MODIFICATION
Z -- 660-22-108 Replace Propane Tanks
- Notice Date
- 11/6/2023 12:37:34 PM
- Notice Type
- Solicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- NETWORK CONTRACT OFFICE 19 (36C259) Greenwood Village CO 80111 USA
- ZIP Code
- 80111
- Solicitation Number
- 36C25924R0013
- Response Due
- 11/29/2023 10:00:00 AM
- Archive Date
- 03/07/2024
- Point of Contact
- Sylwia S Zak (CS), Contracting Specialist
- E-Mail Address
-
Sylwia.Zak@va.gov
(Sylwia.Zak@va.gov)
- Awardee
- null
- Description
- Project Title: Replace Propane Tanks Location: Bldg. 38 Propane Yard, Salt Lake City, UT, George E. Wahlen, Depart. of Veteran Affairs Medical Center I. SCOPE OF WORK: Furnish all necessary design/engineering, services, equipment, labor, materials, supervision, and tools to perform construction services for the Project, entitled Replace Propane Tanks, located at 500 Foothill Drive, Salt Lake City, UT 84148 on the George E. Wahlen Department of Veterans Affairs Medical Center campus. The project is located behind Bldg. 38 in the fenced in propane yard. There are three existing underground 30,000-gallon propane tanks. Two of the existing propane tanks shall be emptied, cleaned, removed, demolished, and replaced. The aboveground piping/pumps will need to be disconnected, and temporarily removed during demolition and installation of the two new propane tanks. The piping is on skids which will all need to be put back into place upon installation of the new underground propane tanks. When installing the new propane tanks, sand & flowable fill shall be used to backfill. The existing cathodic protection system shall be replaced with a new sacrificial anode system, then proven to work effectively. The contractor may need to remove a section of the surrounding fence to perform the work. The contractor shall replace the fence that was removed with an equal or better fence. The contractor shall follow all manufacturers guidelines in the installation of the new propane tanks. A lift plan will be needed and submitted to the COR for review & approval. A Storm Water Pollution Prevention Plan (SWPPP) permit will also need to be provided to the COR, and on-site. Basic Outline of work: Contractor shall provide all necessary design/engineering, equipment, labor, materials, supervision, and tools to excavate the two existing propane tanks that are in the propane yard. The contractor will be required to remove all excavated materials off campus for appropriate disposal. The contractor will install a shoring & trench box(s) to protect personnel and equipment. The contractor shall bring in trained personal to test the existing tanks for structural integrity and to make sure the outer coating has not been degraded. The outer coating shall have a 10 year warranty. The contractor will be required to remove the existing piping and pump to be replaced with a new pump and new plumbing to coincide with the existing project. The contractor will be required to keep the back up fuel on line to the boiler plant at all times. The max down time at any point in this and the existing project is 4 hrs. Max. The contractor shall construct a new approx. 16 x 40 x 1 rebar (#4), 12-inch on center, both ways (2 layers) reinforced concrete pad for each tank to sit on. A rubber base shall be installed on top of the concrete pad. After the contractor has full reports in regards to the tanks he/she install cathodic protect and test wells and back fill the tank with appropriate sand fill (to cover a minimum of 2 ft. around the tank). Then Flowable Fill shall be designed & installed by the contractor. The contractor will pour concrete pads around the piping hub and provide new asphalt over the new tanks. The contractor will permanently install the piping and new pump. Replace any gaskets, and miscellaneous piping items that may need replaced. The SOW & Drawings for this project constitute the project requirements, with details called out in one, and not in both shall be interpreted by the Contractor as though called out in both. The Contractor shall field verify all existing conditions, dimensions, equipment, etc. as needed to gain a full understanding of the project to deliver and execute a complete and quality project to the government. The contractor shall adhere to NFPA 58, along with all other required codes & standards. Use dielectric flanges to minimize corrosion. Any Electrical shall meet Class 1, Div II National Electric Code (NFPA 70). The new LPG vessel(s) shall be designed, constructed, and installed to ASME, Section VIII, Division I and NFPA 58 Liquefied Peteroleum Gas Code underground stationary use. Minimum spacing between propane tanks shall be 5 feet. The propane tanks shall be 50 feet away from any building, or property line. The actual project demolition & new construction will need to take place while the 3rd propane tank is kept available and active for use to the VA for the boilers it feeds. The contractor shall work with the COR & VA Facilities Division to ensure that piping from the 3rd propane tank is kept in tact or rerouted temporarily. The Contractor shall coordinate any utility outages with the COR, a minimum of 2 weeks in advance. The Contractor shall communicate through the COR, with the Facility Division Utilities Systems Operations Supervisor as needed. Thorough attention to keeping a secure site and keeping all items that could pose a self-harm risk or be used to hurt others must be always kept in locked construction site. Extra attention will be paid to working in a confined space; this extra focus should not result in slippage of adherence to general safety requirements. Any welding will require a Hot-Work permit. Any digging with require an Excavation Permit. Contractor shall review all specifications and drawings and shall identify any issues to the contracting officer (CO), and COR before solicitation deadline. Contractor shall perform work as specified and shall adhere to Federal and State requirements, including standard practices for the industry and the State of Utah. The contractor shall meet the International Plumbing Code (IPC), and the National Electric Code (NFPA 70, NEC) , NFPA 58, NFPA 70E, and all VA Specifications. The contractor shall adhere to the following VA Specifications: DIVISION 01 GENERAL REQUIREMENTS 01 00 00 General Requirements 01 33 23 Shop Drawings, Product Data, and Samples 01 35 26 Safety Requirements 01 45 00 Quality Control 01 45 35 Special Inspections DIVISION 02 EXISTING CONDITIONS 02 21 13 Site Surveys 02 41 00 Demolition 02 65 00 Underground Storage Tank Removal DIVISION 03 CONCRETE 03 30 00 Cast-in-Place Concrete 03 30 53 (Short-Form) Cast-in-Place Concrete DIVISION 13 - SPECIAL CONSTRUCTION 13 05 41 Seismic Restraint Requirements for Non-Structural Components DIVISION 22 PLUMBING 22 05 11 Common Work Results for Plumbing 22 05 19 Meters and Gages for Plumbing Piping 22 05 23 General-Duty Valves for Plumbing Piping DIVISION 23 HEATING, VENTILATING, AND AIR CONDITIONING (HVAC) 23 10 00 Facility Fuel Systems 23 11 23 Facility Natural-Gas Piping DIVISION 26 ELECTRICAL 26 05 11 Requirements for Electrical Installations 26 05 26 Grounding and Bonding for Electrical Systems 26 05 41 Underground Electrical Construction 26 42 00 Cathodic Protection DIVISION 31 EARTHWORK 31 20 00 Earthwork 31 23 23.33 Flowable Fill DIVISION 32 EXTERIOR IMPROVEMENTS 32 05 23 Cement and Concrete for Exterior Improvements 32 12 16 Asphalt Paving 32 31 13 Chain Link Fences and Gates The Prime Contractor shall designate a minimum of one Site Safety and Health Officer (SSHO) to administer the contractor s safety program and government-accepted Accident Prevention Plan. Each subcontractor shall designate a minimum of one Competent Person (CP) in compliance with 29 CFR 1926.20 (b)(2) that will be identified as a CP to administer their individual safety programs. Also, The SSHO or an equally-qualified designated representative/alternative will maintain a presence on the site during construction operations in accordance with FAR Clause 52.236-6: Superintendence by the Contractor. CPs will maintain presence during their construction activities in accordance with above mentioned clause. A listing of the designated SSHO and all known CPs shall be submitted prior to the start of work as part of the APP with the training documentation and/or AHA. In order to comply with above, please do NOT bid for same SSHO that would or would potentially cover multiple projects on the campus. The scope of work includes, but is not limited to, performing construction including but not limited to civil/structural, electrical, mechanical, plumbing, site investigation, and testing/special inspection services. The contractor shall review all drawings, with the assigned VA COR (Contracting Officer s Representative), to verify the project area/s and what the project entails. The contractor shall be required to lead meetings to discuss progress and problems with the VA staff. The contractor shall be required to take meeting minutes and distribute to the VA for approval and as documentation of what was covered within the meeting. The contractor shall show a detailed containment plan for infection control and hazmat control. This plan shall be detailed showing locations and what infection and hazmat control requirements are to be used for each area. Safety and infection control requirements shall be enforced for the duration of the project, regardless of any disruptions, to protect patients, visitors, VA staff, and contractors/subcontractors. The contractor shall be responsible for the site during construction and shall ensure all contractor employees and subcontractors always adhere to all safety and infection control requirements. The contractor shall supply submittals on all designs/engineering, materials, equipment, and tests to the COR, for approval/disapproval prior to procuring or installing and new equipment. The contractor shall also provide final as-builts, O&M manuals, Tests (pressure, operational, leak test, disinfection, flushing, startup), and final test with the VA Utility technicians, and COR present. Also include 4 hours of training for the VA to maintain and operate. Final As-Built drawings shall be in AutoCAD and PDF formats electronically. Figure 1: Existing Propane Yard Figure 2: New Propane Tank (Conceptual), for reference only Figure 3: Existing Site Plan Figure 4: Tank Install Detail Figure 5: Piping and Manway Access Portal Detail Figure 6: Typical Pavement Replacement Section Detail Total Period of Performance: 120 Days VA INFORMATION AND INFORMATION SYSTEM SECURITY/PRIVACY LANGUAGE VA INFORMATION CUSTODIAL LANGUAGE: a. If VA determines that the contractor has violated any of the information confidentiality, privacy, and security provisions of the contract, it shall be sufficient grounds for VA to withhold payment to the contractor or third party or terminate the contract for default or terminate for cause under Federal Acquisition Regulation (FAR) part 12. BADGING: a. All employees of general contractor and subcontractors shall comply with VA security management program and obtain temporary VA badges. This will require fingerprinting and background checks of each individual. The employees of the general contractor will obtain permission of the VA Human Resources, be identified by project and employer, and restricted from unauthorized access. TRAINING: a. All contractor employees and subcontractor employees requiring access to VA information and VA information systems shall complete VA Privacy and Information Security Awareness and Rules of Behavior Training. ***************End of Construction Services SOW****************
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/49c1c54172604d2f93c299f207ce5b0b/view)
- Record
- SN06876716-F 20231108/231106230127 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |