Z2NE--PN: 438-23-350, Upgrade Water Tower (SF) SDVOSB OPEN MARKET (NON-MATOC) - LPTA

From: Federal Government(Federal)
36C26324R0074

Basic Details

started - 22 Apr, 2024 (8 days ago)

Start Date

22 Apr, 2024 (8 days ago)
due - 28 May, 2024 (in 27 days)

Due Date

28 May, 2024 (in 27 days)
Bid Notification

Type

Bid Notification
36C26324R0074

Identifier

36C26324R0074
VETERANS AFFAIRS, DEPARTMENT OF

Customer / Agency

VETERANS AFFAIRS, DEPARTMENT OF (103463)VETERANS AFFAIRS, DEPARTMENT OF (103463)NETWORK CONTRACT OFFICE 23 (36C263) (3966)

Attachments (6)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

438-19-301 Renovate Auditorium for Prosthetics Sioux Falls Statement of Work (SOW) 1 STATEMENT OF WORK Statement of Work Project Number 438-23-350 Update Water Tower- Sioux Falls, SD The VA Sioux Falls Health Care System (VASFHCS) requires updates and repairs to their water tower at the VA Healthcare System campus located at 2501 West 22nd Street, Sioux Falls, South Dakota 57105-5046. The SFVAHCS requires services to update and repair the elevator water tower on its campus. Construction plans have been procured through a 3rd party licensed engineering company. This procurement effort is to engage a lead contractor to provide construction services and oversite to complete all the tasks as required by the construction documents and specifications. Contractor Requirements/ Deliverables: Provide all services required by the official construction drawings and specifications. The following bullet points are included for convenience only and represent only the major deliverables associated
with this task. All sub-tasks required by the construction documents are also required to be done. It is the contractor s responsibility to thoroughly examine all construction documents for accuracy and completeness. Install a construction fence as noted on the drawings. Dig to access the bypass valves on the north side of the tower. The approximate location of the valves is known but some explorative digging will be needed to locate the exact position and depth of the valves. Should the condition of the valves warrant replacement an additional line-item cost for replacing the three (3) valves should be included in the bid. The buried valves are annotated on the construction drawings. Provide a written plan on procedures and tasks to take the elevated tank out of service. Provide temporary water source for the facility during the entirety of the project. Basis of design for the temporary water bladders are included in the construction documents. It will be the responsibility to maintain by the prime contractor- all equipment associated with the temporary water supply system and provide all reports required by law and/or joint commission. Take elevated tank out of service and maintain all water services to the facility as required by the construction documents. Maintain and provide all required testing and/or treatment of the temporary water source. Install 2 new manways on opposite sides of the shell. Install a frost roof vent. Replace old section of cast iron fill pipe and all associated leaded joints and fittings per the speciation s and drawings. Remove existing drainpipe. Install landing platforms on the access ladder on the NW leg of the tower. If present the wet compartment ladder an additional line-item cost for removing the one (1) wet compartment ladder should be included in the bid. Install a tank mixing system. Seal all pad foundations. Remove old drain valve and install new valve inside the vault. Install shroud. Shroud must be in place for all sandblasting and spray painting. Repair and coat the interior of the tank. Repair and paint the exterior of the tank as required by construction drawings (spot brush blasting with rusted or abraded areas being blasted to near white conditions Convert the current navigation warning lights to an LED system. Install new, permanent security fence. Return all disturbed areas to original condition. Damaged grass will be replaced with sod Provide a written plan to bring the water tower back into potable water service. The plan shall include references to the pertinent regulations, codes, and requirements governing the process of bringing a public potable water source into service. Clean, disinfect, and bring the tower back online per the approved plan and following all applicable potable water and elevated storage tank sanitation and safety regulations Provide the VA with all required certifications, testing results, and reports as required by law for the tank sanitation and chlorinating procedure. The contractor will provide final schematic drawings/ P&ID s of all systems installed within 10 business days of completion of installation of all equipment. The drawings will include all equipment installed to include the tie in points where the contractor connected to the VA provided utilities. The drawings will provide detail for all pipe sizes, valves, flow meters, probes, wells, and any other equipment that has been installed or modified. The provided drawings will be delivered electronically in both PDF and CAD (if requested) formats. All drawings will be the sole property of the VA Health Care System. The contractor will provide full training to include operational and maintenance training on all changes made to the water tower to all necessary VA staff. The VA staff will include shift work employees. The contractor will provide training for each shift at the most convenient time for the VA, to be coordinated with the COR. The contractor will provide technical documentation for all equipment installed including, but not limited to controllers, probes, valves, temperature probes, piping, tubing, etc. The technical documentation will provide recommended maintenance requirements and replacement part numbers or models/material of construction. General Contractor Requirements: The contractor shall work Monday through Friday except on federal holidays unless approved in advance by the Contracting Officer (CO) and COR. All work shall be done between 8AM and 5PM unless otherwise approved in advance by the Contracting Officer (CO) and COR. The prime contractor will identify work that impacts normal daily operations including crane blockage, water interruption, utility interruption, traffic flow, dust, noise, and staff operations which will be allowed after normal working hours. Work that disrupts normal operations of the hospital will be completed during off hours. The contractor should plan, bid and be ready to do interrupting work during non-business hours. The contractor shall follow all VA rules and regulations concerning infection control and staff safety as outlined by the general requirements during the project. Equipment damaged during construction shall be repaired and/or replaced at no additional cost to the VA. It is the prime contractor s responsibility to read and understand all requirements and specifications associated with this task. In addition, it is recommended that Specification Section 01 00 00 General Requirements be well understood. Specification Section 01 00 00 General Requirements is the site-specific specifications and will supersede specification in other sections unless the other sections are more restrictive. The contractor shall give a minimum of 14 calendar days notice in writing prior to interrupting utilities. All utility outages shall be conducted during non-business hours to maximum extent possible. Requests with less than 14 calendar days notice may be refused with no adverse effects for the VA. No utility outages will be allowed without a minimum of 72 hours notice unless it is an emergency situation. The determination of emergency status is at the sole discretion of the COR or their representative. All utility outages must be coordinated through the COR. Any delays due to improper notification will be at no cost to the VA. The contractor will be required to make up time on the schedule at their expense. The contractor is to provide a bid on all necessary equipment, labor, materials, licensing, lab testing, and reporting to safely complete all requirements of this project. It is the contractor s responsibility to examine and understand all construction documents. Any discrepancies between documents should be addressed prior to the final bid submittal. Any discrepancies that are not addressed ahead of time will follow FAR regulations regarding discrepancy resolution. The contractor is not to construct any item or install any material/equipment prior to having submittal approval from the project COR. Any item constructed or installed, by the contractor or sub-contractor, without prior approval, via the submittal process and/or modification process, does so at their own risk. Any unapproved/unauthorized work requiring change, prior to approval, shall be done at no cost to the government. Field changes shall not be conducted without prior approval by the Contracting Officer. The Contracting Officer is the only person with authority to authorize any changes that will impact the cost of the project or the overall schedule. Any communication from sources other than through the Contracting Officer s modification process are not authorized and will be completed at the Contractor s risk. The contractor is expected to follow all safety requirements required by code and Joint Commission. The following items have been historical issues on campus and will be closely monitored for compliance: Security- All areas of the construction area are to be kept secure at all times. All access will be locked down when no contractors are on site. The VA will provide access to the required work areas by issuing a limited number of keys. Keys are available to be checked out on an individual basis at the Engineering Building 17. See section 22 of this document for the key checkout procedure and requirements. Smoking/Vaping/Chewing tobacco- The Sioux Falls VA Medical Center is a tobacco free campus in its entirety to include parking lots, grounds, and buildings. Smoking, Vaping, and chewing tobacco are not allowed. Anybody found smoking on site will be asked to leave the campus. Repeat safety findings- The contactor is expected to keep their work site safe at all times. Any safety deficiencies shall be fixed immediately. Repeat safety violations can lead to project stoppage until a written plan is provided to the COR. Any lost time due to repeat safety findings will be at no cost to the VA. Time lost due to repeat safety violations will be made up at the contractor s expense. Construction management and overview- The project shall have a superintendent on site at all times when any work is being performed. The site safety and health officer (SSHO) must also be on site at all times when work is being performed. Work being performed without these individuals will be stopped until such time as the superintendent and SSHO are on site. Any stopped work due to lack of management or safety oversite will be at the contractor s expense. SSHO has no other duties- The SSHO assigned to this project shall only oversee safety. They cannot have dual hat duties such as superintendent, project manager, quality control, or any other duties. Refer to specification 01 35 26 for specific duties and training requirements to qualify as an SSHO. The existing water tower has an access ladder with a center line fall protection system. THIS CENTER LINE FALL PROTECTION DOES NOT WORK. The system has not been used, inspected, or certified in a number of years. It is to be assumed as non-functional. The contractor and all subs accessing the ladder will be required to double hook up the ladder. The Sioux Falls VA Medical Center is a tobacco free campus in its entirety to include parking lots, grounds, and buildings. Smoking, Vaping, and chewing tobacco are not allowed. Anybody found vaping or using tobacco products on site will be requested to leave the campus. All work is to be conducted in accordance with current best practices, local, state, and federal codes. Areas of concern include but is not limited to potable water and chiller/cooling tower requirements. The Contractor shall coordinate with the COR for any interim life safety concerns. A local interim life safety measure may be required before work adjacent to high risk/sensitive areas can begin. These areas can include but is not limited to oncology and chemotherapy units, dialysis, surgical units, Emergency department, and pulmonary therapy areas. The contractor is required to provide proof of safety training for all personnel that will be on site. Proof of safety training is required prior to work beginning. Each person employed by the contractor, including sub-contractors, is to possess and provide proof of 10-hour OSHA training, at a minimum. Contractors and all their subs shall not use VA parking lots as contractor parking. This includes storage of containers, trailers, or equipment. Supplies and tools may be unloaded for short periods of time with the COR s permission. Parking will be patrolled by the VA Federal Police on site and tickets will be issued for non-compliance. Repeat violations can result in towing at the owner s expense. The prime contractor is expected to initiate and lead a project update meeting every 2 weeks at a time convenient to the VA. It is the contractor s responsibility to prepare and provide an agenda at least 24 hours before each meeting and come prepared to discuss the current disposition of the project to include: Safety Schedule- Planned vs Actual progress Outstanding requests made to the Government Current status of project Near future plans and scheduling Upcoming events such as utility interruption, excavation, hot work, etc. The prime contractor is expected provide meeting minutes at least 24 hours after each meeting be adjourned. project SSHO shall provide a weekly written report of the previous week s safety findings. The report shall include date and time identified, date and time corrected, identify mitigating plans to prevent future occurrences. The project SSHO shall attend the weekly VA safety walkthrough of this project to discuss safety issues and correct any deficiencies if needed. The job site will be kept clean and organized at all times. Garbage will be cleaned up immediately. Equipment is to be stored in an orderly, professional manner. The COR will have discretion and authority on acceptable job site conditions and regularly inspect the site conditions. Any deficiencies noted will be corrected within 24 hours. The contractor will keep control of all weeds and vegetation on their job site. The Sioux Falls Municipal Code will be followed regarding nuisance vegetation. Any grass or weeds over 8 tall will be considered nuisance vegetation. Any weed classified as noxious by the State of South Dakota will be destroyed immediately upon discovery. Weeds considered noxious by the State of South Dakota include, but may not be limited to Canada Thistle, Russian Knapweed, hoary cress, and sow thistle. It is the contractor s responsibility to know and comply with the State Noxious Weed regulations. Security to the construction area will be enforced at all times. Security measures as needed may include, but are not limited to: Locked doors Shut and/or locked exterior gates Secured material trailers Barricades/fences/signal cones Area indicating signs Construction keys will be provided on an as needed basis. The COR will have a limited number of keys that can be checked out to the project superintendent. All keys must be signed for with responsibility taken to return all keys before the project is closed out and the final bill paid. Returned keys will receive a receipt of return when they are returned to the COR. For every key not returned at the end of the project, $150 will be assessed against the final invoice. Document exchange services such as Submittal Exchange, ProCore, Sharepoint or equivalent will be provided and managed by the contractor at the contractor s expense. Asbestos and Lead Abatement This water tower was stripped to white steel and recoated approximately 12 years ago so asbestos and lead are not anticipated other than the leaded fittings on the fill pipe to be replaced. Leaded fittings are not considered to require abatement and can be removed and disposed of at the contractor s discretion. However, if asbestos or lead is suspected all work on the suspected area will stop and the COR will be notified immediately. Period of Performance Schedule (calendar days): The Period of Performance (POP) shall be 180 calendar days from issuance of NTP. Attachments: NARA Records Management Contract Language NARA RECORDS MANAGEMENT CONTRACT LANGUAGE: 1. Contractor shall comply with all applicable records management laws and regulations, as well as National Archives and Records Administration (NARA) records policies, including but not limited to the Federal Records Act (44 U.S.C. chapters 21, 29, 31, 33), NARA regulations at 36 CFR Chapter XII Subchapter B, and those policies associated with the safeguarding of records covered by the Privacy Act of 1974 (5 U.S.C. 552a). These policies include the preservation of all records, regardless of form or characteristics, mode of transmission, or state of completion. 2. In accordance with 36 CFR 1222.32, all data created for Government use and delivered to, or falling under the legal control of, the Government are Federal records subject to the provisions of 44 U.S.C. chapters 21, 29, 31, and 33, the Freedom of Information Act (FOIA) (5 U.S.C. 552), as amended, and the Privacy Act of 1974 (5 U.S.C. 552a), as amended and must be managed and scheduled for disposition only as permitted by statute or regulation. 3. In accordance with 36 CFR 1222.32, Contractor shall maintain all records created for Government use or created in the course of performing the contract and/or delivered to, or under the legal control of the Government and must be managed in accordance with Federal law. Electronic records and associated metadata must be accompanied by sufficient technical documentation to permit understanding and use of the records and data. 4. VA Nebraska-Western Iowa Health Care System and its contractors are responsible for preventing the alienation or unauthorized destruction of records, including all forms of mutilation. Records may not be removed from the legal custody of VA Nebraska-Western Iowa Health Care System or destroyed except for in accordance with the provisions of the agency records schedules and with the written concurrence of the Head of the Contracting Activity. Willful and unlawful destruction, damage or alienation of Federal records is subject to the fines and penalties imposed by 18 U.S.C. 2701. In the event of any unlawful or accidental removal, defacing, alteration, or destruction of records, Contractor must report to VA Nebraska-Western Iowa Health Care System. The agency must report promptly to NARA in accordance with 36 CFR 1230. 5. The Contractor shall immediately notify the appropriate Contracting Officer upon discovery of any inadvertent or unauthorized disclosures of information, data, documentary materials, records, or equipment. Disclosure of non-public information is limited to authorized personnel with a need-to-know as described in the contract. The Contractor shall ensure that the appropriate personnel, administrative, technical, and physical safeguards are established to ensure the security and confidentiality of this information, data, documentary material, records and/or equipment is properly protected. The Contractor shall not remove material from Government facilities or systems, or facilities or systems operated or maintained on the Government s behalf, without the express written permission of the Head of the Contracting Activity. When information, data, documentary material, records and/or equipment is no longer required, it shall be returned to VA Nebraska-Western Iowa Health Care System control, or the Contractor must hold it until otherwise directed. Items returned to the Government shall be hand carried, mailed, emailed, or securely electronically transmitted to the Contracting Officer or address prescribed in the contract. Destruction of records is EXPRESSLY PROHIBITED unless in accordance with Paragraph (4). 6. The Contractor is required to obtain the Contracting Officer's approval prior to engaging in any contractual relationship (sub-contractor) in support of this contract requiring the disclosure of information, documentary material and/or records generated under, or relating to, contracts. The Contractor (and any sub-contractor) is required to abide by Government and VA Nebraska-Western Iowa Health Care System guidance for protecting sensitive, proprietary information, classified, and controlled unclassified information. 7. The Contractor shall only use Government IT equipment for purposes specifically tied to or authorized by the contract and in accordance with VA Nebraska-Western Iowa Health Care System policy. 8. The Contractor shall not create or maintain any records containing any non-public VA Nebraska-Western Iowa Health Care System information that are not specifically tied to or authorized by the contract. 9. The Contractor shall not retain, use, sell, or disseminate copies of any deliverable that contains information covered by the Privacy Act of 1974 or that which is generally protected from public disclosure by an exemption to the Freedom of Information Act. 10. The VA Nebraska-Western Iowa Health Care System owns the rights to all data and records produced as part of this contract. All deliverables under the contract are the property of the U.S. Government for which VA Nebraska-Western Iowa Health Care System shall have unlimited rights to use, dispose of, or disclose such data contained therein as it determines to be in the public interest. Any Contractor rights in the data or deliverables must be identified as required by FAR 52.227-11 through FAR 52.227-20. 11. Training. All Contractor employees assigned to this contract who create, work with, or otherwise handle records are required to take VHA-provided records management training. The Contractor is responsible for confirming training has been completed according to agency policies, including initial training and any annual or refresher training. Notes: 1.The contractor shall incorporate the substance of this clause, its terms and requirements including this paragraph, in all subcontracts under this contract, and require written subcontractor acknowledgment of same. 2.Violation by a subcontractor of any provision set forth in this clause will be attributed to the Contractor.

Location

Country : USA

You may also like

Z2NE--PN: 438-23-350, Upgrade Water Tower (SF) SDVOSB OPEN MARKET (NON-MATOC) - LPTA

Due: 28 May, 2024 (in 27 days)Agency: VETERANS AFFAIRS, DEPARTMENT OF

Classification

naicsCode 237110Water and Sewer Line and Related Structures Construction
pscCode Z2NEREPAIR OR ALTERATION OF WATER SUPPLY FACILITIES