Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 13, 2010 FBO #3092
SOLICITATION NOTICE

Y -- RECOVERY Y--RECOVERY ACT PROJECT ~ Project No. 612-10-002 Replace Roof Mare Island OPC Bldg. 201

Notice Date
5/11/2010
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of Veterans Affairs;VA Sierra Pacific Network (VISN 21);3230 Peacekeeper Way Bldg. 209;McClellan Park, CA 95652
 
ZIP Code
95652
 
Solicitation Number
VA26110RA0225
 
Response Due
6/30/2010
 
Archive Date
7/15/2010
 
Point of Contact
Tracy A Marasco
 
E-Mail Address
ct
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
DEPARTMENT OF VETERANS AFFAIRS (VA) VA Sierra Pacific Network (VISN 21) MARE ISLAND OPC - REPLACE ROOF SOLANO COUNTY, CA SCOPE OF WORK The Project is an American Recovery and Reinvestment Act (ARRA) project. Summary Project Title: Replace Roof Mare Island OPC Bldg. 201. Recovery Act (RA) Solicitation (RFP) Number: VA-261-10-RA-0225 Project Number: 612-10-002 Project Location: VA NCHCS - MARE ISLAND, SOLANO County, CA Project Estimated Price Range: $1,000,000 and $2,000,000 Acquisition shall be conducted in accordance with FAR 15.101-2 - Lowest Price Technically Acceptable Source Selection Process. (a) The lowest price technically acceptable source selection process is appropriate when best value is expected to result from selection of the technically acceptable proposal with the lowest evaluated price. RFP to be issued electronically at FBO Website RFP shall be issued on or around May 25th 2010 Offer due date shall be on or around June 30th, 2010 Contracting Activity: Department of Veterans Affairs (VA) VA Sierra Pacific Network (VISN 21) Consolidated Contracting Activity (CCA) Bldg 209, 5342 Dudley Blvd McClellan Park, Sacramento County, CA 95652 Engineering Activity: Department of Veterans Affairs (VA) Northern California Health Care System (NCHCS) 150 Muir Road Martinez, CA 94553 1.2 STATEMENT OF BID ITEM(S) A. SCOPE OF WORK PROJECT NO: 612-10-002 SOW: 1.GENERAL 1.1 The intent of this project is to provide all supervision, labor, materials, equipment and services required to completely replace existing roofing on the entire roof for VA Mare Island Outpatient Clinic Bldg 201, including demolition and removal of existing structures, and furnish labor and materials as required by drawings and specifications. See drawings and specification for detailed Scope of Work. 1.2The work site is located at Bldg 201 Outpatient Clinic Mare Island, CA 94592 All work will be performed in accordance with the latest edition of: a. IBC and other Federal, State, Local applicable codes. b. American Disabilities Act, ADA/ADAAG c. VA Barrier Free Design Handbook (H-08-13) d. Uniform Federal Accessibility Standards e. Occupational, Safety and Health Administration (OSHA) Standards. 1.3All work shall comply with all applicable building codes, VA specifications and drawings. 1.4 The government representative for this project will be Mr. Henry Lapira (925) 372-2209. All on-site visits and work must be coordinated through the representative. 1.5 Emergency egress shall be maintained throughout the construction when the building is occupied. Work that will interfere with the building's emergency egress or operations (Clinic Hours) will be preformed after-hours and on non-clinic weekends. 1.6 All drawing or specification reviews, and/or construction conflicts will be resolved by the Gov rep. Any professional inspections or testing provided by the contractor are for information purposes only- all final determinations are to be made by the Governments COTR. 1.8 Provide project scheduling on Microsoft Project to the COTR within 15 days from receiving the notice to proceed (NTP). See specification for details. 2.PROJECT REQUIREMENTS 2.1 Provide a safety report (to include egress routes) in compliance with OSHA regulations prior to the start of work. 2.2 Submit a work plan that addresses the shutting down of fans and ahu's on roofs, and how to minimize the impact on patient and employee comfort. 2.3 Provide identification badges to all employees and subcontractors ensure they are worn at all times. 2.4 Submittals on roofing materials and MSDS for approval, are required before the start of construction. 2.5 Keep copies of MSDS sheets relevant to all products used on the job at all times. 2.6 Inform the COTR and CO of the proposed dates of hot asphalt work (in any) at least two weeks in advance. 2.7 This is a hospital environment; ensure no materials enter either building while work is in progress. 2.8 Perform any patient/employee impacting work after hours. Including debris removal and any drilling or hammering. 3.PRE-WALK 3.1 All bidders are required to do a pre-bid walk such as visual inspection of the roof. Notify CO and COTR of discrepancies or not shown on the drawings. 3.2 Inspection of the roofs should include a simple cost-free process in which the layering and condition of materials may be assessed. 3.3 The job site inspection must also assess any access or disposal issues. 3.4 In the event the contractor needs to modify the materials or processes used to provide the warranty, these changes must be requested in writing and reflected in the proposal. 4.PRICING PROPOSAL 4.1 The contractor shall furnish pricing proposals on a Line Item Basis per R.S. Means 4.2 Provide R.S. Means Line Item per Division with quantities, units, materials, labor, overhead & profit. 4.3 The job site inspection must also assess any access or disposal issues. 5.DEMO The scope of the work includes but is not limited to: 5.1 Demolish; "Existing roofing to the existing roof decking. "Existing mechanical units, ducts, screen, supports see drawings "Plumbing and electrical associated with mechanical units, ducts, screen and supports "Clean existing vents, curbs, etc ¦ that have existing roofing materials before installing new roofing materials, flashing etc ¦ "Clean clogged roof drains, overflow drains 5.2 Stage work vehicles in approved locations. 5.3 Secure AC units and exhaust fans in accordance with approved plan. 5.4 Remove all debris from roof. 5.5 Clean entire surface of roof. 5.6 Remove and replace any visually damaged sub-material up to 500sf, as approved by the COTR. 5.7 Replace any mechanical curbs see drawings and specs, as approved by COTR. 6.INSTALLATION 6.1 Provide/Install new rigid insulation and roofing material per specs and drawings. 6.2 Relocate existing AHU's then provide/Install new curb and platform, reinstall existing AHU's. Provide all testing required for the AHU's after installation. 6.3 Provide new bracing/supports to any equipment that needed supports due to demolition or relocation. 6.4 Install worker access mats to all serviceable roof equipment continuously from room access point. 6.5 Clean and paint/repaint remaining all existing mechanical screen, new bracing/supports, existing curbing, conduits and existing conduits. 6.6 Provide new stainless safety handrail on two sides of the new roof hatch. 7.ASBESTOS & LEAD ABATEMENT Asbestos Standard Operating Procedures Notifications: A notification will be sent to Cal-OSHA at least 24 hours prior to asbestos disturbance. Provide all required qualifications and permits to the VA COTR. Code Requirements All work will be performed according to local, state and federal regulations. Compliance with Regulations: All work, including the handling of hazardous materials or the disturbance or dismantling of structures containing hazardous materials shall comply with the applicable requirements of 29 CFR 1926/1910. Work involving the disturbance or dismantling of asbestos or asbestos containing materials, the demolition of structures containing asbestos, and the disposal and removal of asbestos shall also comply with the requirements of 40 CFR, Part 61, subparts A and M; and DA Circular 40-83-4. All work shall comply with applicable state and local safety and health requirements. Where there is a conflict between applicable regulations, the most stringent requirement shall apply. The contractor or any of his subcontractors responsible for handling hazardous or toxic materials shall have the necessary certification(s) before doing so. Postings: All required postings will be hung in a clearly visible area. These include requirements by the U.S. Department of Labor, the U.S.E.P.A. and Cal-OSHA. Included in these postings will be OSHC certified asbestos danger signs and barrier tape. Scope of Work Abate any Asbestos containing materials and lead containing materials, using a standard method used in the abatement industry, mastic will also be removed by hand method with mastic solvent. Solvent shall be used to remove the underlying mastic; the solvent shall be low odor with a high flash point. See asbestos & lead survey. Material Safety Data Sheets (MSDS) All MSDS's shall be submitted to and approved by the Resident Engineer before they are brought on-site. Work Area Containment All penetrations into the work area shall be sealed with appropriate tape and 6 mil Poly. Only flame retardant poly shall be used on this project. Poly will be installed on walls and ceiling to keep those surfaces from becoming contaminated. HEPA filtered negative air machines will be installed and exhaust to the outside in locations approved by the Resident Engineer. The contractor's exhaust dusting will be installed in such a manner as to not obstruct the hallways or work areas of the surrounding area. The exhaust dusting will not restrict the securing of the building or office suites and any time. A sufficient number of negative air machines will be installed to provide a minimum of four air changes per hours unless the local authority having jurisdiction required more. Contractor shall insure the HEPA filters are maintained and do not become clogged when the negative air machines are left unattended for any extended period of time. HVAC System The contractor will seal all supply and return air grills, they shall coordinate this work with the VA to insure the HVAC system in not damages due to this sealing. Personal Cleaning Unit A decontamination unit shall be attached at the entrance of the work area. Abatement personnel shall enter and exit only through this unit. The unit will be equipped with a means of washing. All personnel will remove disposable protective suits and clean themselves and their respirators before leaving the unit. Personnel Protective Equipment Workers will not perform asbestos abatement work without wearing a minimum of a half face respirator with dual HEPA filter cartridges, rubber gloves and full face/body disposable suit. If the local authority having jurisdiction determines a higher level of protection is required contractor shall provide it at no additional cost to the government. Eye protection and hard hats shall be worn at all times. If deemed necessary PAPR respirators shall be used. Moving The Contractor will move all furniture, equipment, wall and ceiling hung items prior to the start of abatement. Abatement Procedures Tile will be removed by hand method with a 'spud' bars. It shall be placed in 6 mil bags and 'gooseneck' duck taped. Mastic shall be removed with solvent, contractor shall use Sentinel 7200 mastic solvent or approved equal. The contractor shall follow the solvent manufacturer's directions when applying, removing and disposing the solvent laden debris. The concrete shall be cleaned with appropriate absorbent materials, towels, brushes, brooms and tools then the neutralized the solvent to insure the solvent does not dissolve the replacement adhesive or mastic. Work Practices The workers will not eat, drink, smoke or use open flame in the work area. The work area and applicable adjoining areas will be kept in an orderly manner. Debris will not be left on the ground and must be removed at the end of each shift. Air Monitoring The contractor shall conduct required personal air monitoring as required by Cal-OSHA and Fed-OSHA. At a minimum, personal monitoring will be done with a low level air pump into a 25mm sample cassette or approved equal. Low level air pumps shall be checked before and after sampling with a rotometer or approved equal. The contractor shall hire an independent third party air monitoring company to conduct air monitoring outside the perimeters of the work area 24 hours a day and 7 days a week through the duration of the project, the third party air monitoring company shall provide copies of those reports to the Resident Engineering and the Contractor at the same time. The air monitoring company shall report any problems immediately to the Resident Engineer and the Contractor. Disposal Asbestos materials manifest will accompany each load. The waste will be disposed of in an approved asbestos disposal site. The waste shall be disposed of by DOT regulations and receiving landfill requirements. Copies of all manifests, transportation and receiving documents shall be given to the Resident Engineer/COTR. Final Clearance The Contractor will hire an independent third party contractor to perform the final clearance testing in each phase of the project. The contractor performing the final clearance shall have a minimum of 3 years experience doing such clearance work. Results shall be given to the Contractor and the Resident Engineer at the same time. If the area does not pass the clearance testing it shall be cleaned and retested at no cost to the government. Abatement Phasing The contractor will abate the asbestos containing mastic during each of the 6 phases of renovation. The contractor will coordinate the start of each phase to insure the VA is not block from entering offices, suites, equipment room, hallways and restrooms. To accomplish this, the contractor will give the VA written notice 7 calendar day before setting any containment barriers. Lead Abatement The contractor will remove all lead containing materials in the construction area. Repairs After Abatement The contractor will remove all tape residues and make all repairs and patches after the abatement is completed. NOTE: ONLY E-MAIL CORRESPONDANCE WILL BE ADDRESSED
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VANCHCS/VANCHCS/VA26110RA0225/listing.html)
 
Place of Performance
Address: Mare Island Out Patient Clinic;201 Walnut Avenue;Vallejo, CA
Zip Code: 94592
 
Record
SN02145996-W 20100513/100511234740-e0d01230c89d9a6edf9874bae1390792 (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  © 1994-2020, Loren Data Corp.