united states district court furniture bid …• reference the furniture drawings for...

69
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.

Upload: others

Post on 10-Feb-2021

1 views

Category:

Documents


0 download

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