Similar Projects
Rodney Reconstruction Phase 2 - City of Helena
Infrastructure
Conception
$1,126,284 CJ est. value
Helena, MT 59601

8th / 9th & Dakota Rehabilitation - City of Helena
Infrastructure
Conception
$600,000 CJ est. value
Helena, MT 59601

Westside Woods
New Construction, Infrastructure
Design
$65,000,000 CJ est. value
Helena, MT 59601

State Health Lab Renovation
Renovation
Bidding
$2,000,000 CJ est. value
Helena, MT 59601

Construction of an Equipment Shed on the Macdonald Pass Ski Trails
New Construction, Infrastructure
Bidding
$75,000 CJ est. value
Helena, MT 59601

VRF Piping Replacement
Infrastructure
Post-Bid
Helena, MT 59601

Trail Creek Salvage Road Work
Infrastructure
Post-Bid
$300,000 CJ est. value
Helena, MT 59601

New Water and Sewer Main, Street Reconstruction
Infrastructure
Results
$619,326 est. value
East Helena, Helena, MT 59601

MLC Sewer and Water System Improvements
Infrastructure
Results
Helena, MT 59602

2022 Chip Seal
Infrastructure
Construction
$582,933 CJ est. value
Helena, MT 59601

Commodities Warehouse Dry Storage and Freezer Addition / DPHHS
Addition, Demolition, Infrastructure
Construction
$1,846,000 CJ est. value
Helena, MT 59601

Maverik #341 / Helena
New Construction, Infrastructure - 5,951 SF
Pending Verification
$1,600,000 CJ est. value
Helena, MT 59601

The Capital
New Construction, Infrastructure
Pending Verification
$50,000,000 CJ est. value
Helena, MT 59602

8th / 9th & Dakota Re-route Phase II - City of Helena
Infrastructure
Conception
$850,000 CJ est. value
Helena, MT 59601

Buck Ditch BMP Road Improvement Project
Infrastructure
Bidding
$300,000 CJ est. value
Helena, MT 59601

Last Updated 02/14/2023 01:06 AM
Project Title

VA Montana-Roche Lab Project

Physical Address View project details and contacts
City, State (County) Fort Harrison, MT 59636   (Lewis and Clark County)
Category(s) Government/Public, Heavy and Highway, Laboratory, Medical, Sewer and Water
Sub-Category(s) Hospital, Laboratory, Military Facility, Site Development, Water Lines
Contracting Method Competitive Bids
Project Status Contract Award, Construction start expected December 2022
Bids Due View project details and contacts
Estimated Value $231,999 [brand] Estimate
Plans Available from Agency's Affiliate
Owner View project details and contacts
Architect View project details and contacts
Description

Contract Award Date: Feb 07, 2023 Contract Award Number: 36C25923P0304 Task/Delivery Order Number: Contractor Awarded Unique Entity ID: HEB5JDZGDMK1 Contractor Awarded Name: COPPER CREEK LLC Contractor Awarded Address: GREAT FALLS, MT 59404 MTQ Base and All Options Value (Total Contract Value): $231,999.00 AN AMENDMENT TO SOLICITATION 36C25923Q0084 POSTED ON December 06, 2022. The purpose of this amendment is as follows: A) Responses to Questions B) Updated Bid Schedule C) ICRA Document D) All questions and offers will be emailed to Timothy Verburgt at Timothy.Verburgt@va.gov. All other items and conditions remain the same. The contractor shall furnish all labor, equipment, materials, and supervision to complete the installation of necessary power circuits and plumbing to supply future Roche Laboratory equipment, as well as remove multiple designated electrical circuits. Contractor will also eliminate a metal chase / half wall, remove all utilities within, and modify the sink drain to become a floor drain at the Fort Harrison VA Medical Center, located at 3687 Veterans Drive, Fort Harrison, MT 59636. Project magnitude: Between $100,000 and $250,000. The NAICS code is 236220 - Small Business size standard is $39.9 M. Important Notice: Apparent successful offerors must apply for and receive verification from the Department of Veteran Affairs Center for Verification and Evaluation (CVE) in accordance with 48 CFR Part 74 and VAAR 819.70 by submission of documentation of Veteran status, ownership, and control enough to establish appropriate status. Offerors must be both VISIBLE and VERIFIED by the Department of Veteran Affairs CVE at the time of offer submission. Failure to be both VERIFIED by CVE and VISIBLE on VetBiz at the time of offer submission and contract award will result in the offeror's proposal being deemed non-compliant. All offerors are urged to contact the CVE and submit the required documents to Obtain CVE verification of their SDVOSB. status if they have not already done so. In accordance with FAR 52.204-7, System for Award Management (SAM), Prospective contractors shall be registered in the SAM database prior to close of solicitation. 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 November 16, 2022 at 10:00 A.M. Mountain Time (MT) A site visit will be held on November 14, at 11:00 am (MT). Meet in bldg. 141 (Admin. Bldg.), room 205. Instructions, Conditions, and Notices to Offerors. All submitted proposals must be received in email by the closing date and Time. This solicitation Closes November 23, 2022 @ 10:00 A.M. (MT). Proposals shall be submitted via e-mail i accordance with Part I / Section B, to be considered for this project. Proposals received in any other format will result in the offeror's proposal not receiving further consideration. Project: 436-23-117 Project Name: VA Montana-Roche Lab Project Project Scope The VA Montana Healthcare System at Fort Harrison, MT requires the services of a Licensed General Contractor to install necessary power circuits and plumbing to supply future Roche Laboratory equipment, as well as remove multiple designated electrical and IT circuits. Contractor will also eliminate a metal chase / half wall, remove all utilities within, and modify the sink drain to become a floor drain. The Contractor shall be responsible for all damage to persons or property that occurs due to the Contractor s fault or negligence. The Contractor shall also be responsible for all work performed until completion and acceptance of the entire work, except for any completed unit of work which may have been accepted under the contract by the VA COR (Project Engineer). Existing Site Conditions: Execution of this system relocation will occur within the Bldg. 154 healthcare facility, primarily in the 2nd Floor Laboratory and in the Outpatient Treatment center below. Therefore, all activities will require construction to be phased in such a way as to minimize impact to staff and patients. Infection Control measures will be always required as defined in the associated ICRA assessment. Construction activity will require constant coordination with VA Project Engineering and Facilities personnel. Site Investigation is required for this project to ensure correct power source and circuit routing from source locations to the laboratory. The Contractor shall be responsible for field verifying all conditions 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 Contractor, or indirectly via contract to a third parties (Sub-Contractors). The person(s) conducting the site investigation(s) are to check in with the VA Facilities Management Services Engineering department and will be escorted to review the project by the VA Contracting Officer Representative (COR) / Healthcare Engineer. This work must be done in advance and is intended to limit unforeseen site conditions and ensure acquisition of all necessary material prior to execution of the work. The final construction shall conform to all VA requirements outlined in the FGI Guidelines for Design and Construction of Hospitals, ADA, ANSI, SMACNA, IBC, NEC, NEMA, NFPA, as well all requirements of 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 Work shall be completed in conformance with the time schedule requested by the VA Contracting Officer s Representative (COR) / Healthcare Engineer (HE). The Contractor is solely responsible for preparing all necessary regulatory notifications to meet the time schedule. Due to requirements in NFPA 101 Life Safety Code, a minimum of two egress routes for each occupied space must be maintained. To ensure the safety of VA patients, staff, and tenants, work is to be structured to allow for egress routes to be maintained throughout the course of construction. Work requiring relocation of staff is subject to notification requirements. Impact to the VA Lab staff operations must be communicated and coordinated prior to work execution. If Contractor provides a schedule resulting in any violations of NFPA 101 Life Safety Code during any work, they must also submit proposed interim life safety measures (ILSM) for VA review. Any action necessitated by NFPA 101 Life Safety Code will be the responsibility of the Contractor. Tasks and Requirements Electrical Contractor Requirements Submittals must be reviewed and approved by the VA prior to the start of work. All demolition shall be required to remove abandoned utilities back to active main. Installation shall minimize penetrations in finished walls to the extent possible and with any such penetrations repaired to match existing construction or meet and/or exceed required sound transmission coefficient (STC), smoke/fire partition rating requirements after completion of work. Any new construction shall match surrounding finishes unless indicated otherwise. Contractor and their Sub-Contractors are to provide necessary submittals and plans for approval prior to commencing with any new work not shown/provided in the construction documents. 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. Temporary egress and life safety signage to be provided by contractor and any ILSMs required shall be coordinated with VA COR and VA Safety Personnel. Description of Work: A Lab Project Survey and Site Inventory for plumbing, HVAC, and electrical material for material installations will be required prior to bidding and execution; Fort Harrison VA currently has material in stock in a storage area which the Contractor shall utilize (as possible) in this effort. Material that is not in stock will be acquired by the Contractor and billed as per their normal rates. This process will be coordinated with the Fort Harrison VA Project Engineer and/or Facility Electrician(s). The intent of this work is to utilize existing government material, as well as help expedite the project The Lab Project will require removal of the previous breakers, power circuits, 208V-240V transformer, and local disconnects that previously supplied the Siemens automation systems and UPS. Material that can be reused will remain for execution of the Lab Project; all other material will be delivered to the VA COR / Facilities Department for project inventory The Lab Project will require a new power circuit to be supplied from panel 154 2 LABNP for delivery of power to the PowerVAR 3300 Series UPS system The Lab Project new power circuit referenced above will require a 3-phase / 208VAC / 150A breaker and circuit to be run from Panel 154 2 LABNP to a properly rated local disconnect that will then supply the required power to the PowerVAR 3300 Series UPS The Lab Project will require wiring of the PowerVAR 3300 UPS Battery Cabinet Connection terminals to the manufacturer-supplied Battery Cabinet (See document titled 8100 UPS 3300 30-40kVA for PCDU ) The Lab Project will require an output circuit to be run from the PowerVAR 3300 UPS to a rated panel to be designated 154 LAB MLB that will be installed in the locale of the Roche Laboratory Equipment (See document titled 8100 UPS 3300 30-40kVA for PCDU ) The Lab Project will require all circuits in Roche project documentation to be installed as per manufacturer design (documents provided by Roche to VA Engineering and attached to this procurement package); equipment includes 2 Roche cobas pro analyzers and 1 cobas c8100 automation system as well as required PowerVAR 3300 UPS The Lab Project will require removal (demolition) of a Utility Ceiling Chase and Utility Half-Wall . This consists of metal paneling with various utilities inside. Demolition of these systems must include removal of all wiring, conduit, and associated material back to their individual supply locations.Half-Wall work will also require termination of lab sink drain piping to the floor and installation of a floor drain setup with a rubberized cover that is similar in type to the existing floor drains throughout the Lab The Lab Project will require removal of a copper piping line and associated fittings that previously supplied pneumatics to the Siemens automation line The Lab Project will require installation of a Domestic Cold Water supply line, to be supplied from the 1-1/4 piping system located in the ceiling of the space below the Lab; installation to include an isolation valve, piping, floor penetration and appropriate sealing/anchoring system, 1-1/4 piping up to a tee, reduction to two (2) 3/4 supplies with pressure gauges and 3/4 female NPT ball valves (brass or stainless steel) Modification of existing heat exhaust ductwork to minimize impact to the space shall be executed by the Contractor; requirement for additional ductwork to be evaluated (and executed if deemed necessary) to remove the proposed heat loads to the common ceiling heat exhaust duct Industry standard suspension and anchoring devices will be installed to support the new conduit, wiring, devices, and material Ceiling work and any structural penetrations must comply with all NFPA, NEMA, Federal and State of MT Building codes. Fire barrier and/or sealant will be applied to ensure NFPA is met Energized work is not permitted; supply panel breaker shutdown(s) must be coordinated and scheduled with Fort Harrison VA Project COR/ Healthcare Engineer and VA Facilities staff. VA Engineer will be tasked with facility customer notifications for scheduled shutdowns and departmental impacts NFPA and OSHA LOTO procedures will be followed; all circuits and equipment will be checked safe prior to any work commencement; where necessary and/or applicable, grounding systems will be utilized. When working within flash boundaries, appropriate PPE will be utilized Electrical Circuits and Water piping will be labeled for easy identification, including updating of electrical panel schedules and labeling systems for piping All Roche Lab Equipment specifications will be provided to the Contractor by the VA COR / Healthcare Engineer. Component selection must be coordinated with the manufacturer s specifications to ensure the circuit delivers the required power to the equipment. Specifications for the UPS and the system power requirements are also included in the project package Following completion of Contractor work, designated Schneider Electric vendor for VA Fort Harrison (FICO) will install electrical power monitoring stations typical to similar systems that have been used in past projects, and will fully connect to the existing Schneider Electric / FICO Building Automation System for power monitoring and trending. Period of Performance Period of performance from commencement of the described above statement of work is 14 business days. It may be possible to request an extension to the contract period of performance. Notify the VA of any exceptions before submitting proposal for increase to cost or changes to project schedule. Work Schedule Normal working hours are from 7:30 AM to 4:30 PM. Work Performed After Hours: 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. Privacy Statement Information Security: The C&A requirements do not apply; a Security Accreditation Package is not required. Incidental exposure to protected Health Information may occur from accessing the work site. Staff will follow all Privacy & Security policies and procedures. A Handbook 6500.6 Contract Security document will still be completed and submitted by the VA COR. Appendix Drawings, Infection Control Document, and Photos IMAGE 1: This panel will supply power to the PowerVAR 3300 Series UPS IMAGE 2: This supply breaker to panel 154 2 LABNP will require de-energization and gang LOTO device(s) to be utilized to ensure no energized work during breaker installation and circuit connections IMAGE 3: This disconnect previously powered the Siemens automation line; it will be removed along with all wiring and conduit and delivered to VA Engineering for project inventory. IMAGE 4: This disconnect and transformer and all associated conduits will be removed along with all associated conduit and wiring and delivered to VA Engineering for project inventory. IMAGE 5: This UPS will be removed along with all associated conduit and wiring and delivered to VA Engineering for inventory. IMAGE 6: VA Facilities & Engineering electrical inventory photos this only depicts a portion of material that VA has in stock, which also includes electrical devices, conduit, and plumbing inventory MORE PHOTOS AND DOCUMENTS CAN BE PROVIDED TO AWARDED CONTRACTOR UPON REQUEST; PHOTOS CAN ALSO BE ACQUIRED DURING PROJECT SITE REVIEW. *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

1 Story Above Grade, Renovation, Renovation.
Division 02 - Existing Conditions, Subsurface Investigation.
Division 03 - Concrete, Concrete Forming, Cast-in-Place Concrete, Precast Concrete.
Division 04 - Masonry, Unit Masonry.
Division 05 - Metals, Structural Metal Framing, Metal Joists, Metal Support Assemblies, Healthcare Metal Supports.
Division 06 - Wood, Plastics, and Composites, Rough Carpentry, Finish Carpentry, Architectural Woodwork.
Division 07 - Thermal and Moisture Protection, Dampproofing and Waterproofing, Thermal Protection, Thermal Insulation, Weather Barriers.
Division 08 - Openings, Doors and Frames, Metal Doors and Frames, Wood Doors, Plastic Doors, Specialty Doors and Frames, Entrances, Storefronts, and Curtain Walls, Entrances and Storefronts, Curtain Wall and Glazed Assemblies, Windows, Hardware, Louvers and Vents, Vents.
Division 09 - Finishes, Plaster and Gypsum Board, Tiling, Acoustical Ceilings, Flooring, Resilient Flooring, Carpeting, Acoustic Treatment, Painting.
Division 10 - Specialties, Visual Display Units, Signage, Compartments and Cubicles, Toilet Compartments, Partitions, Service Walls, Patient Bed Service Walls, Wall and Door Protection, Toilet, Bath, and Laundry Accessories, Emergency Aid Specialties, Fire Protection Specialties, Fire Protection Cabinets, Fire Extinguishers, Storage Assemblies, Protective Covers, Flagpoles.
Division 11 - Equipment, Mercantile and Service Equipment, Vending Equipment, Foodservice Equipment, Ice Machines, Cleaning and Disposal Equipment, Laboratory Equipment, Healthcare Equipment, Medical Sterilizing Equipment, Examination and Treatment Equipment, Patient Care Equipment, Operating Room Equipment, Solid Waste Handling Equipment.
Division 12 - Furnishings, Window Treatments, Window Blinds, Casework, Specialty Casework, Laboratory Casework, Countertops, Laboratory Countertops, Furniture, Office Furniture, Seating, Institutional Furniture, Laboratory Furniture, Healthcare Furniture, Multiple Seating.
Division 13 - Special Construction, Radiation Protection.
Division 14 - Conveying Equipment.
Division 21 - Fire Suppression, Fire-Suppression Sprinkler Systems, Fire-Extinguishing Systems.
Division 22 - Plumbing, Instrumentation and Control for Plumbing, Plumbing Piping, Facility Water Distribution, Facility Sanitary Sewerage, Facility Storm Drainage, Plumbing Equipment, Plumbing Fixtures, Healthcare Plumbing Fixtures, Drinking Fountains and Water Coolers, Gas and Vacuum Systems for Laboratory and Healthcare Facilities, Compressed-Air Systems for Laboratory and Healthcare Facilities, Vacuum Systems for Laboratory and Healthcare Facilities, Gas Systems for Laboratory and Healthcare Facilities, Chemical-Waste Systems for Laboratory and Healthcare Facilities, Processed Water Systems for Laboratory and Healthcare Facilities.
Division 23 - Heating, Ventilating, and Air Conditioning (HVAC), Instrumentation and Control for HVAC, HVAC Piping and Pumps, HVAC Air Distribution, HVAC Fans, Central HVAC Equipment.
Division 25 - Integrated Automation.
Division 26 - Electrical, Instrumentation and Control for Electrical Systems, Substations, Lighting, Interior Lighting, Emergency Lighting, Exit Signs, Special Purpose Lighting, Healthcare Lighting, Exterior Lighting.
Division 27 - Communications, Structured Cabling, Data Communications, Voice Communications, Audio-Video Communications, Distributed Audio-Video Communications Systems, Paging Systems, Public Address Systems, Intercommunications and Program Systems, Healthcare Intercommunications and Program Systems, Healthcare Communications and Monitoring Systems.
Division 28 - Electronic Safety and Security, Electronic Access Control and Intrusion Detection, Electronic Surveillance, Fire Detection and Alarm, Radiation Detection and Alarm.
Division 31 - Earthwork, Site Clearing, Grading, Soil Treatment.
Division 32 - Exterior Improvements, Bases, Ballasts, and Paving, Flexible Paving, Asphalt Paving, Rigid Paving, Concrete Paving, Curbs, Gutters, Sidewalks, and Driveways, Paving Specialties, Parking Bumpers, Pavement Markings, Fences and Gates, Planting Irrigation, Planting, Turf and Grasses.
Division 33 - Utilities, Instrumentation and Control for Utilities, Water Utilities, Water Utility Distribution Piping, Water Utility Distribution Equipment, Disinfecting of Water Utility Distribution, Water Utility Storage Tanks, Sanitary Sewerage Utilities, Storm Drainage Utilities.

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