Posted: April 2, 2024, 7:04 p.m. EDT
Amendment P0005
The purpose of this amendment is due to the number of RFIs and decreased funding for this fiscal year (FY), this solicitation is hereby canceled. The plan is to re-solicit in FY25.
Amendment P0004
The purpose of this amendment is to officially and effectively make the following changes/updates listed below:
1. The proposal due date has been extended to close on April 5, 2024 at 10:00 am MDT. All proposals shall be sent to Contract Specialist Angel Waalkes at angela.waalkes@va.gov.
All other terms and conditions remain the same.
Amendment P0003
The purpose of this amendment is to officially and effectively make the following changes/updates listed below:
1. Post remaining answers to the initial set of RFIs along with documents.
2. The date for all proposals is due on 03/22/2024 to the Contract Specialist, Angel Waalkes, at angela.waalkes@va.gov
Amendment P0002
The purpose of this amendment is to officially and effectively make the following changes/updates listed below:
1. Post the answers to the RFIs.
2. Extends the date for all proposals from 3/8/2024 to 3/22/2024. All proposals are due on 03/22/2024 to the
Contract Specialist, Angel Waalkes, at angela.waalkes@va.gov, by 10:00 AM MT.
Amendment P0001
The purpose of amendment is to officially and effectively make the following changes/updates listed below:
1. Post the site visit meeting sheet with site visit notes.
2. Post the site visit attendance.
3. Post drawings with notes and pictures.
4. Extends the date for all proposals from 2/7/2024 to 3/8/2024. All proposals are due on 3/8/2024 to the Contract Specialist, Angel Waalkes, at angela.waalkes@va.gov, by 10:00 AM MT
5. RFIs submitted prior to the deadline date of 1/18/2024, will be answered via amendment as soon as possible.
Posted: March 22, 2024, 10:17 a.m. EDT
Posted: March 4, 2024, 7:21 p.m. EST
Posted: Feb. 29, 2024, 5:56 p.m. EST
Posted: Feb. 7, 2024, 5:28 p.m. EST
Posted: Dec. 20, 2023, 5:42 p.m. EST
Posted: Dec. 20, 2023, 4:20 p.m. EST
Urgent Care Renovation Project 575-19-101 VA Western Colorado Health Care System OBJECTIVE: Provide labor, materials, equipment, and other services as necessary to demolish and remodel the Emergency Department space in Building 1 and the drive-through ambulance entrance at the Grand Junction VA campus, 2121 North Ave., Grand Junction, CO 81501. SCOPE OF WORK: Demolish and renovate the Emergency Department and provide a new dedicated air handling unit in Building 1 of the Grand Junction campus. Demolish and renovate exterior grounds to provide a secure drive-through ambulance entrance and adjacent sidewalks. All work on the 2nd floor above must be scheduled in advance with the COR. Normal business hours for the area are 8:00 am 5:30 pm, Monday through Friday. All clean-up activities must occur prior to the next turnover to Owner. The main corridor must always remain open. A dust-proof construction wall meeting NFPA 241 must be constructed to separate the construction zone and the active areas of the hospital. Construct the dust-proof barrier to the bottom of the deck in such a manner that it can remain in place upon completion of the ceiling construction. REQUIREMENTS/MANDATORY TASKS: For Requirements/Mandatory tasks see Specification 01 00 00 1.3 STATEMENT OF BID ITEMS. For Requirements/Mandatory tasks see Drawing Sheet GI000 Project Description and GI009. For required activities and plan to be completed in affected areas see attachment PCRA Affected Areas. SPECIAL CONDITIONS: A pre-demolition study for hazardous materials has been performed on this building, and no hazardous building materials were found. If the contractor finds hazardous building materials, a modification will be implemented to have the contractor remove and dispose of the existing materials following state and local environmental requirements. Minimize noise using every action possible. All work that exceeds the dB limitations outlined in specification 01 57 19 will be coordinated by the COR to inform clinicians of anticipated noise and potential patient impact. If the fire alarm system is down for more than 4 hours, a fire watch must be present and documented until the system is back up. In the case that the ceiling will be removed the fire sprinkler heads must be turned up to provide active fire protection. See specification 01 35 26. Special consideration for infection control will be required since construction area is adjacent to the Primary Care areas and Main Lobby of the 1st floor, and Audiology and Radiology on the 2nd floor. All work will be adjacent to the occupied areas, see plans and specification 01 35 26 for Infection Control requirements. Obtain the infection control permit before construction begins. Contractor shall submit demolition plan and site staging plan for VA approval prior to beginning work. All demo materials must be taken out of the building via an exterior chute or directly through the exterior access to the construction zone. Hospital is operational 24/7 and contractor will reference the plans and specifications for the details and requirements regarding noise and dust control measures and their impact on the hospital in their planning and during demolition. All inspections (fire sprinkler system, plumbing, electrical, HVAC, framing, doors and windows, patient lift system, communication system, access control) shall be done by an independent third party who has been hired by the VA, and coordinated by the COR. Notification for inspections must be given to the COR in writing at least 5 working days prior to the proposed inspection date. A&A requirements do not apply, and a Security Accreditation Package is not required. SAFETY See SPEC 01 35 26 1.12 for infection control requirements. See Specification 01 36 26 for all safety requirements. See drawing GI006 and GI007 for infection control drawings. See attachment A 1 Infection Control Risk Assessment. See attachment B Preventive Construction Risk Assessment. GENERAL: The Dept. of Veterans Affairs (VA) requires strict adherence to the Code of Federal Regulations 29, Part 1926. This includes the requirement that the contractor always have a Competent Person on the job (must have a 30-hour OSHA card), and that all contractor employees have received a minimum of ten (10) hours of OSHA construction safety training. This entire project shall conform to VA standards and specifications, Federal Regulations, OSHA, AIA Construction Guidelines, Joint Commission Environment of Care Standards, and applicable building codes as interpreted by project plans and specifications. In addition, any part of any VA specification that is not up to current design and construction practice shall be brought to the attention of the CO and COR for further evaluation. PROJECT MANAGEMENT: Based on the above list of work items the general contractor selected must successfully manage a variety of trades and tasks, coordinate just-in-time delivery of materials, get those materials to the job site, and schedule the necessary labor to construct various parts of this project in a timely fashion. Therefore, a critical aspect of this contract is construction management including but not necessarily limited to: Scheduling using the critical-path-method. Running and documenting an OSHA-compliant construction safety program. Managing job site access and security. Compliance with all VA security policy and Police requirements, to include badging of all personnel working on site. Managing the separation of construction activities from on-going hospital patient-care operations. Managing periodic utility shutdowns including appropriate permitting procedures including lockout/tag out, hot work, etc. Implementing and maintaining required interim life safety measures (ILSM) as needed. Coordinating with VA COR to maintain acceptable conditions for all on-going hospital functions. Coordinate all training with COR. Attend weekly construction meetings on phone or in person. SUBMITTALS: Contractor shall be expected to submit the following: Submittal log of all anticipated submittals. Updated Request for information (RFI) log with all responses at each progress review meeting. Schedule of all work to include sequencing durations and critical path to be provided at preconstruction conference and must be approved within 45 days of Notice to Proceed. A 4-week look-ahead schedule of anticipated work will be provided at every construction progress meeting. A schedule of values must be approved before submittal of first invoice, and an updated schedule of values will be transmitted with each additional invoice. Environmental compliance and monitoring plans. Site Specific Safety Plan (accident prevention plan) must be submitted 15 calendar days before the preconstruction meeting so that it can be approved at the preconstruction meeting. Activity Hazard Analysis Plan must be submitted 15 calendar days before the start of each construction phase. Demolition Plan with staging sequencing. Interim Life Safety Measures (ILSM) for all related construction procedures. Names of all employees, proof of their OSHA training, and results of their TB test results must be provided to COR at least 15 days before they arrive on site. Name of site superintendent, designated Site Safety and Health Officer, and/or Competent Persons, and proof of 30-hour OSHA certification must be provided at the Preconstruction meeting. Updated utility as-builts in CAD format upon project completion. Red-line updates will be reviewed at every construction progress meeting. HOURS OF WORK: Work shall take place during the hours of 7:00 AM and 5:00 PM MST, Monday through Friday, all Federal Holidays excluded. In order to minimize impact to adjacent clinics (above and beside), work after regular working hours is allowed upon approval from the COR. Hours of construction for work after regular hours will be 5:00 PM to midnight MST. Weekend work (Saturdays and Sundays) and work on Federal holidays is allowed upon approval from the COR. Written notification must be given to the COR at least 10 working days before the weekend, holiday, or work after regular hours in question. Inspections will require a prior five-day notification submitted to the Contract Officer Representative (COR) or government representative. CHANGES: Please be advised, the Contracting Officer, from information furnished by the COR and Contractor, may direct changes to the drawings and/or specifications that are within the general scope of the contract. If such change is necessary, it shall be accomplished via a written contract modification between VA and the Contractor. ACCESS: The COR shall provide the Contractor access to all buildings and rooms required in the provisions of this contract. The Contractor shall notify the COR when leaving these areas. The Contractor and all personnel shall comply with the security clearance or access controls of areas within the Medical Center. If the Contractor must obtain access to areas that require special security precautions, the COR will arrange for access. QUALITY CONTROL: The Contractor shall have a quality control program to assure the requirements of this contract are provided as specified. The Contractor and COR will inspect the work. Deficiencies will be noted and corrected before beginning work in another area. Any damage done by Contractor will also be noted and corrected by the Contractor within 2 working days. Damage causing an immediate impact on the environment of the hospital shall be corrected immediately. ACCEPTANCE STANDARDS: The VA reserves the right to dispute completion of contract scope if contract work is found not in accordance with manufacturer recommendations, or is not satisfactorily executed in accordance with the SOW. All work completed by the Contractor must be reviewed and approved by the COR prior to final acceptance. PERIOD OF PERFORMANCE Period of performance including lead time for materials and submittals: 421 days from Notice to Proceed. APPLICABLE & SUPPORTING DOCUMENTS: DWG.1 Renovate Urgent Care SPECS.1 Renovate Urgent Care SPECS.2 149200 Pneumatic Tubes Security.1 Phys Security Risk Assessment Attachment A ICRA 03092021mkk jt Attachment B PCRA Affected Areas
Background
The Urgent Care Renovation project is aimed at providing labor, materials, equipment, and other services necessary to demolish and remodel the Emergency Department space in Building 1 and the drive-through ambulance entrance at the Grand Junction VA campus. The project is located at 2121 North Ave., Grand Junction, CO 81501.
Work Details
The scope of work includes demolishing and renovating the Emergency Department and providing a new dedicated air handling unit in Building 1. Additionally, it involves demolishing and renovating exterior grounds to provide a secure drive-through ambulance entrance and adjacent sidewalks. Special conditions include minimizing noise, fire alarm system requirements, infection control considerations, and submission of demolition plan and site staging plan for VA approval.
The contractor is also responsible for managing a variety of trades and tasks, coordinating just-in-time delivery of materials, scheduling using the critical-path-method, running an OSHA-compliant construction safety program, managing job site access and security, managing periodic utility shutdowns, implementing required interim life safety measures (ILSM), coordinating with VA COR to maintain acceptable conditions for all on-going hospital functions, attending weekly construction meetings, and submitting various documents such as submittal log, schedule of work, environmental compliance and monitoring plans, site-specific safety plan, activity hazard analysis plan, demolition plan with staging sequencing, ILSM for all related construction procedures, names of all employees with proof of their OSHA training and TB test results.
Period of Performance
The period of performance for this contract is 421 days from Notice to Proceed.
Place of Performance
The construction projects will be performed at the Grand Junction VA campus located at 2121 North Ave., Grand Junction, CO 81501.