Similar Projects
Epoxy Paint Striping Miles City Area
Term Contract
Post-Bid
Miles City, MT 59301

Epoxy Paint Striping Lewistown Area
Term Contract
Post-Bid
Lewistown, MT 59457

Toilet Interior Painting
Term Contract
Results
$25,000 to $100,000 est. value

Toilet Interior Painting
Term Contract
Results
$25,000 to $100,000 est. value

Miles City Fish Hatchery - Exterior Painting Houses and Garages
Alteration
Post-Bid
$25,000 est. value
Miles City, MT

Story Mansion Exterior Painting
Alteration
Results
$300,000 est. value
Bozeman, MT 59715

Maintenance Painting Labor
Alteration
Post-Bid
Great Falls, MT

Exterior Painting of Four (4) Building on Campus
Alteration
Post-Bid
$12,000 est. value
Browning, MT

Statewide Bridge Painting Inspection
Term Contract
Post-Bid
Helena, MT 59601

Wilder Exterior Painting Project
Renovation
Post-Bid
$25,000 CJ est. value
Helena, MT 59601

Epoxy Striping - Wolf Point Division
Infrastructure
Post-Bid
$399,000 CJ est. value
Helena, MT 59601

Epoxy Paint Striping Havre Area
Infrastructure
Post-Bid
$700,000 CJ est. value
Billings, MT 59101

Epoxy Paint Striping Butte Area
Term Contract
Post-Bid
Butte, MT 59701

Barking Dog Tree and Harvest Unit Boundary Marking - Phase 2
Term Contract
Post-Bid
Helena, MT 59601

Preformed Thermoplastic Pavement Markings
Infrastructure
Post-Bid
$720,000 CJ est. value
Helena, MT 59601

Last Updated 12/26/2023 09:34 AM
Project Title

Building 604 Lead Based Paint Remediation and Garage Structures Refurbishment

Physical Address View project details and contacts
City, State (County) Helena West Side, MT 59636   (Lewis and Clark County)
Category(s) Single Trades
Sub-Category(s) Painting
Contracting Method Competitive Bids
Project Status Sub-Bidding, Construction start expected February 2024
Bids Due View project details and contacts
Estimated Value $500,000 [brand] Estimate
Plans Available from Agency's Affiliate
Owner View project details and contacts
Architect View project details and contacts
Description

I. Project Scope The VA Montana Healthcare System requires the services of a qualified Contracting company to provide Lead Paint Remediation and Refurbishment Construction services at the Fort Harrison Campus of the Montana VA Health Care System, located at 3687 Veterans Drive, Fort Harrison, MT 59636. The Contractor shall provide all services and perform all the work, materials, labor, supervision, safety, certification, and expertise for items described in this scope of work. The Government shall not loan or provide any labor or equipment. The Government is not responsible for costs incurred due to project management discrepancies or lack of proper equipment. The scope of this project includes, but is not limited to, the following improvements: Building 604 Garage Structure: Abatement and removal of exterior painted fascia, trim, and soffit material. Removal of gutters and downspouts. Dispose of with assumption of LBP (lead based paint) presence Remove and replace building substrate materials and building framing components where wood decay or similar detritus is present. Due to the unknown extent or presence of wood decay, the bidder will provide an hourly time and material rate for remediation Abatement and removal of all existing window system frames and associated lites, sills, glazing putty, sealants, and paint around each opening. Dispose of with assumption of lead based paint presence. New fenestration and building trim to match existing style and configuration as required by the Montana State Historical Preservation Office and Section 106 of the National Historic Preservation Act Replace exterior fascia, trim with 22 gauge, pre-finished break metal. New break metal profiles to match site existing building fascia and trim profile when complete. Bidder to provide additional substrate and blocking materials as needed for a complete installation. New gutters, soffits, and downspouts to be incorporated into the new fascia trim assembly Replace Two (2) windows with fixed glazed windows. Rail, stile, and mullions are to match the existing lite size and elevation composition Containment and removal of all contaminated and/or hazardous material from the site, and documentation of the disposal destination and method as required by US DEC, EPA, and/or Montana DEQ Backfilling the ground area surrounding the Bldg. 604 structure with gravel and other appropriate landscaping material Installation of Four (4) interior duplex 120VAC-20A receptacles and associated material; one (1) receptacle to be located on each interior side of the structure. Each receptacle to be powered by the existing electrical panel Installation of two (2) exterior lockable, outdoor-rated duplex 120VAC-20A receptacles and associated material; one (1) receptacle to be located on each exterior side of the structure. Appropriate sealant to ensure water-tightness shall be utilized as per typical electrical installations (i.e. silicone). Each receptacle to be powered by the existing electrical panel Installation of Four (4) overhead LED shop lights, 4 in length with light switch to be located near the inside of the garage door. Fixtures to be rated to provide sufficient lighting for the entire garage with sufficient luminosity and a minimum quality of 4000 Kelvin. Circuits to be surface mounted with metal-clad wiring or conduit as per NEMA / NFPA code Installation of a single exterior LED outdoor light fixture to be located on the front side of the garage bay, above the garage door, with the supply circuit switch to be located near the inside of each garage door. Circuits to be surface mounted with metal-clad wiring or conduit as per NEMA / NFPA code, penetration, and mounting hardware to be weather-sealed. Appropriate sealant to ensure water-tightness shall be utilized as per typical electrical installations (i.e. silicone) Appropriate PPE and containment equipment and barriers will be used by the Contractor at all times All work as described above shall conform to OSHA, EPA, DEC, and Montana DEQ regulations to ensure the correct methods of containment and disposal are followed Building 144, 145, and 146 Garage Structures: Abatement and removal of exterior painted wooden fascia, trim, and soffit material. Dispose of with assumption of LBP (lead based paint) presence Remove and replace building substrate materials and building framing components where wood decay or similar detritus is present. Due to the unknown extent or presence of wood decay, the low responsive bidder will provide an hourly time and material rate for remediation Abatement and removal of all Fourteen (14) existing window system frames and associated lites, sills, glazing putty, sealants, and paint around each opening. Dispose of with assumption of lead based paint presence Removal of existing solid wooden garage doors and associated hardware. Doors can be removed, hardware to be given to VA COR for Groundskeeping Department Installation of new segmented and insulated metal garage doors and associated hardware. Garage doors must have individual locking mechanisms that can accept BEST 7-pin cores. Examples can be reviewed with VA COR upon request Each garage bay floor for Bldgs. 144, 145, 146 to be assessed individually with VA COR and patch repaired as needed per Time & Material pricing New fenestration and building trim to match in style and configuration as required by the Montana State Historical Preservation Office and Section 106 of the National Historic Preservation Act Replace exterior wooden fascia, trim, and soffits with 22 gauge, pre-finished break metal. New break metal profiles to match site existing building fascia and trim profile when complete. Bidder to provide additional substrate and blocking materials as needed for a complete installation. New soffits to be incorporated into the new fascia trim assembly Removal of existing roofing, and replacement with standing seam metal roofing that closely matches existing aesthetic Replace all Fourteen (14) windows with fixed glazed windows. Rail, stile, and mullions are to match the existing lite size and elevation composition Containment and removal of all contaminated and/or hazardous material from the site, and documentation of the disposal destination and method as required by US DEC, EPA, and/or Montana DEQ Installation of Two (2) duplex 120VAC-20A receptacles and associated material in each garage bay (total of 28 receptacles). Each receptacle to be supplied by existing breaker to be installed in the existing electrical panel. Installation of Two (2) lockable, outdoor-rated duplex receptacles on each side of the garage exterior (1 front, 1 rear, 28 total) Installation of Four (4) 2 x 2 overhead LED lights and appropriate circuits (56 total), with switches to be located inside of each garage door. Wiring to be run in rigid PVC conduit. Fixtures to be rated to provide sufficient lighting for the entire garage bay with sufficient luminosity and a minimum quality of 4000 Kelvin Installation of a single exterior LED outdoor light fixture to be located on the front side of each bay, above each garage door, with each supply circuit switch to be located near the inside of each garage door (14 total). Appropriate sealant to ensure water-tightness shall be utilized as per typical electrical installations (i.e. silicone). Each receptacle to be powered by the existing electrical panel Appropriate PPE and containment equipment and barriers will be used by the Contractor at all times All work as described above shall conform to OSHA, EPA, DEC, and Montana DEQ regulations to ensure the correct methods of containment and disposal are followed The final construction shall conform to all VA requirements outlined in the VA design manuals posted by discipline in the VA Technical Information Library at the following web address: http://www.cfm.va.gov/til/dManual.asp II. Tasks and Requirements General Contractor Requirements All damage to floors, walls, ceilings, or any other VA property to be repaired/replaced by the Contractor. Contractor shall be responsible for all construction debris removal. The Contractor shall provide their own dumpster as needed. For interior construction the contractor shall provide dump carts and HEPA carts as needed. Dump carts are to be sealed with a tight-fitting lid during travel to and from the jobsite to the designated dumpster location. Dumpster location and debris removal pathway to be approved by the VA COR. Construction debris disposal must be documented and reported to satisfy regulations for the station and State of Montana DEQ III. Existing Conditions All associated work as part of the scope is limited to Buildings 604, 144, 145, and 146 Garage structures. The Contractor is expected to be familiar with the existing conditions and the work to be performed. The Contractor shall verify all areas requiring work as stated in the Project Scope portion of this Statement of Work prior to the commencement of work. Site Investigation is required for this project to ensure accuracy of design. The Contractor shall be responsible for field verifying all conditions and quantities that may affect the project work prior to bid of this project. Site investigation is to be included in the cost proposal. This work can be performed directly by the General Contracting firm, or indirectly via contract to a third party (Sub-Contractors). The person(s) conducting the site investigation is to check in with the VA Facilities Management Services department and will be escorted by the VA CO Healthcare Engineer or Designee. This work should be done in advance and is intended to limit unforeseen site conditions and ensure accurate estimations for material acquisition. IV. Period of Performance Prior to the Notice to Proceed (NTP) all required pre-construction submittals (safety plans, quality control plan, schedules, materials, etc.) shall be provided to the VA Contracting Officer & COR for review and approval. This contract is expected to start upon Notice to Proceed (NTP) and be completed within 180 calendar days of issuance. V. Construction Schedule Normal working hours are from 7:30 AM to 4:30 PM. In order to maintain schedule, work performed over the weekend may be allowed. Contractor to coordinate these efforts with VA COR with a minimum 48-hour notice. The Contractor shall provide to the VA CO & COR a detailed construction schedule indicating workflow and impact in a three-week look ahead format which shows last week, this week, and next week. Work progress shall be discussed weekly at construction progress meetings. This schedule must be updated every week, prior to the construction progress meeting. Any impacts to VA operations must clearly be identified on the construction schedule. The Contractor shall attend weekly meetings. The Contractor shall provide a meeting agenda prior to each meeting. The contractor shall provide meeting minutes to the VA within one week of the meeting occurrence. The contractor shall provide a three week look ahead schedule prior to each meeting. VI. Infection Control Risk Assessment LBP Containment There will be Infection Control and Lead-Based Paint Containment procedures and requirements for this project. The contractor must adhere to the classifications assigned and to the mitigation requirements of the associated ICRA / LBP Containment classifications. The Contractor shall identify their mitigation procedures as part of their daily reporting. The VA will perform regular walkthroughs and audits of the contractor s compliance with the requirements. Stated containment classifications are per the direction of the VA and OSHA and are non-negotiable. VII. Working Hours The Contractor shall discuss working hours with the VA COR prior to the commencement of work. The Contractor and VA COR will agree on the hours of operations for each portion of work. The Contractor is responsible for notifying the VA of the time, location, and work to be performed during off-hour engagement. Any construction impacts that will include excessive noises, odors, or emissions will need to be performed after hours or on weekends. The work will occur in close proximity to residential Enhanced Use Lease (EUL) space, and the Contractor will take steps to ensure minimal impact to the residents and staff that reside in those areas and buildings (noise, dust, vehicle parking, and material storage will need to be closely mananged). VIII. Daily Work Reports The Contractor shall complete and submit Daily Work Reports to the VA COR and Contracting Officer. The daily reports shall be completed on forms prepared by the Contractor, acceptable to the COR, and shall be submitted to the COR at the conclusion of each workday. Daily reports should include photographs of existing conditions, work in progress, and the finished conditions. IX. Request for Information Any deviations in required work items from the Construction Documents and this SOW shall come in the form of an RFI through electronic submittal software. The Contractor must use a construction management software that is accessible by VA personnel using the VA network. The Contracting Officer is the only entity that can approve changes that impact the Scope of Work and Contract Cost. Any contractual changes will come in writing from the CO, not from the COR or their associates. The Contractor shall maintain an RFI Log throughout the duration of the project and update it weekly to reflect the most current RFIs being tracked. X. Submittals, Inspection, and Acceptance The Contractor will not be able to mobilize onsite until all critical submittals have been approved by the VA COR and CO. The Contractor shall use an electronic submittal tracking system for management of submittal status. An initial submittal register will be provided to the contractor. Within one week of the NTP, the Contractor shall provide to the VA COR and CO a complete electronic submittal register for review and acceptance. All submittals for each item must be approved prior to purchase and/or installation per the specifications. The Contractor will be required for all tracking and updating of the submittal register throughout the life of the project. The Contractor must provide the updated submittal register prior to the weekly construction progress meeting, and with all progress payment requests. The submittal register must include the following: Project Safety Plan OSHA Certifications Letter of Superintendence Quality Assurance/Quality Control (QAQC) Plan Demolition Debris Management Plan Asbestos and Lead Based Paint Containment and Abatement Plan, per Montana DEQ requirements Environmental Protection Plan Infection Control Plan Project Schedule All Submittals/Samples required by Project Specifications and Project Drawings including but not limited to: Description of each product Submittal Drawings and/or Manufacturer s literature/data as required by the specifications Samples as required by the specifications Test reports as required by the specifications Material Certificates of compliance Buy American Act Compliance Contractor certification Installer Qualifications Warranties Operations and Maintenance Manuals (if applicable) Additional submittals may be required at the request of the Contracting Officer or COR. A comparison of products for QA/QC may be requested by the COR and CO The COR will approve/disapprove Contractor submittals. Any submittal that is disapproved shall be addressed by the Contractor in a timely manner. If more time is needed to address disapproved submittals, the Contractor may ask, in writing, for additional time from the COR. The COR will accomplish inspection and acceptance of the work on behalf of the Contracting Officer. Any work that is found to be unacceptable by the COR shall be removed and replaced at no cost to the Government. All workmanship/quality of work is subject to acceptance. XI. Safety / Security The Contractor is fully responsible for Work Site Safety. The Contractor shall implement a Safety Program that protects the lives and health of personnel inside and immediately surrounding the work area, prevents damage to property, and avoids normal work or patient flow interruptions. To accomplish this end, the Contractor shall provide an OSHA certified Competent Person to be onsite at all times while work is being performed, erect appropriate safety barricades, signs, signal lights, etc. as well as comply with the requirements of all Federal, State, and Local safety laws, rules, and regulations. The Contractor must submit copies of certifications for safety training of the Competent Person stationed onsite to the COR before work begins. XII. Liability of Contractor Any damage to government property caused by the Contractor shall be repaired or replaced by the Contractor at no cost to the government. The Contractor shall not disconnect any service or utilities without prior approval of the COR. No less than a 5 day notice shall be given to the COR if interruption is needed. The government will not be held liable for any costs incurred due to time constraints needed for service or utility interruptions. XIII. Privacy Statement Certification and Accreditation **The Certification and Accreditation (C&A) does not apply, a Security Accreditation Package is not required** In accordance with the Contract Security Checklist required by VA Directives 6500 and 6500.6. Contractor owned laptop computers or remote connections from a contractor system to a VA internal trusted (i.e., non-public) network will not be required or involved in this project. As a result, C&A (Certification and Accreditation) requirements do not apply, and a Security Accreditation Package is not required. XIV. Warranty The contractor shall provide a two week notice to the COR for the onsite final walkthrough and punch list for acceptance as well as other planned milestones. The contractor shall provide a 1-year warranty on all items within the Scope of this Project, subject to latent defects, per 52.246-21 Warranty of Construction. All Questions in relation to this solicitation must be submitted in writing via e-mail to Timothy.Verburgt@va.gov and received no later than December 4, 2023 at 2:00 P.M. Mountain Time (MT). The Contractor shall begin performance within ___10_________ calendar days and complete it within _____180______ calendar days Project magnitude: between $250,000 and $500,000. *The value for this project is based on a financial range. The value is listed as the highest possible cost from the range provided by a stakeholder or official project document.

Details

Division 09 - Finishes, Painting.

Bidder's List View project details and contacts
Prospective Bidders View project details and contacts
Project Documents
 Engineered Spec Sheet
 Architectural Plans
 Other Documents