Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 26, 2010 FBO #3228
AWARD

C -- Expand East Patrking Structure Ann Arbor MI

Notice Date
9/24/2010
 
Notice Type
Award Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of Veterans Affairs;Contract Service Center (90 CSC);Illiana Health Care System;1900 E. Main St.;Danville IL 61832-5198
 
ZIP Code
61832-5198
 
Solicitation Number
VA25110RP0099
 
Archive Date
9/1/2010
 
Point of Contact
Joe H Embry
 
E-Mail Address
ct
 
Small Business Set-Aside
N/A
 
Award Number
VA251-P-0833
 
Award Date
8/27/2010
 
Awardee
WALKER PARKING CONSULTANTS/ENGINEERS, INC.;2121 HUDSON AVE STE 201;KALAMAZOO;MI;490082379
 
Award Amount
$480,938.00
 
Description
SCOPE OF WORK Expand East Parking Structure Project No.: 506-310 I.STATEMENT OF PROJECT OBJECTIVE: 1. Provide architect-engineer (A/E) services to design an expansion of the East Parking Structure for the VA Ann Arbor Health Care System (VAAAHS) in Ann Arbor, Michigan. Work includes the site investigation, work with City of Ann Arbor to coordinate right-of-ways, structural analysis, and preparation of complete construction documents ready for bidding. 2.General. This project will provide design services for the expansion of the East Parking Structure (EPS). The existing parking structure is to be expanded to the north in a grass area adjacent to the existing structure. The expansion will be designed in a way so as to result in a contiguous structure. The expansion shall meet all life safety and applicable building codes as well as all VA standards for this type of structure. The project design will be phased to minimize disruption to traffic and parking at the site. The existing portion of the East Parking Structure shall remain in operation during both the design and construction phase of the expansion. The scope of work shall also include an evaluation and completion of construction documents outlining maintenance and upgrades required to bring the existing portion of the East Parking Structure and the West Parking Structure up to reasonable high standards. This could include (but is the determination of the A/E) things such as caulking joint replacement, oil removal, general cleaning, striping, or other general maintenance. The scope of work shall also include the schematic evaluation of expansion upward of the West Parking Structure. This evaluation, schematic in nature, will include a determination of if the West Parking Structure can be increased in the number of decks and how many. It is believed the structure was originally constructed to hold additional decks, but it needs evaluation. Original construction documents are available. It shall also include an evaluation and recommendation of the existing entrance and exit location, along with their efficiency and ease of use. The design drawings shall be accomplished on computer utilizing Auto CAD 2009 (or later version) following the specifications for CAD deliverables. II.STATEMENT OF A/E TASK: 1.The A/E contract shall cover work consisting of the preparation of schematics, construction documents, and construction period services in support of the expansion of the East Parking Structure. This shall consist of necessary preliminary evaluation such as site survey work, verifying existing drawings of both the site and existing structure, records and existing conditions and analyzing utility systems. Structural analysis shall be accomplished and submitted in conjunction with the 25% construction document submission. 2.The A/E will examine the existing structure and submit as a part of the expansion, an evaluation of the structural status of the existing east parking structure. There has been substantial post construction settling in the existing structure and a portion of this task shall be the evaluation of that structure. 3.The A/E will include as a portion of the design task, design documents for maintenance of the existing portion of the East Parking Structure. The level of maintenance of the existing portion of the East Parking Structure shall consist of (as a minimum) caulking replacement, washing (steam possibly or other) of the floors, and restriping. Final recommendations of the A/E shall be forwarded as to the required maintenance. 4.The A/E will thoroughly survey the existing conditions of the facility and provide all necessary input to provide a superior product to the VAAAHS. The A/E will investigate options available to determine the most cost effective way to provide a desirable finished product. 5.The A/E will prepare and provide to the VA complete specifications and contract documents as further described in the contract. 6.The A/E will provide cost estimates for the construction project(s) as further described in the contract. The A/E will provide site visits at the request of the VA for the purpose of answering questions associated with the design and offer corrective action via letter or drawings as deemed necessary. The A/E will provide construction cost estimates with each drawing submission. Cost estimates shall provide a thorough and accurate description and pricing of all work to be performed by the contractor. 7.The A/E shall provide competent design services utilizing personnel adequately knowledgeable of the various subordinate design disciplines. The design solution will include a written report containing a description of the proposed construction, a listing of significant existing conditions and a description of utility systems and structures, with comments on their adequacy and recommendations. 8.The A/E shall review all proposed equipment for energy efficiency and long term reliability. 9.Per federal law under EPAC, the Energy Policy Act of 2005, the A/E shall be able to claim a tax deduction for work performed under this project so long as equipment and systems designed meet the EPAC guidelines. See www.lithonia.com for a link specifically defining EPAC and the relevant portions of this law as they pertain to this project. III.BASIS FOR DESIGN: 1.The following VA handbooks and design criteria will be used to develop the design (including but not limited to): H-08-1Master Construction Specifications H-08-3Construction Standards H-08-4Standard Details Vol. IArchitectural Vol. IISite Engineering and Landscaping Vol. IIIMechanical Engineering Sec. IPlumbing and Sanitary Sec. IIHeating, Ventilation and Air Conditioning Vol. IVElectrical Engineering H-08-5Equipment Guide List H-08-6List of Equipment Symbols H-08-8Earthquake Resistant Design Requirements for VA Hospital Facilities H-08-13Barrier Free Design Handbook - Accommodations for the Physically Handicapped - A Supplement to UFAS H-08-15"Minimum Requirements for A/E Submissions of Schematic, Design Development and Construction Documents Including Cost Estimates" (Volume C: Minor New Building, Minor Addition and NRM Renovation Project) Other design criteria: H-088C2-1500-HVAC Design Criteria and Instructions H-088C2-15300 & Plumbing and Sanitary Design Criteria and Instructions H-088C2-15400 H-088C3-16000Electrical Design Handbook VAMC Asbestos Survey Requirements JCAHO Standards NFPA Codes 2.Compliance to all known applicable codes will be reflected in the completed design and construction documents. 3.Conflicting criteria shall be brought to the attention of the Chief of Engineering Service for resolution. PROPOSED DESIGN TIME FRAME: 180 calendar days after contract award, which includes 30 calendar days for government review of A/E document submissions. PRINTING AND REVIEW OF CONTRACT DOCUMENTS: All construction documents submissions will include three (3) black line copies of the drawings and two (2) copies of the specifications, cost estimates, calculations and other information for VA review. Final working drawing submission shall be submitted as black line copies along with two (2) copies of the specifications for VA records. In addition, the contractor shall be required to update the CAD files to reflect as-built conditions upon final project completion and submit those files to the VA. The A/E shall provide two (2) CD's containing all of the construction documents, drawings in AutoCAD format as well as PDF format, specifications in MS Word format, cost estimates in MS Excel format, as well as design calculations in electronic format (PDF if not calculated in electronic format) with the 100% Construction Documents or Bid Documents. The A/E shall provide all documents to Engineering Service at VA Ann Arbor Healthcare System (VAAAHS), Ann Arbor, Michigan. All documents provided to the Engineering Service at VAAAHS shall include a transmittal letter. The A/E shall provide an information copy of all transmittal letters to the Contracting Officer. The A/E may be required to perform site inspections during Construction Period Services. The A/E shall follow up each site visit by submitting a field report to Engineer Service at VAAAHS, with a copy sent direct to the Contracting Officer. PROPOSED CONSTRUCTION BIDDING TIME FRAME: The bid opening date may be between June 2010 and June 2011. FEE FOR SERVICES BREAKDOWN: Fee proposal instructions will be provided to the A/E with a request for proposal.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/DaVAMC550/DaVAMC550/Awards/VA251-P-0833.html)
 
Record
SN02296742-W 20100926/100924235805-5d420179f64a71f99ab8a8fc22453020 (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.