SOLICITATION NOTICE
Y -- 570-221 Expand Parking Minor Construction Clovis VAMC
- Notice Date
- 10/21/2022 7:31:15 AM
- Notice Type
- Solicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- PCAC HEALTH INFORMATION (36C776) INDEPENDENCE OH 44131 USA
- ZIP Code
- 44131
- Solicitation Number
- 36C77622B0059
- Response Due
- 11/14/2022 10:00:00 AM
- Archive Date
- 12/14/2022
- Point of Contact
- Jessica L Williams (Contractor), Contractor
- E-Mail Address
-
jessica.williams17@va.gov
(jessica.williams17@va.gov)
- Awardee
- null
- Description
- Responses to RFI s 570-221 Expand Parking Minor Construction Clovis 36C77622B0059 l . The plan pointed out to a specific detail of Proposed Building 6/CG-504, no detail on the plan. Response: Detail 6/CG-504 has been deleted from the project. This project does not include subgrade preparation for the future building. The future building pad area shall be graded as shown and sloped smoothly to match into the surrounding areas and soils treated with an engineered copolymer soil stabilizer and dust control agent. 2. The proposed building called for basement in the soil report, it pointed out there is basement in the report, is there preparation for basement? Response: There is no preparation of the subgrade for the future building or for its basement included in this project. 3. There are 9 unknown trailer containers on site with no specific instruction for it. Response: The connex boxes and perimeter chain link fencing will remain on the site in the undeveloped area of the property. The VA will coordinate with the contractor for access to the connex boxes when/if needed during the site construction. VA will relocate the connex boxes within the undeveloped portion if access is needed for installation of 4. There are 4 fire hydrants on page CU-103 and only 1 fire hydrant on page CU-102 called to be installed, please clarify 4 other fire hydrants to be installed later in the next phase of proposed building or not. Response: There are 7 fire hydrants shown on the drawings to be connected to the proposed 8 PVC water (Fire). Two (2) of the Fire Hydrants are shown on Dwg. CU-102 and Five (5) of the Fire Hydrants are shown on Dwg. CU-103. One (1) of the Hydrants near the southwest parking area is to be installed under the BASE BID and One (1) of the Hydrants near the northwest parking area is to be installed under ADD ALTERNATE 1 BID. The remaining Five (5) of the Hydrants are to be installed under ADD ALTERNATE 6 BID. All 7 Fire Hydrants are included in this project. 5. Modular Building Clarification: Please confirm that this is going on VA property and local building permits will not be pulled? Response: Local building permits from the city of clovis are not required for the modular building. This building will be on the Federal property. Would a 24x60 building be acceptable in place of the 24x56 shown? Response: A 24 x 60 building will be acceptable in place of the 24 x 56 in the contract documents. The drawings indicate a 56 Min. length of the building. Will Smart panel wood grain siding with matching skirting be acceptable in place of metal? Response: No, metal siding is required. Can the quantity of windows be reduced? Response: No, the quantity of windows will remain the same. Can the locations be adjusted to meet a more stock layout? Response: The location of the windows may be adjusted to a more stock layout provided that there continues to be a full view of the bus loading and approach area from inside the building. Will standard 4/0x3/0 windows be acceptable? Response: The windows shown on the drawings are 4 4 x 5 4 . A proposed standard size window of 4 0 x 3 0 is acceptable only if the number of windows is doubled because the proposed standard size window is about half the size of the windows shown on the drawings. Does the ramp need to have the 90-degree turn? Or can it hit grade prior to turning? Response: Yes, the ramp will need to have the 90 degree turn. The ramp is to be ADA compliant and site grading and the general level of the interior floor will require the length of the ramp shown. Do the restroom sinks need to be in a countertop or can they be wall mount? Response: Restroom sinks do not need a countertop and can be wall mounted. The building height is closer to 14'6"" will that be a problem? Response: : The building height of 14 6 on site will not be a problem. The contractor will be responsible for any fees incurred for trucking the unit to the site if the 14 6 height (or the trucking height of the modular building) exceeds the height requirements of the road routes to get the modular building to the site. The window on the 24' wall of the office will need to be eliminated. It won't fit with the electrical panel and the HVAC unit. Response: The window on the 24 wall of the office can be eliminated. Should the Men's RR, have one toilet and one urinal, or two toilets as shown? Response: The Men s Restroom shall remain as shown with two toilets. No drawing detail for utilities connection Response: Attached are utility service connection details SK-S1 for the sanitary sewer and SK-W1 for the water. Note that when the temporary modular building is removed the utilities must be removed. The water and sewer service lines must be cut and capped below grade and the surface restored. 6. Drawings Show a premanufactured ornamental iron such as Ameristar, Merchants, or Fortress with pregalvanized materials with the warranty that is required but the specifications call for a hot dip galvanized system which does not carry the warranty? Response: The standard pre-manufactured fence to be provided shall be a basis of design of Ameristar Montage II Genesis Industrial Security 4-Rail steel fence or equal which has a manufacture s standard pre-galvanized layer with a multicoat finish system. Provide the manufacture s standard warranty. A separate hot-dip galvanization beyond the manufacture s standard system is not required. Material for pickets shall be 1 square x 14 Ga. tubing and the rails shall be steel channel, 1.75 x 1. 75 x .105 or equal in accordance with the manufacture s standard. Provide standard flat plugs on all pickets and metal caps on all posts. The goal for the fence is to have 30% recycled steel content, however, manufacture s standard available recycled steel content is acceptable. 7. The specifications call for the architect to pick the color. If the architect picks from standard colors that a manufacturer has it is one price. If the architect picks a special color that is not standard the cost of the materials is 30 to 40 percent more with a long lead time. What do we bid? Response: The color will be chosen from a standard color. 8. There is no drawing or specifications for the walk gates. Do they get Panic hardware, self-closing hinges, kickplates, expanded metal, electric strikes? Response: The walk gates shall be a 5 W x 8 H standard gate in the same style and by the same manufacturer as the industrial steel fence. They do not require panic hardware, self-closing hinges, kickplates, expanded metal, or electric strikes. Swing gates shall be fabricated using 1.75 x 14 ga. double channel rail, 2 sq. x 12ga. gate ends, and 1 sq. x 14ga. All rail and upright intersections shall be joined by welding. All picket and rail intersections shall also be joined by welding. Gusset plates will be welded at each upright to rail intersection. Provide industrial grade double latch which can be padlocked and industrial grade welded on box hinges. 9. Drawing CG-507 shows the cantilever gates as being 8'0"" but the detail drawing shows 4'0"" ---- misprint? Response: The gate height is 8 0 . 10. There is no drawing or specification that calls out how the ornamental iron is attached to each pilaster. There are eight places of attachment at each pilaster that must be exact to keep the iron level. Response: Use manufacture s standard industrial mount or swivel brackets and threaded anchor. See attached detail sketch SK-C1. 11. The plan doesn't call for shoring along CMU wall to be built, is shoring necessary? Response: Contractor to provide all sheeting, shoring, bracing and similar construction measures as required for construction of the work. 12. Additional Items a) On Dwg CU-101 Keynote F should refer to Note 1 on the same drawing regarding the need to provide thrust blocks on water lines. b) On Dwg. BP-101, Revise Keynotes I and J so that Storm Sewer and the Water Line (for Fire) should be extended through the paved roundabout area and be terminated north of roundabout and beyond the paved area. In general, for all Bid Alternates, the intention is that all underground facilities must be extended through any area before it receives a final surface improvement such at pavement, concrete sidewalk or landscaping/irrigation. c) In the Technical Specifications Section 01 00 00 page 5, DELETE paragraph 1.3.D.f f. north entrance driveway grading and AB stone., and in paragraph 1.3.D.g CHANGE northwest to southeast d) In the Plans on Dwg. BP-103 DELETE from the descriptions of ADD ALTERNATE 2 BID, the following item: north entrance driveway grading and AB stone and in the next line CHANGE northwest portion of the site to southeast portion of the site e) In the Technical Specifications Section 01 00 00 DELETE paragraphs 1.3.E.f, 1.3.F.f, and 1.3.G.f on pages 6 to 8, and in the Plans on Dwg. BP-104 DELETE from the descriptions of ADD ALTERNATE 3, ADD ALTERNATE 4, and ADD ALTERNATE 5 the following item: grading and aggregate base for parking lot in northwest portion of the site along with 13. In reviewing the posted documents on SAM.GOV I see that there are two versions of the project specifications. Response: Attachment 2 will be removed. The correct version is on the website and is: Attachment 1P - 16_570-221 - CD Technical Specs 8-16-22.pdf. This is the sealed set dated Aug. 16, 2022. We are removing file name: Attachment 2 570-221 Specifications.pdf, this is unsealed and dated 9/17/2020. 14. We are planning to bid on this ""Expand Parking Minor Construction Clovis VAMC"" job, and we noticed that there are two bonds required, the bid guarantee (20% of bid price) and the performance bond. Could you please clarify the proportion of the performance bond? Does the performance bond require the whole amount of bid price or just a proportion of it? When do we need to submit the bid bond and performance bond? Response: The offeror to whom award is made will be required to furnish two bonds. A Payment Bond shall be provided on Standard Form 25A (SF 25A) and a Performance Bond shall be provided on Standard Form 25 (SF 25). Both bonds shall be submitted in accordance with FAR 52.228-15 Performance and Payment Bonds - Construction, which can be located under FAR 52.252-2 Clauses Incorporated by Reference. Copies of SFs 25A and 25 may be obtained from http://www.gsa.gov/portal/forms/type/TOP. (1) Performance bonds ( Standard Form 25). The penal amount of performance bonds at the time of contract award shall be 100 percent of the original contract price. (2) Payment Bonds ( Standard Form 25A). The penal amount of payment bonds at the time of contract award shall be 100 percent of the original contract price. 15. We want clarification on 6 alternate bids, please advise the base bid and alternate bids must be submitted at the same time or it can be submitted later after the awarded base bid. Response: See RFI 16. 16. I am currently working on the bid for the Clovis VAMC project but the ADD ALT pages seem to be contradicting themselves. For example, BP-103 calls out the Area as ADD ALT. #2, while pg. BP-104 is calling the same area to be ADD ALT. #5. BP-101 seems to show the striping as part of the base bid. Can you please confirm what striping is to be included in the base bid? Response: There is no contradiction on the plans. Add Alternate 2 includes the construction of the AB stone for the southeast parking area and driveways while Add Alternate 5 includes among other work the pavement of the same area. Striping is required in the area of the Base Bid and each Add Alternate Bid where pavement is constructed and in areas where AB stone is constructed for parking or driveways. The Base Bid includes pavement in and along Herndon Avenue, North Armstrong Avenue, the South Entrance Driveway and circle and a portion of the North Entrance Driveway as indicated on the plans. The Base Bid also includes the construction of the southwest parking area with AB stone without pavement as indicated on the plans. These areas all require striping including the AB stone areas as they will be utilized for driving and parking. Add Alternate 1 includes the construction of the northwest parking area and adjacent driveways with AB stone without pavement as indicated on the plans. These AB stone areas all require striping as they will be utilized for driving and parking. Add Alternate 2 includes the construction of the southeast parking area and adjacent driveways with AB stone without pavement as indicated on the plans. These AB stone areas all require striping as they will be utilized for driving and parking. Add Alternates 3, 4, 5 and 6 include among other work the paving of the respective parking areas and driveways as indicated on the plans. These paved areas all require striping as they will be utilized for driving and parking. Painting of the international symbol of accessibility emblem and the words NO PARKING as shown on detail 6/CG-501 are only required on pavement and not on AB stone. See ATTACHMENTS to the RFI s Clovis Panel Bracket Connection-C1 Clovis Parking VA RFI 003 Clovis Temp-Sewer Service Dtl-S1 Clovis Temp-Water Service Dtl-W1
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/c0c32a3dbabe4e41ad823416299d247b/view)
- Record
- SN06500159-F 20221023/221021230111 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |