Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 25, 2007 FBO #2006
MODIFICATION

Z -- PARKING LOT REPAIRS & RESURFACING

Notice Date
3/6/2007
 
Notice Type
Modification
 
NAICS
238990 — All Other Specialty Trade Contractors
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Upstate New York Service Center (2PMC-U), James M. Hanley Federal Building & Courthouse, Room 1350, 100 South Clinton Street, Syracuse, NY, 13261-7005, UNITED STATES
 
ZIP Code
13261-7005
 
Solicitation Number
GS02P07PAM0019
 
Response Due
3/30/2007
 
Point of Contact
Colleen Carey, Property Manager, Phone 518-431-4197, Fax 518-431-4178,
 
E-Mail Address
colleen.carey@gsa.gov
 
Small Business Set-Aside
Total Small Business
 
Description
RESONSE DATE EXTENDED TO APRIL 27, 2007, REVISED SCOPE OF WORK HAS BEEN ISSUED. PLEASE CONTACT OUR OFFICE FOR A REVISED SOLICITATION PACKAGE FOR THIS PROJECT. 1.0 PROJECT IDENTIFICATION A. Project Name: PARKING LOT REPAIRS & RESURFACING Location: James T. Foley U. S. Courthouse 445 Broadway, Albany NY 12207 aving related debris and materials from the job site. 1.1 WORK SEQUENCE A. The following work shall be completed, including the time to order materials and equipment, within 30 calendar days after notice to proceed. All work will be performed on a week night or weekend schedule. The parking lot shall be accessible for use Monday-Friday from 6am-6pm. 1.2 WORK UNDER OTHER CONTRACTS A. The Contractor shall cooperate with other contractors performing related work in the building, including providing labor, materials and other costs necessary to satisfactorily coordinate the Contract work with work performed under other contracts. This includes such things as utility shutdowns, and use of service elevator and loading dock. Retain the following paragraph when work under future contracts depends on successful completion of Work performed under this Contract. Revise as required to suit project conditions. 1.3 SCHEDULE OF GOVERNMENT-FURNISHED PROPERTY A. The project includes the following Government furnished property to be installed by the Contractor: None 1.4 MISCELLANEOUS PROVISIONS A. Work in the extension of existing conditions shall correspond in all respects with the existing conditions to which it connects, or to similar existing conditions, in materials, workmanship and finish. B. Alterations to Existing Conditions: Existing conditions shall be cut, drilled, removed, temporarily removed, or removed and replaced, as necessary for performance of Work under the Contract 1. Replacements of existing conditions that are removed shall match similar existing conditions. 2. Unless otherwise indicated, existing structural members shall not be cut or altered without authorization by the Contracting Officer. 3. Conditions remaining in place, which are damaged or defaced during the Work, shall be restored to the condition existing at time of award of Contract. 4. Discolored or unfinished surfaces exposed by removal of existing conditions, that are indicated to be final exposed surfaces, shall be refinished or replaced as necessary to produce uniform and harmonious contiguous surfaces. 5. Existing structures will remain in place. 6. Existing utility services with related meters and equipment will remain in place. 7. All removed items shall be disposed of according to local ordinances. 1.5 USE OF PREMISES 1. Access will be restricted to the facility and restrooms. Temporary facilities must be provided by the contractor. 2. Water will be provided at a hose bib at the side of the facility. 2.0 SUBMITTALS A. PRODUCTS - Before purchasing, provide equipment cuts and other information in the form of a product submittal for approval by the project manager for the following items: 1. NYS DOT Crushed Aggregate Sub base- Classification, modified proctor reports (Density), with NYS approval letter of material. 2. Liquid Asphalt Prime Coat ? Manufacturers Data Sheets and installation instructions 3. NYS DOT Asphalt Base Course ? Contents, Classifications, Marshall Test Results (Density), with NYS approval letter of material. 4. NYS DOT Asphalt Top Course ? Contents, Classifications, Marshall Test Results (Density), with NYS approval letter of material. 5. NYS DOT Asphalt Joint Sealer ? Contents, Classifications, Marshall Test Results (Density), with NYS approval letter of material. 6. Latex Paint. B. SHOP DRAWINGS 1. Stripping Plan- Give sketch with dimensions of all markings and numbering. This is to ensure that any sketches provided by the government are able to be conducted per standard practice and code. C. WARRANTY 1. Warranty will be provided for 2 years 3.0 QUALITY CONTROL A. Contractor shall furnish all labor, tools, materials and equipment to perform this work. Any building components or systems disturbed must be restored and patched to original condition. All work must comply with all applicable building codes, regulations and standards. The area shall be broom cleaned before final inspection. The contractor shall dispose of all trash daily. B. Density Testing: All soil, crushed stone or asphalt that is disturbed or installed shall be compacted. All materials installed shall be laboratory tested and approved prior to installation. The contractor shall provide a technician to provide in place nuclear density testing to ensure that all materials are installed with a minimum density of 95%. C. Inspections: Prior to placing any top course asphalt, obtain an inspection from the contracting officer (or their representative) to verify that all surfaces have been properly cut, leveled, prepared and primed ready for asphalt placement. 4.0 SECURITY Security clearances shall be obtained by all persons on the contractor?s workforce, including the general contractor foreman, supervisory project manager, all tradespersons and all sub- contractors? labor force. Within 14 days of contract award, the contractor shall have submitted all completed security clearance application documents as follows for those employees designated to work on this project: ?? SF 85-P Questionnaire for Public Trust Position ?? FD-258 Fingerprint Card (two copies) ?? A copy of Naturalization Papers ?? Copy of drivers license and Social Security Card ?? Copy of the Alien Card if not a United States Citizen Fingerprint cards shall be typewritten, with signatures in all designated locations on the forms. Contractor employees and subcontractor employees will not be allowed on the work site until after they clear security. The failure of any applicant to clear security will not be considered a valid justification for time extensions or failure to meet project milestones and schedules unless the government causes the delay. Those persons who have cleared security within the last 3 years do not need to complete all security clearance documents. However, they do need to submit their name, social security number, date of birth and completed Form FD-258, Fingerprint Card. These security clearance procedures are mandatory because the work will accomplished during times when the building is unoccupied. 5.0 OTHER COMMENTS: A. Only the Contracting Officer or his delegated representative is authorized to issue and/or approve any directions, instructions, changes, modifications, revisions, amendments, or other alterations to the Scope of Work, Specifications, Terms and Conditions of this Contract. B. All work shall be scheduled and approved in advance by the Contracting Officer or his delegated representative. C. All materials and products used in this Contract shall be approved by the Contracting Officer or his delegated representative prior to installation. D. The contractor shall be responsible for all measurements/dimensions related to the work performed in this Contract. E. No asbestos containing materials (ACM) shall be contained in any products, materials, supplies, or equipment used in this Contract. 6.0 CONTACTS: 1. The General Services Administration designed the project. 2. The Property Manager is: John Sargent, 518-488-1325 3. The Contracting Officer for the project is: Colleen Carey, 518-431-4197 4. The Project Managers will be Kenneth Simmons and John Sargent NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (06-MAR-2007). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 23-MAY-2007, 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.fbo.gov/spg/GSA/PBS/2PMCU1/GS02P07PAM0019/listing.html)
 
Place of Performance
Address: James T. Foley U.S. Courthouse 445 Broadway Albany, New York 12207
Zip Code: 12207
Country: UNITED STATES
 
Record
SN01302004-F 20070525/070523232929 (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.