterior frames and doors according to specifications. B. STRUCTURAL REQUIREMENTS 1. Provide all Structural work to support the installation of new elevator equipment, if necessary C. MECHANICAL REQUIREMENTS 1. Provide all Mechanical work to support the installation of new elevator equipment 2. Provide 1.5 ton air conditioning package for elevator machine room D. ELEVATOR REQUIREMENTS 1. Complete inspections and testing to determine the materials needed to modernize and upgrade the elevators as: Item Action Door Operation: New Medium Speed Heavy Duty (Min. Open Speed .46 M/S (1.5 FPS) Door Protection: New Infrared Screen Detector Drive Machine: Retain Existing (Rebuild as specified) Controls and Drive New Solid State (Non-proprietary) Governor New Governor Rope New Governor tail sheave New Hoist ropes New (Car 1 and 2) Retain (Car 3) Counterweight Retain Secondary sheaves Retain Compensation ropes New Compensation sheave Retain Traveling Cable (Car 2) Retain Ascending over-speed Unintended Motion protection New Limit Switches New Car Safety: Retain Existing Earthquake Protection Retain Counterweight displacement device Guide Rails: Retain Existing Planed Steel Tees Buffers: New Buffers Car Enclosure: Retain Existing (Modify as Specified) Signals Retain Hall Stations: New Risers, Illuminated Buttons, Engraved Use Stair Sign Elevator 3 only Retain Hall buttons Inconspicuous riser Car Operating Panel: New Main & Auxiliary with Illuminated Buttons in Returns Car Position Indicator: New with Floor Passing Tone Lobby Position Indicator Panel: As Specified Hall Lanterns: Retain Existing (Modify as Specified) Communication System: New Self-Dialing, Hands-Free Telephone, Telephone Box and Shielded Wiring between Car and Controller in Elevator Machine Room Item (continued) Action Fire Command Center Status Panel and Communication: Provide New Car and Counterweight Roller Guides New Car Top Inspection Station New Emergency Car Lighting and Alarm Battery Pack New Firefighters? Service Including Alternate Floor Return Feature New Standby Power Operation New Handicapped Signage New Hoistway Access Switches Mounted at Top and Bottom Floors Retain Provide Hoistway Access Means at All Floors New Independent Service Feature New Differential Door Timing and Nudging Feature New Tamper-Resistant Fasteners for Faceplates New Power Conversion Unit and Controller Sound Vibration and Electrical Isolation Wiring Diagrams, Operating Instructions and Parts Ordering Information Engraved Filled with Black Paint Unless Otherwise Noted No Visible Company Name or Logo Maintenance Service with 24-Hour Call Back Service E. ELECTRICAL REQUIREMENTS 1. Provide power feed to 1.5 ton air conditioner to be tied into the emergency power circuit F. ENVIRONMENTAL REQUIREMENTS 1. Identify any asbestos containing materials (ACM) that will be disturbed as a result of this project 2. Identify any paint containing lead that may be sanded, chipped or disturbed as a result of this project G. GENERAL REQUIREMENTS 1. All work, including survey and investigation on site, shall be coordinated with and approved by the Contracting Officer Representative. 2. Contractor shall remove all trash daily. 3. Work shall be performed during normal working hours. Noisy work (i.e. core drilling, hammer drill, etc.) shall be performed during off-hours, after normal working hours. Normal working hours are from 6:00 AM to 6:00 PM, Monday through Friday. Off hours include weekends and holidays. Evening, Weekend, or Holiday work hours shall be pre-approved by the GSA before the commencement of Weekend/Holiday work. The GSA recognizes Federal Holidays, which presently include New Year?s Day, Martin Luther King?s Birthday, Presidents? Day, Memorial Day, Independence Day, Labor Day, Columbus Day, Veterans? Day, Thanksgiving Day, and Christmas Day; Overtime pay is NOT authorized on this Contract. 4. Contractor shall provide a safety plan, and it will be approved by GSA before work starts. Safety plan shall include, but not limited to, the working procedures regarding the safety of the workers and the general public. 5. Contractor shall obtain security clearances for workers prior to commencement of work. Contractor employees shall pass through security screening daily. 6. Within ten calendar days after receiving a verbal/written Notice to Proceed, the Contractor shall provide the GSA Project Manager a Schedule of Values. 7. Within fifteen calendar days after receiving a verbal/written Notice to Proceed, the Contractor shall provide a schedule listing the delivery date for all submittals issued for approval and noting, once approved, the anticipated delivery time to the site. This list is to be updated at each weekly project meeting. 8. Within thirty calendar days after receiving a verbal/written Notice to Proceed, the Contractor shall provide a CPM construction progress schedule listing the: activities, early start, late start, early finish, late finish, and durations in calendar days. The schedule shall be updated according to the contract specifications. The schedule shall include all work related submittals. 9. GSA requires performance and payment bonds. 10. Contractor shall comply with the GSA policy of "NO SMOKING" in any GSA leased or owned property. This includes rest rooms, machine rooms, electrical rooms, roof areas, parking garages, elevators, loading docks, entranceways, etc. 11. Contractor shall attend weekly progress meetings for the duration of the project, or as approved by the GSA Construction Representative. 12. Contractor shall coordinate material deliveries with the Building Manager?s Office. PART IV. CRITERIA A. Services to be performed by the Contractor under this Scope of Work shall conform to the latest issues of the following criteria as of the date of Notice to Proceed. The following list shall not be interpreted as a complete and accurate list of criteria governing this design. 1. Codes / Standards / Regulations a ) International Building Code (IBC) maintained by the International Code Counsel, current revision. b ) For all projects, the egress requirements of the National Fire Protection Association (NFPA), Life Safety Code shall apply in lieu of other code references. c ) For all projects, the electrical requirements of the NFPA-72 (2002), National Electric Code, have been adopted by GSA in lieu of the electrical requirements of the national model building codes. d ) Uniform Federal Accessibility Standards (UFAS) is mandatory on all GSA projects. Current GSA policy also encourages compliance with the requirements of the Americans with Disabilities Act Accessibility Guidelines (ADAAG) where those requirements are stricter than UFAS. If they exist, the most stringent will prevail between local and UFAS/ADA. e ) Applicable local codes and regulations, i.e. California Title 24 f ) National Fire Protection Association (NFPA) Standards. 2. Industry Standards a ) Occupational Safety and Health Standards. b ) American National Standards Institute (ANSI) Publications. c ) National Electrical Manufactures Association (NEMA) Publications. B. When conflicts in the above list occur, the Contractor shall notify the Government and the GSA Project Manager will acquire the necessary interpretation and guidance for the Contractor. PART V. SPECIAL CONSIDERATIONS a. Submittals and Meetings 1. Before any work is commenced, the Contracting Officer must approve all submittals. Manufacturer's data shall be provided and annotated to show the specific model, type size, and compliance certification of each item. 2. Prior to construction bidding, GSA shall hold a Pre-Bid meeting and lead a tour through the project area, giving a brief description of the work and providing any clarifications necessary to the construction documents. 3. The Contractor shall attend the Pre-Construction meeting. Contractor questions shall be submitted in writing. GSA will provide answers to the questions within two (2) business days. b. Fee and Payment 1. In consideration of the Contractor?s performance of the services required under this work order, the Government shall compensate the Contractor a fixed fee of $ . 2. Prior to final payment under this work order, the Contractor shall furnish the Government with a release of all claims against the Government under the applicable portions of this contract, other than such claims as the Contractor may except by description and stated amount of each claim. 3. Any security IDs issued by GSA or the Tenant Agency for the purposes of this task shall be returned to GSA prior to the Final Payment. c. Revisions 1. Prior to approval by GSA of the documents listed, the Contractor shall correct or revise any drawings and documents, without additional cost to comply with the provisions of this document. 2. The normal required review time by GSA is five (5) working days. 3. All formal submissions are subject to update and editing to reflect feedback from GSA. Describing the changes in the review documents as a written response without making changes in the contract documents is considered non-responsive. 4. The government shall not be liable for any additional contractor costs due to changes or revisions in the requirements of this document, which would increase the scope of services as originally negotiated and agreed to, unless such changes or revisions are authorized and approved by the Contracting Officer in writing. All Requests for changes or revisions received by the contractor shall, therefore, be referred to the Contracting Officer for his or her approval. d. As-Built Drawings 1. Prepare and submit to the Contracting Officer two (2) sets of detailed "As-Built Drawings." The drawings shall show the system as installed, including all deviations from both the project drawings and the approved shop drawings. The drawings shall also include all information as required by GSA. Submit these drawings within two weeks after the final acceptance test of the systems. END OF SCOPE OF WORK
 
Place of Performance
Address: FDIC Building, 25 Jessie Street, San Francisco, CA
Zip Code: 94105-2708
Country: UNITED STATES
 
Record
SN01141373-W 20060914/060912221722 (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  © 1994-2020, Loren Data Corp.