Similar Projects
RFP Engineering - Second Creek Farm and Oasis Parks, Trail Fitness Stations and Shade Structures
New Construction, Infrastructure
Conception
$2,000,000 CJ est. value
Commerce City, CO 80022

Fairfax Park Drainage Outlet Reconstruction - City of Commerce City
Infrastructure
Conception
$4,950,000 CJ est. value
Commerce City, CO 80022

Butterfly Pavilion At Baseline
New Construction, Infrastructure - 81,000 SF
Design
$55,000,000 CJ est. value
Westminster, CO 80030

Riverdale Regional Park Arena
New Construction, Infrastructure
Design
$20,000,000 CJ est. value
Brighton, CO 80601

RFP Engineering - Elm Drive Drainage and Street Improvements
Infrastructure
Bidding
$200,000 CJ est. value
Commerce City, CO 80022

RFP D/B - USCG National Multiple Award Construction Contract (NMACC III)
Term Contract
Post-Bid
$25,000,000 CJ est. value
Seattle, WA 98174

RFP D/B - USCG National Multiple Award Construction Contract (NMACC III)
Term Contract
Post-Bid
$25,000,000 CJ est. value
Seattle, WA 98174

Z2da--Reconfigure Rooms For Dialysis & Prosthetics Project #554-22-132
Renovation
Results
Aurora, CO 80045

Reunion Village 8 Filing 1 District Improvements
Infrastructure
Results
Commerce City, CO

Riverdale Ridge High School CTE/STEM Center
New Construction, Infrastructure - 47,500 SF
Construction
$22,500,000 CJ est. value
Thornton, CO 80602

Patten Gray Apartments
New Construction, Infrastructure - 4,200 SF
Pending Verification
$90,000,000 CJ est. value
Denver, CO 80204

Kabin 2.0 North and South Buildings
New Construction, Infrastructure - 119,123 SF
Pending Verification
$38,400,000 CJ est. value
Denver, CO 80216

Regional Drainage Irondale OSP - City of Commerce City
Infrastructure
Conception
$1,600,000 CJ est. value
Commerce City, CO 80022

Parterre - Phase 1 - Future Sections
New Construction, Infrastructure
Design
$250,000,000 CJ est. value
Thornton, CO 80229

IDIQ MACC for Natural Gas and POL Fuel System Projects at Various Government Installations within the NAVFAC SW Area of Responsibility
Renovation
Post-Bid
$50,000 to $10,000,000 est. value

Last Updated 07/03/2023 01:04 AM
Project Title

Re-Stripe, Seal, and Maintenance on Parking Garages

Physical Address View project details and contacts
City, State (County) Aurora, CO 80045   (Adams County)
Category(s) Government/Public, Heavy and Highway, Medical
Sub-Category(s) Hospital, Military Facility, Parking Garage, Site Development
Contracting Method Competitive Bids
Project Status Bidding, Construction start expected August 2023
Bids Due View project details and contacts
Estimated Value $5,000,000 [brand] Estimate
Plans Available from Agency's Affiliate - 04/10/23
Owner View project details and contacts
Architect View project details and contacts
Description

fRe-Stripe, Seal, and Maintain Parking Garages Project Number 554-23-102 Rocky Mountain Regional Veterans Affairs Medical Center (RMRVAMC) 1.0 OBJECTIVE: The Department of Veterans Affairs has a requirement to clean, seal, and re-stripe concrete surfaces on all levels of parking structures at the Rocky Mountain Regional VA Medical Center. STATEMENT OF WORK LINE ITEM 1: Concrete surfaces at the parking garages at the RMRVAMC were never properly treated with sealant during construction of the facility several years ago and application of sealant is necessary to preserve longevity of the concrete surfaces. Contractor shall clean, seal, and re-stripe all concrete surfaces of Building 11 Parking Staff North (PSN,) Building 12 Parking Visitor North (PVN,) and Building 13 Parking Visitor South (PVS) to include: Shot blasting of surface to remove contaminates Removal of dust and debris Flood coating all concrete surfaces with methacrylate flood coating Spreading an even coat of dry white silica sand while sealer coat is tacky Replacing all existing pavement markings in kind PSN has 1 underground level and 6 above ground levels and measures approximately 393000 square feet (SF) of concrete surface. PVN has 1 underground level and 6 above ground levels and measures approximately 333000 SF of concrete surface. PVS has 2 underground levels and measures approximately 157200 SF of concrete surface. Stairwells and elevator lobbies are not required to be sealed. Contractor shall power wash stairwells and elevator lobbies in preparation for VA painting. Contractor shall coordinate with Contracting Officer s Representative (COR) who will coordinate with VA shops for hot work permit to flow water to garages. Reference attached plans of each floor of each garage. The above garages are occupied and in use. Contractor shall phase work into sections of each floor to keep all floors of garage accessible at all times in both entrance/exit directions. If shutdown of garage is necessary, contractor shall anticipate the following timeframes for access in the following phases: 2 weeks to complete one vertical half (all floors) of PVS 2 weeks to complete other vertical half (all floors) of PVS 2 weeks to complete PVN 2 weeks to complete PSN LINE ITEM 2 (ADDITIVE BID OPTION) As an additional bid option to the above work, contractor shall clean, seal, and re-stripe all concrete surfaces as outlined above at the underground loading dock adjacent to PVN. The loading dock has 1 underground level of approximately 40000 SF and an access drive leading from street level at 17th Avenue down to the dock floor. This loading dock is in operation during normal business hours Monday through Friday and contractor should assume any work that will disrupt normal operation of the dock will need to be accomplished after hours or on weekends. The dock can be turned over at 4 PM Friday afternoon and must be ready for full operation again by 6 AM Monday morning. 3.0 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 have a Competent Person on the job at all times (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. Documentation of these requirements shall be submitted and approved prior to performing the work. Contractor must submit a company Site Specific Safety Plan (SSSP) that must be reviewed by VA Safety prior to work beginning. This plan shall detail fire, construction, and health-related safety measures, in addition to listing training records for all employees for the previous year. A company standard or boilerplate safety plan will not be acceptable plan should contain a detailed hazard analysis for each element of construction to be performed such as an Activity Hazard Analysis (AHA) or Job Hazard Analysis (JHA). This entire project shall conform to 100% of all VA standards and specifications, OSHA, AIA Construction Guidelines, Joint Commission Environment of Care Standards, and applicable building codes. The Contractor shall be responsible for the health and safety of their own employees. The VA will inform the Contractor of any hazards such as designated permit confined spaces, electrical hazards, etc. which may affect Contractor employees. The Contractor must take precautions appropriate for the safety of their employees as well as provide equipment necessary for these actions. Contractor employees will notify the VA Representative before entering a designated permit required confined space, so precautions can be taken in advance of the work. The Contractor is responsible for protection of existing finishes, and VA property (FF&E), located in the areas preventative maintenance and repair work is being performed, as well as along paths of travel to and from these areas. Both exterior and interior finishes and property must be maintained. The contractor is liable for any damage to VA property during the course of the contract. Any damage to existing finishes must be repaired by the Contractor to equal or greater quality than existing finishes. All tasks accomplished by the Contractor personnel will be performed to preclude damage or disfigurement of government-owned furnishing, fixtures, equipment and architectural or building structures. Contractor will report any damage or disfigurement to these items when caused by the Contractor s personnel and will perform repairs or replace government-owned equipment, fixtures, furnishings, grounds and architectural or building structures to their previously existing condition. 4.0 PROJECT MANAGEMENT: Based on the above list of work items the, general contractor selected must complete, maintain, and submit the following documentation and managerial requirements: Construction schedule including sequencing and durations. The schedule will be provided to the COR ten (10) working days prior to the start of work. Site-Specific Safety Plan (SSSP) with an emphasis on tasks to be performed during the work. The SSSP must: Include a detailed description of how the work will be performed and be submitted with sketches, supporting documents, submittals etc. Include a Job-Safety-Analysis (JSA) for all tasks associated with Statement of Work (SOW) Be reviewed and commented by VA-Safety and COR prior to commencement of work. Maintain site supervision by a competent individual(s) with OSHA-30 certificates. OSHA-30 certified technician shall be onsite anytime work is being performed. Obtain VA identification PIV badges for all employees. Contractor to consider lead-time for badge procurement. Manage job-site access and security. Implement and maintain required ICRA and ILSM measures. 5.0 - SUPPORTING DOCUMENTS: Drawings: Combined Drawings PDF Spec: Combined Spec PDF 6.0 - CODE & REGULATION COMPLIANCE: The Contractor shall comply with public laws and statutes including all changes and amendments to federal, state and local environmental statutes and regulations in effect the date of issuance of this delivery order, including applicable portions of the documents cited in the basic contract and below: NFPA 99-2015 Healthcare Facilities Codes. ANSI/ASSE Z359 NFPA 101 Life Safety Code Architectural Barriers Act (2005) International Code Council (ICC): IBC: International Building, 2015 Building Officials and Code Administrators International (BOCA), 1999 International Conference of Building Officials (ICBO): UBC 1997: Uniform Building Code 29 CFR 1910 Occupational Safety and Health Standards 29 CFR 1926 Safety and Health Regulations for Construction Federal Occupational Safety and Health Act (OSHA) Underwriters Laboratories 7.0 SUBMITTALS: Contractor shall submit the following prior to beginning scope of work: Project schedule with sequencing, durations, phasing, and cost loading within 10 working days of Notice to Proceed (NTP), and monthly with invoices. Site Specific Safety Plan (SSSP) SSSP to be submitted to VA Safety staff and COR for review 10 working days after issuance of NTP. SSSP to be reviewed and commented by VA Safety staff and COR prior to start of construction activities. Construction Demolition/Removal Plan Inspection reports, manufacturer approval certificates, and warranties as noted in specifications. Penetration and or hot work permits as necessary. Manufacturer and construction warranties as noted in specifications. Project Schedule including sequencing and durations. SOV Schedule of Values The schedule will be provided to COR 10 working days prior to start of the work. Site superintendent OSHA-30, and tradesmen/laborer OSHA-10 certificates. OSHA-30 certified technician shall be onsite anytime work is being performed. Material Submittals Submit for COR approval Manufacturer s specifications for all materials and equipment planned for installation. Inspection reports, manufacturer approval certificates, and warranties as noted in specifications. Technical literature and/or descriptions of all materials, equipment and tools proposed for use by the Contractor shall be submitted to the Contracting Officer or his/her designee for approval prior to contract start and whenever a change is required. All Contractor-furnished materials, equipment and tools used shall be standard products all manufacturers regularly engaged in the production of such items. The Contractor shall secure all materials. The Government assumes no liability for loss of or damage to Contractor-owned property held upon Government premises. Contractor shall submit hours worked, full report of completed piping which shall include: location, hours worked, the full name of Contractor s employees on site, and digital photographs before and after work is completed. Reports shall be submitted within one day upon completion of work performed. Contractor will provide a completed redline drawing of the completed routing of piping. If necessary, a secondary report shall be submitted after any repairs outside of the Work Required have been completed. Reports shall be provided in hard copy as well as in an agreeable and compatible electronic format such as, but not limited to, pdf or Microsoft Word. 8.0 RESOURCES The Government will not furnish any resources for the fulfillment of the work required under this contract other than electricity for area where work is being conducted. Under this contract, the contractor must provide all tools, equipment, materials, transportation, professional expertise, personnel, supervision, and for testing and maintenance required for completion of this contract. Contractor shall provide all necessary parts and equipment to complete the objective of this contract in accordance with manufacturer specifications. All new equipment including parts and labor shall be preapproved by the COR. Prices for parts shall be invoiced at no more than 10% above contractor s costs, including shipping and handling. Verification of contractor s cost shall be included with all invoices. Contractor shall provide all necessary equipment to perform the work required. Technical literature and/or descriptions of all materials, equipment and tools proposed for use by the Contractor shall be submitted to the Contracting Officer or his/her designee for approval prior to contract start and whenever a change is required. All Contractor-furnished materials, equipment and tools used shall be standard products all manufacturers regularly engaged in the production of such items. The Contractor shall secure all materials. The Government assumes no liability for loss of or damage to Contractor-owned property held upon Government premises. The Contractor shall instruct his/her personnel in utilities conservation practices. The Contractor shall be responsible for operating under conditions which preclude the waste of utilities which shall include but not necessarily be limited to: Lights shall be used only in areas where and at the time when work is actually being performed unless otherwise directed. Contractor s personnel will not adjust mechanical equipment controls for heating, ventilation and air conditioning systems. Government telephones shall not be used for personal reasons or for any toll or long-distance calls 9.0 PERSONNEL ASSIGNMENTS: The Contractor shall assign the appropriate quantity and type of personnel to successfully complete all functions specified in this SOW. The Contractor shall maintain throughout the life of this contract, a current list of technicians and their credentials available for inspection by the Government at any time. 10.0 ACCEPTANCE STANDARDS: The VA reserves the right to dispute completion of contract scope if contract work is found not in accordance with manufacturer recommendations, is not satisfactorily executed, or if the system is not properly tested and inspected to achieve certification. All work completed by the Contractor must be reviewed and approved by the VA. 11.0 SAFETY AND FIRE PREVENTION In the performance of this contract, the contractor shall take such safety precautions as necessary to protect the lives and health of occupants of the building. The Contractor shall immediately correct any fire and safety deficiencies caused by his/her personnel. If the Contractor fails or refused to correct deficiencies promptly, the Contracting Officer may issue an order stopping all or any part of the work and hold the contractor in default of the contract. The Contractor shall comply with applicable Federal, State and local safety and fire regulations and codes which are in effect at the beginning of the contract. The contractor shall keep abreast of and comply with changes in these requirements and codes applicable to the contract. The requirements include but are not limited to, those found in Federal and State Occupational Safety and Health Act (OSHA) statutes and regulations, such as applicable provisions of Title 29, Code of Federal Regulations (CFR) Parts 1910 and 1926. Contractor is solely responsible for determining the legal requirements that apply to activities, and shall ensure safe and healthful working conditions for its employees The Contractor s personnel shall follow applicable facility policies concerning fire/disaster programs. All materials and equipment will be removed from the facility or stored properly at the end of the workday and secured during the workday. Under no circumstances will the Contractor allow for any equipment to be left unattended for any length of time. The Contractor shall comply with all applicable Federal, State and local legal requirementsregarding workers health and safety. Contractor shall assume the responsibility to guard against causing of fires and/or explosions and to protect Government Property. The Contractor shall perform the work in a manner consistent with the area security and fire safety regulations especially with regard to exits and exit way access. Utility shutdowns shall notcompromise security, communication or fire safety for occupants. No flammable liquids shall be stored or used in the medical center. The necessary number and appropriate types of portable fire extinguishers are required per National Fire Protection Agency (NFPA) 10 and NFPA 241. Contractor shall keep certification onsite at all times of extinguisher inspections. The Contractor shall receive from the COR a permit for all cutting, welding, and soldering 24 hours in advance. All permits shall be prominently displayed during all construction. All necessary precautions shall be taken by the contractor to prevent accidental operation of any existing smoke detectors or sprinkler heads. The Contractor shall assume responsibility of environmental protection of all material storage. 12.1 ACCIDENT PREVENTION Precaution shall be exercised at all times for the protection of persons (including employees) and property. These shall include, but not be limited to, the installation of adequate safety guards and protective devices for all equipment and machinery, whether used in the performance of work or permanently installed as part of the work. Contractor shall comply with all applicable laws relating to safety precautions, including the safety regulations of the Division of Industrial Safety, Department of Industrial Regulations of the state. 12.2 - ENVIRONMENTAL PROTECTION In order to provide for abatement and control of all environmentally hazardous materials arising from demolition and/or construction activities, the Contractor shall comply with all applicable environmentally hazardous material control and abatement and all applicable provisions of the Corps of Engineers Manual EM 385-1-1, General Safety Requirements as well as the specific requirements stated elsewhere in the Contract Documents. The Contractor is responsible for daily cleanup of all areas affected by its work. Areas in use or affected shall be returned to condition in which they were turned over or initially found. VA Housekeeping shall not be dispatched for cleaning associated with contractor work. The Contractor shall take every precaution in preserving flooring, finishes, equipment, and furniture in areas of work. The Contractor shall repair or replace any damage incurred during its work at their expense. Contractor shall use freight elevators for transmission of materials and personnel. Contractor shall take every precaution in preserving the elevators, including the hoist way and lobby doors, interior finishes, and shall conduct all good practices in observing lifting and motor components tolerances. Any damage incurred to any elevator component due to negligence will be repaired at expense of the contractor, within the workday of incurred damage. 13.0 WORK STANDARDS AND ICRA/ILSM Work site shall be free of debris and returned to original condition upon completion of preventative maintenance or repairs. All work is to be performed in areas used daily by facility patients and staff. Contractor will take suitable measures to control all material and equipment to produce a minimum of interference in facility routine. All work shall be performed in a safe and prudent manner. Contractor shall coordinate all closures of rooms with COR who will coordinate with VA-Chiefs. Contractor shall so perform all work as to offer the least possible obstruction and inconvenience to staff, patients and shall have under construction, no greater amount of work than can be completed promptly and properly with due regard to the rights of staff and patients. Any person the COR may deem incompetent or disorderly shall be promptly removed from the facility and not be allowed to return for the duration of the agreement. The Contractor shall comply with an Infection Control Risk Assessment (ICRA) which will be developed with the COR and the Infection Control Practitioner. Multiple ICRA s may be necessary to address specific risks at various stages of the project and must be approved prior to proceeding on each phase. VA anticipates an overall ICRA level II for this project. 14.0 - HAZARDOUS MATERIAL REPORTING The Contractor shall maintain hazardous material inventories and material safety data sheets (MSDS) for all hazardous materials (as defined in CFR 1910.120, 40 CFR s 355, 370, & 372) to be stored and used on this Medical Center. Hazardous materials must be inventoried when received and at the project s completion. The amounts used shall be maintained for the project duration, and for the calendar year (ending 31 December). Hazardous Materials Inventories, Material Safety Data Sheets and material quantities used shall be submitted to the Contracting Officer for approval. In the event of a spill, Contractor shall immediately notify the Contracting Officer s Representative as well as the Contracting Officer. The Contractor shall be solely responsible for the expense of any cleanup of such spill, and the cleanup shall be in accordance with the applicable provisions of 40 CFR Part 761. Asbestos Containing Material (ACM) is not present in the workspace. If contractor locates suspected ACM in addition to material noted in report, they shall contact the COR immediately for further direction. If any ACM is disturbed or becomes friable due to contractor actions, the construction site shall be shut down until and contractor shall provide appropriate containment at their own expense. In addition, contractor shall be responsible for all abatement and disposal of affected material at their own expense, only after which the job site shall be reopened for continued work. In the event of an ACM disturbance event, the COR shall be immediately notified and shall provide specifications on asbestos abatement. 15.0 HOURS OF WORK All construction activities shall be conducted during normal business hours Monday thru Friday from 0730 hrs. to 1600 hrs. (except where indicated differently herein re: after-hours work) excluding Federal Holidays and any other day declared a federal holiday by the President of the United States listed below. Contractor s work shall not interfere with the functions of the facility during weekends. Barricades, ICRA containment provisions shall be arranged to allow patients and staff unimpeded access (including wheelchairs and patient beds where applicable) to services and resources within the facility. New Year s Day Martin Luther King Jr s Birthday Presidents Day Memorial Day Independence Day Labor Day Columbus Day Veterans Day Thanksgiving Day Christmas Day If a holiday falls on Sunday, the following Monday will be observed as the National Holiday. When a holiday falls on a Saturday, the preceding Friday is observed as a National Holiday by the U.S. Government. If work requires after hours work due to ICRA constraints or inclement weather, then Contractor shall inform FMS seven (7) days in advance. Postponement/Delays: In the event climate or weather conditions become unsuitable for work or may induce an environmental hazard, then the entire work shall be rescheduled to a date and time satisfactory to the Contractor and the COR. Postponement due to inclement weather will not cause assessment of the penalty provision outlined above, nor should there be an additional cost to the Government. All work shall be scheduled and performed within the date and time approved by the COR, in conjunction with the department occupying the space served by this equipment. 16.0 BADGES AND PARKING All Contractor personnel are required comply with the RMRVAMC badging process. Contractor must acquire PIV badge for all staff onsite prior to work beginning. Failure of the background check may result in specific personnel not being allowed to work on VA premises and the Contractor will need to provide replacement personnel. Contractor to take into account lead-time on PIV Badging process. It is the responsibility of the Contractor s personnel to park in the appropriate designated parking areas. The designated parking area will be specified by COR upon award of contract. 17.0 PERSONNEL QUALIFICATIONS The Government reserves the right to accept or reject Contractor s staff for cause. All inspectors/testers shall hold current OSHA 10/30 certification and membership. Documentation of this to be submitted by the Contractor to the COR prior to beginning project work. A competent person with OSHA 30 certification must be on site at all times. The Contractor shall have a back-up technician in the event the primary technician is unable to perform his/her duties. The Contractor will ensure that their personnel and subcontractor personnel meet the privacy standards as set forth by HIPAA (Health Insurance Portability and Accountability Act of 1996) with respect to personal and confidential information that they may come upon. All personnel required to hold OSHA 10 certification as a minimum. 18.0 PERSONNEL REQUIREMENTS Supervision: The Contractor shall specify a Project Manager who will have responsibility for performance of contract services. The Project Manager shall be competent to supervise all aspects of contract and shall be available on-site during performance of contract work. The Contracting Officer shall be notified in writing of the names of the Project Manager and of changes in personnel appointed to fulfill this function or in the absence of the Contractor, act for the Contractor as the Contractor s Representative. 19.0 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. 20.0 ACCEPTANCE STANDARDS Completed work will be to the entire satisfaction of the VA and the COR shall be the sole judge as to its acceptability. Any work not acceptable to the COR, shall be immediately, at Contractor s own expense, refashioned to an acceptable level. 21.0 MEETINGS A Pre-Bid meeting and site walk will be held at a date and time specified by the COR to review scope, of service, site, and requirements with perspective contractors, and provide answers to any questions. Contractor and/or Sub-contractors shall attend a pre-bid walkthrough of the work before submitting a bid. VA reserves the right to reject any bidder not attending the Pre-Bid. The date and time of this walkthrough will be determined by the CO and COR. Contractor and/or subcontractors shall be responsible for making any clarification requests that arise at the pre-bid walkthrough directed to the CO prior to the bidding of the work. 22.0 PERIOD OF PERFORMANCE: Period of performance including lead time for materials and submittals: ninety (90) calendar days from NTP. **End of Statement of Work** *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. Question Deadline 05/15/2023 Cut off for submission of RFIs/Questions shall be COB. All RFIs/Questions must be emailed to: Christina.Beeler-Blackburn@va.gov. Please include the solicitation Questions due 06/27/2023 at 1:30 PM MT no later than 1:00 PM MT, any questions submitted after this time will not be reviewed or answered! Submit to Christina.Beeler-Blackburn@va.gov

Details

Division 02 - Existing Conditions, Subsurface Investigation.
Division 03 - Concrete, Concrete Forming and Accessories, Concrete Forming, Concrete Reinforcing, 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.
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, Fire Protection Specialties, Fire Protection Cabinets, Fire Extinguishers, Storage Assemblies, Protective Covers, Flagpoles.
Division 11 - Equipment, Vehicle and Pedestrian Equipment, Mercantile and Service Equipment, Vending Equipment, Foodservice Equipment, Ice Machines, Cleaning and Disposal 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, Furniture, Office Furniture, Seating, Institutional 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.
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, Electronic Detection and Alarm, Fire Detection and Alarm, Radiation Detection and Alarm.
Division 31 - Earthwork, Site Clearing, Clearing and Grubbing, 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, Water Utilities, 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