VETERANS AFFAIRS, DEPARTMENT OF USA Tender
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Costs
Summary
Z2da--asphalt Maintenance And Repair | 442-23-001
Description
Purpose cheyenne Va Medical Center Seeks A Qualified, Skilled Contractor For Work Including Aggregate Base Repair, Existing Concrete Removal, Asphalt Replacement And Pavement Striping As Identified In This Sow And Drawings. this Is A High Visibility Project For Veterans, Staff, And Guests. The Successful Contractor Will Provide Extra Attention To Detail, Quality Control, And Professional, Experienced Workmanship. Project Quality Assurance, Quality Control (qa/qc) And Work Sequencing Work Plan Are The Responsibility Of The General Contractor (contractor). The Contractor Shall Provide And Execute Qa/qc And Work A Sequencing Plan To Best Accommodate Va Requirements For 24/7, 365 Day A Year Operation. background in 2019 A Facility Condition Assessment (fca) Was Performed For Cheyenne Va Medical Center Resulting In Identification Of Deficiencies From Which Projects Have Been Developed. The Asphalt Repair And Maintenance Project Will In Part Fulfill Fca Deficiencies In-line With The Cheyenne Va Mission. scope Of Work this Sow Provides The Contract, Scope, Drawings, And Specifications For The Proposed Work. Work Shall Be Planned And Scheduled By The Contractor To Minimize Impact On The Daily Operations Of The Medical Center. Work Shall Be Conducted With Strict Adherence To Cheyenne Va Medical Center And Veteran S Health Administration Regulations. All Closures And Shutdowns Shall Be Closely Coordinated With The Contracting Officer Representative (cor) With Minimum 2 Weeks Notice, Per The Contract Requirements. below Is An Outline Of The Scope Of Work And Schedule Requirements For Completion Of Work. The Contractor Shall Provide All Resources To Complete The Scope/tasks. it Is The Responsibility Of The Contractor To Field Verify Existing Conditions And Quantities Prior To Bid In Conjunction With All Contract Documents, Specifications, Drawings, Sketches, And Supplemental Information. All Discrepancies To Be Submitted To Va Contracting Officer Prior To Bid For Clarification. Final Sequencing Plan And Execution Of Work Will Be The Responsibility Of The Contractor While Taking Into Consideration The Va Access Requirements For Guests And Staff. the Approximate Quantities Include: in Fill Of Existing Island approximately 6,000sf. asphalt (wy Dot Standard Specifications 401) approximately 70,000 Sf. striping (wy Dot Standard Specifications 809) stalls (approx. 105), Cross Walks (approx. 2), Cross Hatched Stalls (approx. 4). handicap Template And Traffic Arrow Painting (wy Dot Standard Specifications 809) stalls (approx. 10), Arrows (approx. 12). the Overall Intent Of This Projects Is To Match Existing Pavement Grades As Possible, And Dimensions While Utilizing The Existing Grade Materials If They Meet Specifications. Contractor Shall Remove And Infill Existing Island Noted On Plans. Island Is Lower Than Adjacent Asphalt And Will Need To Be Brought Up To Match Adjacent Elevations. Island Includes But Is Not Limited To A Sidewalk, A Tree, Electrical Box And Conduit, Irrigation Box And Valve. The Sidewalk, Tree And Electrical Box And Conduit Shall Be Removed In Their Entirety. The Irrigation Box Shall Be Replaced With A Traffic Rated Box And Lid. The Lid Shall Read Irrigation . Existing Irrigation Line And Valve Shall Be Raised To New Irrigation Box Elevation. Island Area Shall Be Filled And Re-graded To Ensure Proper Drainage Is Achieved Throughout The Parking Lot And Does Not Result In All Residual Water Staying In The Island Area. Compacted Grade Shall Be A Minimum Of 6 Depth And Shall Be Compacted To Meet Specifications. Asphalt Shall Be A Minimum Of 4 Thick (2 Base Layer, 2 Wear Layer). the Intent For The Striping Work Is To Stripe The Re-paved Portion Of The Parking Lot To Match Existing Striping Layout. Contract Shall Also Stripe New Parking Stalls Created By The Addition Of New Asphalt. Before Beginning Work The Contractor Shall Document All Existing Striping Locations And Colors. New Striping Shall Be Reflective Glass Bead Installed Per Specifications. general Project Scope Including But Not Limited To: asphalt Millings From Removal Of Existing Asphalt Shall Be Placed In Area Directed By Va Cor. All Other Debris Shall Be Disposed Of Off-site. Contractor Shall Provide Va Cor Landfill Receipts For Tracking Purposes. contractor Shall Protect All Existing Curb/gutter And Sidewalks To Remain During Removal Of Existing Asphalt. Any Damage Done By The Contractor Shall Be Repaired Back To Initial State. provide Traffic Control Including Barricades, Construction Signage, Traffic Monitoring Personnel As Necessary. compaction, Rolling Of Existing Base Material As Required To Meet Current Specifications. grade And Asphalt Pavement Testing Where Required. stall Striping To Include Directional Arrows, And Handicap Areas (contractor To Provide All Templates). Refer To Plans For Initial Layouts. remove Any Loose Paint From Curbs Prior To Painting Loading Zones And Fire Lanes. specifications specifications Noted For This Project Include But Are Not Limited To The Wy Dot Standard Specifications Sections: 401, 403, 409, And 809, As Well As The Following Va Specifications, But Not Limited To: 01 00 00 General Requirements 01 03 26.15 Project Schedules 01 33 23 Shop Drawings, Product Data And Samples 01 35 26 Safety Requirements 01 45 00 Quality Control 01 45 29 Testing Laboratory Services 01 57 19 Temporary Environmental Controls 01 74 19 Construction Waste Management 01 81 13 Sustainable Construction Requirements 02 41 00 Demolition 31 20 00 Earthwork 32 12 16 Asphalt Paving 32 17 23 Pavement Markings all Va Specifications Can Be Found At: Http://www.cfm.va.gov/til/spec.asp project Deliverables submittals For Division 1 And All Other Sections As Outlined In Project Specifications. quality Control Plan. work Sequencing Plan. project Cpm Schedule. pre-construction Meeting (risk Assessment, Qa/qc Plan See Specification For Pre-con Agenda Topics). closeout Documentation. contractor Responsibilities contractor And/or Sub-contractors Shall Perform All Necessary Investigations And Work To Determine And Verify Work Can Be Performed As Specified. contractor And/or Sub-contractors Shall Be Responsible For Reviewing All Drawings And specifications And Shall Submit Requests For Information (rfi S) Directed To The Vamc S contracting Officer For Any Discrepancies Or Clarifications Prior To The Bidding Of The Work. the Contractor Shall Identify, To The Cor, Any Possible Problems And Or Deficiencies If They Foresee A Future Problem Related To The Construction Of The Project. if There Is A Discrepancy Between The Specifications And The Construction Drawings, The More Stringent Condition Shall Apply. contractor And/or Sub-contractors Shall Be Responsible For Quality Control, Workmanship Of All Contract Work. contractor Shall Supply All Equipment, Labor, And Materials Necessary To Provide A Complete, Quality Project In Adherence To All Va Requirements As Outlined In The Contract Documents. it Is The Responsibility Of The Contractor To Understand And Comply With All Applicable Municipal, County, State, And Federal Codes, Laws, Ordinances, Standards, Rules, And Regulations. the Contractor Shall Adhere To All Specifications, Approved Drawings, Contract Documents. the Contractor Will Be Held Responsible For Any Damages To Va Property And Shall Replace Any Damage In Full. contractor And/or Sub-contractors Shall Provide All Submittals As Outlined In Project Specifications To The Cor For Review And Approval Prior To Work. All Work Will Be Performed Per The Contractor Submitted And Approved Va Schedule, Updated On A Weekly Basis, And The Cor Shall Be Notified At Least 2 Weeks In Advance Of The Proposed Areas That Will Undergo Construction. All Scheduling Of Work Areas Will Be Coordinated With The Relevant Hospital Personnel By The Cor To Minimize Impact To Normal Hospital Functions. all Work Performed And Specified Shall Comply With Applicable Federal Code Requirements, And Va Master Construction Specifications As Found In The Va Technical Information Library Technical Information Library (til) - Office Of Construction & Facilities Management (va.gov). the Contractor Will Submit A Sequenced Work Plan For Approval From The Cor Prior To The Start Of Work. This Sequence Of Work Will Be Coordinated With The Relevant Hospital Personnel By The Cor To Minimize Impact To Normal Hospital Functions. Work Shall Be Coordinated Such That Ada Access To The Outbuilding And Main Medical Facility Is Not Restricted. The Contractor Shall Coordinate All Work To Ensure Ada Access Remains To The Outbuildings And Main Medical Facility Building Throughout Construction. the Contractor Shall Meet All Deadlines For Construction. safety & Training: the Contractor And All Sub-contractors Shall Comply With The Requirements Of The Appended construction Safety Policy And The Div. 01 Safety Requirement S Specification. a Competent Person Must Always Be On Site Who Has Completed Osha S 30-hour Construction Safety Course Per Va Directive 2011-036. All Other Employees Of General Contractor Must, At A Minimum, Completed The Osha 10-hour Construction Worker Course And/or Other Relevant Competency Training. the Contractor Shall Submit Training Records Of All Such Employees For Approval Before The Start Of Work. the Contractor Shall Meet The Safety Requirements Of Osha And Va. security Requirements: the Contractor Shall Comply With Agency Personal Identity Verification Procedures Identified In The Contract That Implement Homeland Security Presidential Directive-12 (hspd-12), Office Of Management And Budget (omb) Guidance M-05-24, And Federal Information Processing Standards Publication (fips Pub) Number 201. the Contractor Shall Insert This Clause In All Subcontracts When The Subcontractor Is Required To Have Routine Physical Access To A Federally Controlled Facility And/or Routine Access To A Federally Controlled Information System. contractors Shall Adhere To The Vamc S Facility Security Requirements, Including Preparation Of A fire Safety Plan, Protection Of All Existing Facility Improvements And Coordination With The Cor. infection Control Requirements: all Personnel Involved In The Construction Or Renovation Activity Shall Be Educated And Trained In Infection Prevention Measures. The Contractor Is Responsible For Ensuring Compliance With This Training Requirement. requirements Of The Vamc S Infection Control Risk Assessment (icra). Infection Prevention and/or Safety Personnel Will Not Be Required For This Project. establish And Maintain A Dust Control Program As Part Of The Contractor S Infection Preventive measures In Accordance With The Va Requirements. all Accidental Spills, I.e., Equipment Leaks Etc. Shall Be Cleaned Up Immediately And The Gems Manager Shall Be Notified Of The Event. upon Completion Of Project, Or As Work Progresses, Remove All Construction Debris From Facility That Have Been Part Of The Construction. final Project Area Cleanup. place Of Performance va Medical Center, Cheyenne Wyoming 2360 E. Pershing Blvd, Cheyenne, Wy 82001 hours Of Work all Work Is To Be Completed Monday Through Friday Between The Hours Of 0800 1630 (mst). Weekend Work Only Approved By The Cor. schedule And General Requirements construction Shall Be Completed 60 Calendar Days From Notice To Proceed. federal Legal Holidays: The Following Federal Legal Holidays Are Observed By This Facility: new Year S Day January 1 martin Luther King S Birthday Third Monday In January president S Day Third Monday In February memorial Day Last Monday In May juneteenth June 19 independence Day July 4 labor Day First Monday In September columbus Day Second Monday In October veteran S Day November 11 thanksgiving Day Fourth Thursday In November christmas Day December 25 historic Preservation where The Contractor Or Any Of The Contractor's Employees, Prior To, Or During The Construction Work, Are Advised Of Or Discover Any Possible Archeological, Historical And/or Cultural Resources, The Contractor Shall Immediately Notify The Cor Verbally, And Then With A Written Follow Up. attachments 442-23-001_site Plan Demo 442-23-001_site Plan Reno 442-23-001_specifications end Of Sow
Contact
Tender Id
36C25924R0135Tender No
36C25924R0135Tender Authority
VETERANS AFFAIRS, DEPARTMENT OF USA ViewPurchaser Address
-Website
beta.sam.gov