united states district court furniture bid …• reference the furniture drawings for...
TRANSCRIPT
-
UNITED STATES DISTRICT COURT
FURNITURE BID REQUIREMENTS Overview:
The U.S. District Court (USDC) will be procuring the equipment for its Detroit Probation office..
Products submitted in response to this RFQ must include the following: systems furniture,
casegoods and seating.
Mission: • The USDC Mission is to promote adaptable workspaces solutions that will provide the basis for
the following requirements.
Intent:
• From a single source, USDC intends to acquire “Turn-Key” solutions for systems furniture,
casegoods and seating. The open plan product solution should utilize a minimal of parts that
allows for quick and easy reconfiguration.
INSTRUCTIONS:
• The contract for furniture product(s) to support the delivery and installation will be placed with the
vendor products that meet all of the specifications as outlined
• This request is for GSA Schedule Pricing. Please include GSA schedule contract information, warranties, shipping cost, and delivery schedule. Our project team will evaluate all responses
and a fixed price award will be made from this RFQ based on the lowest priced, technically
acceptable offer.
Delivery Schedule:
• Once an award has been made, an outline of the proposed delivery schedule will be provided.
Related Documents: • The provisions of the General Conditions are included as a part of this section as though bound
herein.
•
Scope: • Furnish all material and labor necessary to fabricate and install system furniture, casegoods,
seating and storage units.
-
• The modular panel system shall be composed of demountable panels which fasten together with a continuous connector. The panel system must be able to accept stacking modules. The system must have the ability of floor to 10 feet enclosure. All panels shall have a concealed perimeter frame. Panels shall be available in a variety of finishes including tackable / acoustical fabric wrapped, wood, glass or metal.
• The following specifications are Required Performance Specifications.
• Refer to specifications guide for description.
Submittals: • Product Data: Manufacturer's printed data sheets for products specified.
• Shop Drawings (design drawings): Provide drawings showing complete project layout matching the base bid product. Include enlarged typicals and provide parts list.
• Selection Samples: Manufacturer's color charts and swatches for fabric upholstery, indicating materials, colors, and patterns equivalent to specified finishes.
Qualifications: • Manufacturer specializing in manufacturing the products specified in this section with minimum
five years’ experience.
Products: • Reference the furniture drawings for configurations and the specifications matrix for quantities.
Product Offering: • System must provide an integrated offering of systems furniture, frame components, storage,
seating and freestanding furniture. All products must be directly compatible and integrateable in design. Storage is to be an integral part of the systems line and must be directly compatible in design
• All fabric to be commercial grade. Warranties to comply with those listed under General Conditions.
-
General Conditions for Furnishings
A. Government Responsibilities The Government shall reserve the authority to stop work on a given segment of work or item to ensure proper interpretation and execution of the requirements of this specification.
The Government’s representative will accept items being delivered. The Government’s representative will inform the government of missing or damaged items. All paperwork noting condition of furnishings will come through the Government’s representative.
The Government shall conduct a final inspection of all merchandise ordered to assure that all items meet specifications, are in new and undamaged condition, are assembled or installed properly and placed in their properly designated locations.
The Government shall be the interpreter of all work covered in this bid document.
The Government shall visit the project periodically to inspect the work. After installation, final inspection of all furniture will be made and the government will establish a punch list of necessary corrections to furniture.
Approval of all materials, fabrics, finishes, colors and details shall be made by the Government.
B. Contractor Responsibilities The Contractor is defined as the bidder(s) awarded the contract(s) to provide, manufacture, deliver, and/or install furniture at the project location(s) detailed in Specification Worksheet.
C. Shop Drawings Shop drawings shall be submitted for all special or custom work specified herein for Government approval.
If the shop drawings vary from the requirements of the Contract Documents because of standard shop practice or any other reason, the Contractor/Manufacturer shall make specific reference to such variations in his letter of transmittal.
Any deviation from approved samples or shop drawings shall become the responsibility of Contractor. Such deviations must be presented and approved by Government prior to start of manufacturer of items.
The Government shall not be responsible for any cost or expense the Contractor incurs in the preparation of required shop drawings.
Contractor is required to complete field measurements prior to order and fabrication.
The Contractor is response for assessing the project site for FF&E delivery and staging restrictions. Government is not to incur additional cost or expense for additional storage if required.
D. Documents The Contract Documents contemplate a finished piece work of such character and quality as is described therein and is reasonably inferable from them. The Contractor agrees that the Contract Sum for the work hereunder includes sufficient money allowance to make the work complete and operable, fitting with the work of other Contractors and the Government, and in compliance with good practice. Contractor agrees that minor discrepancies or omissions, the failure to show repeated details, or the repetition on any drawings of the figures or notes given on another shall not be the cause for additional charges or claims.
The drawings are intended to show the general arrangement, design and extent of the work and are partly diagrammatic. They are not intended to be scaled for roughing-in measurements or to serve as shop drawings. The contractor is required to field verify site conditions before installation and make recommendations to the Government if conflicts occur.
In the case of an inconsistency between Drawings and Specifications or within either Document not clarified by addendum, the better quality or greater quantity of Work shall be provided in accordance with the Government's interpretation.
E. Warranties The bidder warrants that all goods and services furnished under a contract resulting from the Invitation for Bids shall be in conformance with the bid documents and that the goods are of merchantable quality as described in the Uniform Commercial Code, Section 2-314, and fit for the purpose for which they are sold. This warranty is in addition to any manufacturer's standard warranty which may apply or any warranty provided by law, and is in addition to all other express warranties made by the bidder.
The Contractor shall provide written documentation from the Manufacturer, which guarantees items against defects in materials, manufacture and workmanship, for a period as identified below from the day of final delivery with Government for the item. Warranty Periods:
• Casegoods, including wood storage units and (excluding casters and mechanical and electrical components): 10 years
A. Casegood Casters: 5 years
-
B. Mechanical and electrical components: 5 years
• System Furniture (excluding electrical components, drawer glides, and finishes): Lifetime
A. System Furniture Drawer Glides: 5 years
B. System Furniture Electrical Components: 10 years
C. System Furniture Finishes: 2 years
• Task Chairs: 5 years
• Side Chairs: 10 years on frames. 5 year for the fabric, foam, and thermoplastics
• Training Tables: 5 years
Final settlement shall not relieve the Manufacturer from liability for such defects, and upon notification from Government, the Contractor or Manufacturer shall, by repair, replacement, or otherwise, place the item in a condition satisfactory to the Government in every respect. Usual wear and tear and results of Government's accidents are exempted from the requirements of this guarantee. Everything required to fulfill this guarantee shall be done without additional cost to the Government. The products or workmanship of any Subcontractor are to be covered in the primary Manufacturer's guarantee.
F. Maintenance Instructions The Contractor shall provide Maintenance and Cleaning Instructions as written by the Manufacturer for each item of furniture.
G. Fabrics All same pattern and color fabrics must be supplied from the same dye lot.
If moisture and stain resistant or vinyl is not standard a finish selection of the manufacturer, bidder will need to provide a COM fabric. The COM fabric will need to be included in the cost of the chair. The COM options should meet the fabric specifications found under “Fabric Grade and Construction” under each section.
H. Samples Where a custom or special finish is specified, the Contractor shall submit a minimum of three (3) samples, (6" x 6" or larger) to match Government’s control sample, for Government's approval. This may include but is not limited to wood, fabric, metal, plastic laminate, etc.
I. Installation The Contractor shall provide manufacturer preferred installers, in harmony with other works at the site. The bidder declares that the installer has had prior experience in the type of work required by the Contract Documents and that the installer has the necessary finances, personnel and working organization, and equipment available to execute the proposed work in accordance with the requirements of the Contract Documents. The Contractor shall identify one person from his installation crew, acceptable to Government, who shall act as liaison with the Government and Architect. This person shall have the authority to direct installation changes/modifications.
The contractor shall take special precautions and make all necessary provisions to protect carpeting from soiling, stretching, or other damage. Contractor is required to provide a hard surface on which to roll in heavy, wheeled equipment; so as not to cause stretching or movement of carpet.
All necessary precautions must be taken to protect the building from damage during installation. Any pre-existing damage to walls, floors, or carpet noticed at the time of installation shall be brought to the attention of the owner prior to the placement of furnishings, since such damage may otherwise be blamed on the contractor. Should the contractor cause damage, the expense of restoring areas to their original condition shall be charged to him.
The Contractor is responsible for removing from the project all the waste materials and rubbish resulting from his operations and installation including all packing cartons and debris. Removal is to occur on a daily basis. Failure to do so will result in the Government doing so and the cost thereof shall be charged to the Contractor as a deduction in his contract price.
All items shall be assembled and set in place as shown on the installation floor plan, with tops level and all dust and dirt removed. The Contractor shall be responsible for final cleaning of all the furniture items installed by his crew. Surfaces shall be cleaned, oiled or polished as required by manufacturer's instructions. All protective materials shall be removed, all surfaces cleaned of dirt, smears, fingerprints, and etcetera, leaving premises in showroom condition
The contractor shall be responsible for notifying government when furnishings are completely installed and ready for final inspection. Where adjustable furnishings or other such items are supplied, the contractor will provide the Government with descriptive literature for such adjustments.
J. Delivery and Installation Schedules
-
These dates are subject to change depending on construction schedule of the building(s).
The Contractor shall work with the Manufacturer(s) and its representative to establish production and delivery schedules in keeping with the dates set above.
Approximately one (1) week prior to required installation date, a pre-installation notice will be issued by the Architect. The purpose of this notice is to confirm actual installation dates.
Upon receipt of the Pre-Installation Notice, the Furnishings Contractor shall be responsible for contacting the Government to coordinate the use of loading dock and staging areas with other building trades on the project.
Once the actual dates are confirmed in the Pre-installation Notice, it is the Contractor's responsibility to provide any storage or handling required at no extra cost to the Government. Storage and extra handling required after the dates confirmed in the Pre- Installation Notice shall be provided by the Contractor at the costs provided on the Bid Proposal Form.
It is the Contractor's responsibility to receive furnishings delivered from the Manufacturer and to deliver those furnishings to the job site(s) at the time of installation. Drop shipping is unacceptable and if it occurs will result in a deduction in the Contractor's contract price in the amount of cost incurred by the Government or Government’s representative receiving and handling the drop shipment.
It is the Contractor’s responsibility to adhere to the following elevator specifications when loading and unloading FF&E:
1. Existing Elevator is sized 6’ w x 8’ l x 8’ h. At Substantial Completion, restore elevators to condition existing before initial use, including replacing worn cables, guide shoes, and similar items of limited life.
a. Do not load elevators beyond their rated weight capacity. The elevator is rated for 6000 LBS. b. Provide protective coverings, barriers, devices, signs, or other procedures to protect elevator car and entrance
doors and frame. If, despite such protection, elevators become damaged, engage elevator Installer to restore damaged work so no evidence remains of correction work. Return items that cannot be refinished in field to the shop, make required repairs and refinish entire unit, or provide new units as required.
c. Other contractor’s will be utilizing the elevator. Cooperation is necessary.
K. Damage to Furniture The Manufacturer/Contractor is responsible for all damages and losses until the installation has been completed and accepted by the Government. The Government will judge the damage.
Damaged or defective furniture shall be replaced and/or repaired at no cost to Government.
Contractor shall provide all protection necessary to carpeting, walls, and other surfaces.
L. Payment Terms Net 30 upon acceptance of casegoods and invoice.
M. No Advertising Clause No written publication or photographs will be allowed without written approval of Government.
-
Memo From: Chris Snyder
Date: September 8, 2016
Re: Probation 2016 Furniture
Please quote on the attached furniture using GSA Schedule Pricing. These specifications are based on Steelcase products however all EQUIVALENT products are acceptable and will be considered. The Court suggests that you use CDI (Communication Designs LLC) for teledata work. They are very familiar with the project and the building. They have provided a figure for their work, which is included in the attached specifications. The furniture will be delivered and installed in the following location: Probation Department United States District Court Eastern District of Michigan 231 W Lafayette Blvd, Detroit MI 48226, 10th Floor Please submit pricing no later than 5 PM EST on Saturday September 17, 2016. The order will be awarded to the Least Cost, Technically Acceptable Offer. Please feel free to contact me with questions. Thank you,
Chris Snyder Procurement Specialist United States District Court Eastern District of Michigan 231 W Lafayette Blvd, Detroit MI 48226, Room 827 Ph: 313.234.5087
-
DD
DD
D E F G H J K L M N P Q R
8
10
11
12
13
14
15
CBA
9
TEAMSUPERVISOR
922
TRAININGCOORDINATOR
923
STORAGE935A
CUSTODIAL935
WOMEN914
OPEN TOCOURTROOM
BELOW913
OPEN TOCOURTROOM
BELOW913A
TEAMSUPERVISOR
916F
TEAMSUPERVISOR
919
TEAMSUPERVISOR
920
TEAMSUPERVISOR
921
TEAMSUPERVISOR
922
TEAMSUPERVISOR
918
STAIR953A
VESTIBULE953
ELECTRICALCLOSET
952A
STORAGE902
CLOSET972A
CUSTODIAL935
WOMEN914
CLOSET914A
STAIR937
OFFICE904
ELECTRICALCLOSET
904A
OFFICE905
OFFICEN906
PROBATIONOFFICE/LOBBY
901
SUPPORT STAFFSUPERVISOR
N901DSUPPORT STAFF
SUPERVISORN901E
VESTIBULE909
STAIR910
PASS VESTIBULE930D
SERVICEVESTIBULE
907
C/P/F
10 DESKS (5' X 8')
10 LOCKERS(24" X 24")
14 DESKS (5' X 8')
14 LOCKERS(24" X 24")
TWO 5'-0" SMARTTABLES NEXT TOEACHOTHER
INSTALL SWINGINGARM BRACKET FORTV MONITOR
WALL MOUNT TV
WALL MOUNT TV
916A
STAFF TLT
52 SF916B
U.A TLT
23 SF
N916E
LARGECONFERENCE
ROOM
176 SF
N911
OPEN OFFICE
1643 SF
N916
OPEN OFFICE
1409 SF
N911A
LARGECONFERENCE
ROOM
274 SFN911B
SMALLCONFERENCE
ROOM
58 SF
N911C
SMALLCONFERENCE
ROOM
56 SF N916C
SMALLCONFERENCE
ROOM
98 SF
N916D
SMALLCONFERENCE
ROOM
91 SF
SYSTEM FURNITURE WILL BEINSTALLED FOR THESE ROOMS
SYSTEM FURNITURE WILL BEINSTALLED FOR THESE ROOMS
N965
BREAK ROOM
1010 SF
N965B
TRAINING ROOM
547 SF
N965C
CLOSET
36 SFSYSTEM FURNITURE PARITIONS
BID ALT #1
C/P
/F
BOOKCASE
BOOKCASE
BID ALT #3 REFERTO 2/I109E
ELEV 4
ELEV 3
ELEV 2
ELEV 1
ELEV 9
SHELVING
BID ALTERNATES
1. INCLUDES THE ADDITION OF 13 NEW INTERVIEWROOMS, UA LAB AND ASSOCIATED TOILET ROOM,BREAK ROOM, TRAINING ROOM, CONFERENCEROOM AND NUMEROUS STORAGE AREAS LOCATEDON THE WEST HALF OF THE BUILDING ON THECOURTYARD SIDE. REFER TO DRAWING SHEETSNOTED WITH ALT-1 FOR ALL ASSOCIATED DEMOAND NEW WORK IN THESE AREAS.
LEGEND
SYSTEM FURNITUREPARTITIONS
N P Q
14
TEAMSUPERVISOR
916F
C/P
/F
N916A
ADA UNISEX TLT
49 SF N916B
VESTIBULE
55 SF
N916G
CLOSET
36 SFN916F
UNISEX TLT
32 SF
N916
OPEN OFFICE
1409 SFN916C
SMALLCONFERENCE
ROOM
113 SF
N916D
SMALLCONFERENCE
ROOM
104 SF
BID ALT #3
0 8' 16'1/8"=1'-0"
STAM
P OR
SEA
LOW
NER
IDEN
TIFIC
ATIO
NBU
ILDIN
GPR
OJEC
TSH
EET
General Services AdministrationPublic Buildings Service
Great LakesDesign and Construction,Project Delivery DivisionJohn C. Kluczynski Federal Building230 South Dearborn St.Chicago, IL 60604
BUILDING NAME
ADDRESS
CITY, STATE, ZIP
BUILDING NO.
PROJECT TITLE
GSA PROJECT NO.
SUBMISSION STAGE
SUBMISSION DATE
DRAWN BY
CHECKED BY
FLOOR NO.
DISCIPLINE
PLAN TYPE
SHEET NUMBERAND FILENAME
KEY
PLAN
GRAP
HIC
SCAL
E
NORTH
WASHINGTON STREET
SHELBY STREET
LAFA
YETT
E BL
VD.
FOR
T ST
REE
T
PLAN NORTH
SENSITIVE BUT UNCLASSIFIED (SBU)
CONT
RACT
DESI
GNER
IDEN
TIFIC
ATIO
N
CONST. CONTRACT NO.
DELIVER ORDER NO.
A/E CONTRACT NO.
CONS
ULTA
NT ID
ENTIF
ICAT
ION
REVI
SION
BLO
CK
SENSITIVE BUT UNCLASSIFIED (SBU) PROPERTY OF THE UNITED STATES GOVERNMENT - FOR OFFICIAL USE ONLY - DO NOT REMOVE THIS NOTICE - PROPERLY DESTROY DOCUMENTS WHEN NO LONGER NEEDED
Corrected Final CD Submittal8/4/2016
GS-05P-14-SV-C-0056
9/8/
2016
3:0
1:28
PM
I109E
Theodore Levin US Courthouse
231 West Lafayette Blvd
NINTH
FURNITURE
Probation Consolidation
Detroit, Michigan 48226MI0029ZZ
Theodore Levin US Courthouse
INTERIORS
1/8" = 1'-0"1
NINTH FLOOR - EAST FURNITURE BIDALT 1
1/4" = 1'-0"2
NINTH FLOOR - EAST FURNITURE BIDALT 3
MARK DATE DESCRIPTION
-
DD DD
DD
D E F G H J K L M N P Q R
2
3
4
5
7
8
CBA
6
TRAININGCOORDINATOR
923
PROBATIONOFFICE (LISA)
924
CONFERENCE925
PROBATIONOFFICE (TONY)
926
CONFERENCE926A
PROBATIONOFFICE (PHIL)
926B
TEAMSUPERVISOR
929A
SUPPORT STAFFSUPERVISOR
N929C
SAFE/STORAGEN929B
SUPPORT STAFFSUPERVISOR
N929A
CORRIDOR/FILESN929
TLT926C
VESTIBULEN926D
MEN915
STORAGE935A
CUSTODIAL935
STORAGE901A
SUPERVISORCLERK901BELECTRICAL
CLOSET930
TEAMSUPERVISOR
922CUSTODIAL
935
PROBATIONOFFICE/LOBBY
901
C/P/F
28 DESKS (5' X 8')
C/P/F
12 LOCKERS (24" X 24")
6' - 8 1/2" 6' - 8"
15' - 6"10' -
0"
4' - 4"3' - 0"
15' -
9"
18' - 7 1/2"
13' -
8"
8' - 9 1/2" 6' -
2"
9' - 6"
C/P/F C/P/F
WALL MOUNT TV
SOUND ATTENUATINGPANELS
(E) RACK(30" X 22")
(E) 80" WALL MOUNTED TV
(E) 25 CHAIRS
(E) CONFERENCE TABLE(4' X 18')
(E) REFRIGERATOR
N941
OPEN OFFICE
3341 SF
N941B
SMALLCONFERENCE
ROOM
63 SF
N941A
SMALLCONFERENCE
ROOM
112 SF
N941C
LARGECONFERENCE
ROOM
259 SF
N941F
LARGECONFERENCE
ROOM
188 SF
N941E
SMALLCONFERENCE
ROOM
43 SFN941D
SMALLCONFERENCE
ROOM
43 SF
N951A
INTERVIEW
160 SFN951B
INTERVIEW
112 SFN951D
INTERVIEW
131 SFN951C
INTERVIEW
95 SFN951E
INTERVIEW
109 SFN951F
INTERVIEW
99 SFN951G
INTERVIEW
130 SFN951H
INTERVIEW
107 SFN951J
INTERVIEW
101 SFN951K
INTERVIEW
140 SFN951L
INTERVIEW
96 SFN951M
INTERVIEW
101 SFN951N
INTERVIEW
151 SF
N959A
SEARCHSTORAGE
137 SF
N963
CONFERENCE
625 SF
N963B
VESTIBULE
143 SF
N965
BREAK ROOM
1010 SF
N963D
STORAGE
83 SF
N951T
U.A.LAB/STORAGE
130 SF
N951U
U.A. TLT
65 SF
N951
CORRIDOR
1024 SF
N951S
CLOSET
15 SF
N951R
CLOSET
15 SFN951Q
CLOSET
10 SFN951P
CLOSET
20 SF
SYSTEM FURNITURE WILL BEINSTALLED FOR THESE ROOMS SYSTEM FURNITURE WILL BEINSTALLED FOR THESE ROOMS
SYSTEM FURNITURE WILL BEINSTALLED FOR THE FRONT OFALL INTERVIEW ROOMS (WEST WALLS)
VAULT901C
N963A
CLOSET
73 SF
16 LOCKERS (24" X 24")960A
ELECTRICALCLOSET
40 SF
961
ELECTRICALCLOSET
34 SF
960
VERT. PEN.
162 SF
BID ALT #1
CASUAL SEATING
BOOKCASE
N931A
OFFICE
128 SF N931
VESTIBULE
110 SF
N931B
OFFICE
168 SF N931C
SECURESTORAGE
85 SF
3' - 11 1/2"
3' - 4"
3' -
0"
MOUNT MAIL SYSTEM TO WALL
BID ALTERNATES
1. INCLUDES THE ADDITION OF 13 NEW INTERVIEWROOMS, UA LAB AND ASSOCIATED TOILET ROOM,BREAK ROOM, TRAINING ROOM, CONFERENCEROOM AND NUMEROUS STORAGE AREAS LOCATEDON THE WEST HALF OF THE BUILDING ON THECOURTYARD SIDE. REFER TO DRAWING SHEETSNOTED WITH ALT-1 FOR ALL ASSOCIATED DEMOAND NEW WORK IN THESE AREAS.
LEGEND
SYSTEM FURNITUREPARTITIONS
0 8' 16'1/8"=1'-0"
STAM
P OR
SEA
LOW
NER
IDEN
TIFIC
ATIO
NBU
ILDIN
GPR
OJEC
TSH
EET
General Services AdministrationPublic Buildings Service
Great LakesDesign and Construction,Project Delivery DivisionJohn C. Kluczynski Federal Building230 South Dearborn St.Chicago, IL 60604
BUILDING NAME
ADDRESS
CITY, STATE, ZIP
BUILDING NO.
PROJECT TITLE
GSA PROJECT NO.
SUBMISSION STAGE
SUBMISSION DATE
DRAWN BY
CHECKED BY
FLOOR NO.
DISCIPLINE
PLAN TYPE
SHEET NUMBERAND FILENAME
KEY
PLAN
GRAP
HIC
SCAL
E
NORTH
WASHINGTON STREET
SHELBY STREET
LAFA
YETT
E BL
VD.
FOR
T ST
REE
T
PLAN NORTH
SENSITIVE BUT UNCLASSIFIED (SBU)
CONT
RACT
DESI
GNER
IDEN
TIFIC
ATIO
N
CONST. CONTRACT NO.
DELIVER ORDER NO.
A/E CONTRACT NO.
CONS
ULTA
NT ID
ENTIF
ICAT
ION
REVI
SION
BLO
CK
SENSITIVE BUT UNCLASSIFIED (SBU) PROPERTY OF THE UNITED STATES GOVERNMENT - FOR OFFICIAL USE ONLY - DO NOT REMOVE THIS NOTICE - PROPERLY DESTROY DOCUMENTS WHEN NO LONGER NEEDED
Corrected Final CD Submittal8/4/2016
GS-05P-14-SV-C-0056
9/8/
2016
3:0
2:13
PM
I109W
Theodore Levin US Courthouse
231 West Lafayette Blvd
NINTH
FURNITURE
Probation Consolidation
Detroit, Michigan 48226MI0029ZZ
Theodore Levin US Courthouse
1/8" = 1'-0"1
NINTH FLOOR - WEST FURNITURE BIDALT 1
INTERIORS
001 9/6/2016 CD REVISIONMARK DATE DESCRIPTION
Probation 2016 Bid RequirementsProbation 2016 General ConditionsGeneral Conditions for Furnishings
Probation 2016 Quote MemoProbation 2016 SpecificationsProbation Furniture Plan East - I109EProbation Furniture Plan West - I109W