DOCUMENT
Y -- Bldg 23 Corrections - Attachment
- Notice Date
- 10/11/2011
- Notice Type
- Attachment
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- Department of Veterans Affairs;Rocky Mountain Network;VISN 19 Contracting;4100 E. Mississippi Avenue, Suite 900;Glendale CO 80246
- ZIP Code
- 80246
- Solicitation Number
- VA25911RP0162
- Archive Date
- 11/27/2011
- Point of Contact
- Adrian Blackman
- E-Mail Address
-
Contracting Specialist
(adrian.blackman@va.gov)
- Small Business Set-Aside
- N/A
- Award Number
- VA259-C-1041
- Award Date
- 9/28/2011
- Awardee
- TUSCA KS, INC.;482 S BROADWAY STE 200;DENVER;CO;802091518
- Award Amount
- $187,338.59
- Line Number
- 0001 and 0002
- Description
- Scope of Work Bldg 23, Corrections The contractor shall provide all technical services including architectural, mechanical, electrical, interior design and structural engineering required to demolish, repair, replace, structurally secure flooring in B23 Research facility. The contractor shall also provide and implement solution for two roof top AHU leaks. The contractor shall provide design/build services and record as-built drawings after project is complete. Work to include the following: i.Architecture 1. Remove and salvage all furniture, equipment in each lab/room area. Relocate to designated storage area within Building 23. Location to be determined; Contractor to coordinate relocation and move of furniture and personnel. Contractor will not be instructed to relocate expensive Research equipment and/or chemicals. 2. Patch and paint entire areas where needed. Paint color to be comparable to existing area. Demolish existing flooring. Reinstall new flooring, base and structural sub flooring similar to recently upgraded corridor flooring. Approximate square footage: 8500. Base, Linear footage: 2600. Bathroom ceramic tile square footage: 250 sq ft, 90 sq ft of ceramic tile base. 3. Provide new flooring and base in elevator, do not include new subfloor. Match existing corridor flooring. Exclude work in corridors. 4. In room 202, provide new RFP paneling where needed. App 120 sq ft. Provide new fiberglass insulation and plastic barrier above ceiling in room 202 and corridor. Approximate replacement area is 180 sq ft. 5. Undercut interior doors, as not to impede door swing lab rooms. Total doors: 4 doors. ii.Mechanical 1.Provide and install solution to leaking in/around two existing roof top AHUs. Currently there is leaking water from roof onto second floor of building, and it is presumed that the damage occurs around existing AHU units. Investigate current deficiency and provide economical solution. Research and present solutions with PROJECT ENGINEER/COTR to prevent future roof leaks. Implement best value solution under direction of Project Engineer/COTR. Solution may be to install roof awning, sheet metal/foam fill for AHU vents, etc. Refer to drawings for details. 2.The configuration of the roof top exhaust stacks near AHU air intakes may not meet EPA, AHRAE and/or other code requirements. In the past, staff complained of odors in laboratory rooms. The Denver VAMC FMS staff investigated this issue and discovered the exhaust stacks were too low so the stacks were raised and charcoal filters were installed. This corrected the problem, but the Denver VAMC FMS staff want to ensure that this solution meets EPA, ASHRAE, etc codes and standards and wants to be assured that the current solution is not only a short term fix but is long-term. Investigate and provide solution(s). Upon coordination with COTR during design, present corrective actions. Implement best value solution under direction of Project Engineer/COTR. Possible solutions may be to divert intake air, raise exhaust stacks above intake, etc. Approximately 4-6 exhaust stacks may be the cause of past odor complaints. Perform smoke tests at the 4-6 exhaust stacks located near intakes. This will be used to possibly locate sources of inflow and infiltration problems. Utilize non-toxic, smoke filled air through the vents and lines. If there are any leaks, such as a crack in pipes, or any damaged or defective area, provide information to COTR during design phase that will aid in implementing a new corrective action. Design Criteria Contractor shall determine phasing to ensure the least disruptive construction schedule and design the work accordingly: "Specifications will be developed using the standard VA specifications. Additional VA design criteria can be obtained at http://www.cfm.va.gov/TIL/. "The drawings shall be produced using industry standard details and VHA CADD Deliverable Guidelines, on a VA provided title block. All drawings will be standard, scaled, e-size (30" x 42") drawings or half size drawings. Contractor will be provided with architectural background drawings in AutoCAD 2010. Design/Build A/E shall confirm in the field, actual as-built conditions. "Contractor to provide phasing and coordination on any utility shutdowns. "Contractor is responsible for survey of existing conditions. Any drawings provided shall be used only as a guide and all information must be confirmed by Design/Build A/E. "Contractor to stamp drawings as to which review (65%, 95%, or Construction). Also, note on review drawings "NOT FOR CONSTRUCTION" Design Codes and Standards Contractor must complete design drawings in accordance with the most current edition of the following codes: "VA PG-18-1, Master Construction Specifications (http://www.cfm.va.gov/til/spec.asp) "VA PG -18-3 VA Design and Construction Procedures "VA PG-18-4 Standard Details "VA PG-18-10 VA Design Manuals "VA PG-18-15 A/E Submission Requirements "National Fire Protection Association Codes (NFPA) "VA HVAC Design Criteria and Electrical Design Manual "International Building Code (IBC) "OSHA Standards "National Electrical Code (NEC) "EPA "ASHRAE "And all other application industry codes and VA requirements Environmental Assessment Dependent upon discovery of Lead based paint or Asbestos containing materials during construction, the construction contractor is required to stop all work and contact the COTR if any are discovered or suspected. Asbestos Survey and Analysis It is not presumed that the flooring contains ACM, but immediately notify the VA COTR in the event that ACM is discovered during demolition. Hazardous Waste Hazardous waste brought onto site shall be listed on a Hazardous Waste Inventory form and submitted to COTR prior to construction. Hazardous materials shall be properly disposed of off VA Medical Center property. NEPA Compliance NEPA requires an Environmental Impact Analysis (EIA) to be performed during planning phase of construction projects. The results of the EIA are as follows: Categorical Exclusion (CATEX): "Construction within 5 foot line of the facility consistent with present use." ICRA An ICRA is an Infection Control Risk Assessment. A preliminary assessment was performed dated 2.4.11. Refer to drawings and technical specifications to determine risk level and appropriate measures. The use of construction barriers, plastic, will be required through each phase. A dust permit will be required. However, temporary dust partitions and hard wall barriers will be created to ensure no cross-contamination between area of work and the VA Medical Center. ILSM An ISLM is an Interim Life Safety Measure will be put in place by the Safety department prior to commencement of work. The use of construction barriers, plastic, will be required through each phase. Ensure appropriate measures such as directional and informational signage are utilized.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VARMCCC/VARMCCC/Awards/VA259-C-1041.html)
- Document(s)
- Attachment
- File Name: VA259-C-1041 VA259-C-1041_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=265437&FileName=VA259-C-1041-001.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=265437&FileName=VA259-C-1041-001.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA259-C-1041 VA259-C-1041_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=265437&FileName=VA259-C-1041-001.docx)
- Record
- SN02605220-W 20111013/111011234129-43b8a3995fa75c50a73615498e2dcdae (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 |