Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 15, 2012 FBO #3704
MODIFICATION

Y -- Special Notice regarding the Pre-proposal Conference held on 4 January 2012 for the Design and Construction of an Army Reserve Center at Loveland, CO.

Notice Date
1/13/2012
 
Notice Type
Modification/Amendment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
USACE District, Louisville, 600 Dr. Martin Luther King, Jr. Place, Room 821, Louisville, KY 40202-2230
 
ZIP Code
40202-2230
 
Solicitation Number
W912QR-12-R-0007
 
Response Due
1/25/2012
 
Archive Date
3/25/2012
 
Point of Contact
Misty Jones, 502-315-7401
 
E-Mail Address
USACE District, Louisville
(misty.d.jones@usace.army.mil)
 
Small Business Set-Aside
HUBZone
 
Description
SPECIAL NOTICE FOR INFORMATION PURPOSES ONLY. On 4 January 2012, a pre-proposal conference was held for the Design and Construction of an Army Reserve Center at Loveland, CO. The following information includes the meeting minutes and the attendees. MEETING MINUTES PROJECT: Fort Collins Pre-proposal Meeting Loveland, CO LOCATION:Embassy Suites, Loveland MEETING DATE &TIME:04 January 2012, 0900 MST ATTENDEES:See attached attendees list ITEMS OF DISCUSSION: 1)Betty Beck, LRL Project Manager, opened the meeting with introductions. A sign-in sheet and agenda was circulated. 2)The Louisville District (LRL) is the design agent for the Army Reserve and will oversee the entire project. 3)Bids are due in Louisville, KY on 25 January 2012 at 11 AM EST. Bids will be good for 90 days. 4)Contract award is expected to be mid March 2012. 5)Fast tracking will be allowed and minor changes to the design are to be anticipated during the design phase of the project. 6)The Construction Cost Limit (CCL) is $10,710,000. 7)The bid will consist of two types of money: Military Construction Army Reserve (MCAR) and Operation & Maintenance Army Reserve (OMAR). The OMAR items are broken into two line items on the bid schedule. The OMAR line items are not part of the CCL. 8)The contract duration is 525 days from Notice to Proceed (NTP). The delivery method will be Design-Build. 9)Jon Miller, Mason and Hanger Project Manager, presented a project overview. The project is an FY 12 project for an Army Reserve Center to be located in Loveland/Windsor Colorado. The project controls are as follows: a)30,657 SF Training Building b)5811 SF Organizational Maintenance Shop (OMS) c)1217 SF Unheated Storage which is shown in the RFP as part of the OMS d)3370 SY Organizational Parking 10)The Tenant is the 409th, which is a vertical construction unit consisting of 4 platoons and a Headquarters Company. They are authorized 10 fulltime soldiers and 162 reservists. They are authorized 74 pieces of military equipment (52 trucks and 22 trailers). There are no tracked vehicles. They drill one weekend a month and the largest drill weekend is 162. 11)The primary guidance documents are UFC 4-171-05 and the RFP specification sections 01 02 00.00 48 and 00 80 00.00 06. 12)Mike Mayer, Mason and Hanger Civil Engineer, presented the site constraints. He discussed the easements on the property and the site setbacks. The topography was discussed as well as the drainage. EISA Section 438 is a requirement for this project. Post development run-off must not exceed pre development run-off. The project also must comply with Anti-terrorism standards UFC 4-010-01. This project shall be designed and constructed to achieve a LEED rating of Silver in accordance with LEED Version 3.0. The Contractor shall be responsible for certifying the project through the Green Building Certification Institute (GBCI). 13)The Contractor is responsible for making all permit applications and obtaining required municipal, utility, and regulatory agency coordination, reviews, permits, inspections and approvals, and is responsible for payment of any associated fees or charges. 14)Furniture is Government furnished, Government installed (GFGI). The Government contractor will be installing furniture during the final stages of construction. The D/B team will be responsible for coordinating with the furniture contractor. IT/Telecomm equipment is GFGI. The Government contractor will be installing IT/Telecomm equipment during the final 2-3 weeks of construction. The D/B team will be responsible for coordinating with the IT/Telecomm contractor. 15)Misty Jones, LRL Contracting Specialist, presented the unique contract requirements. The items discussed are listed below: a)The project is a Hub zone set aside project. b)The items discussed in this meeting are contractual. c)The project will be awarded on best value. d)Betterments are to be included into the overall bid and should be listed and priced. e)Sign and acknowledge all amendments. f)Please read and follow section 00114. Please be organized and don't be disqualified for none compliance. g)Provide 5 copies of the proposal, one original and one electronic copy. Provide the original bid in a sealed envelope. h)Evaluation factors are listed in the RFP in order of importance. Factors include Experience and Past Performance. i)Bid Bonds are not required. 16)Jamie Benge, LRL Project Engineer, reviewed the post award design requirements. The following requirements of Specification Section 01 03 00.00 48 were discussed. a)Identify the Designer of Record (DOR) for each discipline. The DOR shall be a registered professional Engineer or Architect. b)A Registered Communication Distribution Designer (RCDD) is required to design the telecommunications system for this project. c)A LEED Accredited Professional (LEED AP) is required for both design and construction. d)A Registered Roof Observer (RRO) is required during all related construction activities. e)The Contractor must submit, for Government acceptance, a Design Quality Control Plan (DQCP) before design may proceed. This plan must indicate the designer's integral role throughout design and construction. f)A Design Charrette will be held to obtain an approved site and floor plan. g)There will be four design submittals on this project: Interim, Final, Corrected Final, and Certified Final. The Certified Final Design is a submittal in which all review comments have been addressed and incorporated into the design. This design has been approved and is ready for construction. h)Fast tracking is permitted and is further discussed in Section 00 80 00.00 06. i)The Government will complete a review of each submittal. Government reviews are considered Quality Assurance reviews; not Quality Control reviews. The Contractor shall provide his own internal Quality Control before the design is submitted to the Government. Mason and Hanger, the RFP Preparer, will assist the Government in completing a compliance review to ensure the RFP requirements are being met. j)A web-based system called Dr Checks will be used to input comments during reviews. The Contractor will be given access to this system and will be required to respond to all comments in the program. k)This project is required to obtain a GBCI Silver Rating under LEED Version 3.0. l)All drawings shall be prepared using Microstation Version 8i and Bentley BIM technology. m)The furniture design is part of this contract and must meet the requirements of the "Army Reserve Design Process and Submittal Requirements Manual - Part C", which can be found on the Louisville District website. n)Refer to Specification Section 01 03 00.00 48, Attachment A for specific furniture product specifications. 17)Jamie Benge also reviewed Specification Section 01 04 00.00 48 which describes the D/B process and the design schedule. a)The schedule provided in this section is not intended to be the actual awarded D/B schedule. It should be used as guidance in preparing the schedule and sequence of work. b)Government performance and review periods cannot be altered in the Contractor's proposed schedule which will be submitted for Government review and approval. Site visit & Lunch Meeting resumed at 01:00 p.m. 18)The Contractors wanted clarification on the water hook-ups fees. Does the Army Reserve own water rights on this property? This is to be clarified by Amendment. 19)Betty Beck thanked everyone for coming and wished all parties good luck. She then closed the meeting. CORRECTIONS and OMISSIONS: The preceding record is an accurate representation of the meeting as it transpired. Any person attending this meeting who has any additions, deletions or corrections should contact Misty Jones at misty.d.jones@usace.army.mil. Minutes respectfully submitted by Jonathan Miller, Project Manager for Mason & Hanger. Name OrganizationPhone Charlie HarrisMcTech Corp816-471-2039 Bruce MellingerMcTech Corp816-471-2039 Matt PagliasottiVEMAC915-566-1911 Steven HahnECS & AMCS303-282-4385 John HessLMG Construction816-474-4564 George MooreEncore Electric720-279-5747 Erika AndersonPanduit303-525-9501 Ben WinsorPatrick Engineering303-532-8260 William JoynerPVC/Alliance970-663-9700 Greg WienbergGreenleaf Construction816-714-3197 'Bo' BrownBrown Construction Consulting970-222-6809 Scott BrabandChampion Fence303-467-1910 Les TrujilloCenterre Construction303-220-9400 Brent MeisheidCenterre Construction303-220-9400 Kile MorrisonGLMV Architecture816-444-4200 Dustin GraulBrinkmann Constructors303-657-9700 Benjamin BarellaLarimer Construction3/534-7300 Wende CookPanduit720-205-9913 Joel BennickGraygar3/501-7203 Jeff BowlusGuarantee Elec.3/586-9141 Wendy AmannHuitt-Zollars303-740-7325 Jack TubbsMcCauley Constructors970-686-6300 Angelo PereyraEpoxy & More303-650-2525 Joseph ZorackGround Engineering970-622-0800 Richard JusticeAnthony & Gordon865-546-1776 Dino RuffoniGem City Roofing307-745-5512 Jeff RichardsMASS719-243-2737 Brad HixMASS719-491-1178 Troy EasonMASS719-240-2583 Bethany BeersFarnsworth Group970-266-1066 Todd KrellFarnsworth Group970-266-1066 Roger HawkesCTI Construction Team801-769-7300 Dave MahanStresscon Corp719-205-4700 Brett MartinacGraybar3/378-0628 Doug DonahueGracon Corp970-667-2203 Note: Information provided on the sign-in list may have been indiscernible and as a result interpreted incorrectly and/or omitted. Please refer to the Interested Vendor's list on FBO.gov for additional vendors/contractors.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA27/W912QR-12-R-0007/listing.html)
 
Place of Performance
Address: USACE District, Louisville 600 Dr. Martin Luther King, Jr. Place, Room 821, Louisville KY
Zip Code: 40202-2230
 
Record
SN02654592-W 20120115/120113234449-995db7a8ecc53b21b29c0c8b7e28538b (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.