Similar Projects
Renovation of Patient Ward 15W
Renovation
Design
$1,000,000 to $2,000,000 est. value
Brooklyn, NY 11209

Emergency MRI Flood Repairs
Renovation, Demolition
Design
Brooklyn, NY 11209

RFP D/B - Replacement of the Coney Island Abutment Wall and Saint Marks Bridge
Demolition, New Construction, Infrastructure
Bidding
$50,000,000 CJ est. value
New York, NY 11216

RFP D/B - Design-Build for Floyd Bennett Field Waste Water System Rehabilitation
Infrastructure
Bidding
$10,000,000 CJ est. value
New York, NY 11234

RFQ - United States Coast Guard (USCG) Disaster Reconstitution Multiple Award Construction Contract
Term Contract
Post-Bid
$1,500,000 CJ est. value
Seattle, WA 98174

RFQ - United States Coast Guard (USCG) Disaster Reconstitution Multiple Award Construction Contract
Term Contract
Post-Bid
$1,500,000 CJ est. value
Seattle, WA 98174

Mainline Track Replacement
Infrastructure
Results
$131,719,500 CJ est. value
New York, NY 11366

Woodhull Decanting
Renovation
Results
$25,000,000 to $26,000,000 est. value
Brooklyn, NY 11206

Fulton Street Mixed Use
New Construction, Infrastructure - 130,000 SF
Construction
$50,000,000 CJ est. value
New York, NY 11238

Repairs and Painting on the Gowanus Viaduct in Brooklyn
Infrastructure
Construction
$167,358,000 CJ est. value
New York, NY 11220

South Brooklyn Hospital
Renovation - 26,000 SF
Pending Verification
$17,000,000 est. value
Brooklyn, NY

Pennsylvania Avenue Affordable Housing Building / Brooklyn
New Construction, Infrastructure - 16,891 SF
Pending Verification
$10,000,000 CJ est. value
New York, NY 11207

57th Street Apartments
Demolition, New Construction, Infrastructure - 7,938 SF
Design
$2,600,000 CJ est. value
New York, NY 11220

Reconstruction of 5th Avenue Bridge over LIRR and Sea Beach
Infrastructure
Bidding
$900,000 CJ est. value
New York, NY 11216

FY22 USACE LRD Regional Construction Management Services Multiple Award Task Order Contract (MATOC)
New Construction, Renovation, Term Contract
Post-Bid
$200,000,000 to $300,000,000 est. value
Chicago, IL

Last Updated 09/09/2022 07:34 AM
Project Title

RFP D/B - Renovate Patient Ward 15W

Physical Address View project details and contacts
City, State (County) New York, NY 11209   (Kings County)
Category(s) Government/Public, Heavy and Highway, Medical
Sub-Category(s) Hospital, Military Facility, Site Development
Contracting Method Competitive Bids
Project Status Construction start expected May 2023 , Construction documents
Bids Due View project details and contacts
Estimated Value $2,000,000 [brand] Estimate
Plans Available from Agency's Affiliate
Owner View project details and contacts
Architect View project details and contacts
Description

VA Brooklyn Healthcare System Brooklyn VA Medical Center 800 Poly Place Brooklyn, NY 11209 STATEMENT OF WORK Project #630A4-10-401 Design-Build Renovation of Patient Ward 15W INTRODUCTION The scope of the design-build project 630A4-10-401 Renovation of Patient Wards 15W consists of the design and construction of a drug and substance abuse ward (15 W) at the VA Brooklyn Medical Center. Work will include, but is not limited to, the architectural, asbestos remediation, electrical, mechanical, plumbing, lighting, security, and sprinkler upgrades to patient ward 15 W. Contractor to also do the work required to allow patients on 15 W to move down to 12 W temporarily during construction. The contractor is to use the VA TIL website for all guidelines to follow for the drug/substance abuse clinic. While work will be completed during normal business hours, off hours and weekends may be required per COTR's judgment based on minimizing major disruptions to the facility and staff. All work is to be performed according to the provided SOW, initial 30% drawings, specifications, and any other provided documents. Work to be performed at VAMC Brooklyn in accordance with the Statement of Work, Specifications, Drawings, Federal, VA, and NFPA Codes. After Contract Award, the contractor is required to provide a Payment Bond, a Performance Bond, an Insurance certificate, a Schedule of Values, and a Realistic Construction Schedule within 10 days. Once received and confirmed, the period of performance for the above-mentioned project will begin with a Notice to Proceed (NTP) issued at a Pre-Construction Meeting (Pre-Con) and shall not exceed 350 days after NTP. This period of performance includes a reasonable duration for all submittals to be approved prior to beginning construction. As part of this solicitation, the General Contractor (GC) shall submit an electronic PDF preliminary schedule showing the methodology for accomplishing the project within the period of performance. GENERAL REQUIREMENTS General Contractor's employees and sub-contractor employees shall not enter the VA Medical Center site or project site without an appropriate VA-issued PIV badge. See Construction Security Requirements in the specifications for more full requirements. General Contractor shall furnish & post a board directed by the Contracting Officer, VA Project Engineer (COTR), and VA Safety Specialist that includes, but is not limited to, a copy of Rates and Wages, the Davis-Bacon poster & schedules, ILSM/ICRA/GEMS/Patient Safety signed determinations, Site Specific Emergency Contact information, Construction site fire response procedures & evacuation plan, post the number of accident-free days, emergency force contact information with the nearest hospital including directions, etc. All utility tie-ins and interruptions of utility systems require prior approval and scheduling with VA Project Engineer (COTR) and M&O Foreman. The GC shall submit a request to interrupt any utility systems to the VA Project Engineer (COTR) in writing at a minimum of three (3) weeks in advance of the proposed interruption. The GC shall not proceed with mobilization or construction until after Veteran Affairs' acceptance of all required submittals and coordination drawings. The GC shall supply a master submittal list to track all required submittal items and provide the VA Project Engineer (COTR) with an updated master submittal list weekly until the submittal process is completed. All submittals shall include appropriate project information, GC signature, adequate descriptive literature, catalog cuts, shop drawings, and other data necessary for the Government to ascertain that the proposed equipment and materials comply with the contract document requirements. Catalog cuts submitted for approval shall be legible and clearly identify the equipment being submitted (i.e., highlight, cloud, etc.). It is the GC's responsibility to provide submittals that meet all necessary Federal, State, and Local code requirements in order to be approved. Failure to meet these requirements is the responsibility of the contractor and does not justify a request for a time extension. The GC shall submit a Site Superintendent Designation Letter designating the site Superintendent to be dedicated to this project only. The Site Superintendent shall be physically present at the construction site at all times, including when their sub-contractors are present, work activities are ongoing, materials are being delivered, etc. The GC shall submit, via e-mail, a list identifying key GC personnel, their responsibilities, contact info, and 24-hour/7 day per week primary and secondary contacts. Superintendent Communications: At all times during the performance of this contract, the GC's designated Site Superintendent is to be available by cell phone. After-hours phone numbers shall be posted at the construction site. Before placement and installation of work subject to accept checks and tests, the GC shall coordinate and notify the VA Project Engineer (COTR) in sufficient time to enable testing personnel to be present at the site in time for proper testing and field inspection. This includes notification prior to closing walls, ceilings, chases, etc. Such prior notice shall be not less than two (2) weeks unless otherwise designated by the VA Project Engineer (COTR). General Contractor shall coordinate in advance with VA Project Engineer (COR) regarding ALL work above ceilings in public corridors, offices, any general public occupied spaces, etc. For all work within interior spaces, particularly patient care buildings, including public corridors in patient care buildings, the general contractor shall utilize HEPACART (or equal) environment ceiling access containment carts with embedded negative air machine, impeller fan, HEPA filters, and windows. No above-the-ceiling work shall be performed without the proper HEPACART (or equal) environment ceiling access containment carts in any interior spaces. This is a requirement for ALL work outside the negative air pressured construction partitioned area. General Contractor shall coordinate in advance with VA Project Engineer (COR) regarding pulling of all cabling/wiring/fiber above ceilings within all interior spaces, particularly patient care buildings, including public corridors in patient care buildings; the general contractor shall utilize HEPACART Cabling Access Point (CAP) (or equal) product in the ceiling to feed cable cleanly through a slot in the ceiling with minimal impact. This shall be installed within the HEPACART (or equal) environment ceiling access containment carts, and cabling/wiring/fiber pulling only can then be performed via the HEPACART Cabling Access Point (CAP) (or equal) product. Removal of the cabling access point shall be performed within the environment ceiling access containment cart. The following are required for this project: Design of 15 W ward using VA TIL as the baseline for requirements. The contractor is to be provided Asbestos Survey but needs to take samples to verify existing quantities. The contractor is to perform all abatement during construction. Off Hours work as required to minimize disruptions to the facility. The contractor is responsible for all terminations on both ends of all IT cabling, equipment, and ports being installed. Contractors working on site must be compliant with Privacy training. When coming on-site, all contractors must read and sign "VA Privacy Training for Personnel without Access to VA Computer Systems or Direct Access or Use to VA Sensitive Information" a signed copy of the training will be provided and maintained by the COR. This training needs to be completed annually. Coordination with VA security contractor for all security requirements. Contractor to own providing Newforma or similar site for the submittal review process. The contractor is to provide an independent commissioning agent. The contractor owns all responsibility for both the design and construction of the project in order to meet VA specs and requirements. SAFETY PRECAUTIONS The contractor shall comply with all applicable Federal, State, and local legal requirements regarding workers' health and safety. 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. The 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 shall assume the responsibility to guard against 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 not compromise 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. The contractor shall keep certification on-site 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 the accidental operation of any existing smoke detectors or sprinkler heads. The contractor shall comply with an Infection Control Risk Assessment (ICRA) which will be developed with the COR and the Infection Control Practitioner assigned to the project at the Preconstruction Conference. Multiple ICRA's may be necessary to address specific risks at various stages of the project and must be approved prior to proceeding with each phase. The contractor shall also comply with an Interim Life Safety Measures (ILSM) & Green Environmental Management System (GEMS), which will be developed with the COR. 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 CFRs 355, 370, & 372) to be stored and used in 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, the contractor shall immediately notify the Contracting Officer's Technical Representative as well as the Contracting Officer. The contractor shall be solely responsible for the expense of any cleanup of the such spill, and the cleanup shall be in accordance with the applicable provisions of 40 CFR Part 761. 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 contract is responsible for the daily cleanup of all areas affected by construction. Construction areas in use or affected shall be returned to the condition in which they were turned over or initially found. VA Housekeeping shall not be dispatched for cleaning associated with contractor construction. The contractor shall take every precaution in preserving flooring, finishes, equipment, and furniture in areas of construction. The contractor shall repair or replace any damage incurred during construction at their expense. The contractor shall use freight elevators for the transmission of materials and personnel. The contractor shall take every precaution in preserving the elevators, including the hoistway and lobby doors and 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 the expense of the contractor within the work day of incurred damage. The method of contractor selection has not been determined at this time

Details

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.
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, 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, 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, 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