DOCUMENT
Y -- Install Security fence- Phase 2 Proj 675-14-618 - Attachment
- Notice Date
- 8/1/2013
- Notice Type
- Attachment
- NAICS
- 238990
— All Other Specialty Trade Contractors
- Contracting Office
- Department of Veterans Affairs;Orlando VA Medical Center;5201 Raymond Street;Lakemont Campus Rm 101;Orlando FL 32803
- ZIP Code
- 32803
- Solicitation Number
- VA24813R2367
- Response Due
- 11/29/2013
- Archive Date
- 12/4/2013
- Point of Contact
- Christy.Glass@VA.Gov Contracting Officer
- E-Mail Address
-
uction
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- ***** PRE-SOLICITATION VA-248-13-R-2367 ***** ** THIS IS NOT A REQUEST FOR COMPETITIVE BIDS OR PROPOSALS AT THIS TIME. ** ****** THIS IS A PRE-SOLICITATION NOTICE ONLY ****** The Department of Veterans Affairs, Network Contracting Activity 8, Orlando Florida VA Medical Center (OVAMC) intends to solicit and negotiate a Design- Build, firm-fixed-price contract to design and construct all the elements to address security deficiencies at the VA Orlando Lake Baldwin Campus at 5201 Raymond Street Orlando Florida 32803. Among the construction tasks to be completed by the Selected Contractor is the construction of approximately 2899 lft new Security fencing at the Easterly and Southerly boundaries of the VA Orlando Lake Baldwin Campus. The Selected Contractor shall also install personnel gates at all sidewalks that enter the VA Orlando Lake Baldwin Campus to complete the perimeter and secure access points to the property for Security compliance. Also to be installed, at VA Orlando Lake Baldwin Campus vehicle entry points, are a type of Hydraulic/Power "Bollard" system that when in raised position will prevent all vehicular traffic from entering the Campus. This system is to be controlled by the VA Orlando Police office in the main clinic Building 500 at the Lake Baldwin Campus. A Request for Proposals (RFP) for this project is estimated to be released before or around August 26, 2013. Details of all dates and events, including site visit will be available in the upcoming solicitation or an amendment to that solicitation. Interested parties are encouraged to periodically re-visit the Federal Business Opportunities (FBO) website: www.fbo.gov for further information concerning this intended acquisition. The Estimated Cost Range for this project is between $500,000 and $1,000,000. This acquisition will be awarded under the Veterans First Contracting Program as a total 100% set-aside to eligible Service-Disabled Veteran-Owned Small Business (SDVOSB) firms. The applicable North American Industry Classification (NAICS) code for this procurement is 238990 All Other Specialty Trade Contractors. The Small Business size standard for NAICS 238990 is $14 Million. See http://www.sba.gov/content/small-business-size-standards NOTICE THIS IS A SERVICE-DISABLED, VETERAN-OWNED, SMALL BUSINESS SET-ASIDE. PROSPECTIVE CONTRACTORS ARE CAUTIONED THAT ANY BID OR PROPOSAL SUBMITTED IN RESPONSE TO THIS SOLICITATION MUST MEET THE CRITERIA IDENTIFIED BY 38 CFR, PART 74. ANY PERSON, PERSONS, OR BUSINESS ENTITY SUSPECTED OF MISREPRESENTING ITSELF FOR THE PURPOSE OF SECURING A GOVERNMENT CONTRACT MAY BE CRIMINALLY INVESTIGATED AND PROSECUTED FOR FRAUD AGAINST UNITED STATES OF AMERICA. PARTIES FOUND MISREPRESENTING THEIR STATUS ALSO RISK DEBARMENT FROM FURTHER GOVERNMENT CONTRACTS. All interested Service Disabled Veteran Owned Small Business (SDVOSB) firms must be registered in SAM https://www.sam.gov/portal/public/SAM/and registered with Representations and Certifications completed and viewable in the VetBiz Vendor Information Pages: http://www.vip.vetbiz.gov/general_user/default.asp as a SDVOSB firm. POC for this project is: Christy Glass, Contract Officer Construction Team 1. Telephone requests for information or questions will NOT be accepted.. Email communication only. Please email questions to Christy.Glass@VA.Gov and ensure that the subject line includes: Pre-Solicitation VA-248-13-R-2367Install Security fence- Phase 2 Proj 675-14-618 DETAILED DESCRIPTION PROJECT 675-14-618 Install Security fence- Phase 2 : DESIGN-BUILD Install New Security Fence around Property - Phase 2 Project No. 675-14-618 Orlando VA Medical Center, 5201 Raymond Street Orlando, FL. 32803 I. DEFINITIONS AND ACRONYMS: A.Design-Build (DB): as defined by the Department of Veterans Affairs (VA) is the procurement by the Government, under one contract, with one firm (which may be a joint venture) for both design and construction services on a specific project. B.Contracting Officer (CO): The services to be performed under this contract are subject to the general supervision, direction, control and approval of the Contracting Officer. C.Project Manager (PM)/Contracting Officers Representative (COR): The Contracting Officer's representative responsible for administering contracts under the immediate direction of the Contracting Officer. D.Design Build Contract: This term, as used herein, refers to the Contract(s) to perform the design and construction of the project. E.Contractor: This term, as used herein, refers to the contractor under this contract. F.A/E: This term, as used herein, refers to the Architect Engineer firm(s) that is a part of the DB team, also referred to as DB A/E. G.Design-Build Team A/E: This term, as used herein, to refer to the entire Design-Build Team (Contractor, A/E and any sub-contractors) all inclusive. H.Pre-Construction Risk Assessment (PRCA): Used to identify potential risks associated with the renovation, construction and some maintenance & repair activities and to develop risk mitigation strategies to minimize these risks. Prior to beginning work this assessment will be completed. I.Interim Life Safety Measures (ILSM): Measures that are instituted to compensate for significant hazards posed by existing life safety (fire) code deficiencies or construction/renovation activities. J.Request for Proposal (RFP): Is a solicitation made, often through a bidding process, by an agency or company interested in procurement of a commodity or service, to potential suppliers to submit proposals. K.Certified Independent Third-Party Safety Professional (CITP): Certified Independent Third-Party Safety Professional for the review of the design documents for compliance with national and local codes, standards, federal and state regulations. L.National Fire Protection Association (NFPA): The world's leading advocate of fire prevention and an authoritative source on public safety, NFPA develops, publishes, and disseminates codes and standards intended to minimize the possibility and effects of fire and other risks. M.The Joint Commission (TJC): Formerly the Joint Commission on Accreditation of Healthcare Organizations (JCAHO) and previous to that the Joint Commission on Accreditation of Hospitals (JCAH). The Joint Commission provides evaluation, accreditation and disease-specific certification programs for healthcare facilities. N.Facilities Condition Assessment (FCA): Is an industry term that describes the process of a qualified group of trained industry professionals performing an analysis of the condition of a group of facilities that may vary in terms of age, design, construction methods, and materials O.Orlando Utilities Commission (OUC): Orlando Utilities Commission, provided electricity and water services to the facility. P.Competent Person (CP): One who is capable of identifying existing and predictable hazards in the surroundings or working conditions which are unsanitary, hazardous, or dangerous to employees, and who has authorization to take prompt corrective measures to eliminate them. II. SCOPE OF WORK: A.General Requirements: Provide all labor, materials, tools and equipment, and design-build services necessary for design and construction of a project described herein and other specific tasks as further defined by this Request for Proposal (RFP). All proposals are to provide both design and construction services for this project. The contractor will hire a Certified Independent Third-Party Safety Professional (CITP) for the review of the design documents for compliance with national and local codes, standards, federal and state regulations. The CITP review will be documented by stamped/ sealed drawings by a registered professional engineer from the state of Florida. 1.Contractor shall NOT match existing materials but shall use hospital grade as designated in the Department of Veterans Affairs (VA) technical information library (TIL) and/or industry standards for healthcare facilities relevant to space usage. Reference section VII, Resources, below. B.Project Overview: "Install New Security Fence around Property - Phase 2". This project will address security deficiencies at the VA Orlando Lake Baldwin Campus at 5201 Raymond Street Orlando Florida 32803. Among the construction tasks to be completed by the Selected Contractor is the construction of approximately 2899 lft new Security fencing at the Easterly and Southerly boundaries of the VA Orlando Lake Baldwin Campus. The Selected Contractor shall also install personnel gates at all sidewalks that enter the VA Orlando Lake Baldwin Campus to complete the perimeter and secure access points to the property for Security compliance. Also to be installed, at VA Orlando Lake Baldwin Campus vehicle entry points, are a type of Hydraulic/Power "Bollard" system that when in raised position will prevent all vehicular traffic from entering the Campus. This system is to be controlled by the VA Orlando Police office in the main clinic Building 500 at the Lake Baldwin Campus. C.Specific Project Requirements: The Selected Contractor tasks shall include the following line items: 1.Construct/install approximately 8'-0" x 2899 lft of Security Fence at the Easterly and Westerly property lines. Security Fence is to be 8'-0" high Pinched top Black Aluminum picket fencing. 2.Construct/install as part of Security Fence 24"x24"x8'-0" precast split faced pilasters at 25'-0" on center with appropriate code-compliant foundations. These pilasters SHALL match the existing pilasters which were recently constructed. See attached details on installed pilasters 3.Construct/Install personnel gates at all sidewalks that enter the VA Orlando Lake Baldwin Campus to complete the perimeter and secure access points to the property for Security compliance. Basically the personal gates are to be of the same materials used for the fence but they will be 48" wide and be 72"+/- tall. They will have the stand alone columns on either side also. See attached Related Pictures. 4. Hydraulic/Power "Bollard" system that when in raised position will prevent all vehicular traffic from entering the Campus. This system is to be controlled by the VA Orlando Police office in the main clinic Building 500 at the Lake Baldwin Campus. D. Bid Items: The VA's intent is to make a single award on Item No. 1 below, but in the event the offer exceeds the funds available, a single award will be made on Item No. 2 or Item No. 3, in that order, based on available funding. Offerors SHALL propose a price on each item listed. The pricing shall be provided in detail, See Proposal Submittal and Award information for details. "Item No. 1 oComplete General Requirements and Specific Project Requirements Line Items C 1, 2, 3 & 4: $__________. Deductive Bid Alternate items in order of priority: "Item No. 2 oComplete General Requirements and Specific Project Requirements Line Items C 1, 2, & 4 (Omit Personnel gates): $__________. "Item No. 3 oComplete General Requirements and Specific Project Requirements Line Items C 1, 2, & 3 (Omit Bollards): $__________. III. SCHEDULING, PHASING, AND WORKING HOURS: A.All work hours MUST be coordinated with the project's COR. Most, if not all, work shall be performed during WHEN hours (Weekends, Holidays, Evenings and Nights) so as not to interfere with normal Hospital functions. However, some VA areas may be conducive to work being completed DURING normal business hours (7:00 am to 5:00 pm, Monday through Friday). All requests for work during normal business hours must be requested by the Contractor at least 14 calendar days in advance. Additionally, construction shall be performed (scheduled and phased) to ensure that exterior egress/ingress areas are completely operational by normal business hours the following workday. B.Length of Project 1.Project will have a 146 calendar day design phase. Please refer to Program Guide PG-18-15, Volume C for document requirements. a)From Notice to Proceed, Design-Build Team A/E shall submit Schematic Design drawings to 25% within 30 calendar days. Allow 14 calendar days for VA review. b)Design-Build Team A/E shall submit Design Development drawings to 50%, which incorporates the VA's comments on the 25% submission within 20 calendar days. Allow 14 calendar days for VA review. c)Design-Build Team A/E shall submit Construction Document drawings to 75%, which incorporates the VA's comments on the 50% submission within 20 calendar days. Allow 14 calendar days for VA review. d)Design-Build Team A/E shall submit Final Document drawings to 100% (Signed & Sealed), which incorporates the VA's comments on the 75% submission within 20 calendar days. Allow 14 calendar days for VA review. 2.Design-Build Team A/E will schedule a Pre-Construction Meeting with all pertinent VA personnel for final drawing approval before construction start submission within 14 calendar days of receiving Government acceptance of 100% drawings. 3.Project's construction phase MUST be completed in no more than 120 days from Design completion and Government acceptance. 4.Contractor shall submit a Critical Path Method (CPM) schedule for BOTH Design phase and Construction phase with estimated dates and itemized cost of work to the Contracting Officer for review and approval before Notice to proceed. C.Utility Outages, including disruption of fire alarms, must be requested by the Contractor at least 14 calendar days in advance. IV. PROJECT CLASSIFICATION: This project has been classified per the Construction Infection Control Risk Assessment as a Type A, Low Risk Group, Class I (ISLM Level 1) project. V. SAFETY REQUIREMENTS: All Contractor's personal are required to have completed an OSHA-approved 10-hour construction worker course prior to working on the site. The On-site general superintendent/supervisor is required to have completed an OSHA-approved 30-hour construction course prior to working on the site. Every worker must provide the Contracting Officer a copy of current certificates identifying successful completion of the training prior to executing work for the Veterans Administration. In addition, Contractor shall provide submittals for contract construction or renovation work which include the names, qualifications, and training dates for Contractor's Competent Persons (CP), who has been designated to administer the site-specific safety program, as well as the CP for other activities as required by OSHA regulation 29 CFR 1926.32 (such as scaffolds, cranes, excavations, etc.). Contractor's CP are required to implement and maintain effective safety programs that identify and control hazards that may cause injury or illness to VA patients, staff, visitors, and contractor employees. The VA CP does not take the place of Contractor's CP nor acts on their behalf. The VA CP determines if Contractor is meeting VA standards and contractual requirements for safety and OSHA compliance. When these standards and contract requirements are not being met, the VA COR and/or CP will take immediate action to prevent injury, non-compliance, and/or property damage. The Contractor shall submit an Activity Hazard Analysis, and an Accident Prevention Plan as per FAR 52.236-13 prior to commencement of site activities. The Government shall have 21 calendar days to review the AHA and APP. VI. GOVERNMENT FURNISHED INFORMATION: All available record drawings will be provided upon request to the Design-Build Team A/E. They should not however, be considered "as-built". These drawing files are provided without warranty or obligation as to the accuracy or information contained in the files. All information in the files shall be independently verified by the user. Any user shall agree to indemnify and hold the VA harmless from any and all claims, damages, losses, and expenses, including, but not limited to, attorney fees arising out of the use of the Computer Aided Design and Drafting (CADD) drawing files. VII. RESOURCES: A.All designs shall comply with applicable sections of VA standards and publications, and all references therein. Ensure that construction documents comply with the latest edition of these VA construction and design standards. VA standards can be found on the World Wide Web at http://www.cfm.va.gov/TIL/. VA publications and standards shall include but shall not be limited to the following: 1.Office of Construction & Facilities Management Site Map: http://www.cfm.va.gov/sitemap.asp 2.The Technical Information Library (TIL): http://www.cfm.va.gov/TIL/ a)Master Construction Specifications Index (PG-18-1) b)Design and Construction Procedures (PG-18-3) c)VA Standard Details and CAD Standards (PG-18-4) d)Equipment Guide List (PG-18-5) e)Equipment Inspection Manual (Program Guide 7610.2) f)Equipment Reference Manual (PG-18-6) g)Space Planning Criteria (PG-18-9) h)Design Manuals (by discipline) (PG-18-10) i)Design Guides (graphical, by function) (PG-18-12) j)Barrier Free Design Guide (PG-18-13) k)Room Finishes, Door and Hardware Schedules (PG-18-14) l)Minimum Requirements for A/E Submissions (PG-18-15) m)Environmental Planning Guidance (PG-18-17) n)HVAC Design Manual for Hospitals Amendment B o)Lighting Study p)Design Alerts q)Quality Alerts r)VA Signage Design Guide s)Fire Protection Design Manual - Latest Edition t)Cost Estimating u)Physical Security Design Manuals for VA Facilities - Mission Critical Facilities v)Energy Reduction Manual (First Draft) 3.TIL - Master Construction Specifications: http://www.cfm.va.gov/til/spec.asp 4.Department of Veterans Affair Utilities Design Manual. B.Office of Construction & Facilities Management: http://www.cfm.va.gov/index.asp 1.VA Office of Facilities Management citations of the AIA design standards found on the world wide web at http://cfm.va.gov.TIL/ 2.VA Office of Health and Safety (OHS): http://www1.va.gov/vasafety/ 3.Construction Infection Control Risk Assessment Memorandum C.Other design and construction standards and publications that shall be applied to this work includes, but are not limited to: 1.American Society of Heating, Refrigerating and Air-Conditioning Engineers Manual (ASHRAE) 2.National Fire Protection Association (NFPA) Codes & Standards - www.nfpa.org 3.OSHA Rules and Regulations 4.International Building Code (ICC) latest edition 5.Life Safety Code (NFPA 101) latest edition 6.The Joint Commission (TJC) Accreditation manual (latest edition) 7.Sustainable Design Requirements (01 81 11) 8.Construction Waste Management (01 74 19) D.Applicable sections of the VA Master Construction Specifications will be prepared by the Architect/Engineer, including all the necessary adaptations. E.Particular attention is called to CD4, Symbol Identification of Contract Drawings. F.Equipment symbols shall be in accordance with PG-18-6, Equipment Reference Manual (previously List of Equipment Symbols, H-08-6). G.Standard Drawing Details, in accordance with PG-18-4, shall be utilized to the greatest extent practicable. H.Cost estimates shall be developed in strict conformance with VA's Manual for Preparation of Cost Estimates & Related Documents for VA Facilities (March 8, 2011). http://www.cfm.va.gov/til/dManual/dmCost.pdf I.Guidelines for Design and Construction of Health Care Facilities, Latest Edition, published by The Facilities Guidelines Institute (FGI). http://www.fgiguidelines.org/ J.Physical Security Standard, compliance with Medical Center Policy 138-3 and VHA Handbook 0730/2 dated May 27, 2010 "Space Key Control". K.Plumbing System Design & Water Treatment/Design to prevent Legionnaires. VA Plumbing Design Manual and VHA Directive 2008-010, PREVENTION OF LEGIONEELA DISEASE, and VHA Directive 2009-009, DOMESTIC HOT WATER TEMPERATURE LIMITS FOR LEGIONELLA PREVENTION AND SCALD CONTROL. L.Department of Veteran Affairs Personnel: 1.Engineering Facilities Management (FMS), a)Primary: (1) COR Name: Richard W. Stallings (2)COR Email: richard.stallings@va.gov b)Secondary: (1)COR Name: Doug Kohns (2)COR Email: douglas.kohns@va.gov 2.Contracting Office - TBD a)Contracting Officer Email: Christy.Glass@va.gov VIII. DESIGN AND DOCUMENT REQUIREMENTS: A.Design Requirements - Compliance with codes and standards. 1.Project design shall be in compliance with applicable standards and codes described in VA Program Guides and design materials included or referenced in the solicitation materials. See "Resources" above. 2.See "Approved Construction documents", below, for required inclusion of design review comments. 3.In the design of new building and alteration work under this contract, the Design-Build Team A/E shall consider all requirements (other than procedural requirements) of: a)Zoning laws: b) Environmental and erosion control regulations; and c)Laws relating to landscaping, open space, minimum distance of a building from the property line, maximum height of a building, historic preservation, and esthetic qualities of a building. Also similar laws, of the State and local political division, which would apply to the building if it, were not to be constructed or altered by the U.S. Government. The Design-Build Team A/E shall consult with appropriate officials of the Federal, state, and political subdivision, and submit plans under the rules prescribed by those reviewing authorities. The Design-Build Team A/E and VA shall give due consideration to the recommendations of the referenced building officials. VA will also permit inspection by the officials described above during the construction period in accordance with the customary schedule of inspections in the locality of the building construction. Such officials shall provide VA with a copy of the schedule before construction begins or give reasonable notice of their intention to inspect before conducting an inspection. 4.THE DESIGN-BUILD TEAM A/E SHALL PROVIDE PROMPT, WRITTEN NOTIFICATION TO THE CONTRACTING OFFICER CONCERNING CONFLICTS WITH, OR RECOMMENDED DEVIATIONS FROM CODES, LAWS, REGULATIONS, STANDARDS, AND OPINIONS OF REVIEW OFFICIALS AS DESCRIBED ABOVE. NO WORK ALTERING OR INCREASING THE SCOPE OF THIS CONTRACT SHALL BE UNDERTAKEN PRIOR TO RECEIPT OF WRITTEN APPROVAL FROM THE CONTRACTING OFFICER. 5.No action may be brought against the VA and no fine or penalty may be imposed for failure to carry out any of the previously described recommendations of Federal, state, or local officials. VA and its contractors, including A/E, shall not be required to pay any amount for any action taken by a state or political division of a state in carrying out functions described in this article, including reviewing plans, carrying out on-site inspections, issuing permits, and making recommendations. 6. The Design-Build Team A/E shall advise the Contracting Officer of any variances with the applicable Department of Labor, Occupational Safety and Health Standards, for occupancy requirements. B.Design Review Meetings: 1.A review meeting to resolve design issues will be held for each design review package submitted. The meeting will include discussion of VA comments on functional relationships and technical peer review comments (by others). 2.Participants will include VA Staff and Design-Build Team A/E members as appropriate for the specific package to be reviewed and others. The Design-Build Team A/E members will each allow for (1) full day for each package design review meeting. Design-Build Team A/E management shall be present at each review meeting. 3.The DB team shall allow a minimum of fourteen (14) calendar days for each review cycle. A cycle includes: a.The VA's receipt of the design review submission package. b.The review meeting. c.DB teams receipt of comments from the VA, either electronically, by fax, or by hard copy delivery. 4.Coordination of the review meeting schedules will be the responsibility of the VA Project Manager/COR (for the VA) and the Design-Build Team A/E Project Manager (for the Design-Build Team A/E). See Quality Assurance/Quality Control. C.Design Review Submissions: 1.The Design-Build Team A/E shall prepare and submit complete construction documents for review and approval by the VA in accordance with standard professional practice and prevailing codes. 2.The documents may be divided into multiple review submission packages. The VA will review as many as six (6) package submissions (examples: demolition, civil, architectural, structural, mechanical, Electrical, plumbing etc.) to facilitate the start of construction. 3.All submission packages will be reviewed at Schematic Design (25%), Design Development (50%), Construction Documents (75%) and Final Documents (100%) completion stages. The (100%) review submission packages will incorporate the final review comments from the (75%) review. If any package is not complete for the required stage a post review may be required the cost of which will be borne by the DB Team. The (100%) set of drawings will be the final set of drawings that will be used for construction and stamped by engineer and architect of record. 4.Each review submission package shall include 3 hard copy sets (2 Full Size & 1 Half Size) and 1 PDF sets on CD-ROM. The package will include an index of drawings (by sheet number and title) and specifications (by section number and title) submitted. The packages will be distributed to the VA Project's COR, the VA Contracting Officer (CO) and others as determined to be appropriate by the VA. 5.Upon Contractor review of the TIL Specifications and Design Guidelines associated with the Project Scope of Work, the Design-Build Team A/E shall be responsible to prepare and submit for Government review and acceptance a full set of specifications (2 hard copies, 2 electronic), specific to the project, from the Master Specifications located in the TIL. The Specifications shall be contractor modified to include VA Guidelines and Code requirements consistent with NFPA, IBC, FBC, FGI Guidelines for Design and Construction of Health Care Facilities, 2010 edition. 6.In addition to the Project Specific Specifications, the Contractor shall submit a binder of product cut sheets, MSDSs, and all required Contract submittals. 7.Contractor will be responsible to submit as-build CAD drawings at the end of the project reflecting the new floor layout changes to the VA Engineering office as part of the close out documents. D.Electronic Media: 1.Design review submission drawings and final Construction Document submission drawings will be executed in electronic format AutoCAD version 2010 or backwards compatible format. 2.The drawings included will be available to the Design-Build Team A/E team in electronic format in AutoCAD version 2010 or PDF format for use in preparing the construction drawings if possible. Since data stored on electronic media can deteriorate undetected or be modified without the Architect/Engineer's knowledge, the CAD drawing files are provided without warranty or obligation on the part of the Architect/Engineer as to accuracy or information contained in the files. The user shall independently verify all information in the files. Any user shall agree to indemnify and hold the Architect Engineer harmless from any and all claims, damages, losses, and expenses including, but not limited to, attorney's fee arising out of the use of the CAD drawing files. 3.Design review submission specifications, final Construction Document submission specifications and other 8 1/2 by 11 formatted material will be executed in electronic format Microsoft Word 4.The specifications included shall be available to the Design-Build Team A/E in electronic format in Microsoft Word, for use in preparing the construction specifications. Since data stored on electronic media can deteriorate undetected or be modified without the Architect/Engineer's knowledge, the CAD version 2010 drawing files are provided without warranty or obligation on the part of the Architect/Engineer as to accuracy or information contained in the files. The design builder shall independently verify all information in the files and shall agree to indemnify and hold the Architect Engineer harmless from any and all claims, damages, losses, and expenses including, but not limited to, attorney's fee arising out of the use of the electronic files. 5.The construction record drawings shall be completed in at least AutoCAD version 2010 and backward compatible format. Designer/contractor will submit an AUTOCAD copy (as build drawings) after the completion of the project and before close out to the VA for engineering records and update tracking purposes. 6.Construction shop drawings are not required to be completed in AutoCAD. E.Professional Licensing: 1.The Design-Build Team A/E who prepares the construction documents shall be a professional architect or engineer licensed in the state in which the design work is completed. 2.The professional seal indicating such license by the state shall appear on the final construction documents. The architect whose seal is shown will be known as the Architect of Record. The Design-Build Team A/E shall certify compliance with the VA RFP and all applicable codes. F.Approved Construction Documents: 1.The final construction document submission package will be submitted by the Design-Build Team A/E for approval by the VA after completion of the 75% review cycle for the final package to be submitted by the Design-Build Team A/E. The VA will have 14 calendar days to take approval action. 2.The final construction documents submission package will include a full set of construction documents including all disciplines/packages. 3.The final construction documents submission package will incorporate all VA supplied comments from the earlier 25%, 50% and 75% submission package reviews and will comply with the VA requirements. 4.If the final construction documents submission package is not complete a post submittal may be required the cost of which will be borne by the Design-Build Team A/E. 5.The approved final construction documents include such details that the project can be constructed and will be used for construction of the project. G.Construction Drawing Preparation - Mandatory material and equipment schedules and details may be indicated either on the drawings or in the specifications, at the option of the Design-Build Team A/E. The construction drawings shall include a coordinated set of the following. (Reference Program Guide, PG-18-15, Volume C) 1.Structural drawings: including foundation plans, framing plans, schedules, and details, including general notes and all calculations. 2.Architectural drawings: including floor plans, building elevations, building sections, wall sections, reflected ceiling plans, stair details, toilet and bath details, door schedules and details, window schedules and details, room finish schedules, auto transport and other details. 3.Fire protection drawings: including floor and roof plans, riser diagrams, equipment schedules, and details, including general notes calculations and all related calculations. 4.Plumbing drawings: including floor and roof plans, riser diagrams equipment schedules, plumbing fixture schedules, and details, including general notes, and all related calculations. 5.HVAC drawings: including floor and roof plans, one-line flow diagrams, equipment schedules, and details, including general notes and all related calculations. Also provide sections for mechanical equipment rooms and sequence of operation for all HVAC equipment. 6.Electrical drawings: including site demolition plans, site, floor and roof plans (power, lighting, and other systems), one-line diagrams, panel schedules, equipment schedules, light fixture schedules calculations and details 7.Asbestos abatement: drawings including site demolition plans and floor plans indicating asbestos abatement method. H.Construction Specifications - Project specifications shall include specifications for all products, materials, equipment, methods, and systems shown on the construction drawings in accordance with standard professional practice and the VA requirements. The specification submitted for review shall include: 1.The name of the manufacturer, the product name, model number, or other identification as appropriate to clearly identify the product that will be used in the construction of the project; 2.Other data as appropriate to clearly identify the product that will be used in the construction of the project i.e. shop drawings, product data, and samples as required by the VA documents; and 3.The required stamp of the licensed architect or engineer of record will be considered as certification of compliance with the project's requirements. I.Design Requirements - Compliance with codes and standards. 1.Project design shall be in compliance with applicable standards and codes described in VA Program Guides and design materials included or referenced in the solicitation materials. 2.In the design of new building and alteration work under this contract, the Design-Build Team A/E shall consider all requirements (other than procedural requirements) of: a.Zoning laws: b.Environmental and erosion control regulations; and c.Laws relating to landscaping, open space, minimum distance of a building from the property line, maximum height of a building, historic preservation, and esthetic qualities of a building. Also similar laws, of the State and local political division, which would apply to the building if it, were not to be constructed or altered by the U.S. Government. 3. The Design-Build Team A/E shall consult with appropriate officials of the Federal, state, and political subdivision, and submit plans under the rules prescribed by those reviewing authorities. The A/E and VA shall give due consideration to the recommendations of the referenced building officials. VA will also permit inspection by the officials described above during the construction period in accordance with the customary schedule of inspections in the locality of the building construction. Such officials shall provide VA with a copy of the schedule before construction begins or give reasonable notice of their intention to inspect before conducting an inspection. 4. The Design-Build Team A/E shall provide prompt, written notification to the Contracting Officer concerning conflicts with, or recommended deviations from codes, laws, regulations, standards, and opinions of review officials as described above. No work altering the scope of this contract shall be undertaken prior to receipt of written approval from the Contracting Officer. 5. No action may be brought against the Design-Build Team A/E or VA and no fine or penalty may be imposed for failure to carry out any of the previously described recommendations of Federal, state, or local officials. The VA and its contractors, shall not be required to pay any amount for any action taken by a state or political division of a state in carrying out functions described in this article, including reviewing plans, carrying out on-site inspections, issuing permits, and making recommendations. 6. The Design-Build Team A/E shall advise the Contracting Officer immediately of any variances with the applicable Department of Labor, Occupational Safety and Health Standards, for occupancy requirements. IX. QUALITY ASSURANCE/QUALITY CONTROL: A.To reduce design errors and omissions, the Design-Build Team A/E shall develop and execute a QA/QC plan that demonstrates the project plans and specifications have gone through a rigorous, thorough review and coordination effort. B.Within 2 weeks of receipt of Notice to Proceed, the Design-Build Team A/E will submit a detailed QA/QC plan describing each QA/QC task that will be taken during the development of the various design submission packages and the name of the Design-Build Team A/E member responsible for QA/QC. 1.Upon its completion each task shall be initialed and dated by the responsible Design-Build Team A/E member. 2.A 100% completed QA/QC plan shall be submitted with the final construction document submission package. X. CONSTRUCTION PERIOD SERVICES A.Pre-Construction Meeting The DB A/E, as part of the Design-Build Team A/E, shall participate in the pre-construction meeting with the VA and DB Contractor. The DB A/E shall be prepared to respond to the VA concerns, and shall provide overview of the design. B.Site Visits & Inspections 1. During Construction Period Services, the DB A/E shall visit the job site as appropriate to the stage of construction to determine in general if the work is being performed in a manner indicating that the work, when completed, will be in accordance with the working drawings. 2. During the construction period the DB A/E shall make weekly visits to the project site when requested by the Contracting Officers Representative (COR). The Contracting Officers Representative (COR) may also request visits for special purposes. Only registered architects and engineers thoroughly familiar with the project may make these site visits. The Contracting Officers Representative (COR) has the prerogative to determine the professional discipline(s) required for any visit. The DB A/E shall observe the construction, advise the COR of any deviations or deficiencies or solutions to issues discussed. A site inspection report which includes the purpose of the inspection, items reviewed, deficiencies observed, recommendations and additional actions required, shall be furnished to the Contracting Officers Representative (COR) within three work days following the site visit date. C.Disputes, Interpretations and Clarifications Upon written request from the VA, the DB Contractor shall furnish to the VA, with reasonable promptness, in writing or in the form of drawings, interpretations of the Contract Documents prepared by the DB A/E, if, in the opinion of the VA, such interpretations are necessary for the proper execution or progress of the Work. D.Other submittals The DB team shall submit test results, certificates, manufacturer's instructions, manufacturer's field reports, etc. as required by the VA RFP specifications, to the VA Project Manager/COR. E.Project record drawings The Design-Build Team A/E will maintain a set of construction documents (field as-built drawings) to record actual construction changes during the construction process as required by the RFP specifications. The project record drawings will be available for review by the VA Resident Engineer at all times. F.Shop drawings and submittals The DB A/E shall check government furnished and/or the contractor's shop drawings, detail drawings, schedules, descriptive literature and samples, testing labor-laboratory reports, field test data and review the color, texture and suitability of materials for conformity with the RFP Documents and construction documents. The DB A/E shall recommend approval, disapproval, or other suitable disposition to the VA. The VA will have final approval authority. The DB A/E shall evaluate the submittals with reference to any companion submittals that constitute a system. When necessary, the DB A/E will request the Contractor to submit related components of a system before acting on a single component. Should this procedure be inappropriate, the DB A/E shall review all prior submittals for related components of the system before acting on a single component. The DB A/E may be required to hold joint reviews with the VA technical staff and /or the Contractor on complicated system submittals. The DB A/E shall notify the VA COR in writing of any and all deviations from the requirements of the construction documents that he has found in the submittals. G. Inspections and Testing 1.DB A/E shall be present during one (1) Pre-Final inspection and one (1) Final inspection of Work and shall generate Punch List and forward the list to the VA with explanations of found deficiencies and/or omissions in work, and recommended correctives. 2.DB A/E shall review and approve, or take other appropriate action on test reports and Punch List items to be completed or corrected. DB A/E shall approve or disapprove test reports and forward findings to the VA for final disposition. DB Team shall forward approved inspection and testing document or lists to the VA for final disposition. H.Review of Documents and Work Acceptance On closeout of Construction Period Services, the Design-Build Team A/E shall certify that the Contract Documents requirements and intent have been satisfied, workmanship is Professional and at an acceptable level, submittals and other DB supplied Documents as required in Contract Documents are in order and stamped approved. However, the Government's final acceptance of the Work is at the discretion of the A and shall be authorized in writing by the VA Contracting Officer only. I.Project Close-Out The Design-Build Team A/E shall comply with the requirements in the "General Conditions", Section 01001, and "General Requirements", Section 01010, for submission of final RFP as built drawings, manuals, and other documents as noted. Required as built drawings and specifications will be submitted in the same format required for the construction documents. J.AS-BUILT The Design-Build Team A/E shall prepare and submit AS-BUILT drawings as developed from the Construction activities re-lined as-built. Drawings shall be submitted in AutoCAD 2010 (or earlier) format and shall reflect the actual as-built conditions. Stamp drawings in large red bold letters "AS-BUILT" in the lower right hand corner of all drawings. Drawings shall be submitted on full size consistent with previous requirements herein.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/OrVAMC/Or675VAMC/VA24813R2367/listing.html)
- Document(s)
- Attachment
- File Name: VA248-13-R-2367 VA248-13-R-2367 PRE-SOL.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=911353&FileName=VA248-13-R-2367-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=911353&FileName=VA248-13-R-2367-000.docx
- File Name: VA248-13-R-2367 675-14-618 Volume C (Orlando DB).pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=911354&FileName=VA248-13-R-2367-001.pdf)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=911354&FileName=VA248-13-R-2367-001.pdf
- File Name: VA248-13-R-2367 675-14-618 Site Map.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=911355&FileName=VA248-13-R-2367-002.pdf)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=911355&FileName=VA248-13-R-2367-002.pdf
- File Name: VA248-13-R-2367 Pilasters drawing.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=911356&FileName=VA248-13-R-2367-003.pdf)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=911356&FileName=VA248-13-R-2367-003.pdf
- File Name: VA248-13-R-2367 675-14-618 Security Bollard Detail 1.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=911357&FileName=VA248-13-R-2367-004.pdf)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=911357&FileName=VA248-13-R-2367-004.pdf
- File Name: VA248-13-R-2367 Gate.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=911358&FileName=VA248-13-R-2367-005.pdf)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=911358&FileName=VA248-13-R-2367-005.pdf
- File Name: VA248-13-R-2367 standalone1.jpg (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=911359&FileName=VA248-13-R-2367-006.jpg)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=911359&FileName=VA248-13-R-2367-006.jpg
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA248-13-R-2367 VA248-13-R-2367 PRE-SOL.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=911353&FileName=VA248-13-R-2367-000.docx)
- Place of Performance
- Address: Department of Veterans Affairs;Orlando VA Medical Center;5201 Raymond Street;Orlando FL 32803
- Zip Code: 32803
- Zip Code: 32803
- Record
- SN03134822-W 20130803/130802000051-34df8651ccafa1442b1c7b6312db4f76 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |