Similar Projects
Memorial Hospital of Lafayette County
New Construction - 75,000 SF
Conception
$5,000,000 to $10,000,000 CJ est. value
Darlington, WI 53530

Kitchen Renovation
Renovation
Conception
$491,600 est. value
Neillsville, WI

Construct F-35 Alter Building 400 AMXS
New Construction
Design
$10,000,000 to $25,000,000 est. value
Abbotsford, WI

Upgrade Building 112 Power Project - Clement J. Zablocki VA Medical Center
Renovation
Design
$2,000,000 CJ est. value
West Milwaukee, WI 53214

Repair Building 1122 - Fitness Center
Renovation
Bidding
$10,000,000 CJ est. value
Fort McCoy, WI 54656

Replace Airfield Fire Pump, Fort McCoy WI
Renovation
Bidding
$1,000,000 CJ est. value
Fort McCoy, WI 54656

Repair HVAC B2210 and B2225 Fort McCoy
Renovation
Sub-Bidding
$500,000 CJ est. value
Fort McCoy, WI 54656

Fuel Storage Tank Demolition
Demolition, Infrastructure
Sub-Bidding
$53,000 CJ est. value
Wausau, WI 54401

Charter Spectrum
Renovation - 4,231 SF
Post-Bid
Greendale, WI 53129

Crisis Restoration And Triage And Restoration Center Planning Consultant
New Construction
Post-Bid
WI

Facilities Maintenance Building - MEP Bidders
Results
$1,205,000 est. value
Chippewa Falls, WI 54729

Facilities Maintenance Building - GC Bidders
Results
Less than $780,000 est. value
Chippewa Falls, WI 54729

Froedtert & The Medical College Of Wisconsin Neighborhood Hospital
New Construction - 17,000 SF
Construction
$1,000,000 to $5,000,000 CJ est. value
Mequon, WI 53092

Marshfield Clinic Stevens Point Center Hospital Addition
New Construction - 30,250 SF
Construction
$1,000,000 to $5,000,000 CJ est. value
Stevens Point, WI 54482

The Rehabilitation Hospital of Western Wisconsin
Renovation, Addition
Pending Verification
Eau Claire, WI 54701

Last Updated 08/03/2022 09:32 AM
Project Title

RFQ Design - EHRM Infrastructure Tier2 Design Milwaukee

Physical Address View project details and contacts
City, State (County) West Milwaukee, WI 53214   (Milwaukee County)
Category(s) Commercial, Government/Public, Medical
Sub-Category(s) Communication Building, Hospital, Military Facility
Contracting Method Competitive Bids
Project Status Construction start expected January 2023
Bids Due View project details and contacts
Estimated Value $1,665,268 [brand] Estimate
Plans Available from Agency's Affiliate
Owner View project details and contacts
Architect View project details and contacts
Description

Contract Award Date: Aug 01, 2022 Contract Award Number: 36C77622C0091 Task/Delivery Order Number: Contractor Awarded Unique Entity ID: M5UNHELD4R71 Contractor Awarded Name: HOOD RIVER CONSULTING ENGINEERS, INC. Contractor Awarded Address: BINGEN, WA 98605 Base and All Options Value (Total Contract Value): $1665268.00000000 THIS IS NOT A REQUEST FOR PROPOSAL. THIS IS A REQUEST FOR STANDARD FORM (SF)330'S, ARCHITECT-ENGINEER QUALIFICATION PACKAGES ONLY. ALL INFORMATION NEEDED TO SUBMIT SF330 DOCUMENTS IS CONTAINED HEREIN. NO SOLICITATION PACKAGE, TECHNICAL INFORMATION, OR BIDDER/PLAN HOLDER LIST WILL BE ISSUED. THE GOVERNMENT WILL NOT PAY, NOR REIMBURSE ANY COSTS ASSOCIATED WITH RESPONDING TO THIS REQUEST. THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. 1. GENERAL INFORMATION: The Veterans Health Administration (VHA) Program Contracting Activity Central (PCAC) is seeking sources and intends to award a firm-fixed price design contract for Architect-Engineering (A-E) services for Project # 695-21-701 EHRM Infrastructure Upgrades Tier 2 Design at the Clement J. Zablocki VA Medical Center (VAMC) 5000 W National Ave, Milwaukee, WI 53295. The A-E shall provide investigative and feasibility design services, schematic design drawings, design development drawings, construction documents, final bid documents, specifications, calculations, cost estimates, narratives, solicitation support services, and construction period services for all facets of work and disciplines/trades to facilitate a construction project to upgrade the facilities infrastructure to allow for the new Electronic Health Record Modernization (EHRM) system. The A-E Services contract that is anticipated to be awarded will be procured in accordance with the Selection of Architects and Engineers Statute [formerly known as the Brooks Architect Engineer Act], Federal Acquisition Regulation Part 36.6 Architectural and Engineering Services, VA Acquisition Regulation 836.6, and VA Acquisition Manual M836.6 Architect-Engineer Services. In accordance with FAR 36.209, Construction Contracts with Architect-Engineer Firms, no contract for the construction of a project shall be awarded to the firm that designed the project or its subsidiaries or affiliates, except with the approval of the head of the agency or authorized representative. 2. PROJECT INFORMATION This project is a 100% Set-Aside for Service-Disabled Veteran-Owned Small Business (SDVOSB) concerns. The NAICS Code for this procurement is 541330 Engineering Services and the annual small business size standard is $16.5M. A full design team is required to complete this project. The projected award for the anticipated A-E contract is April 2022. The anticipated period of performance for completion of design is 180 calendar days after notice of award. The FAR 52.236-22 Design Within Funding Limitation (APR 1984), for this project is $10M-$20M in accordance with the VAAR Magnitude of Construction. 3. SCOPE OF DESIGN The scope of this project is to provide the following infrastructure improvements to the Clement J. Zablocki VAMC: A/E Part One Services (also known as Design Phase) for this design project includes site visits, field investigation, conduct of studies and user interviews to prepare drawings, specifications and cost estimates for all facets of work and disciplines/trades to facilitate a construction project to upgrade the facilities electric and IT to allow for the new Electronic Health Record Modernization (EHRM) system Data Center. A/E Part Two Services of this design project (also known as Construction Period Services) includes responding to construction contractor Requests For Information (RFIs) during the solicitation and construction phases of the construction project, attendance at pre-bid, post-award and commissioning kick off construction project conferences, review of construction material submittals and shop drawings, approximately 2 site visits per month during construction (both scheduled and emergent) to ensure compliance with the design drawings and specifications, preparation of site visit reports, coordination with project commissioning requirements, review of any construction project modifications for cost and technical acceptability, requirement to create independent cost estimates, for the VA, for any modifications, for the attendance in the final acceptance inspection, preparation of the punch list and preparation of record drawings of the completed construction project based on the construction contractor s as-built drawings. The A/E shall prepare a submittal log to be utilized by the VA during construction period services, maintain RFI log and provide meeting minutes for weekly construction meetings throughout the duration of construction. The A/E shall review the Contractor s requests for information and cost proposals for construction change orders when requested by the COR. The A/E s reply regarding his/her review of cost proposals and his/her recommendations shall include an independent breakdown of costs in detail, quantities, and unit prices and shall cover both additions and deductions of labor, materials, and equipment. The A/E shall also supply cost estimates as requested by the COR for Request for Proposals for anticipated changes. The above paragraphs constitute a basic outline of the work to be accomplished and in no way comprises all the details for design of this project. The A/E shall initiate detailed inspection of the project site to determine the needs and conditions for the design of this project. Copies of Milwaukee MEDICAL CENTER record drawings and the EHRM infrastructure readiness assessment documents will be made available for A/E use; the A/E will verify the validity of the record drawings prior to the start of design work and conduct site investigations as necessary throughout the design. 4. A-E SELECTION PROCESS: Firms submitting SF330s in response to this announcement, not later than the closing date and time specified herein and in accordance with submission requirements, will be considered for initial selection evaluation. The selection process will be made using a two-phase process. Phase I consists of the initial evaluation of the provided SF330s and determination of the highest rated firms. A minimum of three of the highest rated firms will then be short listed and invited to continue with Phase II of the process. All firms not short listed will be notified at this time. Phase II consists of written responses for the short-listed firms and selection of the top ranked firm to receive the solicitation and conduct negotiations. The firms selected for the written responses will be notified by email of selection and provided further instructions as well as all the evaluation criteria requirements. After the written responses are received, the firms will be evaluated and the highest rated firm will be selected and sent the solicitation, and negotiations will follow. A site visit will be authorized for the highest rated firm during the negotiation process. Award selection will be made based on the results of the written responses and successful negotiation of rates and fees for the project, and not the SF330 qualifications from Phase I. If negotiations are not successful with the highest rated firm, they will continue with the next highest rated firm, and so on until award can be made. Please note that during the evaluation of the written responses, the prior evaluation of the SF330s will not be taken into consideration as they shall be considered separate evaluations. 5. PHASE I SF330 SELECTION CRITERIA: *The order and content of the Phase I factors have been updated. The following are listed in descending order of importance: Primary Selection Criteria: Professional Qualifications: Professional qualifications necessary for satisfactory performance of required service. The design firm and A-E on staff representing the project or signing drawings in each discipline must be licensed to practice in any one of the United States of America. Provide Professional License numbers and/or proof of Licensure. The evaluation of resumes shall consider the specific experience and qualifications (i.e., education, training, registration, certifications, overall relevant experience, and longevity with the firm as full-time employees) of personnel proposed for assignment to the project when evaluating professional qualifications. The lead designer in each discipline must be registered but does not have to be registered in the particular state where the project is located. Resumes are limited to one page each and should cite project-specific experience and indicate proposed role in this contract. Key positions and disciplines required for this project include, but are not limited to: Project Manager, Registered Communications Distribution Designer (RCDD), Electrical Engineer, Architect, Cost Estimator, Civil Engineer, Fire Protection Engineer, Mechanical Engineer, Quality Assurance, Structural Engineer, and Physical Security Specialist. Make sure the above roles are included, at a minimum in the Organizational Chart on Section D. Offeror must include the following statement of SDVOSB compliance when submitting the personnel proposed to perform the work under this requirement: I [signatory authority], of [company name] certify that the team proposed to perform under this requirement demonstrates the capability of 50% SDVOSB performance in compliance of 48 CFR 852.219-10. The information provided in sections C through E of the SF330 will be used to evaluate this factor. Do not include this information in section H, unless it is pertinent to support the information listed in the other sections. Capacity: Capacity to accomplish work in the required time. The evaluation will consider the firm s overall ability to meet the schedule of the project, as well as the available capacity of key disciplines to perform the work in the required time. Please provide a table to demonstrate the available capacity of each of the Key Personnel identified in Section E to include prime firm and sub-contractor personnel. At a minimum ensure that the table includes the following: name, firm, role in project and percentage of available capacity to take on new work. Provide all projects awarded by the VA during the previous 12 months (from the date of the SF330 submission) to include the following, project name, location, award date, completion percentage, and expected completion date for the prime firm and all sub-contractors. The number of EHRM projects a firm currently has will be taken into consideration. Provide the full potential value of any current indefinite delivery contracts. Provide the dollar value of work completed for the Prime firm last year and (separately) the dollar value of work completed for each individual sub-contractor that is a part of the proposed project team. Information must be provided for the prime and sub firms. The number of EHRM projects a firm currently has and their completion percentages will be taken into consideration. The information for this factor shall be provided in Section H of the SF330. Please ensure the capacity applies toward the team/personnel provided in the SF330. Specialized Experience: Specialized experience and technical competence in the design and construction period services provided for projects similar in size, scope, and complexity. Any provided past performance information on projects should include relevant work with Hospitals, Infrastructure upgrades, Civil, Architectural, Mechanical, Structural, Electrical, new construction tying into existing facilities, scope related renovations, and physical security upgrades or installation. Include no more than six Government and/or private experience projects. Any projects submitted that exceed the limit will not be considered during the evaluation. The evaluation will consider the management approach, coordination of disciplines and subcontractors, quality control procedures, prior experience of the prime firm and any key subcontractors working together on relevant projects, and familiarity with VA Design Guides/Manuals, Master Specifications, and other applicable standards. All projects provided in the SF330 must be completed by a firm, office, branch, or individual team member proposed to perform work under this contract. The information provided in sections F and G of the SF330 will be used to evaluate this factor. Do not include this information in section H, unless it is pertinent to support the information listed in the other sections. Past Performance: Past performance on contracts with Government agencies and/or private industry in terms of cost control, quality of work, and compliance with performance schedules. The past performance will be evaluated for all projects provided in section F, to include a review of Contractor Performance Assessment Reporting System (CPARS) ratings. Provide performance reports for all projects submitted in section F and include the following information for each project: contract/task order number, project title, prime firm, start date, and completion date. Evaluations may also include additional performance-related information from the firm, customer inquiries, Government databases, publicly available sources, additional projects in CPARS, and other information available to the Government, including communications with points of contact in other criteria. Evaluations will consider superior performance ratings on recently completed VA projects as well as the reputation and standing of the firm and its principal officials with respect to professional performance, general management, and cooperativeness. Also, consider, as appropriate, the record of significant claims against the firm because of improper or incomplete architectural and engineering services. Failure to provide requested data, accessible points of contact, or valid phone numbers could result in a firm being considered less qualified. All projects provided in the SF330 must be completed by a firm, office, branch, or individual team member proposed to perform work under this contract. The information for this factor shall be provided in Section H of the SF330. If there is no CPARS data available, Past Performance Questionnaires (PPQs) will be accepted. Please utilize the attached PPQ document. *PPQs should not be submitted by the evaluator to VHA PCAC directly. Completed PPQs must be incorporated into the SF330 submission. PPQs will be counted towards the page limitation for this submission. Locality: Knowledge of the locality. May include the following, demonstrate and describe specific knowledge of certain local conditions or project site features, such as geological features, climatic conditions, local construction methods, or local laws and regulations. Soil conditions related to trenching or digging required (if applicable) Experience at the VAMC and/or VISN, this should include the experience of both the prime and sub Knowledge of specific state or local codes, laws, or regulations Approach to addressing unique climate conditions Geological conditions such as seismic (if applicable) The information for this factor shall be provided in Section H of the SF330. Note that the intent of this factor is to showcase a firm s understanding of the site and locality, and not where the firm is located and how they would travel to the site. Information related to the firm s location shall be provided in section H, under Secondary Selection Criteria Factor 1 - Geographic Location. Construction Period Services: Describe your firm s approach to providing construction period services, to include professional field inspections during the construction period; review of construction submittals; support in answering requests for information (RFIs) during the construction period; support of construction contract changes to include drafting statements of work and cost estimates; attendance at weekly conference calls; providing minutes of meetings between the A-E, VA, and contractors; pre-final inspection site visits; generation of punch-list reports; and production of as-built documentation. List project examples to demonstrate experience with construction period services. The information for this factor shall be provided in Section H of the SF330. Secondary Selection Criteria*: Geographic Location: Location of the firm, as measured by the driving distance (miles) between the Offeror s principal business location and the Clement J. Zablocki VA Medical Center in Milwaukee, WI. Determination of the mileage will be based on Google Maps (https://www.google.com/maps/dir/). * The secondary selection criterion is used as a tie-breaker, if necessary, in ranking the most highly qualified firms following the completion of the SF330 evaluations. The secondary selection criterion will not be applied when determining a firm s SF 330 submission Excellent, Acceptable, Good, Marginal, or Unacceptable. The information for this factor shall be provided in Section H of the SF 330. 6. PHASE II WRITTEN RESPONSE SELECTION CRITERIA: In accordance with FAR 36.602-3(c), discussions will be conducted in the form of written responses. The short listed firms will be invited to present their written responses to predetermined questions via email to the A-E Technical Evaluation Board. The instructions for the written responses will be provided to the short listed firms only. Each short listed firm will be evaluated based on their responses to the evaluation criteria. The highest-ranked firm will be selected based on their ratings from the written responses. The previous ratings from the SF330 evaluations are not applicable during Phase II. Below are the evaluation factors for the written responses and are of equal importance. Proposed Management and Coordination Plan: Discuss confidence and approach to completing a project of this scale with an expedited period of performance. Explain quality control methods that will be used throughout each design phase and prior to each submission. Address construction period services quality control methods and plan used throughout the construction phase. Describe strategy for control of estimated cost and solutions for anticipated problems that impact cost. Discuss proposed design team and their specific strengths and experience that make them the best fit for this project. Approach to Project Challenges: Discuss approach to overcome physical obstacles considering the amount of site visits needed for this specific project (address both design phase site visits as well as CPS visits). Review the SOW and supporting attachments and provide what you see as challenges and recommendations for addressing each of these challenges. Simply restating the requirements (copying and pasting from the SOW) is not considered to be a sufficient response for this factor. Information about this project s challenges should provide specific examples and a plan on how each challenge will be dealt with. Proposed Approach to Design Development: Discuss plan to ensure specifications and drawings are well edited and complete, accurate, all inclusive, and in coordination with each other. Describe plans with this project to ensure VA requirements are kept current, and specified equipment will be TRM approved. Discuss ability, familiarization, or experience with VA design guides, design alerts and directives and their interpretations and application to this design. Discuss approach to evaluate existing site conditions and ensure new work will not conflict with existing work. Expectations for VA A-E Collaboration: Discuss what expectations the A-E firm would have from the VA for this project. Describe strategy for collaboration meetings throughout each phase and their significance to the overall end-product. 7. SUBMISSION CRITERIA/REQUIREMENTS: The below information contains the instructions and format that shall be followed for the submission of the SF330 Statement of Qualifications: Submit ONE (1) SF330 Statement of Qualifications to Bailey Donato at bailey.donato@va.gov. This shall include Parts I and II and any applicable attachments. The SF330 submission is due by 2:00 PM ET on January 13, 2021. The SF330 shall be submitted in one email and have a file size no larger than 5 MB. No hard copies will be accepted. The subject line of the email shall read: SF330 Milwaukee EHRM Data Center The submission must include the SF330, Architect/Engineer Qualifications (form is available on-line at http://www.cfm.va.gov/contract/ae.asp). The SF330 submission shall not exceed a total of FIFTY (50) pages. This includes CPARS and/or PPQs and any other relevant information. Any pages submitted by an offeror that exceed the limit will not be considered during the evaluation. Each page shall be in Arial or Times New Roman, size 12 font, single spaced. The title page, table of contents, and Part II of the SF330 Form will NOT count toward the page limitation. A PPQ from previous projects may be submitted for this project. If significant portions of a project have been completed since the previous PPQ was filled out, a new PPQ should be submitted to accurately assess the project. *Important Note: For this procurement, all PPQs should be completed by the evaluator and returned to the A-E firm. The submitting A-E firm must incorporate completed PPQs into the SF330 document. PPQs should not be submitted by the evaluator directly to VHA PCAC. Within the SF330 submissions, firms must provide a document that includes the following information (This document will not count towards the page limitation of the SF330): 1) Cage Code; 2) Dun & Bradstreet Number; 3) Tax ID Number; 4) The E-mail address and Phone number of the Primary Point of Contact; 5) A copy of the firms Vet Biz Registry (https://vetbiz.va.gov/vip/). All questions shall be submitted to bailey.donato@va.gov with the subject line Milwaukee EHRM Data Center TQ . The cutoff date for question submissions is 12:00 PM (Noon) ET on December 30, 2021. Questions will be answered through modification to the Pre-Sol Notice posted to Contract Opportunities https://sam.gov/content/opportunities NOTE: This procurement is 100% set-aside for Service-Disabled Veteran-Owned Small Business (SDVOSB) concerns. Offers received from other than SDVOSBs will not be considered. All SDVOSB must be listed as verified by the VA s Center for Verification and Evaluation (CVE) (https://www.va.gov/osdbu/verification/index.asp). Offerors must be verified by CVE and visible in the Vendor Information Portal (VIP) database (https://vetbiz.va.gov/vip/) at the time of the SF330 Submission, Written Response Submission, and at the time of Award. Failure to be BOTH visible and verified at these times will result in the offeror being deemed unacceptable and ineligible for award. All prime firms are required to meet the NAICS code requirement specified for this project. The Contracting Officer shall verify the NAICS Code in VIP and/or the System for Award Management (SAM). Failure to meet the NAICS code requirement may result in the rejection of the SF330 submission. All Joint Ventures must be CVE verified at time of the SF330 Submission, Written Response Submission or Interview Presentation (as applicable) and at the time of Award. They must also submit agreements that comply with 13CFR 125.15 prior to contract award. SF330 submissions received after the date and time specified will not be considered. Late proposal rules per FAR 15.208 will be followed for late submittals. Firms not providing the required information may not be evaluated. All information must be included in the SF330 submission package. It is the offeror s responsibility to check the Contract Opportunities website at https://sam.gov/content/opportunities for any revisions to this announcement prior to submission of SF330s. The method of contractor selection has not been determined at this time. *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 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, Entrances, 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, Audio-Visual 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, Rugs and Mats, 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, Power Distribution Units, Lighting, Interior Lighting, Emergency Lighting, Exit Signs, Special Purpose Lighting, Healthcare Lighting, Exterior Lighting.
Division 27 - Communications, Structured Cabling, Communications Equipment Room Fittings, Communications Backbone 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, Electrical Utilities, Communications 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