The RFP Database
New business relationships start here

Rehabilitation of Water Tower #54


New York, United States
Government : Federal
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

CONTINUATION OF PRESOLICITATION NOTICE:
Project No. 620-14-106; Rehabilitation of Water Tower #54 at the Montrose VA Medical Center, Montrose, NY.
Background
The existing Water Tower #54 at the VA Hudson Valley Health Care System, Montrose site, requires rehabilitation and upgrades to address deficiencies in the water tower and quality of the potable water supplied to the VA Montrose Campus. The scope of this project is for the repair, monitoring upgrades, surface cleaning, preparation and painting of the VAMC 300,000 Gallon Water Tower #54 specifically intended to rehab the water tower potable water vessel and structure (Interior and Exterior) as explained herein and currently in use at the FDR Montrose Veterans Administration Medical Center, 2094 Albany Post Road, Montrose New York 10548.
General Objectives
Furnish all labor, materials, tools, equipment and supervision necessary to complete Project #620-14-106 Rehabilitate Water Storage Tower #54at FDR, Montrose campus. All work shall be in strict accordance with contract drawings, specifications and any applicable codes as per requirements of all governing agencies. The duration of the project will be 250 calendar days. There will be 90-day bid acceptance period.
Project will involve but not be limited to trades such as asbestos abatement, lead paint abatement, disposal of abatement wastes, clearing, grubbing, stripping and stockpiling topsoil and earth, earth and rock excavation, earth work filling, grading, compaction, welding and pipe laying, anchoring, jacketed insulation, concrete and masonry, Pipe scaffold and containment barrier design, assembly, maintenance & removal, asphalt/concrete paving and curbing, landscaping, control / signal and electrical upgrade work, demolition (including concrete curbing, asphalt and underlying concrete paving, vents, ladders, rails, guides, piping and associated anchors and support hangers, and tree work) metal fabrication, tank cleaning and disinfecting and erosion control. The work will be performed in the proximity of microwave cell antennas and the contractor will be responsible for any damage. The Contractor will be responsible to coordinate their work with the scheduled work activities of the cellular companies during the process of their relocating active cell site equipment to temporary facilities at the general Water Tower # 54 site.
Construction Phasing will be required to ensure the proper coordination with the cell site vendor for the removal, temporary relocation and the eventual reinstallation of Cell site antenna array at Water Storage Tower #54, the facility s fire protection requirements and to meet the requirements of all regulatory codes, laws, etc.
Task Description
GENERAL CONSTRUCTION: Contractor to provide labor, material and supervision for work on Water Tower #54 Buildings at the Montrose campus, including but not limited to: Lead Abatement, Asbestos Abatement, Coating application monitoring & quality control, Plumbing, Electrical and HVAC work necessary for the rehabilitation of the water tower as required by contract drawings and contract specifications. Beyond the environmental components of the project, the rehabilitation of Water Tower #54 will entail the abrasive blasting and comprehensive repairs to structural metals, the re-painting of the Tower and Water Containment vessel, the replacement of a steam heating system with a new water mixing system, the installation of a new chlorine analyzing system along with the installation of alarm & monitoring instrumentation and lightning protection system repairs/replacement. The Contractor must provide evidence that they are qualified and have exhibited the ability to perform and address NIACS Designation 238320 type projects that have involved potable water vessels and their rehabilitation.

Prepare site including removal of vegetation within areas of scaffolding. Remove vegetation from site and dispose of per code and regulations. Maintain VA personnel and vehicular access to tank base interior for service and maintenance. Access to the Water Tower and equipment shall be maintained to authorized VA staff without interfering with work activities of this contract. When required, PPE must be provided by the Contractor to Authorized VA staff for access to specific restricted areas of the project site for review of project conditions.

Recent sampling and analysis of the existing coatings has been completed and the results of that sampling indicate the presence of hazardous metals, including contain lead and zinc among others and will require the contractor to include appropriate methods of paint removal and abatement. An exterior scaffold and containment screen is required to contain all abated materials within the enclosure and prevent any dispersal outside the containment to VA property, adjoining property or publicly accessible areas

The rehabilitation of Water Storage Tower #54 and the interior and exterior appurtenances including the detailed design of a surrounding work scaffold and containment system for lead abatement requires paint abatement using DEC and EPA codes and regulations. The detailed design of a surrounding work scaffold and containment system for lead abatement requires that it is sealed & signed by a licensed structural Engineer. The Contractor shall provide services for the erection, maintenance and eventual disassembly of the work scaffold system for the life of the project. Install and maintain a containment enclosure/curtain to prevent migration of dust and debris generated by surface preparation and to prevent paint drift during recoating activities. The scaffold and containment screen shall be design to resist wind loading extremes for the location. The exterior barrier shall be of fire retardant material reinforced to prevent tearing and breaching via weather. The barrier shall contain surface preparation materials, activities and painting. Remove from site upon completion of work after inspection and approval by the VA Engineering representative. The containment barrier shall protect adjoining property and VA grounds and roadways. Include provisions for VA use of the access platforms/scaffolds for inspections and to review the work.

Prepare the entire exterior surface of the water tower, base structure, ports, screens, hatches, covers, doors, bolts and hardware. Include all exterior items and surfaces above the concrete base at ground level. The surface shall be prepared in accordance with SSPC-SP6/NACE 3 Commercial Blast Cleaning. Remove abraded materials from site and dispose of in accordance with EPA and NYS Regulations.

Prepare the entire interior surface of the water tower water containment vault, ports, screens, hatches, bolts and hardware. The surface shall be prepared in accordance with SSPC-SP6/NACE 3 Commercial Blast Cleaning. Remove abraded materials from site and dispose of in accordance with EPA and NYS Regulations.

Interior water storage vault shall be cleaned, abated, sandblasted, painted, provided with proper curing cycles and made ready to receive in service potable water with in all codes and requirements of the Department of Health, EPA, DEC, Joint Commission and VA guidelines and protocol.

The new coating materials shall be per Tnemec Potable Water Storage Tanks System Guide and as specified. All manufacturers guidelines shall be observed in surface preparation, coating application, thicknesses and curing. All manufactures recommendations shall be followed without exception.

Each paint application shall be of a differing color to indicate visual coverage.

Each paint application thickness shall be sampled by the contractor/coating quality control specialist, and recorded on an electronic (excel) spreadsheet. The surveys shall document 10% of all surfaces and elevations such that the sample locations are spread for total coverage representation. Samples are not to be in limited areas which do not represent a uniform sampling of the entire structure. Provide AutoCAD drawings of tower indicating survey points locations. Submit for VA approval prior to applying subsequent coatings.

ICRA The requirements of Attachment A - Infection Control / Industrial Hygiene Risk Assessment and Permit (Class II) Document 138-022 shall apply to all applicable Medical Center portions of the work. All other codes, regulations, testing, certifications and hygiene requirements as contained in the contract documents shall apply to the work.

Period of Performance
The period of performance to complete the entire contract is 250 Calendar-days from NTP, with construction to be completed according to the phased schedule below.
Phase I, Submissions: 30 Calendar-days duration, to be completed within 30 Calendar-days of NTP
Phase II, Government Review: 30 duration, to be completed within 60 Calendar-days of NTP
Phase III, Cell Site Services Relocation: 90 Calendar-days duration by Cell Service Vendor, to be completed within 150 Calendar-days from NTP
Phase IV, Construction: 100 Calendar-day duration, to be completed within 250 Calendar-days from NTP

This procurement is a 100% set-aside for Small Business (SB). Prospective contractors must be registered and current in the System for Award Management (SAM) database prior to contract award: https://www.sam.gov/portal/public/SAM/. Proposals will only be accepted from SBs that are determined to be responsible and responsive contractors. Prospective contractors must be approved under NAICS Code 238320, size standard of $15.0 Million. The cost range for this project is between $1,000,000 and $2,000,000.

A bid bond will be required, and performance and payment bonds will be required upon award of contract. The solicitation will be released on or around May 9, 2017. The proposal submittal address, date and time will be included in the solicitation. Specifications and plans will be available for download from the FedBizOpps website at https://www.fbo.gov. Amendments to this solicitation will be posted on the FedBizOpps website as well. Offerors are responsible for obtaining and acknowledging all amendments to this solicitation prior to the time of closing. E-mail questions concerning the solicitation to Aletha Bourke at Aletha.Bourke@va.gov.

Responses to this notice with your firms capability statement in writing (email) must be received not later than 5/08/2017 at 12pm. Email: Aletha.Bourke@va.gov. No telephone inquiries will be accepted.

Aletha Bourke

Contract Specialist

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP