Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 05, 2013 FBO #4394
DOCUMENT

Z -- B1 ROOF AND MASONARY PROJECT - Attachment

Notice Date
12/3/2013
 
Notice Type
Attachment
 
NAICS
238160 — Roofing Contractors
 
Contracting Office
Department of Veterans Affairs;Western New York Healthcare System;BATAVIA VAMC, ATTN: SABRINA BRINKMAN;RM 103, BLDG 3, 222 RICHMOND AVENUE;BATAVIA, NY 14020
 
ZIP Code
14020
 
Solicitation Number
VA52814R0058
 
Response Due
2/13/2014
 
Archive Date
5/14/2014
 
Point of Contact
SABRINA BRINKMAN, CONTRACTING OFFICER
 
E-Mail Address
SABRINA.BRINKMAN@VA.GOV
(Sabrina.Brinkman@va.gov)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
PROJECT DESCRIPTION: Contractor shall preform removal and replacement of existing structure and roofing, and furnish labor and materials and perform work to replace existing roofing, brick, mortar, flashing, setting bed, terracotta masonry and associated weatherproofing and finishes on Building 1 at the Department of Veterans Affairs Medical Center in Canandaigua, New York as required by drawings and specifications, and as required by specifications and all applicable VA, local, state, and federal codes, rules, regulations, and practices.. For all Building 1 areas referenced or indicated on the drawings the work of this contract shall deliver a thorough and professional weatherproof restoration of the masonry and terra cotta exterior of Building 1 by a qualified masonry restoration contractor with documented experience specializing in similar work. Proposals which do not provide documented exterior masonry restoration and EPDM Roofing experience for occupied structures similar to Building 1 will not be considered. The contractor shall completely survey the site in preparing the bid proposal. The work will include selective demolition and removal of existing structures and furnishing labor and materials to perform work to replace existing roofing, brick, mortar, flashing, setting bed, terracotta, masonry and associated weatherproofing and finishes for Building 1 at the Department of Veterans Affairs Medical Center in Canandaigua, New York as defined by drawings and specifications. 1.2STATEMENT OF BID ITEM(S) A.ITEM I, GENERAL CONSTRUCTION: Work includes general construction, alterations, drainage, weeps, mechanical and electrical work necessary to perform the work. B.Roof - The work shall include removal of all existing roofing and insulation material to roof structure. Prepare existing structure and install new roofing system per drawings and specifications. Furnish and install reinforced EPDM (Ethylene Propylene Diene Terpolymer Monomer) compound sheet roofing, pitched Polyisocyanurate insulation and wearing pad walkways adhered to roof deck to provide a fully weatherproof barrier. 1.The roofing system shall be the design equivalent of Carlisle Design A Adhered Roofing System with 75-mil Sure Tough reinforced EPDM membrane. The insulation shall be 2" minimum (25 - psi) Polyisocyanurate sloped with roofing cricket to drain and adhered to the roof concrete with insulation adhesive. The EPDM membrane shall be adhered to the insulation with bonding adhesive. Preparation and material per manufacturers warranted installation for a 25 year warrantee, with 90 mph maximum peak gust speed warranty. 2.The roofing system must be installed by a contractor authorized and trained by the manufacturer in compliance with shop drawings as approved by the manufacturer. The roofing contractor shall be thoroughly experienced and upon request be able to provide evidence of having at least five (5) years successful experience installing single-ply EPDM roofing systems and having installed at least one (3) EPDM roofing application or several similar systems of equal or greater size within one year. 3.Upon completion of the installation, the contractor shall arrange for an inspection to be made by a non-sales technical representative of the membrane manufacturer in order to identify any needed corrective repairs that will be required for warranty issuance. Notify the building owner seventy-two (72) hours prior to the manufacturer's final inspection. C.Architectural Restoration and Tuck Pointing - The work shall include new material restoration of all deficient architectural and weather barrier exterior masonry, flashing and terracotta features of Building 1 to provide a sound and weather proof fascia. Bond brick courses are used throughout the structure. Where affect the existing bond courses shall be fully removed and completely replaced with a new bond course in all areas of restoration and rework. 1.Work shown on the drawings indicates areas requiring full restoration. 2.Section 04 05 31 Tuck Pointing shall be performed at all locations of cracked, separated or deteriorated mortar at brick, flashing, terra cotta or adjacent masonry. Mortar joints shall be removed to a minimum depth of 3/4" and replaced with new mortar. 3.Brick with deteriorate or spalled facing shall be replaced. Cracked brick shall be replaced. Maintain existing sound or completely replace unsound masonry bond courses in the work. 4.All caulking shall be removed and replaced by tuck point mortar per Specification Section 07920. 5.Reuse of sound non deteriorated terra cotta capping stone shall be permitted. Cracked, damaged or deteriorated terra cotta shall be replaced. All gable terra cotta cap material shall be reset or replaced. If the terracotta cap is in good condition it should be saved for cleaning, sealing and reinstallation. If it is not, an exact duplicate must be made out of material of original construction either new terracotta or concrete. The manufacturer for replacement terra cotta shall be an approved VA equal to Superior Clay Corporation, P.O. Box 352 Uhrichsville, Ohio 44683 (888 254 1905). 6.Original masonry joints have been caulked over in prior work. All caulking of masonry joints shall be removed. New mortar joints shall be provided per Specification Section 07920. All joints shall be flush struck and rubbed appropriately to match original. 7.All weep and cavity drain features shall be maintained and added where required. 8.Where ferrous metal corrosion at areas of reinforcing steel, lintels, beams and other supports has expanded and displaced fascia, terra cotta or masonry or at locations as shown on the drawings it shall be uncovered. Corroded metal shall be replaced with new structural members of equal dimension and material. Where structural metal or impediments continue into the sound and untouched structure they shall be sand blasted in place and receive two coats of prime and finish paint with an approved zinc rich paint. Thereafter structural repair of the concrete or substructure shall be performed and replacement of the masonry façade may proceed. 9.Other than the as required for work at the main entrance, only one (1) door is allowed to be closed at the same time for periods not greater than 3 days. At building entries that are to remain open an OSHA compliance PE Engineered entry protection shall be installed by the contractor's. 10.The contractor shall provide non restricted use of a personnel lift for inspection by the VA Engineering Representative or his designee. 11.The contractor shall protect the work from freezing temperatures without use of mortar admixtures of calcium chloride, sodium or similar components. Temporary heat shall be provided by the contractor as required. D.Other 1.The work shall be coordinated by the contractor with full time site supervision. Work shall be performed with particular attention to Earned Value Methodology and Schedule per Section 01321615. 2.Proposals for changes to the work shall include detailed material take off amounts and labor hour detail for discrete item performance for review and approval by the Contract Officer and COR. 3.The contractor shall not transit any equipment, rubble, material or tools through Building 1. Access paths to the work location from the interior of the building shall be kept clear and free of all dust, dirt, marring, foot prints and other debris resultant from the work. The contractor shall damp mop any soiled area resultant from the work or access to the work daily or as directed by the COR. 4.A crane lift plan is required for all lifts over any building. The plan shall be submitted for review and modification subject to COR and VA HSE approval. No lift shall occur over occupied portions of the building. All signage, coordination and communication to assure all clear vacancy shall be provided by the contractor. It is required that lifts shall be scheduled during VA non regular hours. All work will take place OUTSIDE of the hours of 9:00am and 3:30pm, Monday-Friday, and during weekends and holidays. Any work that will adversely affect Hospital operations. Requests to conduct work outside of these hours must be submitted in writing at least fourteen (14) days in advance of the anticipated work to the COTR. If the alternate work schedule is agreed upon, work can proceed. All mobilization and demobilizations services such as setting up a work facility including, but not limited to: a shop, storage area, office, sanitary facilities, services, etc. as required by local and/or state laws and regulations. The mobilization work associated with the facilities mentioned shall be done in a safe and workmanlike manner and shall conform to all pertinent state and local laws and regulations. This procurement has been set aside 100% to Service-Disabled Veteran Owned Small Business concerns. Offers from other than Service-Disabled Veteran Owned Small Business concerns will NOT be considered and shall be rejected. This solicitation will be awarded to the lowest responsible bidder. Solicitation packages will be available via FedBizOpps.gov on or about January 10, 2013. All questions concerning this project MUST be in writing and NO phone calls will be accepted. Please contact Sabrina Brinkman, Contracting Officer, RM 103 Bldg 3, 222 Richmond Avenue, Batavia, NY 14020. NAICS code is 238160 (Roofing Contractors). Size standard is $14.0 million. Project Cost Range is $500,000-$1,000,000. Bidders are encouraged to attend the Pre-Bid Meeting and walk through at the Batavia VA Medical Center, Bldg 1, Lobby Area. The date will be announced on the solicitation. NO OTHER WALK THROUGH WILL BE SCHEDULED. Please email Sabrina Brinkman at Sabrina.Brinkman@va.gov to confirm date and time of the scheduled walk through. Bidders should re-visit the website located at www.fedbizopps.gov periodically to look for updates. All requests for information are required to be submitted in writing to the Contracting Officer and shall be received prior to the bid opening by the date specified in the solicitation. NO hardcopies, NO telephone inquiries or questions, ONLY in writing, will be accepted no later than seven (7 days) prior to bid opening. Award is subject to availability of funds. Emailed bids are accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAWNYHCS528/VAWNYHCS528/VA52814R0058/listing.html)
 
Document(s)
Attachment
 
File Name: VA528-14-R-0058 VA528-14-R-0058.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1111643&FileName=VA528-14-R-0058-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1111643&FileName=VA528-14-R-0058-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: CANANDAIGUA VA MEDICAL CENTER;400 FORT HILL AVENUE;CANANDAIGUA, NY
Zip Code: 14424
 
Record
SN03244378-W 20131205/131203234043-7e88c41b028fac2c303945728d1e2745 (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.