Veterans Affairs



TC "PART I - THE SCHEDULE" \l 1TC "SECTION A - SOLICITATION/CONTRACT FORM" \l 1TC "SF 1442 SOLICITATION, OFFER, AND AWARD (Construction, Alteration, or Repair)" \l 2 1. SOLICITATION NUMBER2. TYPE OF SOLICITATION3. DATE ISSUEDPAGE OF PAGES4. CONTRACT NUMBER5. REQUISITION/PURCHASE REQUEST NUMBER6. PROJECT NUMBER7. ISSUED BYCODE8. ADDRESS OFFER TOa. NAMEb. TELEPHONE NUMBER (Include area code) (NO COLLECT CALLS)10. THE GOVERNMENT REQUIRES PERFORMANCE OF THE WORK DESCRIBED IN THESE DOCUMENTS (Title, identifying number, date)12a. THE CONTRACTOR MUST FURNISH ANY REQUIRED PERFORMANCE AND PAYMENT BONDS? (If "YES," indicate within how many calendar days after award in Item 12B.)12b. CALENDAR DAYS13. ADDITIONAL SOLICITATION REQUIREMENTS:STANDARD FORM 1442 (REV. 8/2014)STANDARD FORM 1442Prescribed by GSA-FAR (48 CFR) 52.236-1(d)SOLICITATION, OFFER,AND AWARD(Construction, Alteration, or Repair)SOLICITATIONSOLICITATIONIMPORTANT - The "offer" section on the reverse must be fully completed by offeror.9. FOR INFORMATION CALL:NOTE: In sealed bid solicitations "offer" and "offeror" mean "bid" and "bidder".SEALED BID (IFB)NEGOTIATED (RFP)11. The Contractor shall begin performance within ____________ calendar days and complete it within ____________ calendar days after receivingaward,notice to proceed. This performance period ismandatorynegotiable. (See _____________________________).YESNOa.Sealed offers in original and ___________________copies to perform the work required are due at the place specified in Item 8 by _____________(hour) local time _____________________ (date). If this is a sealed bid solicitation, offers must be publicly opened at that time. Sealedenvelopes containing offers shall be marked to show the offeror's name and address, the solicitation number, the date and time offers are due.b.An offer guarantee is,is not required.c.All offers are subject to the (1) work requirements, and (2) other provisions and clauses incorporated in the solicitation in full text or by reference. .d.Offers providing less than _______________________ calendar days for Government acceptance after the date offers are due will not be considered and will be rejected.1105VA244-17-B-0178X542-16-202542/90CDepartment of Veterans AffairsNetwork Contracting Office 4VA Medical Center1400 Blackhorse Hill RoadCoatesville, PA 19320 Elizabeth MorinDepartment of Veterans AffairsVA Medical Center1400 Blackhorse Hill RoadCoatesville, PA 19320 Elizabeth Morin(610) 383-0202BUILDING 59A HOLDING ROOM, PROJECT 542-16-202 - COATESVILLE VAMC, 1400 BLACKHORSE HILL ROAD, COATESVILLE, PAThis project will entail converting Room 107 (130 sq. ft.), 107A (39 sq. ft.), and 107B (9 sq. ft.) in Building 59Aon the first floor into a patient holding room. The design of Rooms 107 and 107A will be based on the Office ofConstruction and Facilities Management guidelines for a holding room and patient bathroom in a Mental HealthClinic environment. Room 107B will continue to be a closet and will have the hinges removed and replaced withthe piano hinge on the existing entry door which is slated for removal. The main doorway and frame into Room 107will be removed – its piano hinge is to be reused on the closet door. The opening will be properly sealed and anew doorway entrance will be installed opening into Room 105 with left hand piano hinge from room 107.All hardware must be tamper-proof and meet Mental Health Clinic safety requirements per Holding Rooms andmatch existing CVAMC hardware. All walls, floors, ceilings, electrical outlets, lighting, HVAC, plumbing, toiletryappliances, and security equipment and devices shall comply with the Office of Construction and Facilities Managementguidelines for a holding room and patient bathroom in a Mental Health Clinic environment. The magnitude of construction is between $25,000.00 and $100,000.00. Prior to commencement of work, general contractor shall provide proof that an OSHA certified "competent person' (CP)will maintain a presence at the work site whenever the general or subcontractors are present. This project is 100% set-aside for Service-Disabled Veteran-Owned Small Business Concerns. Bidders must be verifiedas SDVOSB per the Center for Veterans Enterprises (CVE) website. Contractor Personnel Security Requirements: All contractor personnel may be subject to fingerprinting and backgroundsecurity checks. Background security checks may be required prior to start of this project. In accordance with FAR 52.228-5 Insurance, Work on Government Installation, proof of liability insurance is requiredwithin ten (10) days after award of the contract for this project in the form of a certificate. This solicitation is issued under the authority of 38 U.S.C. 8127 Total Service-Disabled Veteran-Owned Small BusinessSet-Aside. The small business size standard is $36.5 million. North American Industry Classification (NAICS) Code forthis project is 236220. An organized site visit is to be held on November 28, 2016 at 10:00 a.m., meeting at Building 19 South ConferenceRoom at the Coatesville VA Medical Center, Coatesville, PA. 10 60xx52.211-10XN/A110:00 AM12-14-2016X120 14. NAME AND ADDRESS OF OFFEROR15. TELEPHONE NUMBER16. REMITTANCE ADDRESSCODEFACILITY CODE17. The offeror agrees to perform the work required at the prices specified below in strict accordance with the terms of the solicitation, if this offer isaccepted by the Government in writing within __________ calendar days after the date offers are due.AMOUNTS18. The offeror agrees to furnish any required performance and payment bonds.19. ACKNOWLEDGMENT OF AMENDMENTSAMENDMENTNUMBERDATE.20a. NAME AND TITLE OF PERSON AUTHORIZED TO SIGN OFFER20b. SIGNATURE20c. OFFER DATE21. ITEMS ACCEPTED:22. AMOUNT23. ACCOUNTING AND APPROPRIATION DATA24. SUBMIT INVOICES TO ADDRESS SHOWN INITEM25. OTHER THAN FULL AND OPEN COMPETITION PURSUANT TO10 U.S.C. 2304(c)( ) 41 U.S.C. 3304(a) ( ) 26. ADMINISTERED BY27. PAYMENT WILL BE MADE BYPHONE:FAX:28. NEGOTIATED AGREEMENT29. AWARDYourContractor agreesoffer on this solicitation is hereby accepted as to the items listed. Thisto furnish and deliver all items or perform all work requirements identifiedaward consummates the contract, which consists of (a) the Governmenton this form and any continuation sheets for the consideration stated insolicitation and your offer, and (b) this contract award. No further cont-this contract. The rights and obligations of the parties to this contractractual document is necessary.shall be governed by (a) this contract award, (b) the solicitation, and (c)the clauses, representations, certifications, and specifications incorporatedby reference in or attached to this contract.30a. NAME AND TITLE OF CONTRACTOR OR PERSON AUTHORIZED31a. NAME OF CONTRACTING OFFICERTO SIGN30b. SIGNATURE30c. DATE31b. UNITED STATES OF AMERICA31c. AWARD DATEBYOFFERAWARDSTANDARD FORM 1442 (REV. 8/2014) BACK (Include ZIP Code)(Include area code)(Include only if different than Item 14.)(Insert any number equal to or greater thanthe minimum requirement stated in Item 13d. Failure to insert any number means the offeror accepts the minimum in Item 13d.)(The offeror acknowledges receipt of amendments to the solicitation -- give number and date of each)(Type or print)(4 copies unless otherwise specified)(Type or print)(Type or print)(Contractor is required to sign thisdocument and return _______ copies to issuing office.)(Contractor is not required to sign this document.)(Must be fully completed by offeror)(To be completed by Government)CONTRACTING OFFICER WILL COMPLETE ITEM 28 OR 29 AS APPLICABLE BASE ITEM: BUILDING 59A HOLDING ROOM542/90CDepartment of Veterans AffairsNetwork Contracting Office 4VAMC Coatesville1400 Blackhorse Hill RoadCoatesville, PA 19320 Austin Payment CenterDepartment of Veterans AffairsPO Box 149971Austin TX 78714-9971(877) 353-9791(512) 460-5429 Table of Contents TOC \o "1-4" \f \h \z \u \x SOLICITATION/CONTRACT FORM PAGEREF _Toc256000001 \h 1SF 1442 SOLICITATION, OFFER, AND AWARD (Construction, Alteration, or Repair) PAGEREF _Toc256000002 \h 1INSTRUCTIONS TO BIDDERS AND DESCRIPTION OF THE WORK……………………………... PAGEREF _Toc447198094 \h 5 ADMINISTRATIVE DATA13B.1 52.204-8 ANNUAL REPRESENTATIONS AND CERTIFICATIONS (FEB 2016)13B.2 LIMITATIONS ON SUBCONTRACTING-- MONITORING AND COMPLIANCE (JUN 2011)16GENERAL PROVISIONS PAGEREF _Toc447198098 \h 17GP.1 52.203-98 PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS—REPRESENTATION (DEVIATION) (FEB 2015)17GP.2 52.209-5 REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW (DEVIATION)(MAR 2012)17GP.3 52.209-7 INFORMATION REGARDING RESPONSIBILITY MATTERS (JUL 2013)18GP.4 52.222-5 CONSTRUCTION WAGE RATE REQUIREMENTS—SECONDARY SITE OF THE WORK (MAY 2014) PAGEREF _Toc447198102 \h 18GP.5 52.225-10 NOTICE OF BUY AMERICAN REQUIREMENT—CONSTRUCTION MATERIALS (MAY 2014) PAGEREF _Toc447198103 \h 19GP.6 52.236-27 SITE VISIT (CONSTRUCTION) (FEB 1995) ALTERNATE I (FEB 1995)20GP.7 VAAR 852.214-70 CAUTION TO BIDDERS--BID ENVELOPES (JAN 2008)20 HYPERLINK \l "_Toc447198108" GP.8 VAAR 852.270-1 REPRESENTATIVES OF CONTRACTING OFFICERS (JAN 2008)20GENERAL CONDITIONS22GC.1 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998)22GC.2 52.203-99 PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS (DEVIATION) (FEB 2015)22GC.3 52.204-19 INCORPORATION BY REFERENCE OF REPRESENTATIONS AND CERTIFICATIONS (DEC 2014)22GC.4 52.219-28 POST-AWARD SMALL BUSINESS PROGRAM REREPRESENTATION (JUL 2013)23GC.5 52.222-36 EQUAL OPPORTUNITY FOR WORKERS WITH DISABILITIES (JUL 2014)24GC.6 52.225-9 BUY AMERICAN—CONSTRUCTION MATERIALS (MAY 2014)24GC.7 52.246-21 WARRANTY OF CONSTRUCTION (MAR 1994)27GC.8 52.252-1 SOLICITATION CLAUSES INCORPORATED BY REFERENCE (FEB 1998)27GC.9 VAAR 852.219-10 VA NOTICE OF TOTAL SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS SET-ASIDE (DEC 2009)30GC.10 VAAR 852.232-72 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (NOV 2012)32GC.11 VAAR 852.236-71 SPECIFICATIONS AND DRAWINGS FOR CONSTRUCTION (JUL 2002)33GC.12 VAAR 852.246-74 SPECIAL WARRANTIES (JAN 2008)33GC.13 VAAR 852.246-75 WARRANTY FOR CONSTRUCTION--GUARANTEE PERIOD SERVICES (JAN 2008)33IT CONTRACT SECURITY…………………………………………………………………… 35ATTACHMENTS……………………………………………………………………………… 45INSTRUCTIONS TO BIDDERSINFORMATION REGARDING BIDDING MATERIALBidding materials consisting of drawings, specifications and contract forms may be obtained by qualified General (Prime) Contractors interested in submitting bids directly to the Department of Veterans Affairs. It is recommended that prospective bidders attend the organized Site Visit at the Coatesville VAMC on November 28, 2016. The Site Visitors will assemble in Building 19 South at 10:00 AM.Bids are to be mailed or hand-delivered to the Coatesville VA Medical Center (542/90C), Acquisition Management Services, Building 19 South, 1400 Blackhorse Hill Road, Coatesville, PA 19320-2096 by 10:00 AM Eastern Standard Time on December 14, 2016. Address bid package to Elizabeth Morin, Contracting Officer, and write “Building 59A Holding Room” on the outside envelope. DESCRIPTION OF THE WORK Magnitude of Construction Project: Between $25,000 and $100,000The maximum time for completion of the project is sixty (60) days after receipt of Notice to Proceed. Statement of Work for the Building 59A Holding RoomPROJECT: 542-16-202 Building 59A Holding RoomPURPOSE: This project will entail converting Room 107 (130 sq. ft.), 107A (39 sq. ft.), and 107B (9 sq. ft.) in Building 59A on the first floor into a patient holding room. The design of Rooms 107 and 107A will be based on the Office of Construction and Facilities Management guidelines for a holding room and patient bathroom in a Mental Health Clinic environment. Room 107B will continue to be a closet and will have the hinges removed and replaced with the piano hinge on the existing entry door which is slated for removal. The main doorway and frame into Room 107 will be removed – its piano hinge is to be reused on the closet door. The opening will be properly sealed and a new doorway entrance will be installed opening into Room 105 with left hand piano hinge from room 107. All hardware must be tamper-proof and meet Mental Health Clinic safety requirements per Holding Rooms and match existing CVAMC hardware. All walls, floors, ceilings, electrical outlets, lighting, HVAC, plumbing, toiletry appliances, and security equipment and devices shall comply with the Office of Construction and Facilities Management guidelines for a holding room and patient bathroom in a Mental Health Clinic environment. Any underlying problems or necessary deviations from the contract must be told to the Contracting Officer Representative (COR) PRIOR to proceeding with the contract or risk withheld payment. DEPARTMENT: Coatesville VA Medical Center (CVAMC), Coatesville, PAREQUIREMENTS: Contractor shall have knowledge of all aspects pertaining to this statement of work and shall perform as per specifications as outlined in Master Construction Specifications Contactor shall: 1) Provide all labor, tools, materials, quality supervision, etc. required to convert Rooms 107, 107A, and 107B into a holding room, storage room and patient bathroom. Contractor shall follow the Office of Construction and Facilities Management guidelines when designing the layout of the holding room and patient bathroom.Room 107 shall be converted into the holding room, Room 107A shall be renovated into the patient bathroom that meets the Mental Health Facilities Design Guideline, and Room 107B will continue to serve as a closet room. The contractor shall be mindful of their surroundings due to the fact that this project is located at the Psychiatric Ward of the building. Contractor shall be aware of where all the workers are at all times as well as make sure that no tools or equipment are left unattended in the construction area.Contractor shall make sure that the construction work does not impede on any normal employee and patient traffic patterns during normal working hours (between 7:30am – 5:00pm). 2) Contractor is responsible to verify all site conditions prior to performing any work. Follow all Guidelines and Standards, applicable to the task, as described in the Construction Safety Standards and Master Construction Specifications.3) Holding Room Design GuidelinesFlooring: The existing flooring from rooms 107, 107A and 107B shall remain and install new seams to match with room 105 flooring. A new patch will be installed in the new door opening and all seams in 105, 107, 107A, and 107B are to be properly sealed to prevent patients from pealing up the floor.Walls and painting: The current wall material meets impact resistant requirements. The contractor is to keep the walls as is, but add “Acrovyn” to match the dimensions, grade, and colors of Building 59A ward. The contractor is responsible to make any repairs or patching necessary if the walls show damage. The contractor shall paint all walls and ceilings according to VA guidelines and recommendations. All walls shall receive anti-ligature safety bars and wheel-chair bumpers to match the dimensions, grade, and color as in Building 59A.Ceiling: The contractor shall remove existing ceiling grid and install an impact resistant gypsum board ceiling. Ceiling height shall be a minimum of 9’-0”. Sprinkler System: The contractor shall install a new anti-ligature sprinkler system in room 107 and 107A. If the currant sprinkler system in room 107A meets the anti-ligature code, then the sprinkler system in that room can stay. The contractor shall test new sprinkler system.Noise (STC Rating): Noise rating in room shall be 45 STC.Doors: The contractor shall remove the door and frame at the entrance to room 107. The main entrance into room 107 will be sealed with impact resistant gypsum board and any accessible portion of the interior of the wall is to be insulated for sound attenuation. The contractor shall cut an opening for a new single frame and door that will be accessible through Room 105. This door shall swing outward into room 105 and shall be keyed to the VA’s required lockset (7 pin removable core with cylinder and Stanley Best electrified anti-ligature latch lock SPS3 ML-NNN-630 Fault Secure). Also, the door and frame must accommodate the wiring for a cylindrical lock set as well as a compatible card reader for that door and be incorporated into the Sally Port system whereas only one door of the three will be operable with a card swipe at any given time. The contractor shall remove the door and seal frame penetrations to create an open entrance from room 107 into room 107A where the bathroom is located. The frame for the entrance way into the bathroom and shall have a curtain track that meets the anti-ligature requirements as in patient bathrooms of 59A.The contractor shall install a door into room 107 with the following specification: dimension of the door shall be 3’-10” x 7’-0”; wood door or specification and aesthetic equivalent with security grade hollow metal frames; door shall have a laminate glass observation window in the door large enough to see into the room adequately (approximately 4”x 24”), have a full-length anti-ligature piano-type hinges and anti-ligature door handles. Door hardware is to meet the VA security specifications. Mechanical Best lock is to be installed while coordinating with VA locksmith for core replacement. Exterior Windows: Window in the room shall stay. HVAC: The existing floor mounted fan coil unit in room 107 shall be removed and given to CVAMC. The contractor shall install a new above-the-ceiling mounted fan coil unit with duct work to new anti-ligature air vents and applicable piping that is to be installed in the hard ceiling. Also, the contractor shall install a locking anti-ligature maintenance hatch (min. 24”x24”) for the new ceiling mounted fan coil unit and additional ones for other valves or required maintenance access and shall be cored with a 7 pin removable core with cylinder per CVAMC locksmith. The contractor shall install a chase made out of impact resistant gypsum board around the piping coming out of the floor where the floor mounted fan coil unit used to be and run the pipes up the chase to the new ceiling mounted fan coil unit. The contractor shall install an individual temperature control thermostat in the new ceiling mounted fan coil unit. The contractor shall install the appropriate valve shut-offs. Temperature in the holding room and patient bathroom shall be controlled at a range of 70 to 75 degrees F with a humidity level ranging from 30% - 50% and the air balance in the room shall be neutral with respect to the corridor. The contractor will be responsible for testing the air balance of the room once the construction has been completed.Electrical and Lighting: The contractor shall install two 2’ x 4’ (600mm x 1200mm) security type recessed LED lighting fixtures with acrylic prismatic lens equivalent to F32T8 lamps at 3500 degree K and CRI = 70 (minimum) in room 107. A 2’x2’ equivalent will be installed in room 107A bathroom ceiling. The contractor shall wire all lighting to the emergency power source and tested to make sure the lights function during a power outage. Telecommunication and IT outlet shall remain intact. The contractor shall install 2 duplex receptacles inside of the holding room and the receptacles shall be tamper-resistant and equipped with ground-fault circuit interrupters (GFCI’s). Receptacles shall be wired to the emergency circuit.Prior to the start of construction, the contractor will coordinate with CVAMC Computer Specialists to remove the WiFi router in the ceiling. The contractor shall protect and preserve the existing WiFi device during the renovation of the room. Once the new ceiling is installed, the WiFi device shall be reinstalled at the same location. If the device has to be disconnected or moved during the renovation, then the contractor is responsible for reconnecting the device at the same location in the room – coordination must occur because the WiFi routers are triangulated. The contractor will provide a protection device for the router as is seen on Building 59A. The contractor shall pull all wiring required for the cylindrical locking system and card reader device for the new door entering into room 105. This run shall be from the new door to the Securitech Control System at the nurse’s station. These doors must all work on the Sally Port system whereas only one door at a time will function with the card reader. The contractor shall provide a security camera installed and functioning in accordance with the CVAMC security camera system and tied in to the nurse’s station.Nurse Call: Device shall be push-button and approximately 12-18” off of the floor, imbedded in to the wall as to be anti-ligature, located next to the toilet, and direct wired to the present Nurse Call system. An example can be found in the patient rooms of Building 59A. An additional Emergency Call system is to be installed with keyed master switch with security cover, four (4) push-buttons, and activation warning light at the nurse station and police department. All are to be tied into the nurse station.4) BathroomFloor Finish: The contractor shall preserve the existing flooring in the bathroom. Wall Finish: The current walls meet requirements. The contractor is to keep the walls as is, but the contractor is responsible to make any repairs or patching necessary if the walls show damage. The contractor shall install epoxy paint.Ceiling: Hard ceiling is already installed in the bathroom. The contractor shall repaint and fix any damage to ceiling. Noise: The contractor shall make sure the noise rating for the bathroom is at 40 STC.Door: The contractor shall remove existing door leading into room 107A. The contractor shall patch all holes in the frame for the entrance way into the bathroom. The refinished frame shall have a curtain and track that meets the anti-ligature requirements.HVAC: The contractor shall keep the current HVAC system. The contractor shall install a new anti-ligature security air vents in the bathroom that meet code and specification requirements. During the renovation of the rooms, the contractor shall seal off vents to prevent any dust and debris from entering the HVAC system. The contractor is responsible for any damage to the HVAC system and shall address the issue in a timely manner.Electrical: The contractor shall install one 2’ x 2’ (600mm x 600mm) security type recessed LED lighting fixtures with acrylic prismatic lens and equivalent to F32T8 lamps at 3500 degree K and CRI = 70 (minimum) and appropriate as existing lighting in Building 59A. The contractor shall wire the light to the emergency circuit. Contractor shall install one receptacle that is tamper-resistant and equipped with ground-fault circuit interrupters (GFCI). The contractor is responsible for fixing any damage to the ceiling or walls when installing the new fixtures.Bathroom Equipment: The contractor shall install one floor mounted solid surface or stainless steel toilet that shall have the following features: 1) Siphon Jet, 2) Back spud push button flush valve, and 3) Seat with open front and check hinge. The contractor shall install a safety toilet tissue paper dispenser with soft spindle that is recessed into the wall. The contractor shall install a wall mounted solid surface or stainless steel sink with integral faucet and shall have self-closing push button valves. The contractor shall install a recessed wall mounted disposable soap dispenser. The contractor shall install an anti-ligature stainless steel mirror with stainless steel frame (457mm x 914mm / 36” x 18”). The contractor shall install a recessed paper towel dispenser that is satin finished stainless steel that dispenses single-fold paper towels. All fixtures have to be anti-ligature and meet the Mental Health Facilities Design Guidelines.Sprinkler System: If the current sprinkler system meets the anti-ligature requirements, then the contractor shall preserve and protect the devise during renovations and is responsible for any damage to the devise. If the sprinkler system does not meet the anti-ligature requirements, then the contractor is responsible for installing a new anti-ligature devise and as well as testing the system.The contractor shall protect adjacent structures and equipment. Contractor is responsible to repair all other damages caused during this project.The contractor shall ensure work site is properly cleaned up when work is complete. The contractor shall use a HEPA air filtration device at all times.The contractor shall dispose of all residues off site in strict accordance with all applicable Federal, State and Local regulations.The contractor must provide (2) forms of identification, one of which must be a photo I.D.(i.e. a valid driver’s license) and will be required to pass a security background check prior to being granted permission to enter the CVAMC facility. The contractor shall verify completion of a Privacy and Tool Safety class prior to the start of construction as provided by the Contracting Officer Representative (COR).The contractors work shall be inspected by the COR and the Safety Committee to be in accordance with Holding Room safety standards to ensure there are no sharp corners or edges, tamper-proof screws, etc. SECURITY WARNING The location of this project is in the Psychiatric Ward of the Coatesville VAMC, which means that the contractor shall be aware at all times of all of the workers as well as all of the equipment and tools that will be used during the project. The contractor respects at all times the rules applicable to patient privacy. MINIMUM STANDARDS OF WORKMANSHIP All work shall be performed in compliance with all Federal, State and Local laws and regulations. In addition, work will meet equipment’s manufacturer and generally accepted industry standards of good workmanship. All waste materials shall be disposed of by the contractor in compliance with Federal State and Local laws and regulations.Point of Contact (POC) and COR for this action is Thomas.Bucci@ or 610-384-7711 x3218REFERENCESStandard Details PG 18-4 Division 08VA Space Planning Criteria 18-9 Mental Health and Behavioral Patient Care Units Chapter 110Room Finishes, Door and Hardware Schedule 18-14 Chapter 110VA Master Specification Lists 09 06 00, 08 14 00, 08 71 00Mental Health Environment of Care ChecklistSAFETY OR ENVIRONMENTAL VIOLATIONS AND EXPERIENCE MODIFICATION RATEAll Bidders/Offerors shall submit the following information pertaining to their past Safety and Environmental record.? The information shall contain, at a minimum, a certification that the bidder/offeror has no more than three (3) serious, or one (1) repeat or one (1) willful OSHA or any EPA violation(s) in the past three years.All Bidders/Offerors shall submit information regarding their current Experience Modification Rate (EMR) equal to or less than 1.0.? This information shall be obtained from the bidder’s/offeror’s insurance company and be furnished on the insurance carrier’s letterhead.Self-insured contractors or other contractors that cannot provide their EMR rating on insurance letterhead must obtain a rating from the National Council on Compensation Insurance, Inc. (NCCI) by completing/submitting form ERM-6 and providing the rating on letterhead from NCCI.? Note: Self-insured contractors or other contractors that cannot provide EMR rating on insurance letterhead from the states or territories of CA, DE, MI, NJ, ND, OH, PA, WA, WY, and PR shall obtain their EMR rating from their state run worker’s compensation insurance rating bureau.A Determination of Responsibility will be accomplished for the apparent awardee prior to processing the award.? The above information, along with other information obtained from Government systems, such as the OSHA and EPA online inspection history databases will be used to make the Determination of Responsibility.?? Failure to affirm being within the guidelines above will result in a determination of “Non-Responsibility” for the bidder/offeror.? NOTE: Any information received by the Government that would cause for a negative Determination of Responsibility will make the bidder/offeror ineligible for award.This requirement is applicable to all subcontracting tiers, and prospective prime contractors are responsible for determining the responsibility of their prospective subcontractors.SYSTEM FOR AWARD MANAGEMENTAll interested parties must be registered in the System for Award Management (SAM) Database at prior to award. Contractors may obtain information on registration requirements via the internet at OF UNDERGROUND UTILITIESContractor cannot rely on available VA as-built drawings to identify all existing underground utilities. Prior to any excavating, contractor is required to make sure that the location of all underground utilities in excavation sites is accurately designated. Contractor shall provide a comprehensive report on all underground utilities, which must include survey ground marks laid out and an illustration of job-site showing underground utilities. The Utility Location & Coordination Uniform Color Code must be used for the ground marks and illustrations. Damage to underground utilities as a result of contractor’s excavation activity shall be repaired at contractor’s expense.It may be necessary for contractor to employ the services of a Subsurface Utility Engineering firm to conduct surveys to locate all underground utilities in areas to be excavated. Such surveys might utilize geophysical prospecting techniques and electromagnetics. In some circumstances these conventional methods do not precisely locate the utilities, in which case the following additional means may be utilized: TV video pipe inspection, ground penetrating radar (for non-metallics), and vacuum excavation.METRIC PRODUCTSMetric products manufactured to metric dimensions will be considered on an equal basis with those manufactured using inch-pound units, provided they fall within the tolerances specified using conversion tables contained in the latest revision of Federal Standard No. 376, and all other requirements of this solicitation are met. If a product is manufactured to metric dimensions and those dimensions exceed the tolerances specified in the inch/pound units, a request should be made to the Contacting Officer to determine if the product is acceptable. The contracting Officer, in concert with the Contracting Officer’s representative (COR), will accept or reject the product.CONTRACTING OFFICER’S REPRESENTATIVE (COR) (In accordance with VAAR 1.604 and 1.602-2) the COR assists in the technical monitoring or administration of a contract. ?Limited authority is given in writing by the contracting officer’s letter of designation describing the COR’s duties and responsibilities. ?The COR has no authority to make any commitments or changes that affect price, quality, quantity, delivery, or other terms and conditions of the contract (or provisions of the solicitation). ?The COR’s authority is limited to contract administration functions delegated in writing by the contracting officer. In this solicitation and in the specifications, COR may used interchangeably with Contracting Officer’s Technical Representative (COTR), Resident Engineer, Project Engineer, Engineer/Engineering.? ?POINT OF CONTACTAll questions are to be directed to the Contracting Officer at the Coatesville VAMC. WAGE AND HOUR LAWSThe Contractor shall be responsible for the correct title classification of workers and compliance with all applicable wage and hour laws.SITE VISIT ANNOUNCEMENTThe Coatesville Veterans Affairs Medical Center (VAMC) will hold a site visit for all contractors interested in the Building 59A Holding Room project.The details for the site visit are as follows:Date:Monday, November 28, 2016Time:10:00 AM Interested contractors should meet at the Coatesville VAMC, Acquisition Management Service, Building 19 South. The site visit will include a tour of the relevant campus location. A contractor’s decision not to attend the site visit will not preclude the contractor from submitting a bid for this project. However, additional site visits and individual meetings for this project will not be scheduled.Contractors may submit questions for items needing clarification to the Contracting Officer via e-mail until COB Friday, December 2, 2016. If necessary, an Amendment to the Solicitation will be posted to on or about December 9, 2016. Bids are due to the Contracting Officer no later than 10:00 AM on Wednesday, December 14, 2016.Please direct any questions regarding this procurement to the Contracting Officer:Elizabeth MorinElizabeth.morin3@610-383-0202KEY DATES/TIMESMonday, November 28, 201610:00 AM Site visit at Coatesville VAMC, Bldg 19 South Friday, December 2, 2016 4:30 PM Questions due to Contracting OfficerFriday, December 9, 2016Amendment issued on or about 12/09/16 (if necessary)Wednesday, December 14, 2016 10:00 AM Bid OpeningPlease monitor the website for any changes to the above dates/times.ADMINISTRATION DATAB.1 52.204-8 ANNUAL REPRESENTATIONS AND CERTIFICATIONS (APR 2016) (a)(1) The North American Industry Classification System (NAICS) code for this acquisition is 236220. (2) The small business size standard is $36.5 Million. (3) The small business size standard for a concern which submits an offer in its own name, other than on a construction or service contract, but which proposes to furnish a product which it did not itself manufacture, is 500 employees. (b)(1) If the provision at 52.204-7, System for Award Management, is included in this solicitation, paragraph (d) of this provision applies. (2) If the provision at 52.204-7 is not included in this solicitation, and the offeror is currently registered in the System for Award Management (SAM), and has completed the Representations and Certifications section of SAM electronically, the offeror may choose to use paragraph (d) of this provision instead of completing the corresponding individual representations and certifications in the solicitation. The offeror shall indicate which option applies by checking one of the following boxes: [ ] (i) Paragraph (d) applies. [ ] (ii) Paragraph (d) does not apply and the offeror has completed the individual representations and certifications in the solicitation. (c)(1) The following representations or certifications in SAM are applicable to this solicitation as indicated: (i) 52.203-2, Certificate of Independent Price Determination. This provision applies to solicitations when a firm-fixed-price contract or fixed-price contract with economic price adjustment is contemplated, unless— (A) The acquisition is to be made under the simplified acquisition procedures in Part 13; (B) The solicitation is a request for technical proposals under two-step sealed bidding procedures; or (C) The solicitation is for utility services for which rates are set by law or regulation. (ii) 52.203-11, Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions. This provision applies to solicitations expected to exceed $150,000. (iii) 52.204-3, Taxpayer Identification. This provision applies to solicitations that do not include the provision at 52.204-7, System for Award Management. (iv) 52.204-5, Women-Owned Business (Other Than Small Business). This provision applies to solicitations that— (A) Are not set aside for small business concerns; (B) Exceed the simplified acquisition threshold; and (C) Are for contracts that will be performed in the United States or its outlying areas. (v) 52.209-2, Prohibition on Contracting with Inverted Domestic Corporations—Representation. (vi) 52.209-5, Certification Regarding Responsibility Matters. This provision applies to solicitations where the contract value is expected to exceed the simplified acquisition threshold. (vii) 52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law. This provision applies to all solicitations. (viii) 52.214-14, Place of Performance—Sealed Bidding. This provision applies to invitations for bids except those in which the place of performance is specified by the Government. (ix) 52.215-6, Place of Performance. This provision applies to solicitations unless the place of performance is specified by the Government. (x) 52.219-1, Small Business Program Representations (Basic & Alternate I). This provision applies to solicitations when the contract will be performed in the United States or its outlying areas. (A) The basic provision applies when the solicitations are issued by other than DoD, NASA, and the Coast Guard. (B) The provision with its Alternate I applies to solicitations issued by DoD, NASA, or the Coast Guard. (xi) 52.219-2, Equal Low Bids. This provision applies to solicitations when contracting by sealed bidding and the contract will be performed in the United States or its outlying areas. (xii) 52.222-22, Previous Contracts and Compliance Reports. This provision applies to solicitations that include the clause at 52.222-26, Equal Opportunity. (xiii) 52.222-25, Affirmative Action Compliance. This provision applies to solicitations, other than those for construction, when the solicitation includes the clause at 52.222-26, Equal Opportunity. (xiv) 52.222-38, Compliance with Veterans' Employment Reporting Requirements. This provision applies to solicitations when it is anticipated the contract award will exceed the simplified acquisition threshold and the contract is not for acquisition of commercial items. (xv) 52.223-1, Biobased Product Certification. This provision applies to solicitations that require the delivery or specify the use of USDA-designated items; or include the clause at 52.223-2, Affirmative Procurement of Biobased Products Under Service and Construction Contracts. (xvi) 52.223-4, Recovered Material Certification. This provision applies to solicitations that are for, or specify the use of, EPA-designated items. (xvii) 52.225-2, Buy American Certificate. This provision applies to solicitations containing the clause at 52.225-1. (xviii) 52.225-4, Buy American—Free Trade Agreements—Israeli Trade Act Certificate. (Basic, Alternates I, II, and III.) This provision applies to solicitations containing the clause at 52.225-3. (A) If the acquisition value is less than $25,000, the basic provision applies. (B) If the acquisition value is $25,000 or more but is less than $50,000, the provision with its Alternate I applies. (C) If the acquisition value is $50,000 or more but is less than $77,533, the provision with its Alternate II applies. (D) If the acquisition value is $77,533 or more but is less than $100,000, the provision with its Alternate III applies. (xix) 52.225-6, Trade Agreements Certificate. This provision applies to solicitations containing the clause at 52.225-5. (xx) 52.225-20, Prohibition on Conducting Restricted Business Operations in Sudan—Certification. This provision applies to all solicitations. (xxi) 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran—Representation and Certifications. This provision applies to all solicitations. (xxii) 52.226-2, Historically Black College or University and Minority Institution Representation. This provision applies to solicitations for research, studies, supplies, or services of the type normally acquired from higher educational institutions. (A) Solicitations for research, studies, supplies, or services of the type normally acquired from higher educational institutions; and (B) For DoD, NASA, and Coast Guard acquisitions, solicitations that contain the clause at 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns. (2) The following representations or certifications are applicable as indicated by the Contracting Officer: [X](i) 52.204-17, Ownership or Control of Offeror. [X](ii) 52.204-20, Predecessor of Offeror. [](iii) 52.222-18, Certification Regarding Knowledge of Child Labor for Listed End Products. [](iv) 52.222-48, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment—Certification. [](v) 52.222-52, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services—Certification. [](vi) 52.223-9, with its Alternate I, Estimate of Percentage of Recovered Material Content for EPA-Designated Products (Alternate I only). [](vii) 52.227-6, Royalty Information. [](A) Basic. [](B) Alternate I. [](viii) 52.227-15, Representation of Limited Rights Data and Restricted Computer Software. (d) The offeror has completed the annual representations and certifications electronically via the SAM Web site accessed through . After reviewing the SAM database information, the offeror verifies by submission of the offer that the representations and certifications currently posted electronically that apply to this solicitation as indicated in paragraph (c) of this provision have been entered or updated within the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference (see FAR 4.1201); except for the changes identified below [offeror to insert changes, identifying change by clause number, title, date]. These amended representation(s) and/or certification(s) are also incorporated in this offer and are current, accurate, and complete as of the date of this offer.FAR Clause #TitleDateChange Any changes provided by the offeror are applicable to this solicitation only, and do not result in an update to the representations and certifications posted on SAM.(End of Provision)B.2 LIMITATIONS ON SUBCONTRACTING-- MONITORING AND COMPLIANCE (JUN 2011) This solicitation includes VAAR 852.219-10 VA Notice of Total Service- Disabled Veteran-Owned Small Business Set-Aside. Accordingly, any contract resulting from this solicitation will include this clause. The contractor is advised in performing contract administration functions, the CO may use the services of a support contractor(s) retained by VA to assist in assessing the contractor's compliance with the limitations on subcontracting or percentage of work performance requirements specified in the clause. To that end, the support contractor(s) may require access to contractor's offices where the contractor's business records or other proprietary data are retained and to review such business records regarding the contractor's compliance with this requirement. All support contractors conducting this review on behalf of VA will be required to sign an “Information Protection and Non-Disclosure and Disclosure of Conflicts of Interest Agreement” to ensure the contractor's business records or other proprietary data reviewed or obtained in the course of assisting the CO in assessing the contractor for compliance are protected to ensure information or data is not improperly disclosed or other impropriety occurs. Furthermore, if VA determines any services the support contractor(s) will perform in assessing compliance are advisory and assistance services as defined in FAR 2.101, Definitions, the support contractor(s) must also enter into an agreement with the contractor to protect proprietary information as required by FAR 9.505-4, obtaining access to proprietary information, paragraph (b). The contractor is required to cooperate fully and make available any records as may be required to enable the CO to assess the contractor's compliance with the limitations on subcontracting or percentage of work performance requirement.GENERAL PROVISIONSGP.1 52.203-98 PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS—REPRESENTATION (DEVIATION) (FEB 2015) (a) In accordance with section 743 of Division E, Title VII, of the Consolidated and Further Continuing Resolution Appropriations Act, 2015 (Pub. L. 113-235), Government agencies are not permitted to use funds appropriated (or otherwise made available) under that or any other Act for contracts with an entity that requires employees or subcontractors of such entity seeking to report fraud, waste, or abuse to sign internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or contactors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (b) The prohibition in paragraph (a) of this provision does not contravene requirements applicable to Standard Form 312, Form 4414, or any other form issued by a Federal department or agency governing the nondisclosure of classified information. (c) Representation. By submission of its offer, the Offeror represents that it does not require employees or subcontractors of such entity seeking to report fraud, waste, or abuse to sign internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or subcontractors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information.(End of Provision)GP.2 52.209-5 REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW (DEVIATION)(MAR 2012) (a) In accordance with Division H, sections 8124 and 8125 of P.L. 112-74 and sections 738 and 739 of P.L. 112-55 none of the funds made available by either Act may be used to enter into a contract with any corporation that— (1) Has an unpaid federal tax liability, unless the agency has considered suspension or debarment of the corporation and the Suspension and Debarment Official has made a determination that this action is not necessary to protect the interests of the Government. (2) Has a felony criminal violation under any Federal or State law within the preceding 24 months, unless the agency has considered suspension or debarment of the corporation and Suspension and Debarment Official has made a determination that this action is not necessary to protect the interests of the Government. (b) The Offeror represents that— (1) The offeror does [ ] does not [ ] have any unpaid Federal tax liability that has been assessed and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability. (2) The offeror, its officers or agents acting on its behalf have [ ] have not [ ] been convicted of a felony criminal violation under a Federal or State law within the preceding 24 months.(End of Provision)GP.3 52.222-5 CONSTRUCTION WAGE RATE REQUIREMENTS—SECONDARY SITE OF THE WORK (MAY 2014) (a)(1) The offeror shall notify the Government if the offeror intends to perform work at any secondary site of the work, as defined in paragraph (a)(1)(ii) of the FAR clause at 52.222-6, Construction Wage Rate Requirements, of this solicitation. (2) If the offeror is unsure if a planned work site satisfies the criteria for a secondary site of the work, the offeror shall request a determination from the Contracting Officer. (b)(1) If the wage determination provided by the Government for work at the primary site of the work is not applicable to the secondary site of the work, the offeror shall request a wage determination from the Contracting Officer. (2) The due date for receipt of offers will not be extended as a result of an offeror's request for a wage determination for a secondary site of the work.(End of Provision)GP.4 52.225-10 NOTICE OF BUY AMERICAN REQUIREMENT—CONSTRUCTION MATERIALS (MAY 2014) (a) Definitions. "Commercially available off-the-shelf (COTS) item," "construction material," "domestic construction material," and "foreign construction material," as used in this provision, are defined in the clause of this solicitation entitled "Buy American—Construction Materials" (Federal Acquisition Regulation (FAR) clause 52.225-9). (b) Requests for determinations of inapplicability. An offeror requesting a determination regarding the inapplicability of the Buy American statute should submit the request to the Contracting Officer in time to allow a determination before submission of offers. The offeror shall include the information and applicable supporting data required by paragraphs (c) and (d) of the clause at FAR 52.225-9 in the request. If an offeror has not requested a determination regarding the inapplicability of the Buy American statute before submitting its offer, or has not received a response to a previous request, the offeror shall include the information and supporting data in the offer. (c) Evaluation of offers. (1) The Government will evaluate an offer requesting exception to the requirements of the Buy American statute, based on claimed unreasonable cost of domestic construction material, by adding to the offered price the appropriate percentage of the cost of such foreign construction material, as specified in paragraph (b)(3)(i) of the clause at FAR 52.225-9. (2) If evaluation results in a tie between an offeror that requested the substitution of foreign construction material based on unreasonable cost and an offeror that did not request an exception, the Contracting Officer will award to the offeror that did not request an exception based on unreasonable cost. (d) Alternate offers. (1) When an offer includes foreign solicitation in paragraph (b)(2) of the clause at FAR 52.225-9, the offeror also may submit an alternate offer based on use of equivalent domestic construction material. (2) If an alternate offer is submitted, the offeror shall submit a separate Standard Form 1442 for the alternate offer, and a separate price comparison table prepared in accordance with paragraphs (c) and (d) of the clause at FAR 52.225-9 for the offer that is based on the use of any foreign construction material for which the Government has not yet determined an exception applies. (3) If the Government determines that a particular exception requested in accordance with paragraph (c) of the clause at FAR 52.225-9 does not apply, the Government will evaluate only those offers based on use of the equivalent domestic construction material, and the offeror shall be required to furnish such domestic construction material. An offer based on use of the foreign construction material for which an exception was requested— (i) Will be rejected as nonresponsive if this acquisition is conducted by sealed bidding; or (ii) May be accepted if revised during negotiations.(End of Provision)GP.5 52.222-23 NOTICE OF REQUIREMENT FOR AFFIRMATIVE ACTION TO ENSURE EQUAL EMPLOYMENT OPPORTUNITY FOR CONSTRUCTION (FEB 1999) (a) The offeror's attention is called to the Equal Opportunity clause and the Affirmative Action Compliance Requirements for Construction clause of this solicitation. (b) The goals for minority and female participation, expressed in percentage terms for the Contractor's aggregate workforce in each trade on all construction work in the covered area, are as follows:Goals for minority participation for each tradeGoals for female participation for each trade %6.9 % These goals are applicable to all the Contractor's construction work performed in the covered area. If the Contractor performs construction work in a geographical area located outside of the covered area, the Contractor shall apply the goals established for the geographical area where the work is actually performed. Goals are published periodically in the Federal Register in notice form, and these notices may be obtained from any Office of Federal Contract Compliance Programs office. (c) The Contractor's compliance with Executive Order 11246, as amended, and the regulations in 41 CFR 60-4 shall be based on (1) its implementation of the Equal Opportunity clause, (2) specific affirmative action obligations required by the clause entitled "Affirmative Action Compliance Requirements for Construction," and (3) its efforts to meet the goals. The hours of minority and female employment and training must be substantially uniform throughout the length of the contract, and in each trade. The Contractor shall make a good faith effort to employ minorities and women evenly on each of its projects. The transfer of minority or female employees or trainees from Contractor to Contractor, or from project to project, for the sole purpose of meeting the Contractor's goals shall be a violation of the contract, Executive Order 11246, as amended, and the regulations in 41 CFR 60-4. Compliance with the goals will be measured against the total work hours performed. (d) The Contractor shall provide written notification to the Deputy Assistant Secretary for Federal Contract Compliance, U.S. Department of Labor, within 10 working days following award of any construction subcontract in excess of $10,000 at any tier for construction work under the contract resulting from this solicitation. The notification shall list the— (1) Name, address, and telephone number of the subcontractor; (2) Employer's identification number of the subcontractor; (3) Estimated dollar amount of the subcontract; (4) Estimated starting and completion dates of the subcontract; and (5) Geographical area in which the subcontract is to be performed. (e) As used in this Notice, and in any contract resulting from this solicitation, the "covered area" is(End of Provision)GP.6 52.236-27 SITE VISIT (CONSTRUCTION) (FEB 1995) ALTERNATE I (FEB 1995) (a) The clauses at 52.236-2, Differing Site Conditions, and 52.236-3, Site Investigations and Conditions Affecting the Work, will be included in any contract awarded as a result of this solicitation. Accordingly, offerors or quoters are urged and expected to inspect the site where the work will be performed. (b) An organized site visit has been scheduled for— Date:Monday, November 28, 2016Time:10:00 AM (c) Participants will meet at—Interested contractors should meet at the Coatesville VAMC, Acquisition Management Service, Building 19 South. (End of Provision)GP.7 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): FAR NumberTitleDate52.204-7SYSTEM FOR AWARD MANAGEMENTJUL 201352.204-16COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTINGJUL 201652.214-3AMENDMENTS TO INVITATIONS FOR BIDSDEC 198952.214-4FALSE STATEMENTS IN BIDSAPR 198452.214-5SUBMISSION OF BIDSMAR 199752.214-6EXPLANATION TO PROSPECTIVE BIDDERSAPR 198452.214-7LATE SUBMISSIONS, MODIFICATIONS, AND WITHDRAWALS OF BIDSNOV 199952.214-18PREPARATION OF BIDS—CONSTRUCTIONAPR 198452.214-19CONTRACT AWARD—SEALED BIDDING—CONSTRUCTIONAUG 199652.214-34SUBMISSION OF OFFERS IN THE ENGLISH LANGUAGEAPR 199152.214-35SUBMISSION OF OFFERS IN U.S. CURRENCYAPR 199152.232-13NOTICE OF PROGRESS PAYMENTSAPR 198452.242-14SUSPENSION OF WORKAPR 198452.246-12INSPECTION OF CONSTRUCTIONAUG 1996(End of Provision)GP.8 VAAR 852.214-70 CAUTION TO BIDDERS--BID ENVELOPES (JAN 2008) It is the responsibility of each bidder to take all necessary precautions, including the use of proper mailing cover, to insure that the bid price cannot be ascertained by anyone prior to bid opening. If a bid envelope is furnished with this invitation, the bidder is requested to use this envelope in submitting the bid. The bidder may, however, use any suitable envelope, identified by the invitation number and bid opening time and date. If an Optional Form (OF) 17, Sealed Bid Label, is furnished with this invitation in lieu of a bid envelope, the bidder is advised to complete and affix the OF 17 to the lower left corner of the envelope used in submitting the bid.(End of Provision)GP.9 VAAR 852.270-1 REPRESENTATIVES OF CONTRACTING OFFICERS (JAN 2008) The contracting officer reserves the right to designate representatives to act for him/her in furnishing technical guidance and advice or generally monitor the work to be performed under this contract. Such designation will be in writing and will define the scope and limitation of the designee's authority. A copy of the designation shall be furnished to the contractor.(End of Provision)GENERAL CONDITIONSGC.1 52.203-99 PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS (DEVIATION) (FEB 2015) (a) The Contractor shall not require employees or contractors seeking to report fraud, waste, or abuse to sign or comply with internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or subcontractors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (b) The contractor shall notify employees that the prohibitions and restrictions of any internal confidentiality agreements covered by this clause are no longer in effect. (c) The prohibition in paragraph (a) of this clause does not contravene requirements applicable to Standard Form 312, Form 4414, or any other form issued by a Federal department or agency governing the nondisclosure of classified information. (d)(1) In accordance with section 743 of Division E, Title VII, of the Consolidated and Further Continuing Resolution Appropriations Act, 2015 (Pub. L. 113-235), use of funds appropriated (or otherwise made available) under that or any other Act may be prohibited, if the Government determines that the Contractor is not in compliance with the provisions of this clause. (2) The Government may seek any available remedies in the event the contractor fails to comply with the provisions of this clause.(End of Clause)GC.2 52.204-19 INCORPORATION BY REFERENCE OF REPRESENTATIONS AND CERTIFICATIONS (DEC 2014) The Contractor's representations and certifications, including those completed electronically via the System for Award Management (SAM), are incorporated by reference into the contract.(End of Clause)GC.3 52.211-10 COMMENCEMENT, PROSECUTION, AND COMPLETION OF WORK (APR 1984) ALTERNATE I (APR 1984) The Contractor shall be required to (a) commence work under this contract within 10 calendar days after the date the Contractor receives the notice to proceed, (b) prosecute the work diligently, and (c) complete the entire work ready for use not later than 60 days after receipt of award. The time stated for completion shall include final cleanup of the premises. The completion date is based on the assumption that the successful offeror will receive the notice to proceed by . The completion date will be extended by the number of calendar days after the above date that the Contractor receives the notice to proceed, except to the extent that the delay in issuance of the notice to proceed results from the failure of the Contractor to execute the contract and give the required performance and payment bonds within the time specified in the offer.(End of Clause)GC.4 52.219-28 POST-AWARD SMALL BUSINESS PROGRAM REREPRESENTATION (JUL 2013) (a) Definitions. As used in this clause— Long-term contract means a contract of more than five years in duration, including options. However, the term does not include contracts that exceed five years in duration because the period of performance has been extended for a cumulative period not to exceed six months under the clause at 52.217-8, Option to Extend Services, or other appropriate authority. Small business concern means a concern, including its affiliates, that is independently owned and operated, not dominant in the field of operation in which it is bidding on Government contracts, and qualified as a small business under the criteria in 13 CFR part 121 and the size standard in paragraph (c) of this clause. Such a concern is "not dominant in its field of operation" when it does not exercise a controlling or major influence on a national basis in a kind of business activity in which a number of business concerns are primarily engaged. In determining whether dominance exists, consideration shall be given to all appropriate factors, including volume of business, number of employees, financial resources, competitive status or position, ownership or control of materials, processes, patents, license agreements, facilities, sales territory, and nature of business activity. (b) If the Contractor represented that it was a small business concern prior to award of this contract, the Contractor shall rerepresent its size status according to paragraph (e) of this clause or, if applicable, paragraph (g) of this clause, upon the occurrence of any of the following: (1) Within 30 days after execution of a novation agreement or within 30 days after modification of the contract to include this clause, if the novation agreement was executed prior to inclusion of this clause in the contract. (2) Within 30 days after a merger or acquisition that does not require a novation or within 30 days after modification of the contract to include this clause, if the merger or acquisition occurred prior to inclusion of this clause in the contract. (3) For long-term contracts— (i) Within 60 to 120 days prior to the end of the fifth year of the contract; and (ii) Within 60 to 120 days prior to the date specified in the contract for exercising any option thereafter. (c) The Contractor shall rerepresent its size status in accordance with the size standard in effect at the time of this rerepresentation that corresponds to the North American Industry Classification System (NAICS) code assigned to this contract. The small business size standard corresponding to this NAICS code can be found at . (d) The small business size standard for a Contractor providing a product which it does not manufacture itself, for a contract other than a construction or service contract, is 500 employees. (e) Except as provided in paragraph (g) of this clause, the Contractor shall make the representation required by paragraph (b) of this clause by validating or updating all its representations in the Representations and Certifications section of the System for Award Management (SAM) and its other data in SAM, as necessary, to ensure that they reflect the Contractor's current status. The Contractor shall notify the contracting office in writing within the timeframes specified in paragraph (b) of this clause that the data have been validated or updated, and provide the date of the validation or update. (f) If the Contractor represented that it was other than a small business concern prior to award of this contract, the Contractor may, but is not required to, take the actions required by paragraphs (e) or (g) of this clause. (g) If the Contractor does not have representations and certifications in SAM, or does not have a representation in SAM for the NAICS code applicable to this contract, the Contractor is required to complete the following rerepresentation and submit it to the contracting office, along with the contract number and the date on which the rerepresentation was completed: The Contractor represents that it [ ] is, [ ] is not a small business concern under NAICS Code 236220 assigned to contract number .[Contractor to sign and date and insert authorized signer's name and title].(End of Clause)GC.5 52.222-36 EQUAL OPPORTUNITY FOR WORKERS WITH DISABILITIES (JUL 2014) (a) Equal opportunity clause. The Contractor shall abide by the requirements of the equal opportunity clause at 41 CFR 60-741.5(a), as of March 24, 2014. This clause prohibits discrimination against qualified individuals on the basis of disability, and requires affirmative action by the Contractor to employ and advance in employment qualified individuals with disabilities. (b) Subcontracts. The Contractor shall include the terms of this clause in every subcontract or purchase order in excess of $15,000 unless exempted by rules, regulations, or orders of the Secretary, so that such provisions will be binding upon each subcontractor or vendor. The Contractor shall act as specified by the Director, Office of Federal Contract Compliance Programs of the U.S. Department of Labor, to enforce the terms, including action for noncompliance. Such necessary changes in language may be made as shall be appropriate to identify properly the parties and their undertakings.(End of Clause)GC.6 52.225-9 BUY AMERICAN—CONSTRUCTION MATERIALS (MAY 2014) (a) Definitions. As used in this clause— "Commercially available off-the-shelf (COTS) item"— (1) Means any item of supply (including construction material) that is— (i) A commercial item (as defined in paragraph (1) of the definition at FAR 2.101); (ii) Sold in substantial quantities in the commercial marketplace; and (iii) Offered to the Government, under a contract or subcontract at any tier, without modification, in the same form in which it is sold in the commercial marketplace; and (2) Does not include bulk cargo, as defined in 46 U.S.C. 40102(4), such as agricultural products and petroleum products. "Component" means any article, material, or supply incorporated directly into construction material. "Construction material" means an article, material, or supply brought to the construction site by the Contractor or a subcontractor for incorporation into the building or work. The term also includes an item brought to the site preassembled from articles, materials, or supplies. However, emergency life safety systems, such as emergency lighting, fire alarm, and audio evacuation systems, that are discrete systems incorporated into a public building or work and that are produced as complete systems, are evaluated as a single and distinct construction material regardless of when or how the individual parts or components of those systems are delivered to the construction site. Materials purchased directly by the Government are supplies, not construction material. "Cost of components" means— (1) For components purchased by the Contractor, the acquisition cost, including transportation costs to the place of incorporation into the end product (whether or not such costs are paid to a domestic firm), and any applicable duty (whether or not a duty-free entry certificate is issued); or (2) For components manufactured by the Contractor, all costs associated with the manufacture of the component, including transportation costs as described in paragraph (1) of this definition, plus allocable overhead costs, but excluding profit. Cost of components does not include any costs associated with the manufacture of the construction material. "Domestic construction material" means— (1) An unmanufactured construction material mined or produced in the United States; (2) A construction material manufactured in the United States, if— (i) The cost of its components mined, produced, or manufactured in the United States exceeds 50 percent of the cost of all its components. Components of foreign origin of the same class or kind for which nonavailability determinations have been made are treated as domestic; or (ii) The construction material is a COTS item. "Foreign construction material" means a construction material other than a domestic construction material. "United States" means the 50 States, the District of Columbia, and outlying areas. (b) Domestic preference. (1) This clause implements 41 U.S.C. chapter 83, Buy American, by providing a preference for domestic construction material. In accordance with 41 U.S.C. 1907, the component test of the Buy American statute is waived for construction material that is a COTS item. (See FAR 12.505(a)(2)). The Contractor shall use only domestic construction material in performing this contract, except as provided in paragraphs (b)(2) and (b)(3) of this clause. (2) This requirement does not apply to information technology that is a commercial item or to the construction materials or components listed by the Government as follows: (3) The Contracting Officer may add other foreign construction material to the list in paragraph (b)(2) of this clause if the Government determines that— (i) The cost of domestic construction material would be unreasonable. The cost of a particular domestic construction material subject to the requirements of the Buy American statute is unreasonable when the cost of such material exceeds the cost of foreign material by more than 6 percent; (ii) The application of the restriction of the Buy American statute to a particular construction material would be impracticable or inconsistent with the public interest; or (iii) The construction material is not mined, produced, or manufactured in the United States in sufficient and reasonably available commercial quantities of a satisfactory quality. (c) Request for determination of inapplicability of the Buy American statute. (1)(i) Any Contractor request to use foreign construction material in accordance with paragraph (b)(3) of this clause shall include adequate information for Government evaluation of the request, including— (A) A description of the foreign and domestic construction materials; (B) Unit of measure; (C) Quantity; (D) Price; (E) Time of delivery or availability; (F) Location of the construction project; (G) Name and address of the proposed supplier; and (H) A detailed justification of the reason for use of foreign construction materials cited in accordance with paragraph (b)(3) of this clause. (ii) A request based on unreasonable cost shall include a reasonable survey of the market and a completed price comparison table in the format in paragraph (d) of this clause. (iii) The price of construction material shall include all delivery costs to the construction site and any applicable duty (whether or not a duty-free certificate may be issued). (iv) Any Contractor request for a determination submitted after contract award shall explain why the Contractor could not reasonably foresee the need for such determination and could not have requested the determination before contract award. If the Contractor does not submit a satisfactory explanation, the Contracting Officer need not make a determination. (2) If the Government determines after contract award that an exception to the Buy American statute applies and the Contracting Officer and the Contractor negotiate adequate consideration, the Contracting Officer will modify the contract to allow use of the foreign construction material. However, when the basis for the exception is the unreasonable price of a domestic construction material, adequate consideration is not less than the differential established in paragraph (b)(3)(i) of this clause. (3) Unless the Government determines that an exception to the Buy American statute applies, use of foreign construction material is noncompliant with the Buy American statute. (d) Data. To permit evaluation of requests under paragraph (c) of this clause based on unreasonable cost, the Contractor shall include the following information and any applicable supporting data based on the survey of suppliers:FOREIGN AND DOMESTIC CONSTRUCTION MATERIALS PRICE COMPARISONConstruction Material DescriptionUnit of MeasureQuantityPrice (Dollars)*Item 1:Foreign Construction MaterialDomestic Construction MaterialItem 2:Foreign Construction MaterialDomestic Construction Material[List name, address, telephone number, and contact for suppliers surveyed Attach copy of response; if oral, attach summary.][Include other applicable supporting information.][*Include all delivery costs to the construction site and any applicable duty (whether or not a duty-free entry certificate is issued).](End of Clause)GC.7 52.246-21 WARRANTY OF CONSTRUCTION (MAR 1994) (a) In addition to any other warranties in this contract, the Contractor warrants, except as provided in paragraph (i) of this clause, that work performed under this contract conforms to the contract requirements and is free of any defect in equipment, material, or design furnished, or workmanship performed by the Contractor or any subcontractor or supplier at any tier. (b) This warranty shall continue for a period of 1 year from the date of final acceptance of the work. If the Government takes possession of any part of the work before final acceptance, this warranty shall continue for a period of 1 year from the date the Government takes possession. (c) The Contractor shall remedy at the Contractor's expense any failure to conform, or any defect. In addition, the Contractor shall remedy at the Contractor's expense any damage to Government-owned or controlled real or personal property, when that damage is the result of— (1) The Contractor's failure to conform to contract requirements; or (2) Any defect of equipment, material, workmanship, or design furnished. (d) The Contractor shall restore any work damaged in fulfilling the terms and conditions of this clause. The Contractor's warranty with respect to work repaired or replaced will run for 1 year from the date of repair or replacement. (e) The Contracting Officer shall notify the Contractor, in writing, within a reasonable time after the discovery of any failure, defect, or damage. (f) If the Contractor fails to remedy any failure, defect, or damage within a reasonable time after receipt of notice, the Government shall have the right to replace, repair, or otherwise remedy the failure, defect, or damage at the Contractor's expense. (g) With respect to all warranties, express or implied, from subcontractors, manufacturers, or suppliers for work performed and materials furnished under this contract, the Contractor shall— (1) Obtain all warranties that would be given in normal commercial practice; (2) Require all warranties to be executed, in writing, for the benefit of the Government, if directed by the Contracting Officer; and (3) Enforce all warranties for the benefit of the Government, if directed by the Contracting Officer. (h) In the event the Contractor's warranty under paragraph (b) of this clause has expired, the Government may bring suit at its expense to enforce a subcontractor's, manufacturer's, or supplier's warranty. (i) Unless a defect is caused by the negligence of the Contractor or subcontractor or supplier at any tier, the Contractor shall not be liable for the repair of any defects of material or design furnished by the Government nor for the repair of any damage that results from any defect in Government-furnished material or design. (j) This warranty shall not limit the Government's rights under the Inspection and Acceptance clause of this contract with respect to latent defects, gross mistakes, or fraud.(End of Clause)GC.8 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): (End of Clause)FAR NumberTitleDate52.203-17CONTRACTOR EMPLOYEE WHISTLEBLOWER RIGHTS AND REQUIREMENT TO INFORM EMPLOYEES OF WHISTLEBLOWER RIGHTSAPR 201452.204-9PERSONAL IDENTITY VERIFICATION OF CONTRACTOR PERSONNELJAN 201152.204-10REPORTING EXECUTIVE COMPENSATION AND FIRST-TIER SUBCONTRACT AWARDSOCT 201552.209-6PROTECTING THE GOVERNMENT'S INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENTOCT 201552.209-9UPDATES OF PUBLICLY AVAILABLE INFORMATION REGARDING RESPONSIBILITY MATTERSJUL 201352.222-3CONVICT LABORJUN 200352.222-6CONSTRUCTION WAGE RATE REQUIREMENTSMAY 201452.222-7WITHHOLDING OF FUNDSMAY 201452.222-8PAYROLLS AND BASIC RECORDSMAY 201452.222-9APPRENTICES AND TRAINEESJUL 200552.222-10COMPLIANCE WITH COPELAND ACT REQUIREMENTSFEB 198852.222-11SUBCONTRACTS (LABOR STANDARDS)MAY 201452.222-12CONTRACT TERMINATION—DEBARMENTMAY 201452.222-13COMPLIANCE WITH CONSTRUCTION WAGE RATE REQUIREMENTS AND RELATED REGULATIONSMAY 201452.222-14DISPUTES CONCERNING LABOR STANDARDSFEB 198852.222-15CERTIFICATION OF ELIGIBILITYMAY 201452.222-21PROHIBITION OF SEGREGATED FACILITIESAPR 201552.222-26EQUAL OPPORTUNITYAPR 201552.222-27AFFIRMATIVE ACTION COMPLIANCE REQUIREMENTS FOR CONSTRUCTIONAPR 201552.222-50COMBATING TRAFFICKING IN PERSONSMAR 201552.222-55MINIMUM WAGES UNDER EXECUTIVE ORDER 13658DEC 201552.223-5POLLUTION PREVENTION AND RIGHT-TO-KNOW INFORMATIONMAY 201152.223-18ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVINGAUG 201152.223-21FOAMSJUN 201652.225-13RESTRICTIONS ON CERTAIN FOREIGN PURCHASESJUN 200852.227-4PATENT INDEMNITY—CONSTRUCTION CONTRACTSDEC 200752.228-2ADDITIONAL BOND SECURITYOCT 199752.228-11PLEDGES OF ASSETSJAN 201252.228-12PROSPECTIVE SUBCONTRACTOR REQUESTS FOR BONDSMAY 201452.228-14IRREVOCABLE LETTER OF CREDITNOV 201452.229-2NORTH CAROLINA STATE AND LOCAL SALES AND USE TAXAPR 198452.232-5PAYMENTS UNDER FIXED-PRICE CONSTRUCTION CONTRACTSMAY 201452.232-18AVAILABILITY OF FUNDSAPR 198452.232-23ASSIGNMENT OF CLAIMSMAY 201452.232-27PROMPT PAYMENT FOR CONSTRUCTION CONTRACTSMAY 201452.232-34PAYMENT BY ELECTRONIC FUNDS TRANSFER—OTHER THAN SYSTEM FOR AWARD MANAGEMENTJUL 201352.232-39UNENFORCEABILITY OF UNAUTHORIZED OBLIGATIONSJUN 201352.232-40PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORSDEC 201352.233-1DISPUTESMAY 201452.233-3PROTEST AFTER AWARDAUG 199652.233-4APPLICABLE LAW FOR BREACH OF CONTRACT CLAIMOCT 200452.236-2DIFFERING SITE CONDITIONSAPR 198452.236-3SITE INVESTIGATION AND CONDITIONS AFFECTING THE WORKAPR 198452.236-5MATERIAL AND WORKMANSHIPAPR 198452.236-6SUPERINTENDENCE BY THE CONTRACTORAPR 198452.236-7PERMITS AND RESPONSIBILITIESNOV 199152.236-8OTHER CONTRACTSAPR 198452.236-9PROTECTION OF EXISTING VEGETATION, STRUCTURES, EQUIPMENT, UTILITIES, AND IMPROVEMENTSAPR 198452.236-10OPERATIONS AND STORAGE AREASAPR 198452.236-11USE AND POSSESSION PRIOR TO COMPLETIONAPR 198452.236-12CLEANING UPAPR 198452.236-13ACCIDENT PREVENTIONNOV 199152.236-15SCHEDULES FOR CONSTRUCTION CONTRACTSAPR 198452.236-17LAYOUT OF WORKAPR 198452.236-21SPECIFICATIONS AND DRAWINGS FOR CONSTRUCTIONFEB 199752.236-26PRECONSTRUCTION CONFERENCEFEB 199552.243-5CHANGES AND CHANGED CONDITIONSAPR 198452.244-6SUBCONTRACTS FOR COMMERCIAL ITEMSJUN 201652.249-1TERMINATION FOR CONVENIENCE OF THE GOVERNMENT (FIXED-PRICE) (SHORT FORM)APR 198452.249-10DEFAULT (FIXED-PRICE CONSTRUCTION)APR 198452.253-1COMPUTER GENERATED FORMSJAN 1991852.203-70COMMERCIAL ADVERTISINGJAN 2008852.236-72PERFORMANCE OF WORK BY THE CONTRACTORJUL 2002852.236-74INSPECTION OF CONSTRUCTIONJUL 2002852.236-76CORRESPONDENCEAPR 1984852.236-77REFERENCE TO "STANDARDS"JUL 2002852.236-78GOVERNMENT SUPERVISIONAPR 1984852.236-80SUBCONTRACTS AND WORK COORDINATIONAPR 1984852.236-82PAYMENTS UNDER FIXED-PRICE CONSTRUCTION CONTRACTS (WITHOUT NAS) ALTERNATE I (JUL 2002)APR 1984852.236-84SCHEDULE OF WORK PROGRESSNOV 1984852.236-85SUPPLEMENTARY LABOR STANDARDS PROVISIONSAPR 1984852.236-86WORKERS' COMPENSATIONJAN 2008852.236-87ACCIDENT PREVENTIONSEP 1993852.236-88CONTRACT CHANGES--SUPPLEMENTJUL 2002852.236-89BUY AMERICAN ACTJAN 2008852.236-91SPECIAL NOTESJUL 2002852.246-71INSPECTIONJAN 200852.222-4CONTRACT WORK HOURS AND SAFETY STANDARDS—OVERTIME COMPENSATIONMAY 2014 52.222-35 EQUAL OPPORTUNITY FOR VETERANS OCT 2015 52.222-37 EMPLOYMENT REPORTS ON VETERANS FEB 2016 52.242-14 SUSPENSION OF WORK APR 1984GC.9 VAAR 852.219-10 VA NOTICE OF TOTAL SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS SET-ASIDE (DEC 2009) (a) Definition. For the Department of Veterans Affairs, "Service-disabled veteran-owned small business concern": (1) Means a small business concern: (i) Not less than 51 percent of which is owned by one or more service-disabled veterans or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more service-disabled veterans (or eligible surviving spouses); (ii) The management and daily business operations of which are controlled by one or more service-disabled veterans (or eligible surviving spouses) or, in the case of a service-disabled veteran with permanent and severe disability, the spouse or permanent caregiver of such veteran; (iii) The business meets Federal small business size standards for the applicable North American Industry Classification System (NAICS) code identified in the solicitation document; and (iv) The business has been verified for ownership and control and is so listed in the Vendor Information Pages database, (). (2) "Service-disabled veteran" means a veteran, as defined in 38 U.S.C. 101(2), with a disability that is service-connected, as defined in 38 U.S.C. 101(16). (b) General. (1) Offers are solicited only from service-disabled veteran-owned small business concerns. Offers received from concerns that are not service-disabled veteran-owned small business concerns shall not be considered. (2) Any award resulting from this solicitation shall be made to a service-disabled veteran-owned small business concern. (c) Agreement. A service-disabled veteran-owned small business concern agrees that in the performance of the contract, in the case of a contract for: (1) Services (except construction), at least 50 percent of the cost of personnel for contract performance will be spent for employees of the concern or employees of other eligible service-disabled veteran-owned small business concerns; (2) Supplies (other than acquisition from a nonmanufacturer of the supplies), at least 50 percent of the cost of manufacturing, excluding the cost of materials, will be performed by the concern or other eligible service-disabled veteran-owned small business concerns; (3) General construction, at least 15 percent of the cost of the contract performance incurred for personnel will be spent on the concern's employees or the employees of other eligible service-disabled veteran-owned small business concerns; or (4) Construction by special trade contractors, at least 25 percent of the cost of the contract performance incurred for personnel will be spent on the concern's employees or the employees of other eligible service-disabled veteran-owned small business concerns. (d) A joint venture may be considered a service-disabled veteran owned small business concern if-- (1) At least one member of the joint venture is a service-disabled veteran-owned small business concern, and makes the following representations: That it is a service-disabled veteran-owned small business concern, and that it is a small business concern under the North American Industry Classification Systems (NAICS) code assigned to the procurement; (2) Each other concern is small under the size standard corresponding to the NAICS code assigned to the procurement; and (3) The joint venture meets the requirements of paragraph 7 of the explanation of Affiliates in 19.101 of the Federal Acquisition Regulation. (4) The joint venture meets the requirements of 13 CFR 125.15(b). (e) Any service-disabled veteran-owned small business concern (non-manufacturer) must meet the requirements in 19.102(f) of the Federal Acquisition Regulation to receive a benefit under this program.(End of Clause)GC.10 VAAR 852.232-72 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (NOV 2012) (a) Definitions. As used in this clause— (1) Contract financing payment has the meaning given in FAR 32.001. (2) Designated agency office has the meaning given in 5 CFR 1315.2(m). (3) Electronic form means an automated system transmitting information electronically according to the Accepted electronic data transmission methods and formats identified in paragraph (c) of this clause. Facsimile, email, and scanned documents are not acceptable electronic forms for submission of payment requests. (4) Invoice payment has the meaning given in FAR 32.001. (5) Payment request means any request for contract financing payment or invoice payment submitted by the contractor under this contract. (b) Electronic payment requests. Except as provided in paragraph (e) of this clause, the contractor shall submit payment requests in electronic form. Purchases paid with a Government-wide commercial purchase card are considered to be an electronic transaction for purposes of this rule, and therefore no additional electronic invoice submission is required. (c) Data transmission. A contractor must ensure that the data transmission method and format are through one of the following: (1) VA’s Electronic Invoice Presentment and Payment System. (See Web site at .) (2) Any system that conforms to the X12 electronic data interchange (EDI) formats established by the Accredited Standards Center (ASC) and chartered by the American National Standards Institute (ANSI). The X12 EDI Web site () includes additional information on EDI 810 and 811 formats. (d) Invoice requirements. Invoices shall comply with FAR 32.905. (e) Exceptions. If, based on one of the circumstances below, the contracting officer directs that payment requests be made by mail, the contractor shall submit payment requests by mail through the United States Postal Service to the designated agency office. Submission of payment requests by mail may be required for: (1) Awards made to foreign vendors for work performed outside the United States; (2) Classified contracts or purchases when electronic submission and processing of payment requests could compromise the safeguarding of classified or privacy information; (3) Contracts awarded by contracting officers in the conduct of emergency operations, such as responses to national emergencies; (4) Solicitations or contracts in which the designated agency office is a VA entity other than the VA Financial Services Center in Austin, Texas; or (5) Solicitations or contracts in which the VA designated agency office does not have electronic invoicing capability as described above.(End of Clause)GC.11 VAAR 852.236-71 SPECIFICATIONS AND DRAWINGS FOR CONSTRUCTION (JUL 2002) The clause entitled "Specifications and Drawings for Construction" in FAR 52.236-21 is supplemented as follows: (a) The contracting officer's interpretation of the drawings and specifications will be final, subject to the disputes clause. (b) Large scale drawings supersede small scale drawings. (c) Dimensions govern in all cases. Scaling of drawings may be done only for general location and general size of items. (d) Dimensions shown of existing work and all dimensions required for work that is to connect with existing work shall be verified by the contractor by actual measurement of the existing work. Any work at variance with that specified or shown in the drawings shall not be performed by the contractor until approved in writing by the contracting officer.(End of Clause)GC.12 VAAR 852.246-74 SPECIAL WARRANTIES (JAN 2008) The clause entitled "Warranty of Construction" in FAR 52.246-21 is supplemented as follows: Any special warranties that may be required under the contract shall be subject to the elections set forth in the FAR clause at 52.246-21, Warranty of Construction, unless otherwise provided for in such special warranties.(End of Clause)GC.13 VAAR 852.246-75 WARRANTY FOR CONSTRUCTION--GUARANTEE PERIOD SERVICES (JAN 2008) The clause entitled "Warranty of Construction" in FAR 52.246-21 is supplemented as follows: Should the contractor fail to prosecute the work or fail to proceed promptly to provide guarantee period services after notification by the contracting officer, the Government may, subject to the default clause contained at FAR 52.249-10, Default (Fixed- Price Construction), and after allowing the contractor 10 days to correct and comply with the contract, terminate the right to proceed with the work (or the separable part of the work) that has been delayed or unsatisfactorily performed. In this event, the Government may take over the work and complete it by contract or otherwise, and may take possession of and use any materials, appliances, and plant on the work site necessary for completing the work. The contractor and its sureties shall be liable for any damages to the Government resulting from the contractor's refusal or failure to complete the work within this specified time, whether or not the contractor's right to proceed with the work is terminated. This liability includes any increased costs incurred by the Government in completing the work.(End of Clause)IT CONTRACT SECURITY VA INFORMATION AND INFORMATION SYSTEM SECURITY/PRIVACY 1. GENERAL Contractors, contractor personnel, subcontractors, and subcontractor personnel shall be subject to the same Federal laws, regulations, standards, and VA Directives and Handbooks as VA and VA personnel regarding information and information system security. 2. ACCESS TO VA INFORMATION AND VA INFORMATION SYSTEMS a. A contractor/subcontractor shall request logical (technical) or physical access to VA information and VA information systems for their employees, subcontractors, and affiliates only to the extent necessary to perform the services specified in the contract, agreement, or task order. b. All contractors, subcontractors, and third-party servicers and associates working with VA information are subject to the same investigative requirements as those of VA appointees or employees who have access to the same types of information. The level and process of background security investigations for contractors must be in accordance with VA Directive and Handbook 0710, Personnel Suitability and Security Program. The Office for Operations, Security, and Preparedness is responsible for these policies and procedures. c. Contract personnel who require access to national security programs must have a valid security clearance. National Industrial Security Program (NISP) was established by Executive Order 12829 to ensure that cleared U.S. defense industry contract personnel safeguard the classified information in their possession while performing work on contracts, programs, bids, or research and development efforts. The Department of Veterans Affairs does not have a Memorandum of Agreement with Defense Security Service (DSS). Verification of a Security Clearance must be processed through the Special Security Officer located in the Planning and National Security Service within the Office of Operations, Security, and Preparedness. d. Custom software development and outsourced operations must be located in the U.S. to the maximum extent practical. If such services are proposed to be performed abroad and are not disallowed by other VA policy or mandates, the contractor/subcontractor must state where all non-U.S. services are provided and detail a security plan, deemed to be acceptable by VA, specifically to address mitigation of the resulting problems of communication, control, data protection, and so forth. Location within the U.S. may be an evaluation factor. e. The contractor or subcontractor must notify the Contracting Officer immediately when an employee working on a VA system or with access to VA information is reassigned or leaves the contractor or subcontractor's employ. The Contracting Officer must also be notified immediately by the contractor or subcontractor prior to an unfriendly termination. 3. VA INFORMATION CUSTODIAL LANGUAGE a. Information made available to the contractor or subcontractor by VA for the performance or administration of this contract or information developed by the contractor/subcontractor in performance or administration of the contract shall be used only for those purposes and shall not be used in any other way without the prior written agreement of the VA. This clause expressly limits the contractor/subcontractor's rights to use data as described in Rights in Data - General, FAR 52.227-14(d) (1). b. VA information should not be co-mingled, if possible, with any other data on the contractors/subcontractor's information systems or media storage systems in order to ensure VA requirements related to data protection and media sanitization can be met. If co-mingling must be allowed to meet the requirements of the business need, the contractor must ensure that VA's information is returned to the VA or destroyed in accordance with VA's sanitization requirements. VA reserves the right to conduct on site inspections of contractor and subcontractor IT resources to ensure data security controls, separation of data and job duties, and destruction/media sanitization procedures are in compliance with VA directive requirements. c. Prior to termination or completion of this contract, contractor/ subcontractor must not destroy information received from VA, or gathered/ created by the contractor in the course of performing this contract without prior written approval by the VA. Any data destruction done on behalf of VA by a contractor/subcontractor must be done in accordance with National Archives and Records Administration (NARA) requirements as outlined in VA Directive 6300, Records and Information Management and its Handbook 6300.1 Records Management Procedures, applicable VA Records Control Schedules, and VA Handbook 6500.1, Electronic Media Sanitization. Self-certification by the contractor that the data destruction requirements above have been met must be sent to the VA Contracting Officer within 30 days of termination of the contract. d. The contractor/subcontractor must receive, gather, store, back up, maintain, use, disclose and dispose of VA information only in compliance with the terms of the contract and applicable Federal and VA information confidentiality and security laws, regulations and policies. If Federal or VA information confidentiality and security laws, regulations and policies become applicable to the VA information or information systems after execution of the contract, or if NIST issues or updates applicable FIPS or Special Publications (SP) after execution of this contract, the parties agree to negotiate in good faith to implement the information confidentiality and security laws, regulations and policies in this contract. e. The contractor/subcontractor shall not make copies of VA information except as authorized and necessary to perform the terms of the agreement or to preserve electronic information stored on contractor/subcontractor electronic storage media for restoration in case any electronic equipment or data used by the contractor/subcontractor needs to be restored to an operating state. If copies are made for restoration purposes, after the restoration is complete, the copies must be appropriately destroyed. f. 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. g. If a VHA contract is terminated for cause, the associated BAA must also be terminated and appropriate actions taken in accordance with VHA Handbook 1600.01, Business Associate Agreements. Absent an agreement to use or disclose protected health information, there is no business associate relationship. h. The contractor/subcontractor must store, transport, or transmit VA sensitive information in an encrypted form, using VA-approved encryption tools that are, at a minimum, FIPS 140-2 validated. i. The contractor/subcontractor's firewall and Web services security controls, if applicable, shall meet or exceed VA's minimum requirements. VA Configuration Guidelines are available upon request. j. Except for uses and disclosures of VA information authorized by this contract for performance of the contract, the contractor/subcontractor may use and disclose VA information only in two other situations: (i) in response to a qualifying order of a court of competent jurisdiction, or (ii) with VA's prior written approval. The contractor/subcontractor must refer all requests for, demands for production of, or inquiries about, VA information and information systems to the VA contracting officer for response. k. Notwithstanding the provision above, the contractor/subcontractor shall not release VA records protected by Title 38 U.S.C. 5705, confidentiality of medical quality assurance records and/or Title 38 U.S.C. 7332, confidentiality of certain health records pertaining to drug addiction, sickle cell anemia, alcoholism or alcohol abuse, or infection with human immunodeficiency virus. If the contractor/subcontractor is in receipt of a court order or other requests for the above mentioned information, that contractor/subcontractor shall immediately refer such court orders or other requests to the VA contracting officer for response. l. For service that involves the storage, generating, transmitting, or exchanging of VA sensitive information but does not require C&A or an MOU-ISA for system interconnection, the contractor/subcontractor must complete a Contractor Security Control Assessment (CSCA) on a yearly basis and provide it to the COR. 4. INFORMATION SYSTEM DESIGN AND DEVELOPMENT a. Information systems that are designed or developed for or on behalf of VA at non-VA facilities shall comply with all VA directives developed in accordance with FISMA, HIPAA, NIST, and related VA security and privacy control requirements for Federal information systems. This includes standards for the protection of electronic PHI, outlined in 45 C.F.R. Part 164, Subpart C, information and system security categorization level designations in accordance with FIPS 199 and FIPS 200 with implementation of all baseline security controls commensurate with the FIPS 199 system security categorization (reference Appendix D of VA Handbook 6500, VA Information Security Program). During the development cycle a Privacy Impact Assessment (PIA) must be completed, provided to the COR, and approved by the VA Privacy Service in accordance with Directive 6507, VA Privacy Impact Assessment. b. The contractor/subcontractor shall certify to the COR that applications are fully functional and operate correctly as intended on systems using the VA Federal Desktop Core Configuration (FDCC), and the common security configuration guidelines provided by NIST or the VA. This includes Internet Explorer 7 configured to operate on Windows XP and Vista (in Protected Mode on Vista) and future versions, as required. c. The standard installation, operation, maintenance, updating, and patching of software shall not alter the configuration settings from the VA approved and FDCC configuration. Information technology staff must also use the Windows Installer Service for installation to the default "program files" directory and silently install and uninstall. d. Applications designed for normal end users shall run in the standard user context without elevated system administration privileges. e. The security controls must be designed, developed, approved by VA, and implemented in accordance with the provisions of VA security system development life cycle as outlined in NIST Special Publication 800-37, Guide for Applying the Risk Management Framework to Federal Information Systems, VA Handbook 6500, Information Security Program and VA Handbook 6500.5, Incorporating Security and Privacy in System Development Lifecycle. f. The contractor/subcontractor is required to design, develop, or operate a System of Records Notice (SOR) on individuals to accomplish an agency function subject to the Privacy Act of 1974, (as amended), Public Law 93-579, December 31, 1974 (5 U.S.C. 552a) and applicable agency regulations. Violation of the Privacy Act may involve the imposition of criminal and civil penalties. g. The contractor/subcontractor agrees to: (1) Comply with the Privacy Act of 1974 (the Act) and the agency rules and regulations issued under the Act in the design, development, or operation of any system of records on individuals to accomplish an agency function when the contract specifically identifies: (a) The Systems of Records (SOR); and (b) The design, development, or operation work that the contractor/ subcontractor is to perform; (1) Include the Privacy Act notification contained in this contract in every solicitation and resulting subcontract and in every subcontract awarded without a solicitation, when the work statement in the proposed subcontract requires the redesign, development, or operation of a SOR on individuals that is subject to the Privacy Act; and (2) Include this Privacy Act clause, including this subparagraph (3), in all subcontracts awarded under this contract which requires the design, development, or operation of such a SOR. h. In the event of violations of the Act, a civil action may be brought against the agency involved when the violation concerns the design, development, or operation of a SOR on individuals to accomplish an agency function, and criminal penalties may be imposed upon the officers or employees of the agency when the violation concerns the operation of a SOR on individuals to accomplish an agency function. For purposes of the Act, when the contract is for the operation of a SOR on individuals to accomplish an agency function, the contractor/subcontractor is considered to be an employee of the agency. (1) "Operation of a System of Records" means performance of any of the activities associated with maintaining the SOR, including the collection, use, maintenance, and dissemination of records. (2) "Record" means any item, collection, or grouping of information about an individual that is maintained by an agency, including, but not limited to, education, financial transactions, medical history, and criminal or employment history and contains the person's name, or identifying number, symbol, or any other identifying particular assigned to the individual, such as a fingerprint or voiceprint, or a photograph. (3) "System of Records" means a group of any records under the control of any agency from which information is retrieved by the name of the individual or by some identifying number, symbol, or other identifying particular assigned to the individual. i. The vendor shall ensure the security of all procured or developed systems and technologies, including their subcomponents (hereinafter referred to as "Systems"), throughout the life of this contract and any extension, warranty, or maintenance periods. This includes, but is not limited to workarounds, patches, hotfixes, upgrades, and any physical components (hereafter referred to as Security Fixes) which may be necessary to fix all security vulnerabilities published or known to the vendor anywhere in the Systems, including Operating Systems and firmware. The vendor shall ensure that Security Fixes shall not negatively impact the Systems. j. The vendor shall notify VA within 24 hours of the discovery or disclosure of successful exploits of the vulnerability which can compromise the security of the Systems (including the confidentiality or integrity of its data and operations, or the availability of the system). Such issues shall be remediated as quickly as is practical, but in no event longer than days. k. When the Security Fixes involve installing third party patches (such as Microsoft OS patches or Adobe Acrobat), the vendor will provide written notice to the VA that the patch has been validated as not affecting the Systems within 10 working days. When the vendor is responsible for operations or maintenance of the Systems, they shall apply the Security Fixes within days. l. All other vulnerabilities shall be remediated as specified in this paragraph in a timely manner based on risk, but within 60 days of discovery or disclosure. Exceptions to this paragraph (e.g. for the convenience of VA) shall only be granted with approval of the contracting officer and the VA Assistant Secretary for Office of Information and Technology. 5. INFORMATION SYSTEM HOSTING, OPERATION, MAINTENANCE, OR USE a. For information systems that are hosted, operated, maintained, or used on behalf of VA at non-VA facilities, contractors/subcontractors are fully responsible and accountable for ensuring compliance with all HIPAA, Privacy Act, FISMA, NIST, FIPS, and VA security and privacy directives and handbooks. This includes conducting compliant risk assessments, routine vulnerablity scanning, system patching and change management procedures, and the completion of an acceptable contingency plan for each system. The contractor's security control procedures must be equivalent, to those procedures used to secure VA systems. A Privacy Impact Assessment (PIA) must also be provided to the COR and approved by VA Privacy Service prior to operational approval. All external Internet connections to VA's network involving VA information must be reviewed and approved by VA prior to implementation. b. Adequate security controls for collecting, processing, transmitting, and storing of Personally Identifiable Information (PII), as determined by the VA Privacy Service, must be in place, tested, and approved by VA prior to hosting, operation, maintenance, or use of the information system, or systems by or on behalf of VA. These security controls are to be assessed and stated within the PIA and if these controls are determined not to be in place, or inadequate, a Plan of Action and Milestones (POA&M) must be submitted and approved prior to the collection of PII. c. Outsourcing (contractor facility, contractor equipment or contractor staff) of systems or network operations, telecommunications services, or other managed services requires certification and accreditation (authorization) (C&A) of the contractor's systems in accordance with VA Handbook 6500.3, Certification and Accreditation and/or the VA OCS Certification Program Office. Government- owned (government facility or government equipment) contractor-operated systems, third party or business partner networks require memorandums of understanding and interconnection agreements (MOU-ISA) which detail what data types are shared, who has access, and the appropriate level of security controls for all systems connected to VA networks. d. The contractor/subcontractor's system must adhere to all FISMA, FIPS, and NIST standards related to the annual FISMA security controls assessment and review and update the PIA. Any deficiencies noted during this assessment must be provided to the VA contracting officer and the ISO for entry into VA's POA&M management process. The contractor/subcontractor must use VA's POA&M process to document planned remedial actions to address any deficiencies in information security policies, procedures, and practices, and the completion of those activities. Security deficiencies must be corrected within the timeframes approved by the government. Contractor/subcontractor procedures are subject to periodic, unannounced assessments by VA officials, including the VA Office of Inspector General. The physical security aspects associated with contractor/ subcontractor activities must also be subject to such assessments. If major changes to the system occur that may affect the privacy or security of the data or the system, the C&A of the system may need to be reviewed, retested and re- authorized per VA Handbook 6500.3. This may require reviewing and updating all of the documentation (PIA, System Security Plan, Contingency Plan). The Certification Program Office can provide guidance on whether a new C&A would be necessary. e. The contractor/subcontractor must conduct an annual self assessment on all systems and outsourced services as required. Both hard copy and electronic copies of the assessment must be provided to the COR. The government reserves the right to conduct such an assessment using government personnel or another contractor/subcontractor. The contractor/subcontractor must take appropriate and timely action (this can be specified in the contract) to correct or mitigate any weaknesses discovered during such testing, generally at no additional cost. f. VA prohibits the installation and use of personally-owned or contractor/ subcontractor-owned equipment or software on VA's network. If non-VA owned equipment must be used to fulfill the requirements of a contract, it must be stated in the service agreement, SOW or contract. All of the security controls required for government furnished equipment (GFE) must be utilized in approved other equipment (OE) and must be funded by the owner of the equipment. All remote systems must be equipped with, and use, a VA-approved antivirus (AV) software and a personal (host-based or enclave based) firewall that is configured with a VA-approved configuration. Software must be kept current, including all critical updates and patches. Owners of approved OE are responsible for providing and maintaining the anti-viral software and the firewall on the non-VA owned OE. g. All electronic storage media used on non-VA leased or non-VA owned IT equipment that is used to store, process, or access VA information must be handled in adherence with VA Handbook 6500.1, Electronic Media Sanitization upon: (i) completion or termination of the contract or (ii) disposal or return of the IT equipment by the contractor/subcontractor or any person acting on behalf of the contractor/subcontractor, whichever is earlier. Media (hard drives, optical disks, CDs, back-up tapes, etc.) used by the contractors/ subcontractors that contain VA information must be returned to the VA for sanitization or destruction or the contractor/subcontractor must self-certify that the media has been disposed of per 6500.1 requirements. This must be completed within 30 days of termination of the contract. h. Bio-Medical devices and other equipment or systems containing media (hard drives, optical disks, etc.) with VA sensitive information must not be returned to the vendor at the end of lease, for trade-in, or other purposes. The options are: (1) Vendor must accept the system without the drive; (2) VA's initial medical device purchase includes a spare drive which must be installed in place of the original drive at time of turn-in; or (3) VA must reimburse the company for media at a reasonable open market replacement cost at time of purchase. (4) Due to the highly specialized and sometimes proprietary hardware and software associated with medical equipment/systems, if it is not possible for the VA to retain the hard drive, then; (a) The equipment vendor must have an existing BAA if the device being traded in has sensitive information stored on it and hard drive(s) from the system are being returned physically intact; and (b) Any fixed hard drive on the device must be non-destructively sanitized to the greatest extent possible without negatively impacting system operation. Selective clearing down to patient data folder level is recommended using VA approved and validated overwriting technologies/methods/tools. Applicable media sanitization specifications need to be pre-approved and described in the purchase order or contract. (c) A statement needs to be signed by the Director (System Owner) that states that the drive could not be removed and that (a) and (b) controls above are in place and completed. The ISO needs to maintain the documentation. 6. SECURITY INCIDENT INVESTIGATION a. The term "security incident" means an event that has, or could have, resulted in unauthorized access to, loss or damage to VA assets, or sensitive information, or an action that breaches VA security procedures. The contractor/ subcontractor shall immediately notify the COR and simultaneously, the designated ISO and Privacy Officer for the contract of any known or suspected security/privacy incidents, or any unauthorized disclosure of sensitive information, including that contained in system(s) to which the contractor/ subcontractor has access. b. To the extent known by the contractor/subcontractor, the contractor/ subcontractor's notice to VA shall identify the information involved, the circumstances surrounding the incident (including to whom, how, when, and where the VA information or assets were placed at risk or compromised), and any other information that the contractor/subcontractor considers relevant. c. With respect to unsecured protected health information, the business associate is deemed to have discovered a data breach when the business associate knew or should have known of a breach of such information. Upon discovery, the business associate must notify the covered entity of the breach. Notifications need to be made in accordance with the executed business associate agreement. d. In instances of theft or break-in or other criminal activity, the contractor/subcontractor must concurrently report the incident to the appropriate law enforcement entity (or entities) of jurisdiction, including the VA OIG and Security and Law Enforcement. The contractor, its employees, and its subcontractors and their employees shall cooperate with VA and any law enforcement authority responsible for the investigation and prosecution of any possible criminal law violation(s) associated with any incident. The contractor/subcontractor shall cooperate with VA in any civil litigation to recover VA information, obtain monetary or other compensation from a third party for damages arising from any incident, or obtain injunctive relief against any third party arising from, or related to, the incident. 7. LIQUIDATED DAMAGES FOR DATA BREACH a. Consistent with the requirements of 38 U.S.C. 5725, a contract may require access to sensitive personal information. If so, the contractor is liable to VA for liquidated damages in the event of a data breach or privacy incident involving any SPI the contractor/subcontractor processes or maintains under this contract. b. The contractor/subcontractor shall provide notice to VA of a "security incident" as set forth in the Security Incident Investigation section above. Upon such notification, VA must secure from a non-Department entity or the VA Office of Inspector General an independent risk analysis of the data breach to determine the level of risk associated with the data breach for the potential misuse of any sensitive personal information involved in the data breach. The term 'data breach' means the loss, theft, or other unauthorized access, or any access other than that incidental to the scope of employment, to data containing sensitive personal information, in electronic or printed form, that results in the potential compromise of the confidentiality or integrity of the data. Contractor shall fully cooperate with the entity performing the risk analysis. Failure to cooperate may be deemed a material breach and grounds for contract termination. c. Each risk analysis shall address all relevant information concerning the data breach, including the following: (1) Nature of the event (loss, theft, unauthorized access); (2) Description of the event, including: (a) date of occurrence; (b) data elements involved, including any PII, such as full name, social security number, date of birth, home address, account number, disability code; (3) Number of individuals affected or potentially affected; (4) Names of individuals or groups affected or potentially affected; (5) Ease of logical data access to the lost, stolen or improperly accessed data in light of the degree of protection for the data, e.g., unencrypted, plain text; (6) Amount of time the data has been out of VA control; (7) The likelihood that the sensitive personal information will or has been compromised (made accessible to and usable by unauthorized persons); (8) Known misuses of data containing sensitive personal information, if any; (9) Assessment of the potential harm to the affected individuals; (10) Data breach analysis as outlined in 6500.2 Handbook, Management of Security and Privacy Incidents, as appropriate; and (11) Whether credit protection services may assist record subjects in avoiding or mitigating the results of identity theft based on the sensitive personal information that may have been compromised. d. Based on the determinations of the independent risk analysis, the contractor shall be responsible for paying to the VA liquidated damages in the amount of per affected individual to cover the cost of providing credit protection services to affected individuals consisting of the following: (1) Notification; (2) One year of credit monitoring services consisting of automatic daily monitoring of at least 3 relevant credit bureau reports; (3) Data breach analysis; (4) Fraud resolution services, including writing dispute letters, initiating fraud alerts and credit freezes, to assist affected individuals to bring matters to resolution; (5) One year of identity theft insurance with $20,000.00 coverage at $0 deductible; and (6) Necessary legal expenses the subjects may incur to repair falsified or damaged credit records, histories, or financial affairs. 8. SECURITY CONTROLS COMPLIANCE TESTING On a periodic basis, VA, including the Office of Inspector General, reserves the right to evaluate any or all of the security controls and privacy practices implemented by the contractor under the clauses contained within the contract. With 10 working-day's notice, at the request of the government, the contractor must fully cooperate and assist in a government-sponsored security controls assessment at each location wherein VA information is processed or stored, or information systems are developed, operated, maintained, or used on behalf of VA, including those initiated by the Office of Inspector General. The government may conduct a security control assessment on shorter notice (to include unannounced assessments) as determined by VA in the event of a security incident or at any other time. 9. TRAINING a. All contractor employees and subcontractor employees requiring access to VA information and VA information systems shall complete the following before being granted access to VA information and its systems: (1) Sign and acknowledge (either manually or electronically) understanding of and responsibilities for compliance with the Contractor Rules of Behavior, Appendix E relating to access to VA information and information systems; (2) Successfully complete the VA Cyber Security Awareness and Rules of Behavior training and annually complete required security training; (3) Successfully complete the appropriate VA privacy training and annually complete required privacy training; and (4) Successfully complete any additional cyber security or privacy training, as required for VA personnel with equivalent information system access [to be defined by the VA program official and provided to the contracting officer for inclusion in the solicitation document - e.g., any role-based information security training required in accordance with NIST Special Publication 800-16, Information Technology Security Training Requirements.] b. The contractor shall provide to the contracting officer and/or the COR a copy of the training certificates and certification of signing the Contractor Rules of Behavior for each applicable employee within 1 week of the initiation of the contract and annually thereafter, as required. c. Failure to complete the mandatory annual training and sign the Rules of Behavior annually, within the timeframe required, is grounds for suspension or termination of all physical or electronic access privileges and removal from work on the contract until such time as the training and documents are complete.(End of Clause)General Decision Number: PA160006 11/11/2016 PA6Superseded General Decision Number: PA20150006State: PennsylvaniaConstruction Types: Heavy and HighwayCounties: Bucks, Chester, Delaware, Montgomery and Philadelphia Counties in Pennsylvania.HEAVY AND HIGHWAY CONSTRUCTION PROJECTSNote: Under Executive Order (EO) 13658, an hourly minimum wageof $10.15 for calendar year 2016 applies to all contractssubject to the Davis-Bacon Act for which the solicitation wasissued on or after January 1, 2015. If this contract is coveredby the EO, the contractor must pay all workers in anyclassification listed on this wage determination at least$10.15 (or the applicable wage rate listed on this wagedetermination, if it is higher) for all hours spent performingon the contract in calendar year 2016. The EO minimum wage ratewill be adjusted annually. Additional information on contractorrequirements and worker protections under the EO is availableat whd/govcontracts.Modification Number Publication Date 0 01/08/2016 1 01/29/2016 2 02/26/2016 3 04/01/2016 4 05/06/2016 5 05/13/2016 6 05/27/2016 7 06/03/2016 8 07/01/2016 9 07/15/2016 10 08/12/2016 11 08/26/2016 12 09/02/2016 13 09/23/2016 14 09/30/2016 15 10/14/2016 16 11/04/2016 17 11/11/2016 BOIL0013-003 01/01/2011 Rates FringesBOILERMAKER......................$ 37.35 30.02---------------------------------------------------------------- CARP0173-001 05/01/2016 Rates FringesCARPENTER........................$ 43.66 26.64FOOTNOTE:A. PAID HOLIDAY: LABOR DAY---------------------------------------------------------------- CARP0179-003 05/01/2016 Rates FringesPILEDRIVERMAN....................$ 43.45 31.82---------------------------------------------------------------- CARP0219-005 07/01/2016 Rates FringesMILLWRIGHT.......................$ 39.91 30.79---------------------------------------------------------------- ELEC0098-001 05/02/2016BUCKS COUNTY: Starting at the Delaware River and following thewest limits of the Borough of Bristol, along the continuationof U.S. Highway 13 and under the Pennsylvania Railroad Bridgeto Route 09113, north 09113 to Route 152, north along Route152 to the Humeville Road, east on Humeville Road to Route333, north on Route 344 to the junction of Spurs 281 and 252,continue north on Spur 252 to Route 09028, west on 09028 toRoute 152, north on 152 to TR 232, north on TR 532 to Tr 113,north on TR 113 to TR 232 at Anchor Inn, northeast on TR 232and continue northeast along Rounte 659 to Route 09060, weston 09060 to Route 402, north on 402 to the Borough line at thesouthwest corner of the Borough of New Hope. The Bouough ofNew Hpoe is excluded.Starting at the Delaware at the DelawareRiver and proceeding southwest along the Plumstead-Soleburyand the Plumstead-Buckingham Township lines to Route 09064,northwest on 09064 to U.S. Highway 611 south on 611 to thespur of Route 270, northwest along the spur to Route 397,Southwest on 397 to Route 350, southeast on 350 to Route 395,southwest on 395 to Route 09060, southeast on 09069 to Route09041 southwest on 09041 to the Montgomery County line.DELAWARE COUNTY: That portion east of a line following StateHighway 320 from Montgomery County to Maple, then along theSpringfield Road to Saxer Ave, along Saxer Avenue to PowellRoad, along Powell Road to State Highway 420 and continuing ina straight line to the Delaware River. MONTGOMERY COUNTY:That portion southeast of a line following Lower State Roadfrom Bucks County southwest to the Bethlehem Pike (U.S Highway309), south on the Bethlehem Pike to the Penllyn Pike,southwest on the Penllyn and Blue Bell Pikes to theWissahickon Creek, southeast on the Wissahickon Creek to theButler Pike to North Lane near Conshohocken Borough, southweston North Lane to Schuylkill River and continuing southeast in aline to the Spring Mill Road and southwest on the Spring MillRoad to Delaware County. PHILADELPHIA COUNTY Rates FringesELECTRICIAN......................$ 54.69 33.91---------------------------------------------------------------- ELEC0102-003 05/30/2016BUCKS COUNTY (Plumstead, Bedminister, Tinicum, Nockamixon,Bridgeton and Durham Townships in their entirey, and thatportion of Haycock and Springfield Townships east of a linefollowing State Highway 412, from Northampton County south toRoute 09071 to State Highway 212, along Highway 212 to Route09068, and along 09068 to State Highway 313. Also included isthat portion of Dublin Borough east of State Highway 313 Rates FringesELECTRICIAN......................$ 53.37 56.50%---------------------------------------------------------------- ELEC0126-002 05/30/2016CHESTER, DELAWARE, MONTGOMERY, PHILADELPHIA, AND REMAINDER OFBUCKS COUNTY Rates FringesLine Construction: Groundman...................$ 31.31 26.25%+10.50 Lineman.....................$ 52.19 26.25%+10.50 Truck Driver................$ 33.92 26.25%+10.50 Winch Truck Operator........$ 36.53 26.25%+10.50---------------------------------------------------------------- ELEC0269-001 03/01/2015BUCKS COUNTY (Area East of a line starting at the DelawareRiver and following the west limits of the Borough of Bristol,along the continuation of U.S. Highway 13 and under thePennsylvania Railroad Bridge to Route 09113, north along 09113to route 152, north along route 152 to the Hulmeville Rd., easton the Hulmeville to Route 344, north on route 344 to thejunction of Spurs 281 and 252 continue north on spur 252 androute 09028, west on 09028 to Route 152, north on 152 to TR532, north on TR 532 to TR 113, north on TR 113 to TR 232 asAnchor Inn, northeast on TR 232 and continue northeast along659 to Route 09060, West on 09060 to Route 402, north on 402 tothe Borough Line at the southwest corner of the Borough of NewHope; including the Boroughs of New Hope and Bristol) Rates FringesELECTRICIAN......................$ 48.57 61.48%---------------------------------------------------------------- ELEC0269-002 05/01/2016BUCKS COUNTY - That portion east of a line starting at theDelaware River and following the west limits of the Borough ofBristol, along the continuation of U.S. Highway 13 and underthe Pennsylvania Railroad Bridge to Route 09113, north along09113 to route 152, north along route 152 to the HulmevilleRd., east on the Hulmeville to Route 344, north on route 344 tothe junction of Spurs 281 and 252 continue north on spur 252and route 09028, west on 09028 to Route 152, north on 152 to TR532, north on TR 532 to TR 113, north on TR 113 to TR 232 asAnchor Inn, northeast on TR 232 and continue northeast along659 to Route 09060, West on 09060 to Route 402, north on 402 tothe Borough Line at the southwest corner of the Borough of NewHope. The Boroughs of New Hope and Bristol are included. Rates FringesLine Construction: Groundman, Truck Driver.....$ 39.34 57.93% Linemen, Cable Splicer, Heavy Equipment Operator....$ 49.18 57.93%---------------------------------------------------------------- ELEC0313-003 06/01/2011DELAWARE COUNTY :(That portion south of U.S. Highway No. 1 andwest of U.S. Highway No. 202) Chester County (That portionSouth and east of U. S. Highway 1) Rates FringesELECTRICIAN......................$ 35.00 23.70---------------------------------------------------------------- ELEC0375-001 06/01/2016BUCKS COUNTY (East Rock Hill, West Rock Hill, Milford andRichland Towships in their entirety and that portion of Haycockand Springfield Townships west of a line following StateHighway 212 from Northampton County South to Route 09071 along09071 to state Highway 212, along Highway 212 to Route 09068and along 09068 to State Highway 313) MONTGOMERY COUNTY(UpperHanover Twp.in its entirety) Rates FringesELECTRICIAN......................$ 39.81 16.58---------------------------------------------------------------- ELEC0380-001 09/29/2014BUCKS COUNTY (Hilltown and New Britain Townships in theirentirety; that portion of Telford Borough Northeast of CountyLine Road (Main Street) and bounded by West Rock Hill andHilltown Township that portion of Dublin Borough West of StateHighway 313, and that portion of Doylestown and WarringtonTownships and Doylestown Borough Northwest of a line followingU.S. Highway 611 South from Route 09064 to the spur of Route270, and proceeding Northwest along the spur to Route 397,Southwest on 397 to Route 350, Southeast on 350 to Route 395,Southwest on 395 to Route 09069, Southeast on 09069 to Route09041, Southwest on 09041 to the Montgomery County Line)DELAWARE COUNTY (The portion of Radnor Township North of U.SHighway 30 and West of State Highway 320) MONTGOMERY COUNTY(The portion Northwest of a line following Lower State Roadfrom Bucks County Southwest to Bethlehem Pike (U.S. Highway309), South on Bethlehem Pike to Penllyn Pike, Southwest onthe Penllyn and Blue Bell Pikes to Wissahickon Creek to theButler Pike, Southwest Wissahickon Creek to Butler Pike,Southwest on Butler Pike, to North Lane near ConshohockenBorough, Southeast on North Lane to the Schuylkill River andcontinuing Southeast in a line to Spring Mill Road, Southweston Spring Mill Road to Delaware County; but excluding UpperHanover, Douglas, Upper Pottsgrove, West Pottsgrove Townshipsand also excluding that portion of the Borough of PottstownNorth and West of a line drawn Northeast on Kein Street fromthe Schuylkill River to Reading Railroad Northwest on therailroad to Madison Street, to High Street, East on HighStreet to Green Street, North on Green Street and Northeast onMintzer Street to Lower Pottsgrove Township Line, along thistownship line and the borough line Northwest to Adams Streetand Beehive Road, Northeast on Beehive Road to the TownshipLine at Mervine Street)CHESTER COUNTY (East Coventry. East Vincent, West Vincent,East Pikeland, West Pikeland, Uwchlan, Upper Uwchlan, EastBrandywine, Schuylkill and Charleston Townships in theirentirety, and that portion of Clan, East Clan, East Whiteland &West Whiteland, Tredyffrin, Willistown, Easttown Townships andBorough of Downingtown north of U. S.Highway 30 ) Rates FringesELECTRICIAN......................$ 41.05 29.99---------------------------------------------------------------- ELEC0654-001 05/30/2016DELAWARE COUNTY (The portion south of U.S. Highway 30 and northof that part U.S. Highway 1 between U.S. Highway 202 and theChester County Line, and east of that part of U.S. Highway 202between U.S. Highway 1 and the Delaware Line, and west of aline extending from Montgomery County along State Route 320 toMaple, then along the Springfield Road to Saxer Avenue, alongSaxer Avenue to Powell Road; along Powell Road to State Highway420; along 420 and continuing in a straight line to theDelaware River in the State of Pennsylvania) CHESTER COUNTY(That portion south of U. S. Highway 30 and north of that partof U.S. Highway 1) Rates FringesELECTRICIAN......................$ 42.81 17.71%+18.79---------------------------------------------------------------- ELEC0743-001 09/01/2016CHESTER (Coatesville, Honey Brook, South Coventy, Valley,Wallace, Warwich, West Brandywine, West Clan, and West NantmealTwps); AND MONTGOMERY (Douglas, Pottstown, Upper Pottsgrove,and West Pottsgrove, Twps) COUNTIES Rates FringesELECTRICIAN......................$ 34.77 20.19 New Year's Day, Good Friday, Memorial Day, Fourth of July, Labor Day, Veterans' Day, Thanksgiving Day, and Christmas Day.---------------------------------------------------------------- ELEC0743-007 09/01/2016CHESTER COUNTY (The portion of Sadsbury and West SadsburyTownship north of U.S. Highway 30) Rates FringesELECTRICIAN......................$ 34.77 20.19----------------------------------------------------------------* ENGI0542-005 05/01/2016 Rates FringesPower equipment operators: (HEAVY, HIGHWAY, AND WATER LINE CONSTRUCTION (Off Plant Site)) GROUP 1....................$ 44.09 26.92 GROUP 1a...................$ 47.10 27.80 GROUP 2....................$ 43.84 26.85 GROUP 2a...................$ 46.84 27.74 GROUP 3....................$ 39.76 25.64 GROUP 4....................$ 39.46 25.55 GROUP 5....................$ 37.74 25.04 GROUP 6....................$ 36.75 24.75POWER EQUIPMENT OPERATORS CLASSIFICATIONS GROUP 1: Handling steel and stone in connection with erection, cranes doing hook work, any machine handling machinery, helicopters, concrete pumps building machines similar to the above, including remote control equipment. GROUP 1a: Machines handling steel, or the functional equivalent, and stone in connection with erection 15 ton and over factory rating; Cranes doing hook work 15 ton and over factory rating; Any machines handling machinery; HIgh Rail/Burro Crane 15 ton and over factory rating; Rail Loader (Winch Boom Type) 15 ton and over factory rating; Concrete Pumps (Building) 120 feet of Boom length or less (200 yard pour or less); Machines similar to above, including remote control equipment; Equipment in this Wage Group that does not require an oiler. GROUP 2: All types of cranes, All types of backhoes, Cableways, Draglines, Keystones, all types of shovels, Derricks, Pavers 21E and over, Trenching machines, Trench shovel, Graddalls, Front-End loaders, Boat Captain, Pippin type backhoes, Tandems scrapers, Towers type crane operation erecting, Dismantling, Jumping or Jacking, Drills (self-containes), (drillmaster type) forklift (20 ft. and over), Moter patrols (fine grade), Batch plant with mixer, Carryalls, Scraper, Trounapulls, Roller (Hith Grade Finishing), Spreaders (asphalt), Bulldozers and Tractors, Mechanic welder, Conveyor loaders (euclid-type wheel), Concrete pump, Milling Machines, Hoist with two towers, Building hoist double drum (unless used as a single drum), Mucking machines in tunnel, All auto grade and concrete finishing machines, Bundle pullers/extractors (tublar), toxic/hazardous waste removal rate 20 per cent added to all classificiation, bobcat, side broom, directional boring machines, vermeet saw type machines ( other than hand held) tractor mounted hydro axe, chipper with boom, all machine similar to the above includidng remote control equipment. 3: Asphalt plant engineers, Well drillers, Ditch witch (small trencher), Motor patrols, Fine grade machines, Ten-ton roller (grade fill stone base), Concrete breaking machines, Guilloline only, Stump grinder, Conveyors (except building conveyors), Fork lift trucks of all types, High pressure boliers, Machine similar to the above, including remote control equipment. GROUP 2a: Crawler backhoes and Crawler gradalls over one cublic yard factory rating; Hydraulic backhoes over one cubic yard factory rating; All types of cranes 15 ton and over factory rating; Single person operation truck cranes 15 ton and over factory rating; Cherry picker type machinery and equipment 15 ton and over factory rating; Concrete Pumps (Heavy/Highway); Machines similar to above, including remote control equipment; Equipment in this Wage Group that does not require an oiler. GROUP 3: Asphalt plant engineers, Well drillers, Ditch witch (small trencher), Motor patrols, Fine grade machines, Ten-ton roller (grade fill stone base), Concrete breaking machines, Guilloline only, Stump grinder, Conveyors (except building conveyors), Fork lift trucks of all types, High pressure boliers, Machine similar to the above, including remote control equipment. GROUP 4: Seaman, Pulverzer form line grader, Farm tractors, road finishing, Concrete spreader, Power broom (self-contained), Seed spreader, Grease truck. GROUP 5: Compressors pumps, Well point pumps, Welding machines Tireman, Power equipment, Maintenance engineer (power boats), and macnines similar to the above. GROUP 6: Fireman, Oilers and deck hands (personnel Boats), grease truck. FOOTNOTE: A. PAID HOLIDAYS: New Year's Day; Memorial Day; Independence Day; Labor Day; Thanksgiving Day and Christmas Day**TOXIC/HAZARDOUS WASTE REMOVAL*** Add 20 per cent to basic hourly rate for all classifications---------------------------------------------------------------- IRON0068-003 07/01/2014BUCKS COUNTY (Remainder) Rates FringesIRONWORKER, REINFORCING..........$ 42.65 30.28---------------------------------------------------------------- IRON0068-005 07/01/2014BUCKS COUNTY (Remainder) Rates FringesIRONWORKER (STRUCTURAL & ORNAMENTAL)......................$ 44.64 30.28---------------------------------------------------------------- IRON0401-001 07/01/2016BUCKS (Includes the towns of BEnsalem, Breadysville, BristolChurchville, Cornwells Heights, Davisville, Eddington,Feasterville, Hartsville, Johnsville, Line Lexington,Neshaminy, Southampton, Tradesville, Trevose, Unionville,Warminster, and Warrington): DELAWARE (North of a line runningalong State Rt 352 to right on State Rt 291 to State Line);CHESTER (Includes the towns of Aldham, Anselma, Bacton, Berwyn,Cedar Hollow, Charlestown, Chester Springs, Cromby, Devon,Devault, Daylesford, Diamond Rock, Dutton Mill, Frazer,Goshenville, Howellville, Kimberton, Ludwigs Corner, Paoli,Matthews, Perkiomen Junction, Phoenixville, Rapps Corner, RockyHill, Strattford, Sugartown, Tanguy, Valley Forge, ValleyStore, White Horse, Williams Corner, and Wilsons Corner);MONTGOMERY (Remainder); and PHILADELPHIA COUNTIES Rates FringesIRONWORKER, STRUCTURAL AND ORNAMENTAL.......................$ 45.70 30.35---------------------------------------------------------------- IRON0405-001 07/01/2014BUCKS (Includes the towns of Bensalem, Breadysville, Bristol,Churchville, Cornwell Heights, Davisville, Eddington,Festerville, Hartsville, Johnsville, Line Lexington, Neshaminy,Southhampton, Transville, Trevose, Unionville, Warminister, andWarrington), DELAWARE (North of a line running along StateRoute 352 to right on State Route 291 to State Line); CHESTER(Includes the towns of Aldham, Anselma, Bacton, Berwyn, CedarHollow, Charlestown Chester Springs, Cromby, Devon, Devault,Daylesford, Diamaond Rock, Dutton Mill, Frazer, Goshenville,Howellville, Kimberton, Ludwigs Corner, Paoli, Mathews,Perkiomen Junction, Phoenixville, Rapps Corner, Rocky Hill,Strafford, Sugartown, Tanguy, Valley Forge, Valley Store, WhiteHorse, Williams Corner, and Wilsons Corner); MONTGOMERY(Remainder); AND PHILDELPHIA COUNTIES Rates FringesIRONWORKER.......................$ 40.73 26.60 Reinforcing Steel Mesh, Rebar Work The following holidays shall be observed and when work is performed thereon it shall be paid for at twice the base rate: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day. Employees shall be off Christmas Eve Day and receive four hours pay. Employees who have to work on Christmas Eve Day shall work four hours and be paid for eight hours pay for the holiday. Any time worked beyond fours hours shall be paid at the double time rate plus the four hours holiday pay. To receive holiday pay, the employee must work the day before Christmas Eve and the first working day after Christmas Day.---------------------------------------------------------------- IRON0405-003 07/01/2014BUCKS COUNTY (Includes the towns of Bensalem, Breadysville,Bristol, Churchville, Cornwells Heights, Davisville, Eddington,Feasterville, Hartsville, Johnsville, Line Lexington,Neshaminy, Southhampton, Tradesville, Trevose, Unionville,Warminster, and Warrington), DELAWARE (North of a line runningalong State Route 352 to right on Stae Route 291 to StateLine); CHESTER (Includes the towns of Alsham, Anselma, Bacton,Berwyn, Cedar Hollow, Charlestown, Chester Springs, Cromby,Devon, Devault, Daylesford, Diamond Rock, Dutton Mill, Frazer,Goshenville, Howellville, Kimberton, Ludwig Corner, Paoli,Mattews, Perkiomen Junction, Phoenixville, Rapps Corner, RockyHill, Strafford, Sugartown, Tanguy, Valley Forge, Valley Store,White Horse, Williams Corner); MONTGOMERY (Remainder); andPHILADELPHIA COUNTIES Rates FringesIRONWORKER (Rigger and Machinery Mover).................$ 38.00 25.60 The following holidays shall be observed and when work is performed thereon it shall be paid for at twice the base rate: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day. Employees shall be off Christmas Eve Day and receive four hours pay. Employees who have to work on Christmas Eve Day shall work four hours and be paid for eight hours pay for the holiday. Any time worked beyond fours hours shall be paid at the double time rate plus the four hours holiday pay. To receive holiday pay, the employee must work the day before Christmas Eve and the first working day after Christmas Day.---------------------------------------------------------------- IRON0420-007 07/01/2014MONTGOMERY COUNTY (Anise, Berguy, Congo, Douglas, EastGreenfield, East Limerick, East Slaford, East Zieglerville,Engleville, Fagleysville, Ford, Gilbertsville, Green Lane,Hanover, New Perksionenville, Niato, Palm, Obelish, Pennsburg,Perkiomen, Pottstown, Royerfored, Roytown, Sammamansville,Tylerport, Upper Hanover, Upper Pottsgrove, Upper Wodall, WestLimerick, West Salford, and West Zieglerville Townships) Rates FringesIronworkers: Projects $200,000,000 and greater, all work...........$ 31.70 25.00 Projects less than $200,000,000................$ 30.70 25.00---------------------------------------------------------------- IRON0451-004 07/01/2016CHESTER (Remainder of County), AND DELAWARE (Remainder ofCounty) COUNTIES Rates FringesIronworkers: (Structural, Ornamental, and Reinforcing).....$ 33.60 28.75 The following holidays shall be observed, and when work is performed thereon it shall be paid for at twice the base wage rate: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day and Christmas Day.---------------------------------------------------------------- LABO0057-001 05/01/2016 Rates FringesLABORER GROUP 1...................$ 28.35 25.12 GROUP 2...................$ 28.55 25.12 GROUP 3...................$ 28.55 25.12 GROUP 4...................$ 23.15 25.12 GROUP 5...................$ 29.20 25.12 GROUP 6...................$ 29.25 25.12 GROUP 7...................$ 29.10 25.12 GROUP 8...................$ 28.85 25.12 GROUP 9...................$ 28.70 25.12 GROUP 10...................$ 28.85 25.12 GROUP 11...................$ 28.75 25.12 GROUP 12...................$ 32.48 25.12 GROUP 13...................$ 28.50 25.12LABORERS CLASSIFICATIONS GROUP 1: Yardwork Laborers; Scale Mixermen; Bunermen; Feeders; Dustmen GROUP 2: General Laborer; Asphalt Shovelers; Sheeting, Shoring & Lagging Laborers; Stone, Granite & Artificial Stone Setting Laborer; Hod Carriers; Scaffold Builders; Relief Joints & Approach Slabs; Assembling & Placing Gabions; Pneumatic Tool Laborers; Concrete Forms & Stripping Laborers; Concrete & Lumber Material Laborers; Steel & Steel Mesh (Carrying & Handling); Form Pinners; Mortar Mixers; Pouring & Placing Concrete; Grade Men GROUP 3: Vibrator Laborer; Finish Surface Asphalt Rackers; Jackhammer Operators; Paving Breaker Operator; Pipelayer & Caulker (all joints up to within 5 feet of the Building Foundation Line); Conduit & Duct LayersGROUP 4: Flagperson GROUP 5: Miners GROUP 6: Burners GROUP 7: Miner Bore Driver; Blasters; Drillers; Pneumatic Shield OperatorGROUP 8: Form Setters GROUP 9: Trackmen; Brackmen; Groutmen; Bottom Shaft Men; All Other Laborers in Free Air Tunnels; Underpinning (When an underpinning excavation is dug eight feet or more below the natural grade or where an excavation for a pier hole of five feet square or less and eight feet or more dep is dug, the rate shall apply only after a depth of eight feet is reached, to the men working in the bottom) GROUP 10: Circular Caissons (Where an excavation for circular caissons are dug eight feet or more below the natural grade level adjacent to the starting point of the caisson hole, at ground level, for the men working in the bottom); Welders, Burners & Air TuggersGROUP 11: Powderman; Multiple Wagon Drill Operator GROUP 12: Toxic/Hazardous Waste HandlerGROUP 13: Wagon Drill/Hydraulic Track Drill Operator---------------------------------------------------------------- LABO0413-005 04/01/2016 Rates FringesLandscaping Farm Tractor Driver, Hydroseeder Nozzleman, Mulcher Nozzleman...........$ 21.19 22.37+AFOOTNOTE: A. PAID HOLIDAYS: Independence Day, Labor Day, and Thanksgiving Day---------------------------------------------------------------- PAIN0021-003 02/01/2016 Rates FringesPainters: Bridge......................$ 52.10 23.79 All Other Work..............$ 38.91 21.98---------------------------------------------------------------- PLAS0592-008 05/01/2016 Rates FringesCEMENT MASON/CONCRETE FINISHER...$ 33.35 30.96---------------------------------------------------------------- PLUM0420-001 05/01/2016 Rates FringesSteamfitter Bucks, Chester, Delaware, Montgomery and Philadelphia Counties.......$ 52.83 31.19---------------------------------------------------------------- PLUM0690-008 05/01/2016 Rates FringesPLUMBER..........................$ 49.23 31.46----------------------------------------------------------------* TEAM0107-002 05/01/2016 Rates FringesTruck drivers: GROUP 1.....................$ 29.702 17.1425+a+b GROUP 2.....................$ 29.802 17.1425+a+b GROUP 3.....................$ 30.052 17.1425+a+bTRUCK DRIVERS CLASSIFICATIONS GROUP 1 - Stake body truck (single axle, dumpster) GROUP 2 - Dump trucks, tandem and batch trucks, semi-trailers, agitator mixer trucks, and dumpcrete type vehicles, asphalt distributors, farm tractor when used for transportation, stake body truck (tandem) GROUP 3 - Euclid type, off-highway equipment or belly dump trucks and double hitched equipment, staddle (ross) carrier, low-bed trailersFOOTNOTE: A. PAID HOLIDAYS: Memorial Day, Independence Day, Labor Day, Thanksgiving Day and five personal holidays provided employee works at least one day in the three work days before and at least one day in the three work days after the said holiday. Emloyee earns a personal holiday every two months, provided employee has worked twenty-six day in each consecutive two month period, up to a maximum of five per calendar year. After 130 work days the employee is entitled to all five personal holidays. B. PAID VACATION: Employee will earn one vacation day for every two months, provided employee has worked twenty-six day in each consecutive two month period, up to a maximum of five vacation days per calendar year. After 130 workdays the employee is entitled to all five days of vacation. Employees with 5 years of seniority, earn an additional week of vacation, accrued in the same way.----------------------------------------------------------------WELDERS - Receive rate prescribed for craft performingoperation to which welding is incidental.================================================================ Unlisted classifications needed for work not included withinthe scope of the classifications listed may be added afteraward only as provided in the labor standards contract clauses(29CFR 5.5 (a) (1) (ii)).---------------------------------------------------------------- The body of each wage determination lists the classificationand wage rates that have been found to be prevailing for thecited type(s) of construction in the area covered by the wagedetermination. The classifications are listed in alphabeticalorder of "identifiers" that indicate whether the particularrate is a union rate (current union negotiated rate for local),a survey rate (weighted average rate) or a union average rate(weighted union average rate).Union Rate IdentifiersA four letter classification abbreviation identifier enclosedin dotted lines beginning with characters other than "SU" or"UAVG" denotes that the union classification and rate wereprevailing for that classification in the survey. Example:PLUM0198-005 07/01/2014. PLUM is an abbreviation identifier ofthe union which prevailed in the survey for thisclassification, which in this example would be Plumbers. 0198indicates the local union number or district council numberwhere applicable, i.e., Plumbers Local 0198. The next number,005 in the example, is an internal number used in processingthe wage determination. 07/01/2014 is the effective date of themost current negotiated rate, which in this example is July 1,2014.Union prevailing wage rates are updated to reflect all ratechanges in the collective bargaining agreement (CBA) governingthis classification and rate.Survey Rate IdentifiersClassifications listed under the "SU" identifier indicate thatno one rate prevailed for this classification in the survey andthe published rate is derived by computing a weighted averagerate based on all the rates reported in the survey for thatclassification. As this weighted average rate includes allrates reported in the survey, it may include both union andnon-union rates. Example: SULA2012-007 5/13/2014. SU indicatesthe rates are survey rates based on a weighted averagecalculation of rates and are not majority rates. LA indicatesthe State of Louisiana. 2012 is the year of survey on whichthese classifications and rates are based. The next number, 007in the example, is an internal number used in producing thewage determination. 5/13/2014 indicates the survey completiondate for the classifications and rates under that identifier.Survey wage rates are not updated and remain in effect until anew survey is conducted.Union Average Rate IdentifiersClassification(s) listed under the UAVG identifier indicatethat no single majority rate prevailed for thoseclassifications; however, 100% of the data reported for theclassifications was union data. EXAMPLE: UAVG-OH-001008/29/2014. UAVG indicates that the rate is a weighted unionaverage rate. OH indicates the state. The next number, 0010 inthe example, is an internal number used in producing the wagedetermination. 08/29/2014 indicates the survey completion datefor the classifications and rates under that identifier.A UAVG rate will be updated once a year, usually in January ofeach year, to reflect a weighted average of the currentnegotiated/CBA rate of the union locals from which the rate isbased. ---------------------------------------------------------------- WAGE DETERMINATION APPEALS PROCESS1.) Has there been an initial decision in the matter? This canbe:* an existing published wage determination* a survey underlying a wage determination* a Wage and Hour Division letter setting forth a position on a wage determination matter* a conformance (additional classification and rate) rulingOn survey related matters, initial contact, including requestsfor summaries of surveys, should be with the Wage and HourRegional Office for the area in which the survey was conductedbecause those Regional Offices have responsibility for theDavis-Bacon survey program. If the response from this initialcontact is not satisfactory, then the process described in 2.)and 3.) should be followed.With regard to any other matter not yet ripe for the formalprocess described here, initial contact should be with theBranch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 202102.) If the answer to the question in 1.) is yes, then aninterested party (those affected by the action) can requestreview and reconsideration from the Wage and Hour Administrator(See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210The request should be accompanied by a full statement of theinterested party's position and by any information (wagepayment data, project description, area practice material,etc.) that the requestor considers relevant to the issue.3.) If the decision of the Administrator is not favorable, aninterested party may appeal directly to the AdministrativeReview Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 202104.) All decisions by the Administrative Review Board are final.================================================================ END OF GENERAL DECISIONGeneral Decision Number: PA160107 10/21/2016 PA107Superseded General Decision Number: PA20150107State: PennsylvaniaConstruction Type: BuildingCounty: Chester County in Pennsylvania.BUILDING CONSTRUCTION PROJECTS (does not include single familyhomes or apartments up to and including 4 stories).Note: Under Executive Order (EO) 13658, an hourly minimum wageof $10.15 for calendar year 2016 applies to all contractssubject to the Davis-Bacon Act for which the solicitation wasissued on or after January 1, 2015. If this contract is coveredby the EO, the contractor must pay all workers in anyclassification listed on this wage determination at least$10.15 (or the applicable wage rate listed on this wagedetermination, if it is higher) for all hours spent performingon the contract in calendar year 2016. The EO minimum wage ratewill be adjusted annually. Additional information on contractorrequirements and worker protections under the EO is availableat whd/govcontracts.Modification Number Publication Date 0 01/08/2016 1 01/15/2016 2 01/29/2016 3 02/12/2016 4 02/26/2016 5 05/06/2016 6 05/13/2016 7 05/27/2016 8 06/03/2016 9 07/01/2016 10 07/08/2016 11 07/22/2016 12 07/29/2016 13 08/12/2016 14 09/23/2016 15 09/30/2016 16 10/14/2016 17 10/21/2016 ASBE0014-002 05/01/2016 Rates FringesASBESTOS WORKER/HEAT & FROST INSULATOR (MECHANICAL- Duct, Pipe & Mechanical System Insulation)......................$ 46.25 32.69---------------------------------------------------------------- BOIL0013-008 04/01/2013 Rates FringesBOILERMAKER......................$ 38.54 31.09---------------------------------------------------------------- BRPA0001-016 05/01/2014 Rates FringesBRICKLAYER (Including Pointing, Caulking, and Cleaning)........................$ 36.41 23.80MASON - STONE....................$ 36.48 23.77---------------------------------------------------------------- BRPA0001-017 05/01/2014 Rates FringesTILE FINISHER....................$ 20.93 22.09TILE SETTER......................$ 38.36 22.72---------------------------------------------------------------- CARP0173-002 05/01/2016 Rates FringesCARPENTER (Includes, Acoustical Ceiling Installation, Batt Insulation, Drywall Hanging, Firestopping, Form Work, Gutter Installation, Metal Roof Installation, Scaffold Building and Siding Installation- Metal, Aluminum, and Vinyl).............$ 38.75 26.54----------------------------------------------------------------* CARP0179-003 05/01/2016 Rates FringesPILEDRIVERMAN....................$ 43.45 31.82----------------------------------------------------------------* CARP0219-005 07/01/2016 Rates FringesMILLWRIGHT.......................$ 39.91 30.79----------------------------------------------------------------* CARP0251-004 05/01/2016 Rates FringesCARPENTER (Floor Laying - Hardwood, Carpet and Vinyl Only)............................$ 41.86 27.04---------------------------------------------------------------- ELEC0098-008 04/30/2012 Rates FringesELECTRICIAN (Installation of Sound and Communication Systems Only)....................$ 47.07 17.51---------------------------------------------------------------- ELEC0126-008 05/30/2016 Rates FringesLINE CONSTRUCTION Lineman.....................$ 52.19 26.25%+10.50---------------------------------------------------------------- ELEC0380-008 09/29/2014 Rates FringesELECTRICIAN (Includes Solar Panel Wiring and Installation; Excludes Alarm Installation, Installation of Sound and Communication Systems, HVAC/Temperature Controls, and Low Voltage Wiring)..........................$ 41.05 29.99---------------------------------------------------------------- ELEC0654-006 05/30/2016 Rates FringesELECTRICIAN (HVAC/Temperature Controls Installation and Alarm Installation Only).........$ 42.81 17.71%+18.79---------------------------------------------------------------- ELEV0005-002 01/01/2016 Rates FringesELEVATOR MECHANIC................$ 52.79 29.985+A&BFOOTNOTES FOR ELEVATOR MECHANICS: A. PAID VACATION: Employer contributes 8% of basic hourly rate for 5 years or more of service or 6% for 6 months to 5 years of service. B. Eight Paid Holidays (provided employee has worked 5 consecutive days before and the working day after the holiday): New Years's Day; Memorial Day; Independence Day; Labor Day; Veteran's Day; Thanksgiving Day and the Friday after Thanksgiving Day, and Christmas Day.---------------------------------------------------------------- ENGI0066-047 07/01/2014 Rates FringesPOWER EQUIPMENT OPERATOR Mechanic....................$ 28.37 15.66---------------------------------------------------------------- ENGI0542-034 09/08/2014 Rates FringesPOWER EQUIPMENT OPERATOR Crane, Gradall, Bulldozer, Bobcat/Skid Steer/ Skid Loader, Grader/Blade, Loader, Paver (Asphalt, Aggregate, and Concrete), Backhoe/ Excavator/ Trackhoe, Boom, Concrete Pump, Crusher, Drill Rig Caissons, Milling Machine...$ 43.84 26.85 Hoist (Single Drum), Forklift (all types)........$ 29.49 21.47 Hoist (With Two Towers).....$ 32.41 22.33 Oiler, Articulating Truck Operator....................$ 36.75 24.75 Pump........................$ 37.74 25.04 Roller......................$ 39.76 25.64---------------------------------------------------------------- IRON0401-006 07/01/2016 Rates FringesIRONWORKER (Reinforcing and Structural)......................$ 45.70 30.35---------------------------------------------------------------- LABO0135-001 05/01/2014 Rates FringesLABORER (Mason Tender- Brick)....$ 26.27 22.86---------------------------------------------------------------- LABO0413-007 05/01/2015 Rates FringesLABORER Common or General; Concrete Worker.............$ 26.70 24.27 Mason Tender- Cement/Concrete.............$ 27.22 24.27---------------------------------------------------------------- PAIN0021-029 05/01/2016 Rates FringesPAINTER (Includes Brush, Roller, Spray, and Drywall Finishing/Taping)................$ 36.80 24.03---------------------------------------------------------------- PAIN0252-007 05/01/2016 Rates FringesGLAZIER..........................$ 41.28 27.07---------------------------------------------------------------- PLAS0008-003 05/16/2016 Rates FringesPLASTERER........................$ 36.92 28.33---------------------------------------------------------------- PLAS0592-037 05/01/2016 Rates FringesCEMENT MASON/CONCRETE FINISHER...$ 35.15 31.01---------------------------------------------------------------- PLUM0420-012 05/01/2016 Rates FringesPIPEFITTER (Including HVAC Pipe and HVAC Unit Installation)....................$ 52.83 31.19---------------------------------------------------------------- PLUM0420-013 05/01/2016 Rates FringesPIPEFITTER Mechanical Equipment Serviceman (HVAC Pipe and Unit Installation Only).....$ 52.83 31.19---------------------------------------------------------------- PLUM0690-011 05/01/2016 Rates FringesPLUMBER..........................$ 49.23 31.46---------------------------------------------------------------- ROOF0030-013 05/01/2014 Rates FringesROOFER (Includes Waterproofing, Excludes Metal Roof Installation)...............$ 32.15 28.12---------------------------------------------------------------- SFPA0669-004 04/01/2016 Rates FringesSPRINKLER FITTER (Fire Sprinklers)......................$ 36.05 20.77---------------------------------------------------------------- SHEE0019-014 06/01/2014 Rates FringesSHEET METAL WORKER (Excluding HVAC Duct Installation)..........$ 32.55 30.56FOOTNOTE: Paid Holiday: Election Day---------------------------------------------------------------- SHEE0019-019 05/01/2014 Rates FringesSHEET METAL WORKER (HVAC Duct Installation Only)...............$ 42.95 33.38FOOTNOTE: Paid Holiday: Election Day----------------------------------------------------------------* UAVG-PA-0021 01/01/2016 Rates FringesELECTRICIAN (Low Voltage Wiring Only).....................$ 42.01 22.96---------------------------------------------------------------- SUPA2011-041 08/20/2014 Rates FringesCARPENTER (Metal Flashing Installation Only)...............$ 37.27 32.66 IRONWORKER, ORNAMENTAL...........$ 34.27 22.55 OPERATOR: Drill.................$ 28.55 15.78 TRUCK DRIVER: Dump Truck........$ 21.31 0.00----------------------------------------------------------------WELDERS - Receive rate prescribed for craft performingoperation to which welding is incidental.================================================================ Unlisted classifications needed for work not included withinthe scope of the classifications listed may be added afteraward only as provided in the labor standards contract clauses(29CFR 5.5 (a) (1) (ii)).---------------------------------------------------------------- The body of each wage determination lists the classificationand wage rates that have been found to be prevailing for thecited type(s) of construction in the area covered by the wagedetermination. The classifications are listed in alphabeticalorder of "identifiers" that indicate whether the particularrate is a union rate (current union negotiated rate for local),a survey rate (weighted average rate) or a union average rate(weighted union average rate).Union Rate IdentifiersA four letter classification abbreviation identifier enclosedin dotted lines beginning with characters other than "SU" or"UAVG" denotes that the union classification and rate wereprevailing for that classification in the survey. Example:PLUM0198-005 07/01/2014. PLUM is an abbreviation identifier ofthe union which prevailed in the survey for thisclassification, which in this example would be Plumbers. 0198indicates the local union number or district council numberwhere applicable, i.e., Plumbers Local 0198. The next number,005 in the example, is an internal number used in processingthe wage determination. 07/01/2014 is the effective date of themost current negotiated rate, which in this example is July 1,2014.Union prevailing wage rates are updated to reflect all ratechanges in the collective bargaining agreement (CBA) governingthis classification and rate.Survey Rate IdentifiersClassifications listed under the "SU" identifier indicate thatno one rate prevailed for this classification in the survey andthe published rate is derived by computing a weighted averagerate based on all the rates reported in the survey for thatclassification. As this weighted average rate includes allrates reported in the survey, it may include both union andnon-union rates. Example: SULA2012-007 5/13/2014. SU indicatesthe rates are survey rates based on a weighted averagecalculation of rates and are not majority rates. LA indicatesthe State of Louisiana. 2012 is the year of survey on whichthese classifications and rates are based. The next number, 007in the example, is an internal number used in producing thewage determination. 5/13/2014 indicates the survey completiondate for the classifications and rates under that identifier.Survey wage rates are not updated and remain in effect until anew survey is conducted.Union Average Rate IdentifiersClassification(s) listed under the UAVG identifier indicatethat no single majority rate prevailed for thoseclassifications; however, 100% of the data reported for theclassifications was union data. EXAMPLE: UAVG-OH-001008/29/2014. UAVG indicates that the rate is a weighted unionaverage rate. OH indicates the state. The next number, 0010 inthe example, is an internal number used in producing the wagedetermination. 08/29/2014 indicates the survey completion datefor the classifications and rates under that identifier.A UAVG rate will be updated once a year, usually in January ofeach year, to reflect a weighted average of the currentnegotiated/CBA rate of the union locals from which the rate isbased. ---------------------------------------------------------------- WAGE DETERMINATION APPEALS PROCESS1.) Has there been an initial decision in the matter? This canbe:* an existing published wage determination* a survey underlying a wage determination* a Wage and Hour Division letter setting forth a position on a wage determination matter* a conformance (additional classification and rate) rulingOn survey related matters, initial contact, including requestsfor summaries of surveys, should be with the Wage and HourRegional Office for the area in which the survey was conductedbecause those Regional Offices have responsibility for theDavis-Bacon survey program. If the response from this initialcontact is not satisfactory, then the process described in 2.)and 3.) should be followed.With regard to any other matter not yet ripe for the formalprocess described here, initial contact should be with theBranch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 202102.) If the answer to the question in 1.) is yes, then aninterested party (those affected by the action) can requestreview and reconsideration from the Wage and Hour Administrator(See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210The request should be accompanied by a full statement of theinterested party's position and by any information (wagepayment data, project description, area practice material,etc.) that the requestor considers relevant to the issue.3.) If the decision of the Administrator is not favorable, aninterested party may appeal directly to the AdministrativeReview Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 202104.) All decisions by the Administrative Review Board are final.================================================================ END OF GENERAL DECISIONEnd of DocumentGEMS PROGRAM TRAINING FOR CONTRACTORS HISTORY: All federal agencies are required to implement an Environmental Management System (EMS) by December 31, 2005 under Executive Order 13148, “Greening the Government through Leadership in Environmental Management". As a result, the Department of Veterans Affairs has chosen to call its EMS ~ Green Environmental Management Systems or “GEMS.” Such systems have been shown to be a valuable management tool to lessen negative impacts on the environment, and create more efficient, cost effective means of conducting activities.GEMS PROGRAM INFORMATION:The GEMS Program is based on ISO 14001, which applies specifically to EMS. An EMS program provides a framework or process to review activities performed by, or on behalf of the organization, including work performed by contractors. The GEMS Program emphasizes the importance of compliance with federal, state, and local regulations; encourages pollution prevention strategies whenever possible; and focuses on achieving continued improvements.The GEMS Program documents activities at the medical center, prioritizes activities according to their likelihood of resulting in an adverse impact (called Significant Environmental Aspects), and puts operational controls in place to reduce or mitigate adverse environmental impacts. As a result, any party that performs an activity identified by the local GEMS Committee to be a Significant Environmental Aspect must be familiar with our GEMS training to reduce the environmental impacts.GEMS PROGRAM TRAINING:GEMS Program awareness training will be conducted during the pre-construction meeting for all construction projects. This training will include a summary of the GEMS Program, its primary elements and overall goals (i.e. pollution prevention, efficient use of resources and reuse/recycling). Further, any construction project that involves an activity or activities deemed to be a Significant Environmental Aspect must ensure that appropriate operational control measures are in-place, their staff members are properly trained, and all work performed is completed in compliance with local, state and federal regulations.The following are construction activities that have been deemed to be Significant Environmental Aspects:Use and storage of hazardous chemicals (potential for spills), if no safer alternative is available, must be used and stored in accordance with OSHA, EPA (49 CFR 265 Subpart I), and NFPA requirements. Any hazardous chemicals and wastes must be properly used, handled, transported and stored in a manner which would prevent release into the environment and must be disposed of in accordance with local, state and federal regulations.Abatement activities ~ Asbestos (29 CFR 1926.1101), Lead (29 CFR 1926.62), etc.Recyclable material. All contractors should recycle as much material as possible. The records of materials recycled must be submitted to the COTR for recordkeeping. Attached is a pre-construction meeting report and a Project Reuse/Recycling Log.The Coatesville VA Medical Center in accordance with VA Directive 2004-069 (Waste Minimization and Compliance Report) and the Federal Pollution Prevention Act formally establishes Pollution Prevention (P2) as a national objective, and defines P2 as source reduction and other practices that reduce or eliminate pollutants. This act establishes a hierarchy of environmental protection consisting of prevention or source reduction, recycling, treatment, and proper disposal. The most desirable method of pollution abatement is prevention or source reduction. Disposal and other releases to the environment should be done only as last resort, and then in an environmentally safe manner.The Resource Conservation and Recovery Act (RCRA), as amended by the Hazardous and Solid Waste Amendments of 1984, has authority over generation, treatment, storage, disposal, and transportation of hazardous and non-hazardous waste and emphasizes source reduction as its highest priority. RCRA requires “cradle-to-grave” management of hazardous waste (HW), encourages recycling and reuse, and further requires HW generators to certify that the generator has a program in place to “reduce the volume or quantity and toxicity” of wastes created. Further, RCRA mandates Federal facilities to procure recycled products. In addition, the Federal Facilities Compliance Act of 1992 makes Federal facilities subject to Federal, State and local waste management and disposal laws and regulations. In accordance with these rules and regulations, the VA requires contractors and project managers to monitor waste(s) taken from their construction projects, and certify that proper disposal has occurred. Further, if a waste product (door, light fixture, etc.) can be recycled or reused, reasonable effort should be made to do so.Items that may be reused include, but are not limited to: doors (if in good shape), door locks, light fixtures, electronics items (nurse call wiring, other wiring, etc.), electrical panels, breakers, sinks, toilets, plumbing fixtures, power pools, accessories (mirrors and towel dispensers), handrails, and possibly corner guards. However, if these items no longer meet codes, safety, or other requirements they should not be reused.If items are to be reused, these items should be logged by the Project Manager on a Project Reuse/Recycling Log (see attachment). At the conclusion of the project, this form shall be reviewed and signed by the Supervisor, Facility Design, and copies provided to the Manager, Safety, Health & EnvironmentalCOATESVILLE VETERANS AFFAIRS MEDICAL CENTERGEMS PROGRAM TRAINING FOR CONTRACTORSPROJECT REUSE/RECYCLING LOGProject Number:__________________Project Location:______________Page ____ of ____Date:_________________Project Manager:___________________Material Being Reused/RecycledReused/RecycledQuantityLocation TakenComments(e.g. Plumbing Fixtures)Reused3Plumbing ShopDelivered on ___________cc: Supervisor, Facility DesignManager, Safety, Health & EnvironmentalCoordinator, GEMS Program DEMOLITION FOR CONSTRUCTION PROJECTS IN VA MEDICAL CENTER BUILDINGS:The contractor shall provide plastic barriers to completely separate construction from the operational areas of the hospital in order to contain dirt debris and dust.The contractor shall utilize HEPA (High Efficiency Particulate Air) equipped air filtration units rated at 99% capture of 0.5 microns including pollen, mold spores and dust particles. The contractor shall insure that continuous negative air pressures are maintained for the duration of the demolition of this project unless otherwise authorized by the resident engineer in writing.The contractor shall compartmentalize the demolition area by creating a barrier reaching from floor to ceiling before any demolition is started in any Medical Center Buildings. Surround the affected area entirely and seal with duct tape at the ceiling, floor and sides. The contractor shall use non-combustible systems or devices to seal existing penetrations of pipe, plastic pipe or conduits, unenclosed cables, or other non – metallic materials in Medical Center Buildings and penetrations that occur from demolition in those buildings.The contractor shall broom clean at the end of each workday and remove debris as they are created. The contractor shall transport the debris outside the construction area in containers with tightly fitting lids that shall be approved by the resident engineer.Medical Center staff at the pre-construction meeting will complete an Infection Control Risk Assessment (ICRA). CONSTRUCTION SAFETY STANDARDSDEPARTMENT OF VETERANS AFFAIRS MEDICAL CENTERCOATESVILLE, PENNSYLVANIA 19320UPDATED: 01/12DIRECTOR, FACILITIES ENGINEERING SERVICEATTACHMENT #1DEPARTMENT OF VETERANS AFFAIRS MEDICAL CENTERCOATESVILLE, PENNSYLVANIA 19320GUIDELINESThis digest of construction safety and health requirements has been compliance of all Safety, Health and Fire Protection Regulations, which must be observed while working at this health care facility. The source of these regulations is:1.U.S. Department of Labor Standards - OSHA 29 CFR 1910(General Industry) 1995 Edition2.U.S. Department of Labor Standards - OSHA 29 CFR 1926(Construction Safety) 1995 Edition3.National Fire Protection Association Codes4.Department of Veterans Affairs Safety Policies and ProceduresThe enforcement of all safety regulations contained within this digest is carried out by the Medical Center’s Safety Officer representing the Director, Facilities Engineering Service. The Medical Center’s Safety Officer will make inspections of contractor personnel performing work on the station, advising them of mandatory safety procedures. If flagrant violations are observed the Safety Officer can order shutdown of activities until he can contact the Director, Facilities Engineering Service to present his appraisal of the situation. Private contractor construction work at this facility is also subject to inspection by U.S. Department of Labor, Occupational Safety and Health Administration, Philadelphia Office.Note: Construction Contractor are required to have employees tested for TB, treated as necessary, and provide a letter of certification that their employees are “TB FREE” with their other required documentation prior to the start of construction.ATTACHMENT #1STANDARDS1.ABRASIVE GRINDINGA.All abrasive wheel bench and stand grinders shall be provided with safety guards which cover the spindle ends, nut and flange projections and are strong enough to withstand the effects of a bursting wheel.B.An adjustable work rest of rigid construction shall be used on floor and bench-mounted grinders, fixed base, off-hand grinding machines with the work rest kept adjusted to a maximum clearance of 1/8 inch between rest and wheel.C.All abrasive wheels shall be closely inspected and ring tested before mounting to ensure that they are free from defects.2.ACCIDENT RECORD KEEPING REQUIREMENTSA.Within 48 hours after its occurrence, an employee accident which is fatal to one or more employees or which results in the hospitalization of five or more employees shall be reported by the employer, either orally or in writing, to the nearest OSHA Area Director. Records as prescribed in the record keeping requirements booklet shall be kept for all accidents that result in fatality, hospitalization, lost workdays, medical treatment, job transfer, termination or loss of consciousness. All injuries sustained by contractors while on VA property must be reported to the Safety Office at Extension 2104.3.AIR TOOLSA.Pneumatic power tools shall be secured to the hose in a positive manner to prevent accidental disconnection.B.Safety clips or retainers shall be securely installed and maintained on pneumatic impact tools to prevent them from being accidentally expelled.C.The manufacturer’s safe operating pressure for all hoses, fittings and utilization equipment shall not be exceeded.4.BELT SANDING MACHINESA.Belt sanding machines shall be provided with guards at each nip point where the sanding belt runs onto a pulley.BThe unused run of the sanding belt shall be guarded against accidental contact.5.BOILERSBoilers provided by the contractor shall be deemed to be in compliance with the requirements of this part when evidence of current and valid certification by an insurance company or regulatory authority attesting to the safe installation, inspection and testing is presented.6.CHAINS(See wire ropes, chains, hooks, etc., #63).PRESSED AIR, USE OFCompressed air used for cleaning purposes shall not exceed 35 psi when the nozzle end is obstructed or dead ended and then only with effective chip guarding and personal protective equipment.PRESSED GAS CYLINDERS - (OSHA PART 1926.350 Thru 1926.354)A.Valve protection caps shall be in place when compressed gas cylinders are transported, moved or stored.B.Cylinder valves shall be closed when work is finished and when cylinders are empty or are moved.pressed gas cylinders shall be secured in an upright position at all times, except when cylinders are actually being hoisted or carried.D.Cylinders shall be kept at a safe distance or shielded from welding or cutting operations. Cylinders shall be kept at a safe distance from radiators or other heat sources or where they can contact an electrical circuit.E.Oxygen and fuel gas regulators shall be in proper working order while in use.9.CONCRETE, CONCRETE FORMS AND SHORINGA.All equipment and material used shall comply with ANSI A10.9 “Safety Requirements for Concrete Construction and Masonry Work”.B.Employees shall not be permitted to work above vertically protruding reinforcing steel, unless it has been protected to eliminate the hazard of impalement.C.Powered and rotating-type concrete toweling machines that are manually guided shall be equipped with a dead man type operating control.D.Formwork and shoring shall safely support all loads imposed during concrete placement. Drawings or plans of formwork and shoring systems shall be available at the job site.10.CONVEYORSA.Conveyor systems shall be equipped with an audible warning signal which can be sounded immediately before starting up the conveyor.B.Where conveyors pass over work areas or aisles, guards shall be provided to protect employees from falling material.C.Conveyors shall be in compliance with ANSI B20.1, “Safety Code for conveyors, cableways and related equipment”.11.CRANES AND DERRICKSA.The contractor shall comply with the manufacturer’s specifications and limitations.B.Rated load capacities, recommended operating speeds and special hazard warnings or instructions shall be posted on all equipment and be visible from the operator’s station.C.Equipment shall be inspected before each use and all deficiencies corrected before further use.D.Accessible areas within the swing radius of the revolving superstructure shall be barricaded.E.Except where electrical distribution and transmission lines have been de-energized and visibly grounded at point of work, or where insulating barriers not a part of or an attachment to the equipment or machinery have been erected to prevent physical contact with the lines, no part of a crane or its load shall be operated within 10 feet of a line rated 50 kV or below; 10 feet + 0.4 inches for each 1 kV over 50 kV for lines rated over 50 kV; or twice the length of the line insulator, but never less than 10 feet.(For rules pertaining to Rigging Equipment, see item #62).12.DISPOSAL CHUTESA.Whenever materials are dropped more than 20 feet to any exterior point, an enclosed chute shall be used.B.When debris is dropped through holes in the floor without the use of chutes, the area where the material is dropped shall be enclosed with barricades not less than 42 inches high and not less than 6 feet back from the projected opening.13.DRINKING WATERA.An adequate supply of portable water will be provided in all places of employment.B.Portable drinking water containers shall be capable of being tightly closed and be equipped with a tap.C.The common drinking cup is prohibited.D.Unused disposable cups shall be kept in a sanitary container and a receptacle shall be provided for used cups.14.ELECTRICALA.All electrical work shall be in compliance with the current National Electrical Code, unless otherwise provided by OSHA regulations.B.The noncurrent-carrying metal parts of fixed, portable and plug-connected equipment shall be grounded. Portable tools and appliances protected by an approved system of double insulation need not be grounded.C.Extension cords shall be the 3-wire type, shall be protected from damage and shall not be fastened with staples, hung from nails, or suspended from wires. Splices shall have soldered wire connections with insulation equal to the cable. Worn or frayed cords shall not be used.D.Exposed bulbs on temporary lights shall be guarded to prevent accidental contact. except where bulbs are deeply recessed in the reflector. Temporary lights shall not be suspended by their electric cords unless designed for this use.E.Receptacles for attachment plugs shall be of the approved, concealed contact type. Where different voltages, frequencies, or types of current are supplied, receptacles shall be of such design that attachment plugs are not interchangeable.F.Each disconnecting means for motors and appliances and each service feeder or branch circuit at the point where it originates shall be legibly marked to indicate its purpose, unless located and arranged so the purpose is evident.15.EXCAVATING AND TRENCHING - (OSHA PART 1926.652)A.Before opening any excavation, efforts shall be made to determine if there are underground utilities in the area and they shall be located and protected during the excavation operations.B.The walls and faces of all excavations and trenches more than 4 feet deep, in which employees are exposed to danger from moving ground shall be guarded by a shoring system, sloping of the ground, or some other equivalent means.C.A means of egress such as but not limited to a ladder, stairway or ramp shall be located in every excavation or trench 4 feet (1.22M) or more in depth so as to require no more than 25 feet *7.62M) of lateral travel for employees.D.In excavations which employees may be required to enter, excavated or other material shall be effectively stored and retained at least 2 feet or more from the edge of the excavation.E.Daily inspections of excavations will be made by a competent person. If evidence of possible cave-ins or slides is apparent, all work in the excavation shall cease until the necessary precautions have been taken to safeguard the employees.16.EXPLOSIVES AND BLASTINGA.Only authorized and qualified persons shall be permitted to handle and use explosives.B.Explosive material shall be stored in approved facilities as required by provisions of the Internal Revenue Service regulations published in 26 CFR 181, “Commerce in Explosive”.C.Smoking and open flames shall not be permitted within 50 feet of explosives storage magazines.D.Procedures that permit safe and efficient loading shall be established before loading is started.1.7EYE AND FACE PROTECTION - (OSHA 1926.102)A.Eye and face protection shall be provided when machines or operations present potential eye or face injury.B.Eye and face protective equipment shall meet the requirements of ANSI Z87.1, “Practice for Occupational Eye and Face Protection”.C.Employees involved in welding operations shall be furnished with filter lenses of the proper shade number.D.Employees exposed to laser beams shall be furnished suitable laser safety goggles which will protect for the specific wave-length of the laser and be of optical density (O.D.) adequate for the energy involved.18.FIRE PROTECTIONA.The Medical Center’s fire fighting program is to be followed throughout all phases of the construction and demolition work involved.B.Fire fighting equipment will be conspicuously located and readily accessible at all times and be maintained in operating condition.C.Carbon tetrachloride and other toxic vaporizing liquid fire extinguishers are prohibited.D.All construction employees shall receive fire/safety orientation from their supervisors via the general contractor.19.FLAGMANA.When signs, signals and barricades do not provide the necessary protection on or adjacent to a highway or street, flagmen or other appropriate traffic controls shall be provided.B.Flagman shall be provided with and shall wear a red or orange warning garment while flagging. Warning garments worn at night shall be of reflectorized material.20.FLAMMABLE AND COMBUSTIBLE LIQUIDSA.Only approved containers and portable tanks shall be used for storage and handling of flammable and combustible liquids.B.No more than 25 gallons of flammable or combustible liquid shall be stored in a room outside of an approved storage cabinet. No more than 60 gallons of flammable or 120 gallons of combustible liquids shall be stored in any one- storage cabinet. No more than three storage cabinets may be located in a single storage area.C.Inside storage rooms for flammable and combustible liquids shall be of fire-resistive construction, have self-closing fire doors at all openings, 4-inch sill or depressed floors, a ventilation system that provides at least six air changes within the room per hour and electrical wiring and equipment approved for Class 1, Division 1 locations.D.Storage in containers outside buildings shall not exceed 1,100 gallons in any one pile or area. The storage area shall be graded to divert possible spills away from buildings or other exposures, or shall be surrounded by a curb or dike. Storage areas shall be located at least 20 feet from any building and shall be free from weeds, debris and other combustible materials.E.Flammable liquids shall be kept in closed containers when not actually in use.F.Conspicuous and legible signs prohibiting smoking shall be posted in service and refueling areas.21.FLOOR OPENINGS, OPEN SIDES, HATCHWAYS, ETC.A.Floor openings shall be guarded by a standard railing and toeboards or covers. In general, the railing shall be provided on all exposed sides, except at entrances to stairways. Temporary floor openings shall have standard railings.B.Every open-sided floor or platform, 6 feet or more above adjacent floor or ground level, shall be guarded by a standard railing, or the equivalent, on all open sides except where there is entrance to a ramp, stairway, or fixed ladder.C.Floor holes, into which persons can accidentally walk, shall be covered with a floor hole cover or standard strength and construction or be guarded by a standard railing with toeboard on all exposed sides.D.Runways 4 feet or more shall have standard railings on all open sides, except runways more than 18 inches wide used exclusively for special purposes may have the railings on one side omitted where operating conditions necessitate.22.GASES, VAPORS, FUMES, DUSTS AND MISTSA.Exposure to toxic gases, vapors, fumes, dusts and mists at a concentration above those specified in the “Threshold Limit Values of Airborne Contaminants” of the ACGIH, shall be avoided.B.Administrative or engineering controls must be implemented whenever feasible to comply with TLV’s.When engineering and administrative controls are not feasible to achieve full compliance, protective equipment or other protective measures shall be used to keep the exposure of employees to air contaminants within the limits prescribed. Any equipment and technical measures used for this purpose must first be approved for each particular use by a competent industrial hygienist or other technically qualified person.23.GENERAL DUTY CLAUSEA.Hazardous conditions or practices not covered in an OSHA standard may be covered under Section 5 (a) (1) of the Occupational Safety and Health Act of 1970 which states, “Each employee shall furnish to each of his employees employment and a place of employment which are free from recognized hazards that are causing or are likely to cause death or serious physical harm to his employees”.24.GENERAL REQUIREMENTSA.The contractor shall initiate and maintain such programs as may be necessary to provide for frequent and regular inspections of the job site, materials and equipment.B.The contractor shall instruct each employee in the recognition and avoidance of unsafe conditions and in the regulations applicable to his work environment to control or eliminate any hazards or other exposure to illness or injury.C.The contractor shall ensure that all employees are familiar with the requirements set forth in this standard.25.HAND TOOLS - (OSHA PART 1926.300)A.Contractors shall not issue or permit the use of unsafe hand tools.B.Wrenches shall not be used when jaws are sprung to the point that slippage occurs. Impact tools shall be kept free of mushroomed heads. The wooden handles of tools shall be kept free of splinters or cracks and shall be kept tight in the tool.C.Electric power operated tools shall either be approved double insulated or be properly grounded.When power-operated tools are designed to accommodate guards, they shall be equipped with such guards when in use.26.HEAD PROTECTION - (OSHA PART 1926.100)A.Head protective equipment (helmets) shall be worn in areas where there is a possible danger of head injuries from impact, flying or falling objects, or electrical shock and burns.B.Helmets for protection against impact and penetration of falling and flying objects shall meet the requirements of ANSI Z89.1.Helmets for protection against electrical shock and burns shall meet the requirements of ANSI Z89.2.27.HEARING PROTECTIONA.Feasible engineering or administrative controls shall be utilized to protect employees against sound levels in excess of those shown in Table D-2.B.When engineering or administrative controls fail to reduce sound levels within the limits of Table D-2, ear protective devices shall be provided and used.C.Exposure to impulsive or impact noise should not exceed 140 dB peak sound pressure level.D.In all cases, where the sound levels exceed the values shown in Table D-2 of the Safety and Health Standards, a continuing, effective hearing conservation program shall be administered.E.Table D-2, Permissible Noise Exposures.SOUND LEVEL dBADURATION PER DAY HOURS:SLOW RESPONSE8.......................................................................................... 906.......................................................................................... 924.......................................................................................... 953.......................................................................................... 972.......................................................................................... 1001-1/2.................................................................................... 1021.......................................................................................... 1051/2....................................................................................... 1101/4 or less............................................................................ 115F.Plain cotton is not an acceptable protective device.28HEATING DEVICES, TEMPORARYA.Fresh air shall be supplied in sufficient quantities to maintain the health and safety of workers.B.Solid fuel salamanders are prohibited in buildings and on scaffolds.C.When heaters are used, they shall rest on suitable heat insulating material or at least 1-inch concrete, or equivalent and be located at least 10 feet from any combustible materials.29.HOISTS, MATERIAL AND PERSONALA.The contractor shall comply with the manufacturer’s specifications and limitations.B.Rated load capacities, recommended operating speeds and special hazard warnings or instructions shall be posted on cars and platforms.C.Material hoisting entrances of material hoists shall be protected by substantial full width gates or bars.D.Hoisting doors or gates of personnel hoists shall be not less than 6 feet 6 inches high and be protected with mechanical locks, which cannot be operated from the landing side and are accessible only to persons on the car.E.Solid overhead protective coverings shall be provided on the top of the hoist cage or platform.30.HOOKS(See Wire Ropes, Chains, Hooks, etc., #62).31.HOUSEKEEPINGA.Form and scrap lumber with protruding nails and other debris, shall be kept clear from all work areas.bustible scrap and debris shall be removed at regular intervals.C.Containers shall be provided for collection and separation of all refuse. Covers shall be provided on containers used for flammable or harmful substances.Wastes shall be disposed of at frequent intervals.All external industrial waste bins shall be guarded by a fence no less than four feet in height. The length of the fence as such to prevent entry by staff or patients. 32.ILLUMINSIONA.Construction areas, ramps, runways, corridors, offices, shops and storage areas shall be lighted to not less than the minimum illumination intensities listed in Table D-3 while any work is in progress.B.Table D-3: Minimum Illumination Intensities in Foot-Candles.Foot Candles:Area or Operation:5................................................General construction area lighting.3................................................General construction areas, concrete placement,excavation and waste areas, access ways, activestorage areas, loading platforms, refueling andfield maintenance areas.5...............................................Indoors; warehouses, corridors, hallwaysand exit ways.5...............................................Tunnels, shafts and general underground workareas (Exception: minimum of 10 foot-candlesis required at tunnel and shaft heading duringdrilling, mucking and scaling. Bureau of Minesapproved cap lights shall be acceptable for use intunnel heading).10...........................................General construction plant and shops (e.g. bath plants, screening plants, mechanical and electrical equipment rooms, carpenter shops, rigging loftsand active storerooms, mess halls, indoor toilets,and workrooms).30...........................................First aid stations, infirmaries and offices.33.JOINTERSA.Each hand-fed planer and jointer with a horizontal head shall be equipped with a cylindrical cutting head. The opening in the table shall be kept as small as possible.B.Each hand-fed jointer with a horizontal cutting head shall have an automatic guard which will cover the section of the head on the working side of the fence or gage.C.A jointer guard shall automatically adjust itself to cover the unused portion of the head and shall remain in contact with the material at all times.DEach hand-fed jointer with horizontal cutting head shall have a guard, which will cover the section of the head back of the gage or fence.34.LADDERSA.The use of ladders with broken or missing rungs or steps, broken or split side rails, or with other faulty or defective construction is prohibited. When ladders with such defects are discovered, they shall immediately be withdrawn from service.B.Portable ladders shall be placed on a substantial base at a 4-1 pitch, have clear access at top and bottom, extend a minimum of 36 inches above the landing and be secured against movement while in use.C.Portable metal ladders shall not be used for electrical work or where they may contact electrical conductors.D.Job-made ladders shall be constructed for this intended use. Cleats shall be inset into side rails 1/2 inch, or filler blocks used. Cleats shall be uniformly spaced, 12 inches, top-to-top.35.LASERSA.Only qualified and trained employees shall be assigned to install, adjust and operate laser equipment.B.Employees shall wear proper eye protection where there is a potential exposure to laser light greater that 0.005 watts (5 milli-watts).C.Beam shutters or caps shall be utilized, or the laser turned off, when laser transmission is not actually required. When the laser is left unattended for a substantial period of time, such as during lunch hour, overnight, or at change of shifts, the laser shall be turned off.D.Employees shall not be exposed to light intensities above: Direct staring - 1 micro-watt per square centimeter; incidental observing - 1 milli-watt per square centimeter; diffused reflected light - 2-1/2 watts per square centimeter. Employees shall not be exposed to microwave power densities in excess of 10 milli-watts per square centimeter.36.LIQUIFIED PETROLEUM GASA.Each system shall have containers, valves, connectors, manifold valve assemblies and regulators of an approved type.B.All cylinders shall meet DOT specifications.C.Every container and vaporizer shall be provided with one or more approved safety relief valves or devices.D.Containers shall be placed on firm foundations and secured in an upright position.E.Portable heaters shall be equipped with an approved automatic device to shut off the flow of gas in the event of flame failure.FStorage of LPG within buildings is prohibited.G.Storage locations shall have at least one 20-B:C rated fire extinguisher.37.MEDICAL SERVICES AND FIRST AIDA.The employer shall ensure the availability of medical personnel for advice and consultation on matters of occupational health.B.When a medical facility is not reasonably accessible for the treatment of injured employees, a person trained to render first aid shall be available at the work site.38.MOTOR VEHICLES AND MECHANIZED EQUIPMENTA.All vehicles in use shall be checked at the beginning of each shift to assure that all parts, equipment and accessories that affect safe operation are in proper operating condition and free from defects. All defects shall be corrected before the vehicle is placed in service.B.No contractor shall use any motor vehicle, earthmoving, or compacting equipment having an obstructed view to the rear unless:- The vehicle has a reverse signal alarm distinguishable from the surrounding noise level, or- The vehicles backed up only when an observer signals that it is safe to do so.C.Heavy machinery, equipment or parts thereof shall be substantially blocked to prevent falling or shifting before employees are permitted to work under or between them.39.NOISE(See hearing protection, #27).40.PERSONAL PROTECTIVE EQUIPMENTA.The contractor is responsible for requiring the wearing of appropriate personal protective equipment in all operations where there is an exposure to hazardous conditions or where the need is indicated for using such equipment to reduce the hazard to the employees.B.Lifelines, safety belts and lanyards shall be used only for employee safeguarding.41.POWDER-ACTUATED TOOLS Only trained employees shall be allowed to operate powder-actuated tools.B.All powder-actuated tools shall be tested daily using the manufacturers recommended procedure to insure all safety devices are in proper working condition. Any tool found not in proper working order shall be removed from service until repaired.C.Tools shall not be loaded until immediately before use.42.POWER TRANSMISSION AND DISTRIBUTIONA.Existing conditions shall be determined before starting work by an investigation or a test.B.Electric equipment and lines shall be considered energized until determined otherwise by testing or until grounding.C.Operating voltage of equipment and lines shall be determined before working on or near energized parts.D.Rubber protective equipment shall comply with the provisions of the ANSI series and shall be visually inspected before use.43.POWER TRANSMISSION, MECHANICALA.Belts, gears, pulleys, sprockets, spindles, drums, flywheels, chains or other reciprocating, rotating, or moving parts of equipment shall be guarded if such parts are exposed to contact by employees or otherwise constitute a hazard.B.Guarding shall meet the requirement of ANSI B15.1, “Safety Code for Mechanical Power Transmission Apparatus”.44.RADIATION, IONIZINGA.Pertinent Provisions of the Atomic Energy Commission’s Standards for Protection Against Radiation (10 CFR Part 20), relating to protection against occupational radiation exposure, shall apply.B.Persons handling radioactive materials or x-rays shall be specially trained, or licensed if required.45.RAILINGSA.A standard railing shall consist of top rail, intermediate rail and posts and have a vertical height of approximately 42 inches from upper surface of top rail to the floor, platform, etc.B.The top rail of a railing shall be smooth-surfaced, with a strength to withstand at least 200 pounds. The intermediate rail shall be approximately halfway between the top rail and floor.C.A stair railing shall be of construction similar to a standard railing, but the vertical height shall be not more than 34 inches nor less than 30 inches from upper surface of top rail to surface of tread in line with face of riser at forward edge of tread.D.(See toeboards, #58).46.RESPIRATORY PROTECTIONA.In emergencies, or when feasible engineering or administrative controls are not effective in controlling toxic substances, appropriate respiratory protective equipment shall be provided by the employer and shall be used.Respiratory protective devices shall be approved by the National Institute for Occupational Safety and Health (NIOSH) or acceptable to the U.S. Department of Labor for the specific containment to which the employee is exposed.C.Respiratory protective devices shall be appropriate for the hazardous material involved and the extent and nature of the work performed.DEmployees required to use respiratory protective devices shall be instructed in their use.E.Respiratory protective equipment shall be inspected regularly and maintained in good condition.47.ROLLOVER PROTECTIVE STRUCTURES (ROPS)A.Rollover protective structures (ROPS) applies to the following types of materials handling equipment: To all rubber-tired, self-propelled scrapes, rubber-tired front-end loaders, rubber-tired dozers, wheel-type agricultural and industrial tractors, crawler-type loaders and motor graders, with or without attachments that are used in construction work. This requirement does not apply to side-boom pipe-laying tractors.B.Above equipment manufactured on or after 9/1/72 shall have ROPS.C.Above equipment manufactured on or after 1/1/72 shall have ROPS by 4/1/73.DAbove equipment manufactured between 7/1/71 and 12/31/71 shall have ROPS by 7/1/73Above equipment manufactured between 7/1/70 and 6/30/71 shall have ROPS by 1/1/74G.Above equipment manufactured between 7/1/69 and 6/30/70 shall have ROPS by 7/1/74.H.Above equipment manufactured before 7/1/69 are not required to have ROPS as of this printing.48.SAFETY NETSA.Safety nets shall be provided when workplaces are more than 25 feet above the surface where the use of ladders, scaffolds cath platforms, temporary floors, safety lines, or safety belts are impractical.B.Where nets are required, operations shall not be undertaken until the nets are in place and have been tested.49.SAWS, BANDSA.All portions of band saw blades shall be enclosed or guarded, except for the working portion of the blade between the bottom of the guide rolls and the table.B.Band saw wheels shall be fully encased.50.SAWS, PORTABLE CIRCULARA.All portable, power-driven circular saws shall be equipped with guards above and below the base plate or shoe. The lower guard shall cover the saw to the depth of the teeth, except for the minimum arc required to allow proper retraction and contact with the work and shall automatically return to the covering position when the blade is removed from the work.B.(See #25 of this digest).51.SAWS, RADIALA.Radial saws shall have an upper guard, which completely encloses the upper half of the saw blade. The sides of the lower exposed portion of the blade shall be guarded by a device that will automatically adjust to the thickness of and remain in contact with the material being cut.B.Radial saws used for rippling shall have non-kickback fingers or dogs.C.Radial saws shall be installed so that the cutting head will return to the starting position when released by the operator.52.SAWS, SWING OR SLIDING CUT-OFFA.All swing or sliding cut-off saws shall be provided with a hood that will completely enclose the upper half of the saw.B.Limit stops shall be provided to prevent swing or sliding type cut-off saws from extending beyond the front or back edges of the table.CEach swing or sliding cut-off saw shall be provided with an effective device to return the saw automatically to the back of the table when released at any point of its travel.D.Inverted sawing of sliding cut-off saws shall be provided with a hood that will cover the part of the saw that protrudes above the top of the table or material being cut.53.SAWS, TABLEA.Circular table saws shall have a hood over the portion of the saw above the table, so mounted that the hood will automatically adjust itself to the thickness of and remain in contact with the material being cut.B.Circular table saws shall have a spreader aligned with the blade, spaced no more than 1/2 inch behind the largest blade mounted in the saw. This provision does not apply when grooving, dadoing, or rabbiting.C.Circular table saws used for ripping shall have non-kickback finger or dogs.D.Feed rolls and blades of self-feed circular saws shall be protected by a hood or guard to prevent the hands of the operator from coming in contact with the in-running rolls at any time.54.SCAFFOLDS - (OSHA PART 1926.451)A.Scaffolds shall be erected on sound, rigid footing, capable of carrying the maximum intended load.B.Scaffolds and their components shall be capable of supporting, without failure, at least 4 times the maximum intended load.C.Guardrails and toeboards shall be installed on all open sides and ends of platforms more than 10 feet above the ground or floor, except needle beam scaffolds and floats. Scaffolds 4 feet to 10 feet in height, having a minimum dimension in either direction of less than 45 inches, shall have standard guardrails installed on all open sides and ends of the platform.D.There shall be a screen with maximum 1/2 inch openings between the toeboard and the mid-rail, where persons are required to work or pass under the scaffold.E.All planking shall be scaffold grade as recognized by grading rules for the species of wood used. The maximum permissible spans for 2 x 10 inches or wider planks are shown in the following table:MATERIALFULL THICKNESSNORMALUNDRESSED LUMBERTHICKNESS LUMBERWorking load (p.s.f.)................. 25 50 7525 50Permissible span (ft.)................. 10 8 6 8 6The maximum permissible span for 1-1/4 x 9 inch or wider plank of full thickness is 4 feet, with medium loading of 50 p.s.f.F.Scaffold planking shall be overlapped a minimum of 12 inches or secured from movement.G.Scaffold planks shall extend over their end supports not less than 6 inches, nor more than 12 inches.H.All scaffolding and accessories having any defective parts shall be immediately replaced or repaired.55.STAIRSA.Every flight of stairs having four or more risers shall be equipped with standard stair railings or standard handrails.B.On all structures 20 feet or over in height, stairways, ladders, or ramps shall be provided.C.Rise height and tread width shall be uniform throughout any flight of stairs.D.Hollow pan-type stairs shall be filled to the level of the nosing with solid material.56.STEEL ERECTIONA.Permanent floors shall be installed so there is not more than eight stories between the erection floor and the upper-most permanent floor, except when structural integrity is maintained by the design.B.During skeleton steel erection, a tightly planked temporary floor shall be maintained within two stories or 30 feet, whichever is less - that portion of each tier of beams on which any work is being performed.C.During skeleton steel erection, where the requirements of the preceding paragraph cannot be met and where scaffolds are not used, safety nets shall be installed and maintained whenever the potential fall distance exceeds two stories or 25 feet.D.A safety railing of ? inch wire rope or equivalent shall be installed around the perimeter of all temporarily floored buildings, approximately 42 inches high, during structural steel assembly.E.When placing structural members, the load line shall not be released until the member is secured by at least two bolts, or the equivalent, at each connection drawn up wrench tight.57.STORAGEA.All materials stored in tiers shall be secured to prevent sliding, falling or collapse.B.Aisles and passageways shall be kept clean and in good repair.C.Storage of materials shall not obstruct exits.D.Materials shall be stored with due regard to their fire characteristics.Weeds and grass in outside storage areas shall be kept under control. Storage of flammable liquids inside buildings is not permitted. Storage of flammable liquids inside buildings is not permitted.All tools must be locked up when not in the immediate care of your employees, and at the end of each workday.58.TOEBOARDS - (Floor and Wall Openings and Stairways).A.Railings protecting floor openings, platforms, scaffolds, etc., shall be equipped with toeboards wherever, beneath the open side, persons can pass, there is moving machinery, or there is equipment with which falling material could cause a hazard. A standard toeboard shall be at least 4 inches in height and may be of any substantial material either solid or open, with openings not to exceed 1 inch in greatest dimension.59.TOILETSA.Toilets shall be provided according to the following; 20 or fewer persons - one facility; 20 or more persons - one toilet seat and one urinal per 40 persons; 200 or more persons - one toilet seat and one urinal per 50 workers.B.This requirement does not apply to mobile crews having transportation readily available to nearby toilet facilities.60.WASHING FACILITIESA.The employer shall provide adequate washing facilities for employees engaged in the application of harmful substances or in operations where harmful contaminants are used.B.Washing facilities shall be in close proximity to the work-site and shall be equipped to remove all harmful substances.61.WELDING, CUTTING AND HEATINGA.Whenever any welding, burning, heating or cutting operation is to be performed, the contractor must secure a permit from the Fire Department. Requests for permits should be made by the contractor’s authorized supervisory representative. Upon completion of the above operation, the permit shall be returned to the Fire Department.B.Contractors shall instruct employees in the safe use of welding equipment.C.Proper precautions (isolating welding and cutting, removing fire hazards from the vicinity, providing a fire watch, etc.) for fire prevention shall be taken in areas where welding or other “Hot Work” is being done. No welding, cutting or heating shall be done where the application of flammable paints, or the presence of other flammable paints, or the presence of other flammable compounds, or heavy dust concentrations creates a fire hazard.D. Welding and cutting operations shall be shielded by non-combustible, or flame- proof shields.E.When electrode holders are to be left unattended, the electrodes shall be removed and the holders shall be placed or protected so that they cannot make electrical contact with employees or conducting objects. All arc welding and cutting cables shall be completely insulated. There shall be no repairs or splices within 10 feet of the electrode holder, except where splices are insulated equal to the cable. Defective cable shall be repaired or replaced.G.Fuel gas and oxygen hose shall be easily distinguishable and shall not be interchangeable. Hoses shall be inspected at the beginning of each shift and shall be repaired or replaced if defective.H.Mechanical ventilation or airline respirators shall be provided when welding, cutting or heating:** zinc-, lead-, cadmium-, mercury-, or beryllium-bearing, based or coated materials in enclosed spaces.** stainless steel with inert equipment.** in confined spaces.** where an unusual condition can cause an unsafe accumulation of contaminants.I.Proper eye protective equipment to prevent exposure of personnel shall be provided (See Item #17c).J.(See Compressed Gas Cylinders, #8).This Medical Center is equipped with sophisticated Smoke Detectors directly tied into our Fire Alarm System and the on-site Fire Department.These on-site units can be activated very easily with any products of combustion and therefore can create an actual ALARM condition. Prior notification of all heat and smoke producing operations will enable us to shut down that particular FIRE ZONE until the contractors are finished with their work.62.WIRE ROPES, CHAINS, ROPESA.Wire ropes, chains, ropes and other rigging equipment shall be inspected prior to use and as necessary to assure their safety. Defective gear shall be removed from service.B.Job or shop hooks and links, or makeshift fasteners, formed from bolts, rods, etc., or other such attachments.C.When U-bolts are used for eye splices, the U-bolt shall be applied so that the “U” section is in contact with the dead end of the rope.63.WOODWORKING MACHINERYA.All fixed power-driven woodworking tools shall be provided with a disconnect switch that can be either locked or tagged in the off position.B. All woodworking tools and machinery shall meet applicable requirements of ANSI 01.1, “Safety Code for Woodworking Machinery”.64.SMOKING POLICYA.Smoking is not permitted in any building.B.Smoking is permitted outside and in the smoking huts of our grounds.65.DISCOVERY OF FIREA.In the event a fire is discovered the following steps will be carried out:RESCUE - Remove anyone in danger from the area.ALARM - Turn in the alarm.CONTAIN - Close doors prevent spreadEXTINGUISH - Only if it is safe.All contractor personnel will familiarize themselves with all fire equipment and fire alarm pull box station locations.Dial 4911 and give location and type of fire.D.Evacuation plans are posted on each floor in the corridors for your use in the event of a fire. When the fire alarm sounds in the building where workmen are located, they must evacuate the building and wait for all clear signal from Fire Department.E.In the event of a fire DO NOT use elevators - use stairwell exits for means of escape.66.CARDIAC ARRESTIn the event a contractor’s employee suffers an apparent heart attack a fellow employee should go to the nearest phone, dial “911” report that there is a possible cardiac arrest and give the exact location.Reference: 29 CFR1910.1926 OSHA Safety and Health StandardCONFINED SPACE ENTRY - (OSHA 1910.146)Any work which requires entry into a confined space, such as manholes, shall conform to OSHA 1910.146, Confined Space Entry, and this Medical Center’s Confined Space Entry Program. Contractor will be informed of the hazards associated with such spaces by the VA Engineering Staff, and will supply the VA with evidence of an appropriate confined space program and worker training in Confined Space Entry. Contractor will supply all equipment necessary to work safely in a confined space. Contractor will coordinate entry into such spaces with VA Safety Staff.LOCK OUT/TAG OUT HAZARDOUS ENERGY - (OSHA 1910.147)All equipment shall be locked out or tagged out to protect against accidental or inadvertent operation when such operation could cause injury to personnel. Do not attempt to operate any switch, valve, or other energy isolating device where it is locked (or tagged) out.If more than one crew, department, etc is involved, one authorized employee will coordinate the lock/out tag/out to ensure that all control measures are applied and there is continuing of protection for the group.DEPT. OF VETERANS AFFAIRS (VA)CUTTING AND WELDING PERMITDate:__________________ Bldg. #:_____________________ Floor/Area:__________________Welder’s Name:____________________________ Shop/Company:_________________________Nature of Job:___________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________Is Fire Watch required:____________ Fire Watcher:________________________The location has been examined. The proper precautions have been taken. Permission is granted for this work. (See precautions on reverse side)Permit Expires:________________ SIGNED:_______________________________________ (Authorizing Fire Dept. Official)Time Work Started:_______________Time Work Finished:______________FINAL CHECK-UPThe work area was inspected 30 minutes after the work was completed and was found fire safe. The work area is to include all adjacent areas (including floors above and below), to which any fire or heat might spread.SIGNED: __________________________________ (Supervisor of Fire Watcher)ATTACHMENT #2ATTENTIONBEFORE APPROVING ANY CUTTING OR WELDING PERMIT, THE FIRE DEPARTMENT REPRESENTATIVE OR HIS APPOINTEE SHALL INSPECT THE WORK AREA AND CONFIRM THAT THE PROPER PRECAUTIONS HAVE BEEN TAKEN.NECESSARY PRECAUTIONSYESNO1. Cutting and welding equipment is in good condition.________2. Sprinklers are in service.________3. Floor swept clean within 35 ft of combustibles.________4. Combustible floors wet down or shielded within 35 ft.________5. All combustible or flammable liquids removed from the area.________6. All wall and floor openings are covered and protected from open flame.________7. Enclosed equipment cleaned of all combustibles.________8. Enclosed containers purged of flammable vapors.________9. Proper fire extinguisher provided in the work area.________10.Personnel instructed in proper operation of fire alarm.________11.Was fire watch provided?________12. Proper utilities secured such as LP gas, oxygen, natural gas, etc.?________13.Proper fire alarm equipment secured?________14.Final check up completed 30 minutes after work was completed?________I HAVE BEEN INFORMED AND UNDERSTAND THE PROVISIONS OF THIS PERMIT. I UNDERSTAND THIS PERMIT CAN BE REVOKED AT ANY TIME IF I, OR MY EMPLOYEES,FAIL TO FOLLOW THE PRECAUTIONS OUTLINED ABOVE.SIGNED: _______________________________ (Supervisor’s Signature & Date)Contractor Personnel Security Requirements and Background Investigations:Contractor shall insure the confidentiality of all patient and employee information and shall be held liable in the event of breach of confidentiality. Any person, who knowingly or willingly discloses confidential information from the VA Medical Center, may be subject to fines of up to $20,000.00.All Contractor employees who require access to the Department of Veterans Affairs' computer system shall be the subject of a background investigation and must receive a favorable adjudication from the VA Office of Security and Law Enforcement prior to contract performance. A minimum background check will cover a five year period comprised of a review of National Agency Check (NAC) records; a credit report; an interview with the subject, current supervisor and a verification of education degree. All costs associated with obtaining clearances for Contractor provided personnel will be the responsibility of the Contractor. Further, the Contractor will be responsible for the actions of all individuals provided to work for the VA under this contract. In the event that damages arise from work performed by Contractor provided personnel, under the auspices of this contract, the Contractor will be responsible for all resources necessary to remedy the incident. This requirement is applicable to all subcontractor personnel requiring the same access. If the investigation is not completed prior to the start date of the contract, the Contractor will be responsible for the actions of those individuals they provide to perform work for VA. Should a vendor other than OPM or the Defense Security Service (DSS) conduct the investigation, the investigating agency must possess OPM and DSS certification. Further, the investigative/clearance history must be maintained in the databases of OPM, the Defense Central Investigations Index (DCII), or the Defense Industrial Security Clearance Organization (DISCO).Position Sensitivity - The position sensitivity for each contractor position is determined by the VA utilizing VA FORM 2280. Each position will be designated at the high, moderate, or low risk level, depending on the position’s potential for adverse impact to the integrity and efficiency of the services (CFR 731.106). Multiple positions may be documented on a single form. Risk levels determine what level of investigation is required.Background Investigation - The level of background investigation commensurate with the required level of access may be either a Special Agreement Check (SAC), National Agency Check with Written Inquiries (NACI) (low risk), Moderate Background Investigation (MBI) (moderate risk), or Background Investigation (high risk). Contractor Responsibilities:The Contractor shall bear the expense of obtaining background investigations. If the investigation is conducted by the Office of Personnel Management (OPM), the Contractor shall reimburse VA within thirty (30) days.The Contractor shall prescreen all personnel requiring access to the computer systems to ensure they maintain a U.S. citizenship and are able to read, write, speak and understand the English language.The Contractor shall submit or have their employees submit the following required forms to the VA Office of Security and Law Enforcement within thirty (30) days of receipt.Standard Form 85P, Questionnaire for Public Trust PositionsStandard Form 85P-S, Supplemental Questionnaire for Selected PositionsFD 258, U.S. Department of Justice Fingerprint Applicant ChartVA Form 0710, Authority for Release of Information FormOptional Form 306, Declaration for Federal EmploymentOptional Form 612, Optional Application for Federal EmploymentThe Contractor, when notified of an unfavorable determination by the Government, shall withdraw the employee from consideration from working under the contract.Failure to comply with the Contractor personnel security requirements may result in termination of the contract for default.In any event, the Contractor shall upon request, provide individual copies of background investigations performed by the Contractor to the VA, for employees assigned to work under this contract.The Department of Veterans Affairs in conjunction with Office of Personnel Management (OPM) at the request of the General/Prime Contractor execute the required background investigation for contractor personnel employees to include subcontractor’s personnel performing services under this contract. The General/Prime Contractor shall bear the expense of the background investigations initiated/scheduled regardless of the final adjudication determination. The VA facility will pay for investigations conducted by the Office of Personnel Management (OPM) in advance. In these instances, the General/Prime Contractor will reimburse the VA facility within 30 days of receiving the Bill of Collections. A Bill of Collections shall be generated by the VA after the investigation has been initiated / scheduled. We have determined this contract requires the following level of investigations and associated costs (per person): FORMCHECKBOX SAC $ 27.00 FORMCHECKBOX NACI $ 267.00 FORMCHECKBOX MBI $ 952.00 FORMCHECKBOX BI $3,998.00h) The amounts stated above are for the current fiscal year, but are subject to annual price changes as established by the OPM in the Federal Investigations Notices Contractors shall be billed per OPM/SIC guidelines and should anticipate annual increases. All fee schedule questions should be directed to the SIC at 501-257-4031 or vhalitsiccontracting@. i) The contractor shall prescreen all personnel requiring access to the computer systems to ensure they are able to read, write, speak, and understand the English language. j) The contractor employees shall download, complete, and mail the documents required for any risk positions within forty (40) calendar days of receipt of e- mail or the investigation will be cancelled. E-mail notifications will be received by the contractor from the VA Security Investigations Center (SIC) explaining specific instructions once an investigation has been ordered. Access to the VA cannot be granted until the SIC has received all the required documents from the contractor. Documents and instructions can be downloaded from the following website: 1) The link above is the VA's Security Investigations Website. Select (left side of the screen) the link for the level of investigation (low, medium, or high) that is listed on the SIC e-mail message. Example Low Risk = Low Risk Contractor Position. 2) The different level of investigation required forms are as follows:Low Risk/NACI - SF85, OF 306 and FingerprintsModerate Risk/MBI - SF85P and FingerprintsHigh Risk/BI - SF85P and Fingerprints k) All forms must be completed entirely and properly. The continuation form should only be used if the employee requires extra space. 1) The employee must be fingerprinted as part of an investigation. Electronic fingerprinting can be performed at any VA Medical Center by making arrangements with the Contracting Officer. VA Medical Centers use electronic fingerprint machines which require the employee to fill out the Electronic Fingerprint Verification Letter on the VA's Security Investigations Website. If electronic fingerprinting is not feasible, please contact the local police department. The hard fingerprint card or Verification letter must be included in the same package with all the other forms when sent to the Security Center for processing. Do not send packages without the hard card prints or Verification letter or the package will be returned. 2) When the entire package is complete, please mail it to the address listed below. Do not leave the package with a VA Human Resource Department. Please ensure when mailing the completed package that a traceable method (Fedex, DHL, etc.) is utilized.?Allow seven (7) days for SIC processing prior to contacting the SIC Office.????????VA Security and Investigation Center?2200 Fort Roots Drive, Bldg192?North Little Rock, AR 72114Attention: Contractor TeamPlease feel free to contact the SIC at 501-257-4128 or 501-257-4215?or email vhalitsiccontracting@ with any questions during this process. 1) The contractor, when notified of an unfavorable determination by the Government, will withdraw the employee from consideration from working under the contract. 2) Failure to comply with the contractor personnel security requirements shall result in termination of the contract for default.Upon contract award, the contractor shall furnish the Information Security Office and the Contracting Officer a list of personnel performing work on the contract. The list will include a brief description of the work to be performed and degree of access to information management systems required. The description of the required degree of access will address if remote access is required. The contractor will update and submit the list of personnel performing work on the contract to the Information Security Office every year, throughout the contract period. Furthermore, it is the contractor's responsibility to notify the Information Security Office when personnel performing work under this contract no longer require access to information management ernment Responsibilities:Upon receipt, the VA Office of Security and Law Enforcement will review the completed forms for accuracy and forward the forms to OPM to conduct the background investigation.The VA facility will pay for investigations conducted by the Office of Personnel Management (OPM) in advance. In these instances, the contractor will reimburse the VA facility within 30 days of receiving the Bill of Collections.The VA Office of Security and Law Enforcement will notify the contracting officer and contractor after adjudicating the results of the background investigations received from OPM.The contracting officer will ensure that the contractor provides evidence that investigations have been completed or are in the process of being requested.Contractor personnel performing work under this contract shall satisfy all requirements for appropriate security eligibility in dealing with access to sensitive information and information systems belonging to or being used on behalf of the Department of Veterans Affairs. The contractor will be responsible for the actions of those individuals they provide to perform work for the VA under this contract. In the event that damages arise from work performed by contractor provided personnel, under the auspices of this contract, the contractor will be responsible for all resources necessary to remedy the incident. Printed output containing sensitive VHA data will be stored in a secured area, and disposed of properly by shredding using a NIST-compliant shredder or other VA approved method. Under the provisions of the Privacy Act of 1974 as amended, personnel performing work under this contract have an obligation to protect VA information indefinitely. Furthermore, it is the contractor's responsibility to notify the Information Management staff when access to Information Management systems is no longer needed by personnel performing work under this contract.Contractor employees are required to complete the online training classes entitled “VA Information Security Awareness” and “VHA Privacy Policy.” The necessary link and instructions to gain access are found at . A certificate of successful completion will be generated for each course. Copies of the certificates shall be provided to the Information Security Officer (ISO) and to the COTR. Completion of these training courses is required on an annual basis based on the VA’s fiscal year.If deemed required under this agreement, the contractor shall be considered part of the Department of Veterans Affairs (VA) for purposes of 38 U.S.C. §§ 5701 and 7332. Its employees may have access to patient medical records to the extent necessary to perform this contract. Notwithstanding any other provision of this agreement, the contractor and its employees may disclose patient records and individually-identified patient information, including information and records generated by the contractor in performance of this agreement, only pursuant to explicit disclosure authority from VA.The VA may provide contractor and subcontractor employees with access to VA automated patient records maintained on VA computer systems only to the extent and under the same conditions and requirements as VA provides access to these records to its own employees.All contractor personnel and any subcontracted employees, if applicable, accessing the VISTA system will be required to sign and abide by all VA security policies, and applicable VA confidentiality statutes, 38 U.S.C. §5701, 38 U.S.C. §7332, and the Privacy Act, 5 U.S.C. §552a, as well as 45 C.F.R. Parts 160, 162 and 164 (Health Insurance Portability and Accountability Act). The VA will provide access applications and security agreements. Contractor shall ensure the confidentiality of all patient information and shall be held liable in the event of the breach of confidentiality. Due to the confidential nature of medical reports, all transcription must be completed in areas that provide reasonable security. All documents are confidential and are protected under the Privacy Act of 1974, as amended. All contractor personnel shall be required to observe the requirements imposed on sensitive data by law, federal regulations, VA statutes and policy, DM&S policy and the associated requirements to insure appropriate screening of personnel. If deemed required under this agreement, the database utilized by the contractor, the adverse drug event reports provided to the contractor by VA, and documents created from analyzing this database, the adverse drug event reports, and patient medical records are medical quality assurance records protected by 38 U.S.C. § 5705, its implementing regulations at 38 U.S.C. §§ 17.500-.511 and VHA Directive 2008-077, Quality Management (QM) And Patient Safety Activities That Can Generate Confidential Documents. These records may be disclosed only as authorized by § 5705 and the VA regulations. Disclosure of these records in violation of § 5705 is a criminal offense under 38 U.S.C. § 5705(e). If deemed required under this agreement, the treatment and administrative patient records created by, or provided to, the contractor under this agreement are covered by the VA system of records entitled "Patient Medical Records - VA (24VA136).”All quality data maintained by the contractor and/or its employees shall be shared with designated Service Line Staff.No VA data is permitted to be stored on portable media, including but not limited to flash drives, CDs/DVDs, external hard drives, etc., without obtaining a waiver. Waiver request forms can be obtained from the Coatesville VAMC Information Security Officer. Any portable media which is granted approval to be utilized by the contractor under this contract must be encrypted in accordance with the security requirements identified in FIPS 140-2.? Only flash drives and encryption software explicitly approved by the VA may be used if granted a waiver.No VA data is permitted to be stored on a desktop or laptop computer hard drive.? Use of any portable computer under this contract must be approved by the ISO, and the computer’s hard drive must be encrypted in accordance with FIPS 140-2.Non-VA equipment is not permitted to be connected to the VA network without prior approval. If a laptop or desktop computer must be connected, a security check must be completed by the Coatesville VAMC IT Staff. If unapproved equipment is detected, it will be immediately disconnected from the network.If remote access is required in order to perform the work in this contract, a VPN request form must be completed and approved by the COTR, the Coatesville VAMC Chief Information Officer (CIO), and submitted to the ISO. The account will be given access only to the IP addresses required by this contract. The contractor will make every attempt to use the VA’s RESCUE software in order to remotely connect to the VA network. If RESCUE cannot be used to perform the required tasks, then a waiver request must be submitted in order to use the One-VA VPN software in lieu of RESCUE. The only approved method of remotely connecting to any device on the VA network is through the One-VA VPN gateway using RESCUE or, if a waiver is obtained, the One-VA VPN software.Contractor employees are not permitted to have administrative rights on a VA server without an approved waiver. Contractor employees must work with the local VA IT staff to perform administrative functions. A waiver will only be granted in cases in which this is not possible or not feasible. The waiver must be approved by the VAPHS CIO and submitted to the ISO. ................
................

In order to avoid copyright disputes, this page is only a partial summary.

Google Online Preview   Download