SCHEDULE - 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.1VA786-16-R-0310X07-25-2016#872-M&R16-1343C1Department of Veterans AffairsNCA Contracting Service75 Barrett Heights Rd. Suite 309Stafford VA 22556Department of Veterans AffairsNCA Contracting Service75 Barrett Heights Rd. Suite 309Stafford VA 22556Joselito Roman540-658-7213The Department of Veterans Affairs, National Cemetery Administration anticipates a Firm-Fixed Price contract for theitem(s) listed within line 1, base bid. It is the intent of the Government to make award without discussion for thisRequest of Proposal (RFP). Line item 1, Base Bid: The Contractor shall provide all labor, tools, materials, equipment, and supervision necessaryto complete the work identified on the attached drawing sheets and technical specifications at the Alexandria NationalCemetery, Alexandria, VA. The Offeror shall include all Federal, State, and Local taxes in their proposal, as per Federal Acquisition Regulation(FAR) clause 52.229-4. The Government will not issue any tax exempt certificates. To be eligible for award the Offeror must be registered as a Service Disabled Veteran Owned Small Business (SDVOSB) inthe following websites: . All proposals will be submitted through the Department of Veteran Affairs vendor portal website at vendorportal.ecms.. Review this solicitation for additional details. Solicitation closes on August 6, 2016 2:00 PM EST. NACIS code: 238110 Size Standard is $15 Million. The cost range for this solicitation is between $25,000 and $100,000.The award for this future contract is subject to the availability of Fiscal Year 16 funds. 10 6052.211-10X08-05-2016X 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 43C1Department of Veterans AffairsNCA Contracting Service75 Barrett Heights Rd. Suite 309Stafford VA 2255643C1 1-877-752-0900Joselito RomanContracting Officer Table of Contents TOC \o "1-4" \f \h \z \u \x PART I - THE SCHEDULE PAGEREF _Toc457199580 \h 1SECTION A - SOLICITATION/CONTRACT FORM PAGEREF _Toc457199581 \h 1SF 1442 SOLICITATION, OFFER, AND AWARD (Construction, Alteration, or Repair) PAGEREF _Toc457199582 \h 1SCHEDULE PAGEREF _Toc457199583 \h 9A.1 PRICE/COST SCHEDULE PAGEREF _Toc457199584 \h 9ITEM INFORMATION PAGEREF _Toc457199585 \h 9INFORMATION REGARDING BIDDING MATERIAL, BID GUARANTEE AND BONDS PAGEREF _Toc457199586 \h 10SECTION 32 05 23CEMENT AND CONCRETE FOR EXTERIOR IMPROVEMENTS PAGEREF _Toc457199587 \h 171.1 DESCRIPTION PAGEREF _Toc457199588 \h 171.2 RELATED WORK PAGEREF _Toc457199589 \h 171.3 DESIGN REQUIREMENTS PAGEREF _Toc457199590 \h 171.4 WEATHER LIMITATIONS PAGEREF _Toc457199591 \h 171.5 SELECT SUBBASE MATERIAL JOBMIX PAGEREF _Toc457199592 \h 171.6 SUBMITTALS PAGEREF _Toc457199593 \h 171.7 APPLICABLE PUBLICATIONS PAGEREF _Toc457199594 \h 18PART 2 PRODUCTS PAGEREF _Toc457199595 \h 192.1 GENERAL PAGEREF _Toc457199596 \h 192.2 REINFORCEMENT PAGEREF _Toc457199597 \h 202.3 SELECT SUBBASE (WHERE REQUIRED) PAGEREF _Toc457199598 \h 202.4 FORMS PAGEREF _Toc457199599 \h 202.5 CONCRETE CURING MATERIALS PAGEREF _Toc457199600 \h 202.6 EXPANSION JOINT FILLERS PAGEREF _Toc457199601 \h 20PART 3 EXECUTION PAGEREF _Toc457199602 \h 213.1 SUBGRADE PENETRATION PAGEREF _Toc457199603 \h 213.2 SELECT SUBBASE (WHERE REQUIRED) PAGEREF _Toc457199604 \h 213.3 SETTING FORMS PAGEREF _Toc457199605 \h 213.4 EQUIPMENT PAGEREF _Toc457199606 \h 223.5 PLACING REINFORCEMENT PAGEREF _Toc457199607 \h 223.6 PLACING CONCRETE GENERAL PAGEREF _Toc457199608 \h 223.7 PLACING CONCRETE FOR CURB AND GUTTER, PEDESTRIAN PAVEMENT, AND EQUIPMENT PADS PAGEREF _Toc457199609 \h 223.8 PLACING CONCRETE FOR VEHICULAR PAVEMENT PAGEREF _Toc457199610 \h 233.9 CONCRETE FINISHING GENERAL PAGEREF _Toc457199611 \h 233.10 CONCRETE FINISHING CURB AND GUTTER PAGEREF _Toc457199612 \h 233.11 CONCRETE FINISHING PEDESTRIAN PAVEMENT PAGEREF _Toc457199613 \h 233.12 CONCRETE FINISHING FOR VEHICULAR PAVEMENT PAGEREF _Toc457199614 \h 243.13 CONCRETE FINISHING EQUIPMENT PADS PAGEREF _Toc457199615 \h 243.14 JOINTS GENERAL PAGEREF _Toc457199616 \h 243.15 CONTRACTION JOINTS PAGEREF _Toc457199617 \h 243.16 EXPANSION JOINTS PAGEREF _Toc457199618 \h 253.17 CONSTRUCTION JOINTS PAGEREF _Toc457199619 \h 253.18 FORM REMOVAL PAGEREF _Toc457199620 \h 253.20 CURING OF CONCRETE PAGEREF _Toc457199621 \h 253.21 CLEANING PAGEREF _Toc457199622 \h 263.22 PROTECTION PAGEREF _Toc457199623 \h 263.23 FINAL CLEANUP PAGEREF _Toc457199624 \h 26SECTION 32 12 16ASPHALT PAVING PAGEREF _Toc457199625 \h 27PART 1 GENERAL PAGEREF _Toc457199626 \h 271.1 DESCRIPTION PAGEREF _Toc457199627 \h 271.2 NOT USED PAGEREF _Toc457199628 \h 271.3 INSPECTION OF PLANT AND EQUIPMENT PAGEREF _Toc457199629 \h 271.4 Not USED PAGEREF _Toc457199630 \h 271.5 SUBMITTALS PAGEREF _Toc457199631 \h 27PART 2 PRODUCTS PAGEREF _Toc457199632 \h 282.1 GENERAL PAGEREF _Toc457199633 \h 282.2 AGGREGATES ASPHALT Paving PAGEREF _Toc457199634 \h 282.4 ASPHALTS PAGEREF _Toc457199635 \h 292.5 ASPHALT MIX FOR POROUS PAVING PAGEREF _Toc457199636 \h 292.6 SEALER PAGEREF _Toc457199637 \h 29PART 3 EXECUTION PAGEREF _Toc457199638 \h 303.1 GENERAL PAGEREF _Toc457199639 \h 303.2 MIXING ASPHALTIC CONCRETE MATERIALS PAGEREF _Toc457199640 \h 303.3 SUBGRADE PAGEREF _Toc457199641 \h 303.4 BASE COURSES PAGEREF _Toc457199642 \h 303.5 PLACEMENT OF ASPHALTIC CONCRETE PAVING PAGEREF _Toc457199643 \h 313.6 APPLICATION OF SEAL COAT (DO NOT SEAL PERVIOUS ASPHALT PAVEMENTS) PAGEREF _Toc457199644 \h 313.7 Cold Milling PAGEREF _Toc457199645 \h 313.8 patching PAGEREF _Toc457199646 \h 313.9 PROTECTION PAGEREF _Toc457199647 \h 313.10 FINAL CLEAN-UP PAGEREF _Toc457199648 \h 32Section 33 40 00 PAGEREF _Toc457199649 \h 33Storm Sewer PAGEREF _Toc457199650 \h 33PART 1 - General PAGEREF _Toc457199651 \h 331.1 Description PAGEREF _Toc457199652 \h 331.2 Related work PAGEREF _Toc457199653 \h 331.3 Delivery, Storage, And Handling PAGEREF _Toc457199654 \h 331.4 Quality Assurance: PAGEREF _Toc457199655 \h 331.5 submittals PAGEREF _Toc457199656 \h 331.6 Applicable Publications PAGEREF _Toc457199657 \h 33A185/A185M-07Steel Welded Wire Reinforcement, Plain, for Concrete PAGEREF _Toc457199658 \h 33A242/A242M-04(2009)High-Strength Low-Alloy Structural Steel PAGEREF _Toc457199659 \h 33A536-84(2009)Ductile Iron Castings PAGEREF _Toc457199660 \h 33A615/A615M-09bDeformed and Plain Carbon-Steel Bars for Concrete Reinforcement PAGEREF _Toc457199661 \h 33A929/A929M-01(2007)Steel Sheet, Metallic-Coated by the Hot-Dip Process for Corrugated Steel Pipe PAGEREF _Toc457199662 \h 33C33/C33M-08Concrete Aggregates PAGEREF _Toc457199663 \h 33C76-11Reinforced Concrete Culvert, Storm Drain, and Sewer Pipe PAGEREF _Toc457199664 \h 33C139-10Concrete Masonry Units for Construction of Catch Basins and Manholes PAGEREF _Toc457199665 \h 34C150/C150M-11Portland Cement PAGEREF _Toc457199666 \h 34C443-10Joints for Concrete Pipe and Manholes, Using Rubber Gaskets PAGEREF _Toc457199667 \h 34C478-09Precast Reinforced Concrete Manhole Sections PAGEREF _Toc457199668 \h 34C857-07Minimum Structural Design Loading for Underground Precast Concrete Utility Structures PAGEREF _Toc457199669 \h 34C891-09Installation of Underground Precast Concrete Utility Structures PAGEREF _Toc457199670 \h 34C913-08Precast Concrete Water and Wastewater Structures PAGEREF _Toc457199671 \h 34C923-08Resilient Connectors Between Reinforced Concrete Manhole Structures, Pipes, and Laterals PAGEREF _Toc457199672 \h 34C990-09Joints for Concrete Pipe, Manholes, and Precast Box Sections Using Preformed Flexible Joint Sealants PAGEREF _Toc457199673 \h 34C1103-03(2009)Joint Acceptance Testing of Installed Precast Concrete Pipe Sewer Lines PAGEREF _Toc457199674 \h 34C1173-08Flexible Transition Couplings for Underground Piping Systems PAGEREF _Toc457199675 \h 34C1433-10Precast Reinforced Concrete Monolithic Box Sections for Culverts, Storm Drains, and Sewers PAGEREF _Toc457199676 \h 34D448-08Sizes of Aggregate for Road and Bridge Construction PAGEREF _Toc457199677 \h 34D698-07e1Laboratory Compaction Characteristics of Soil Using Standard Effort (12 400 ft-lbf/ft3 (600 kN-m/m3)) PAGEREF _Toc457199678 \h 34D1056-07Flexible Cellular Materials—Sponge or Expanded Rubber PAGEREF _Toc457199679 \h 34D1785-06Poly(Vinyl Chloride) (PVC) Plastic Pipe, Schedules 40, 80, and 120 PAGEREF _Toc457199680 \h 34D2321-11Underground Installation of Thermoplastic Pipe for Sewers and Other Gravity-Flow Applications PAGEREF _Toc457199681 \h 34D5926-09Poly (Vinyl Chloride) (PVC) Gaskets for Drain, Waste, and Vent (DWV), Sewer, Sanitary, and Storm Plumbing Systems PAGEREF _Toc457199682 \h 34F477-10Elastomeric Seals (Gaskets) for Joining Plastic Pipe PAGEREF _Toc457199683 \h 34F679-08Poly(Vinyl Chloride) (PVC) Large-Diameter Plastic Gravity Sewer Pipe and Fittings PAGEREF _Toc457199684 \h 34F794-03(2009)Poly(Vinyl Chloride) (PVC) Profile Gravity Sewer Pipe and Fittings Based on Controlled Inside Diameter PAGEREF _Toc457199685 \h 34F1668-08Construction Procedures for Buried Plastic Pipe PAGEREF _Toc457199686 \h 34M198-10Joints for Concrete Pipe, Manholes, and Precast Box Sections Using Preformed Flexible Joint Sealants PAGEREF _Toc457199687 \h 34M23-2nd edPVC Pipe ”Design And Installation” PAGEREF _Toc457199688 \h 34A112.6.3-2001Floor and Trench Drains PAGEREF _Toc457199689 \h 34A112.36.2M-1991Cleanouts PAGEREF _Toc457199690 \h 34318-05Structural Commentary and Commentary PAGEREF _Toc457199691 \h 35350/350M-06Environmental Engineering Concrete Structures and Commentary PAGEREF _Toc457199692 \h 351.7 Warranty PAGEREF _Toc457199693 \h 35PART 2 - Products PAGEREF _Toc457199694 \h 352.1 FACTORY-ASSEMBLED PRODUCTS PAGEREF _Toc457199695 \h 352.2 Pipe And Fittings PAGEREF _Toc457199696 \h 352.3 Cleanouts PAGEREF _Toc457199697 \h 352.4 CONCRETE for catch basins PAGEREF _Toc457199698 \h 352.5 Pipe Outlets PAGEREF _Toc457199699 \h 352.6 Headwalls PAGEREF _Toc457199700 \h 362.7 Flared End Sections PAGEREF _Toc457199701 \h 362.8 Warning Tape PAGEREF _Toc457199702 \h 36PART 3 - Execution PAGEREF _Toc457199703 \h 363.1 Pipe Bedding PAGEREF _Toc457199704 \h 363.2 Piping Installation PAGEREF _Toc457199705 \h 363.3 Regrading PAGEREF _Toc457199706 \h 373.4 Catch Basin Installation PAGEREF _Toc457199707 \h 373.5 Stormwater Outlet Installation PAGEREF _Toc457199708 \h 373.6 Testing Of Storm Sewers: PAGEREF _Toc457199709 \h 373.7 Cleaning PAGEREF _Toc457199710 \h 37INSTRUCTIONS, CONDITIONS AND OTHER STATEMENTS TO BIDDERS/OFFERORS PAGEREF _Toc457199711 \h 382.1 52.222-5 CONSTRUCTION WAGE RATE REQUIREMENTS—SECONDARY SITE OF THE WORK (MAY 2014) PAGEREF _Toc457199712 \h 452.2 52.222-23 NOTICE OF REQUIREMENT FOR AFFIRMATIVE ACTION TO ENSURE EQUAL EMPLOYMENT OPPORTUNITY FOR CONSTRUCTION (FEB 1999) PAGEREF _Toc457199713 \h 452.3 52.225-10 NOTICE OF BUY AMERICAN REQUIREMENT—CONSTRUCTION MATERIALS (MAY 2014) PAGEREF _Toc457199714 \h 462.4 52.236-27 SITE VISIT (CONSTRUCTION) (FEB 1995) PAGEREF _Toc457199715 \h 472.5 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) PAGEREF _Toc457199716 \h 472.6 VAAR 852.270-1 REPRESENTATIVES OF CONTRACTING OFFICERS (JAN 2008) PAGEREF _Toc457199717 \h 482.7 LIMITATIONS ON SUBCONTRACTING-- MONITORING AND COMPLIANCE (JUN 2011) PAGEREF _Toc457199718 \h 48REPRESENTATIONS AND CERTIFICATIONS PAGEREF _Toc457199719 \h 493.1 52.203-98 PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS—REPRESENTATION (DEVIATION) (FEB 2015) PAGEREF _Toc457199720 \h 493.2 52.204-8 ANNUAL REPRESENTATIONS AND CERTIFICATIONS (APR 2016) PAGEREF _Toc457199721 \h 493.3 52.209-5 REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW (DEVIATION)(MAR 2012) PAGEREF _Toc457199722 \h 53GENERAL CONDITIONS PAGEREF _Toc457199723 \h 544.1 52.203-99 PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS (DEVIATION) (FEB 2015) PAGEREF _Toc457199724 \h 544.2 52.204-19 INCORPORATION BY REFERENCE OF REPRESENTATIONS AND CERTIFICATIONS (DEC 2014) PAGEREF _Toc457199725 \h 544.3 52.211-10 COMMENCEMENT, PROSECUTION, AND COMPLETION OF WORK (APR 1984) ALTERNATE I (APR 1984) PAGEREF _Toc457199726 \h 544.4 52.219-28 POST-AWARD SMALL BUSINESS PROGRAM REREPRESENTATION (JUL 2013) PAGEREF _Toc457199727 \h 554.5 52.225-9 BUY AMERICAN—CONSTRUCTION MATERIALS (MAY 2014) PAGEREF _Toc457199728 \h 564.6 52.228-13 ALTERNATIVE PAYMENT PROTECTIONS (JULY 2000) PAGEREF _Toc457199729 \h 594.7 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) PAGEREF _Toc457199730 \h 594.8 VAAR 852.203-70 COMMERCIAL ADVERTISING (JAN 2008) PAGEREF _Toc457199731 \h 614.9 VAAR 852.211-75 PRODUCT SPECIFICATIONS (JAN 2008) PAGEREF _Toc457199732 \h 614.10 VAAR 852.219-10 VA NOTICE OF TOTAL SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS SET-ASIDE (DEC 2009) PAGEREF _Toc457199733 \h 624.11 VAAR 852.232-72 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (NOV 2012) PAGEREF _Toc457199734 \h 634.12 VAAR 852.236-71 SPECIFICATIONS AND DRAWINGS FOR CONSTRUCTION (JUL 2002) PAGEREF _Toc457199735 \h 644.13 VAAR 852.236-72 PERFORMANCE OF WORK BY THE CONTRACTOR (JUL 2002) PAGEREF _Toc457199736 \h 654.14 VAAR 852.236-74 INSPECTION OF CONSTRUCTION (JUL 2002) PAGEREF _Toc457199737 \h 654.15 VAAR 852.236-76 CORRESPONDENCE (APR 1984) PAGEREF _Toc457199738 \h 654.16 VAAR 852.236-77 REFERENCE TO "STANDARDS" (JUL 2002) PAGEREF _Toc457199739 \h 664.17 VAAR 852.236-78 GOVERNMENT SUPERVISION (APR 1984) PAGEREF _Toc457199740 \h 664.18 VAAR 852.236-79 DAILY REPORT OF WORKERS AND MATERIAL (APR 1984) PAGEREF _Toc457199741 \h 664.19 VAAR 852.236-80 SUBCONTRACTS AND WORK COORDINATION (APR 1984) PAGEREF _Toc457199742 \h 664.20 VAAR 852.236-82 PAYMENTS UNDER FIXED-PRICE CONSTRUCTION CONTRACTS (WITHOUT NAS) (APR 1984) PAGEREF _Toc457199743 \h 674.21 VAAR 852.236-84 SCHEDULE OF WORK PROGRESS (NOV 1984) PAGEREF _Toc457199744 \h 704.22 VAAR 852.236-85 SUPPLEMENTARY LABOR STANDARDS PROVISIONS (APR 1984) PAGEREF _Toc457199745 \h 704.23 VAAR 852.236-86 WORKER'S COMPENSATION (JAN 2008) PAGEREF _Toc457199746 \h 704.24 VAAR 852.236-87 ACCIDENT PREVENTION (SEP 1993) PAGEREF _Toc457199747 \h 714.25 VAAR 852.236-88 CONTRACT CHANGES--SUPPLEMENT (JUL 2002) PAGEREF _Toc457199748 \h 714.26 VAAR 852.236-89 BUY AMERICAN ACT (JAN 2008) PAGEREF _Toc457199749 \h 734.27 VAAR 852.236-91 SPECIAL NOTES (JUL 2002) PAGEREF _Toc457199750 \h 734.28 VAAR 852.246-74 SPECIAL WARRANTIES (JAN 2008) PAGEREF _Toc457199751 \h 74SCHEDULEA.1 PRICE/COST SCHEDULEITEM INFORMATIONITEM NUMBERDESCRIPTION OF SUPPLIES/SERVICESQUANTITYUNITUNIT PRICEAMOUNT0001Product Number: Demolish and replace concrete sidewalks and curbing, mill and pave identified section of asphalt driveway, replace failed storm sewers at Alexandria National Cemetery. Review attached drawing sheets and technical specifications. 1.00JB____________________________________GRAND TOTAL__________________INFORMATION REGARDING BIDDING MATERIAL, BID GUARANTEE AND BONDSBidding Materials: If applicable, all materials shall be new. Contractor shall submit for approval the manufacture’s literature and specifications for approval.Bonding Requirements: No bid guarantee is required for this project. Per FAR 28.102-1(b) (1) construction contracts greater than $30,000, but not greater than $150,000, the contracting officer shall select two or more payment protections, giving particular consideration to inclusion of an irrevocable letter of credit as one of the selected alternatives. Submission of the payment protection is required within 10 days of the contract award and shall provide protection for the full contract performance period plus a one year period. For the protection of the Government, the penal amount of the performance bond will be 100% of the original contract price and 100% of any contract price increases. Refer to FAR 52.228-13 Alternate Payment Protection for additional information.Scope of Work: Contractor shall provide all labor, tools, materials, equipment, and supervision necessary to complete the work identified on the attached drawing sheets and technical specifications at the Alexandria National Cemetery. Alexandria National Cemetery is located at 1450 Wilkes Street, Alexandria, Virginia 22314. Work includes but may not be limited to:1. Demo and replacement of concrete sidewalks and curbing.2. Mill & Pave identified section of asphalt driveway.3. Replace failed storm sewers.4. Remove & Re-install slate sidewalk to support storm sewer repairs.5. Replace missing Capstones.6. Miscellaneous painting.7. Remove all construction debris and restore site.SECTION 32 05 23CEMENT AND CONCRETE FOR EXTERIOR IMPROVEMENTS1.1 DESCRIPTIONA.This section shall cover site work concrete constructed upon the prepared subgrade and in conformance with the lines, grades, thickness, and cross sections shown on the Drawings or specified in the technical specifications. Construction shall include pedestrian pavement; walks. 1.2 RELATED WORKA.Section 00 72 00, GENERAL CONDITIONS.D.Section 03 30 00, CAST-IN-PLACE CONCRETE.1.3 DESIGN REQUIREMENTSDesign all elements with the latest published version of applicable codes.1.4 WEATHER LIMITATIONSA.Hot Weather: Follow the recommendations of ACI 305 or as specified to prevent problems in the manufacturing, placing, and curing of concrete that can adversely affect the properties and serviceability of the hardened concrete. Methods proposed for cooling materials and arrangements for protecting concrete shall be made in advance of concrete placement and approved by Resident Engineer.B.Cold Weather: Follow the recommendations of ACI 306 or as specified to prevent freezing of concrete and to permit concrete to gain strength properly. Use only the specified non-corrosive, non-chloride accelerator. Do not use calcium chloride, thiocyantes or admixtures containing more than 0.05 percent chloride ions. Methods proposed for heating materials and arrangements for protecting concrete shall be made in advance of concrete placement and approved by Resident Engineer.1.5 SELECT SUBBASE MATERIAL JOBMIXThe Contractor shall retain a testing laboratory to design a select subbase material mixture and submit a jobmix formula to the Resident Engineer, in writing, for approval. The formula shall include the source of materials, gradation, plasticity index, liquid limit, and laboratory compaction curves indicating maximum density at optimum moisture. Cost of the testing laboratory to be included in the Contractor’s cost of project.1.6 SUBMITTALSContractor shall submit the following.A.Manufacturers' Certificates and Data certifying that the following materials conform to the requirements specified. 1.Expansion joint filler 2.Hot poured sealing compound 3.Reinforcement 4.Curing materials B.Jointing Plan for all concrete areas.C. Concrete Mix Design.D. Concrete Test ReportsE. Construction Staking Notes from Surveyor.F.Data and Test Reports: Select subbase material. 1.Jobmix formula. 2.Source, gradation, liquid limit, plasticity index, percentage of wear, and other tests as specified and in referenced publications.1.7 APPLICABLE PUBLICATIONSThe publications listed below form a part of this specification to the extent referenced. The publications are referenced in the text by the basic designation only. Refer to the latest edition of all referenced Standards and codes. A.American Association of State Highway and Transportation Officials (AASHTO): M147-65-ULMaterials for Aggregate and SoilAggregate Subbase, Base and Surface Courses (R 2004)M148-05-ULLiquid MembraneForming Compounds for Curing Concrete (ASTM C309)M171-05-ULSheet Materials for Curing Concrete (ASTM C171) M182-05-ULBurlap Cloth Made from Jute or Kenaf and Cotton MatsB.American Society for Testing and Materials (ASTM): A82/A82M-07Standard Specification for Steel Wire, Plain, for Concrete ReinforcementA185/185M-07Standard Specification for Steel Welded Wire Reinforcement, Plain, for ConcreteA615/A615M-12Standard Specification for Deformed and Plain Carbon Steel Bars for Concrete ReinforcementA653/A653M-11Standard Specification for Steel Sheet, Zinc Coated (Galvanized) or Zinc Iron Alloy Coated (Galvannealed) by the Hot Dip ProcessA706/A706M-09bStandard Specification for Low Alloy Steel Deformed and Plain Bars for Concrete ReinforcementA767/A767M-09Standard Specification for Zinc Coated (Galvanized) Steel Bars for Concrete ReinforcementA775/A775M-07bStandard Specification for Epoxy Coated Reinforcing Steel BarsA820/A820M-11Standard Specification for Steel Fibers for Fiber Reinforced ConcreteC31/C31M-10Standard Practice for Making and Curing Concrete Test Specimens in the fieldC33/C33M-11aStandard Specification for Concrete AggregatesC39/C39M-12Standard Test Method for Compressive Strength of Cylindrical Concrete SpecimensC94/C94M-12Standard Specification for Ready Mixed ConcreteC143/C143M-10aStandard Test Method for Slump of Hydraulic Cement ConcreteC150/C150M-12Standard Specification for Portland Cement C171-07Standard Specification for Sheet Materials for Curing ConcreteC172/C172M-10Standard Practice for Sampling Freshly Mixed ConcreteC173/C173M-10b...Standard Test Method for Air Content of Freshly Mixed Concrete by the Volumetric MethodC192/C192M-07Standard Practice for Making and Curing Concrete Test Specimens in the LaboratoryC231/C231M-10Standard Test Method for Air Content of Freshly Mixed Concrete by the Pressure MethodC260/C260M-10aStandard Specification for Air Entraining Admixtures for ConcreteC309-11Standard Specification for Liquid Membrane Forming Compounds for Curing ConcreteC494/C494M-12Standard Specification for Chemical Admixtures for ConcreteC618-12Standard Specification for Coal Fly Ash and Raw or Calcined Natural Pozzolan for Use in ConcreteC666/C666M-03(2008)Standard Test Method for Resistance of Concrete to Rapid Freezing and ThawingD1751-04(2008)Standard Specification for Preformed Expansion Joint Filler for Concrete Paving and Structural Construction (Non-extruding and Resilient Bituminous Types)D4263-83(2012)Standard Test Method for Indicating Moisture in Concrete by the Plastic Sheet Method.D4397-10Standard Specification for Polyethylene Sheeting for Construction, Industrial and Agricultural ApplicationsC.American Welding Society (AWS):D1.4/D1.4M (2005)Structural Welding Code Reinforcing SteelSPEC WRITER NOTE: Update materials to agree with requirements (type, grades, class, test method, tables, etc.) specified.PART 2 PRODUCTS 2.1 GENERALA.Concrete Type: Concrete shall be as per Table 1 – Concrete Type, air entrained.TABLE I – CONCRETE TYPEConcrete StrengthNon-Air-EntrainedAir-EntrainedMin. 28 Day Comp. Str.Psi (MPa)Min. Cementlbs/c. yd (kg/m3)Max. Water Cement RatioMin. Cementlbs/c. yd (kg/m3)Max. WaterCement RatioType A5000 (35)1,3630 (375)0.45650 (385)0.40Type B4000 (30)1,3550 (325)0.55570 (340)0.50Type C3000 (25)1,3470 (280)0.65490 (290)0.55Type D3000 (25)1,2500 (300)*520 (310)*1.If trial mixes are used, the proposed mix design shall achieve a compressive strength 1200 psi (8.3 MPa) in excess of the compressed strength. For concrete strengths above 5000 psi (35 Mpa), the proposed mix design shall achieve a compressive strength 1400 psi (9.7 MPa) in excess of the compressed strength.2.For concrete exposed to high sulfate content soils maximum water cement ratio is 0.44.3.Determined by Laboratory in accordance with ACI 211.1 for normal concrete or ACI 211.2 for lightweight structural concrete.B.Maximum Slump: Maximum slump, as determined by ASTM C143 with tolerances as established by ASTM C94, for concrete to be vibrated shall be as shown in Table II.TABLE II – MAXIMUM SLUMP – INCHES (MM)TYPEMAXIMUM SLUMP*Curb & Gutter3 inches (75 mm) Pedestrian Pavement3 inches (75 mm) Vehicular Pavement2 inches (50 mm) (Machine Finished) 4 inches (100 mm) (Hand Finished)Equipment Pad3 to 4 inches (75 to 100 mm) * For concrete to be vibrated: Slump as determined by ASTM C143. Tolerances as established by ASTM C94.2.2 REINFORCEMENTA.The type, amount, and locations of steel reinforcement shall be as shown on the drawings and in the specifications. 2.3 SELECT SUBBASE (WHERE REQUIRED)A.Subbase material shall consist of select granular material composed of sand, sandgravel, crushed stone, crushed or granulated slag, with or without soil binder, or combinations of these materials conforming to AASHTO M147, as follows.GRADE REQUIREMENTS FOR SOILS USED AS SUBBASE MATERIALS,BASE COURSES AND SURFACES COURSESAASHTO M147Percentage Passing by MassSieveSizeGrades(mm)(in)ABCDEF50210010025175-951001001001009.53/830-6540-7550-8560-1004.47No. 425-5530-6035-6550-8555-10070-1002.00No. 1015-4020-4525-5040-7040-10055-1000.425No. 408-2015-3015-3025-4520-5030-700.075No. 2002-85-205-155-206-208-25 B.Materials meeting other gradations than that noted will be acceptable whenever the gradations are within a tolerance of three to five percent, plus or minus, of the single gradation established by the jobmix formula, or as recommended by the geotechnical engineer and approved by the Resident Engineer. C.Subbase material shall produce a compacted, densegraded course, meeting the density requirement specified herein. 2.4 FORMSA.Use metal or wood forms that are straight and suitable in crosssection, depth, and strength to resist springing during depositing and consolidating the concrete, for the work involved. B.Do not use forms if they vary from a straight line more than 1/8 inch (3 mm) in any ten foot (3000 mm) long section, in either a horizontal or vertical direction. C.Wood forms should be at least 2 inches (50 mm) thick (nominal). Wood forms shall also be free from warp, twist, loose knots, splits, or other defects. Use approved flexible or curved forms for forming radii. 2.5 CONCRETE CURING MATERIALSA.Concrete curing materials shall conform to one of the following: 1.Burlap having a weight of seven ounces or more per yard when dry. 2.Impervious Sheeting conforming to ASTM C171. 3.Liquid Membrane Curing Compound conforming to ASTM C309, Type 1 or Type 2 and shall be free of paraffin or petroleum. 2.6 EXPANSION JOINT FILLERSMaterial shall conform to ASTM D1751-04. PART 3 EXECUTION 3.1 SUBGRADE PENETRATIONA.Prepare, construct, and finish the subgrade in a smooth, compacted condition, in conformance with the required section and established grade until the succeeding operation has been accomplished.3.2 SELECT SUBBASE (WHERE REQUIRED)A.Mixing: Proportion the select subbase by weight or by volume in quantities so that the final approved jobmixed formula gradation, liquid limit, and plasticity index requirements will be met after subbase course has been placed and compacted. Add water in approved quantities, measured by weight or volume, in such a manner to produce a uniform blend. B.Placing: 1.Place the mixed material on the prepared subgrade in a uniform layer to the required contour and grades, and to a loose depth not to exceed 8 inches, and that when compacted, will produce a layer of the designated thickness. 2.When the designated compacted thickness exceeds 6 inches , place the material in layers of equal thickness. Remove unsatisfactory areas and replace with satisfactory mixture, or mix the material in the area. 3.In no case will the addition of thin layers of material be added to the top layer in order to meet grade. 4.If the elevation of the top layer is 1/2 inch or more below the grade, excavate the top layer and replace with new material to a depth of at least 3 inches in compacted thickness. paction:1.Perform compaction with approved hand or mechanical equipment well suited to the material being compacted. 2.Moisten or aerate the material as necessary to provide the moisture content that will readily facilitate obtaining the specified compaction with the equipment used. pact each layer to at least 95 percent of maximum density. D.Smoothness Test and Thickness Control: Test the completed subbase for grade and cross section with a straight edge. 1.The surface of each layer shall not show any deviations in excess of 3/8 inch. 2.The completed thickness shall be within 1/2 inch of the thickness as shown on the Drawings. E.Protection: 1.Maintain the finished subbase in a smooth and compacted condition until the concrete has been placed. 2.When Contractor's subsequent operations or adverse weather disturbs the approved compacted subbase, excavate, and reconstruct it with new material meeting the requirements herein specified, at no additional cost to the Government.3.3 SETTING FORMSA.Base Support: pact the base material under the forms true to grade so that, when set, they will be uniformly supported for their entire length at the grade as shown. 2.Correct imperfections or variations in the base material grade by cutting or filling and compacting. B.Form Setting: 1.Set forms sufficiently in advance of the placing of the concrete to permit the performance and approval of all operations required with and adjacent to the form lines. 2.Set forms to true line and grade and use stakes, clamps, spreaders, and braces to hold them rigidly in place so that the forms and joints are free from play or movement in any direction. 3.Forms shall conform to line and grade with an allowable tolerance of 1/8 inch when checked with a straightedge and shall not deviate from true line by more than 1/4 inch at any point. 4.Do not remove forms until removal will not result in damaged concrete or at such time to facilitate finishing. 5.Clean and oil forms each time they are used.6.Make necessary corrections to forms immediately before placing concrete. 7.When any form has been disturbed or any subgrade or subbase has become unstable, reset and recheck the form before placing concrete. 3.4 EQUIPMENTA.The Resident Engineer shall approve equipment and tools necessary for handling materials and performing all parts of the work prior to commencement of work. B.Maintain equipment and tools in satisfactory working condition at all times. 3.5 PLACING REINFORCEMENTA.Reinforcement shall be free from dirt, oil, rust, scale or other substances that prevent the bonding of the concrete to the reinforcement. All reinforcement shall be supported for proper placement within the concrete section.B.Before the concrete is placed, the Resident Engineer shall approve the reinforcement placement, which shall be accurately and securely fastened in place with suitable supports and ties. The type, amount, and position of the reinforcement shall be as shown on the Drawings. 3.6 PLACING CONCRETE GENERALA.Obtain approval of the Resident Engineer before placing concrete. B.Remove debris and other foreign material from between the forms before placing concrete. C.Before the concrete is placed, uniformly moisten the subgrade, base, or subbase appropriately, avoiding puddles of water. D.Convey concrete from mixer to final place of deposit by a method which will prevent segregation or loss of ingredients. Deposit concrete so that it requires as little handling as possible. E.While being placed, spade or vibrate and compact the concrete with suitable tools to prevent the formation of voids or honeycomb pockets. Vibrate concrete well against forms and along joints. Overvibration or manipulation causing segregation will not be permitted. Place concrete continuously between joints without bulkheads. F.Install a construction joint whenever the placing of concrete is suspended for more than 30 minutes and at the end of each day's work. G.Workmen or construction equipment coated with foreign material shall not be permitted to walk or operate in the concrete during placement and finishing operations. H.Cracked or Chipped Concrete Surfaces and Bird Baths. Cracked or chipped concrete and bird baths will not be allowed. Concrete with cracks or chips and bird baths will be removed and replaced to the nearest joints, and as approved by the Resident Engineer, by the Contractor with no additional cost to the Government.3.7 PLACING CONCRETE FOR CURB AND GUTTER, PEDESTRIAN PAVEMENT, AND EQUIPMENT PADS A.Place concrete in the forms in one layer of such thickness that, when compacted and finished, it will conform to the cross section as shown. B.Deposit concrete as near to joints as possible without disturbing them but do not dump onto a joint assembly. C.After the concrete has been placed in the forms, use a strikeoff guided by the side forms to bring the surface to the proper section to be compacted. D.Consolidate the concrete thoroughly by tamping and spading, or with approved mechanical finishing equipment. E.Finish the surface to grade with a wood or metal float. F. All Concrete pads and pavements shall be constructed with sufficient slope to drain properly.3.8 PLACING CONCRETE FOR VEHICULAR PAVEMENTA.Deposit concrete into the forms as close as possible to its final position. B.Place concrete rapidly and continuously between construction joints. C.Strike off concrete and thoroughly consolidate by a finishing machine, vibrating screed, or by handfinishing. D.Finish the surface to the elevation and crown as shown. E.Deposit concrete as near the joints as possible without disturbing them but do not dump onto a joint assembly. Do not place adjacent lanes without approval by the Resident Engineer. 3.9 CONCRETE FINISHING GENERALA.The sequence of operations, unless otherwise indicated, shall be as follows: 1.Consolidating, floating, straight-edging, troweling, texturing, and edging of joints. 2.Maintain finishing equipment and tools in a clean and approved condition.3.10 CONCRETE FINISHING CURB AND GUTTERA.Round the edges of the gutter and top of the curb with an edging tool to a radius of 1/4 inch or as otherwise detailed. B.Float the surfaces and finish with a smooth wood or metal float until true to grade and section and uniform in textures. C.Finish the surfaces, while still wet, with a bristle type brush with longitudinal strokes. D.Immediately after removing the front curb form, rub the face of the curb with a wood or concrete rubbing block and water until blemishes, form marks, and tool marks have been removed. Brush the surface, while still wet, in the same manner as the gutter and curb top. E.Except at grade changes or curves, finished surfaces shall not vary more than 1/8 inch for gutter and 1/4 for top and face of curb, when tested with a 10 foot straightedge. F.Remove and reconstruct irregularities exceeding the above for the full length between regularly scheduled joints. G.Correct any depressions which will not drain. See Article 3.6, Paragraph H, above.H.Visible surfaces and edges of finished curb, gutter, and/or combination curb and gutter shall be free of blemishes, form marks, and tool marks, and shall be uniform in color, shape, and appearance. 3.11 CONCRETE FINISHING PEDESTRIAN PAVEMENTA. Walks.1.Finish the surfaces to grade and cross section with a metal float, troweled smooth and finished with a broom moistened with clear water. 2.Brooming shall be transverse to the line of traffic. 3.Finish all slab edges, including those at formed joints, carefully with an edger having a radius as shown on the Drawings. 4.Unless otherwise indicated, edge the transverse joints before brooming. The brooming shall eliminate the flat surface left by the surface face of the edger. Execute the brooming so that the corrugation, thus produced, will be uniform in appearance and not more than 1/16 inch in depth. 5.The completed surface shall be uniform in color and free of surface blemishes, form marks, and tool marks. The finished surface of the pavement shall not vary more than 3/16 inch when tested with a 10 foot straightedge. 6.The thickness of the pavement shall not vary more than 1/4 inch. 7.Remove and reconstruct irregularities exceeding the above for the full length between regularly scheduled joints at no additional cost to the Government.B.Steps: The method of finishing the steps and the sidewalls is similar to above except as herein noted. 1.Remove the riser forms one at a time, starting with the top riser. 2.After removing the riser form, rub the face of the riser with a wood or concrete rubbing block and water until blemishes, form marks, and tool marks have been removed. Use an outside edger to round the corner of the tread; use an inside edger to finish the corner at the bottom of the riser. 3.Give the risers and sidewall a final brush finish. The treads shall have a final finish with a stiff brush to provide a nonslip surface. 4.The texture of the completed steps shall present a neat and uniform appearance and shall not deviate from a straightedge test more than 3/16 inch. 3.12 CONCRETE FINISHING FOR VEHICULAR PAVEMENTA.Accomplish longitudinal floating with a longitudinal float not less than 10 feet long and 6 inches wide, properly stiffened to prevent flexing and warping. Operate the float from foot bridges in a sawing motion parallel to the direction in which the pavement is being laid from one side of the pavement to the other, and advancing not more than half the length of the float. B.After the longitudinal floating is completed, but while the concrete is still plastic, eliminate minor irregularities in the pavement surfaces by means of metal floats, 5 feet in length, and straightedges, 10 feet in length. Make the final finish with the straightedges, which shall be used to float the entire pavement surface. C.Test the surface for trueness with a 10 foot straightedge held in successive positions parallel and at right angles to the direction in which the pavement is being laid and the entire area covered as necessary to detect variations. Advance the straightedge along the pavement in successive stages of not more than one half the length of the straightedge. Correct all irregularities and refinish the surface. D.The finished surface of the pavement shall not vary more than 1/4 inch in both longitudinal and transverse directions when tested with a 10 foot straightedge. E.The thickness of the pavement shall not vary more than 1/4 inch. F.When most of the water glaze or sheen has disappeared and before the concrete becomes nonplastic, give the surface of the pavement a broomed finish with an approved fiber broom not less than 18 inches wide. Pull the broom gently over the surface of the pavement from edge to edge. Brooming shall be transverse to the line of traffic and so executed that the corrugations thus produced will be uniform in character and width, and not more than 1/8 inch in depth. Carefully finish the edge of the pavement along forms and at the joints with an edging tool. The brooming shall eliminate the flat surface left by the surface face of the edger. G.The finish surfaces of new and existing abutting pavements shall be flush and in alignment at their juncture. 3.13 CONCRETE FINISHING EQUIPMENT PADSA.After the surface has been struck off and screeded to the proper elevation, provide a smooth dense float finish, free from depressions or irregularities. B.Carefully finish all slab edges with an edger having a radius as shown in the Drawings. C.After removing the forms, rub the faces of the pad with a wood or concrete rubbing block and water until blemishes, form marks, and tool marks have been removed. The finish surface of the pad shall not vary more than 1/8 inch when tested with a 10 foot straightedge. D.Correct irregularities exceeding the above. See Article 3.6, Paragraph H, above. 3.14 JOINTS GENERALA.Place joints, where shown on the Shop Drawings and Drawings, conforming to the details as shown, and perpendicular to the finished grade of the concrete surface. B.Joints shall be straight and continuous from edge to edge of the pavement. 3.15 CONTRACTION JOINTSA.Cut joints to depth as shown with a grooving tool or jointer of a radius as shown or by sawing with a blade producing the required width and depth. B.Construct joints in curbs and gutters by inserting 1/8 inch steel plates conforming to the cross sections of the curb and gutter. C.Plates shall remain in place until concrete has set sufficiently to hold its shape and shall then be removed. D.Finish edges of all joints with an edging tool having the radius as shown. E.Score pedestrian pavement with a standard grooving tool or jointer. 3.16 EXPANSION JOINTSA.Use a preformed expansion joint filler material of the thickness as shown to form expansion joints. B.Material shall extend the full depth of concrete, cut and shaped to the cross section as shown, except that top edges of joint filler shall be below the finished concrete surface where shown to allow for sealing. C.Anchor with approved devices to prevent displacing during placing and finishing operations. D.Round the edges of joints with an edging tool. E.Form expansion joints as follows:1. Without dowels, about structures and features that project through, into, or against any site work concrete construction.2. Using joint filler of the type, thickness, and width as shown.3. Installed in such a manner as to form a complete, uniform separation between the structure and the site work concrete item. 3.17 CONSTRUCTION JOINTSA.Locate longitudinal // and transverse // construction joints between slabs of vehicular pavement as shown on the Shop Drawing jointing plan and Drawings. B.Place transverse construction joints of the type shown, where indicated and whenever the placing of concrete is suspended for more than 30 minutes. C.Use a butttype joint with dowels in // curb and gutter // if the joint occurs at the location of a planned joint. D.Use keyed joints with tiebars if the joint occurs in the middle third of the normal curb and gutter joint interval. 3.18 FORM REMOVALA.Forms shall remain in place at least 12 hours after the concrete has been placed. Remove forms without injuring the concrete. B.Do not use bars or heavy tools against the concrete in removing the forms. Promptly repair any concrete found defective after form removal. 3.20 CURING OF CONCRETEA.Cure concrete by one of the following methods appropriate to the weather conditions and local construction practices, against loss of moisture, and rapid temperature changes for at least seven days from the beginning of the curing operation. Protect unhardened concrete from rain and flowing water. All equipment needed for adequate curing and protection of the concrete shall be on hand and ready to install before actual concrete placement begins. Provide protection as necessary to prevent cracking of the pavement due to temperature changes during the curing period. If any selected method of curing does not afford the proper curing and protection against concrete cracking, remove and replace the damaged pavement and employ another method of curing as directed by the Resident Engineer. B.Burlap Mat: Provide a minimum of two layers kept saturated with water for the curing period. Mats shall overlap each other at least 150 mm (6 inches). C.Impervious Sheeting: Use waterproof paper, polyethylenecoated burlap, or polyethylene sheeting. Polyethylene shall be at least 4 mils (0.1 mm) in thickness. Wet the entire exposed concrete surface with a fine spray of water and then cover with the sheeting material. Sheets shall overlap each other at least 12 inches (300 mm). Securely anchor sheeting. D.Liquid Membrane Curing: 1.Apply pigmented membraneforming curing compound in two coats at right angles to each other at a rate of 200 square feet per gallon (5 m2/L) for both coats. 2.Do not allow the concrete to dry before the application of the membrane. 3.Cure joints designated to be sealed by inserting moistened paper or fiber rope or covering with waterproof paper prior to application of the curing compound, in a manner to prevent the curing compound entering the joint. 4.Immediately re-spray any area covered with curing compound and damaged during the curing period. 3.21 CLEANINGA.After completion of the curing period: 1.Remove the curing material (other than liquid membrane).2.Sweep the concrete clean.3.After removal of all foreign matter from the joints, seal joints as specified. 4.Clean the entire concrete of all debris and construction equipment as soon as curing and sealing of joints has been completed. 3.22 PROTECTIONThe contractor shall protect the concrete against all damage prior to final acceptance by the Government. Remove concrete containing excessive cracking, fractures, spalling, or other defects and reconstruct the entire section between regularly scheduled joints, when directed by the Resident Engineer, and at no additional cost to the Government. Exclude traffic from vehicular pavement until the concrete is at least seven days old, or for a longer period of time if so directed by the Resident Engineer. 3.23 FINAL CLEANUPRemove all debris, rubbish and excess material from the Station. E N D SECTION 32 12 16ASPHALT PAVINGPART 1 GENERAL 1.1 DESCRIPTIONA.This work shall cover the composition, mixing, construction upon the prepared subgrade, and the protection of hot asphalt concrete pavement, Pavement Sealing, Cold Milling, pervious paving and Patching. The hot asphalt concrete pavement shall consist of an aggregate or asphalt base course and asphalt surface course constructed in conformity with the lines, grades, thickness, and cross sections as shown. Each course shall be constructed to the depth, section, or elevation required by the drawings and shall be rolled, finished, and approved before the placement of the next course. The pervious pavement bed shall consist of a pervious surface course underlain by a stone bed of uniformly graded and clean-washed coarse aggregate with a void space of at least 40%. The pervious pavement may consist of pervious asphalt.B.The Contractor shall retain and reimburse a laboratory to perform said duties; or to obtain a certification from the authorized representative of the State; or to obtain certification from the asphalt paving producer. Certificate of compliance shall cover quality and gradation of aggregate base, quality and grades of asphalt course materials, and that the jobmixture meets or exceeds the State requirements. 1.2 NOT USED 1.3 INSPECTION OF PLANT AND EQUIPMENTThe COR shall have access at all times to all parts of the material producing plants for checking the mixing operations and materials and the adequacy of the equipment in use.1.4 Not USED1.5 SUBMITTALSA.In accordance with Section 01 33 23, SHOP DRAWINGS, PRODUCT DATA, AND SAMPLES, furnish the following: B.Data and Test Reports:1.Aggregate Base Course: Sources, gradation, liquid limit, plasticity index, percentage of wear, and other tests required by State Highway Department.2.Porous Asphalt and Asphalt Base/Surface Course: Aggregate source, gradation, soundness loss, percentage of wear, and other tests required by State Highway Department.3.Jobmix formula.4.Data for concrete curb stops.C.Certifications:1.Asphalt prime and tack coat material certificate of conformance to State Highway Department requirements.2.Asphalt cement certificate of conformance to State Highway Department requirements.3.Jobmix certification Submit plant mix certification that mix equals or exceeds the State Highway Specification.D.One copy of State Highway Department Specifications (Latest Version).E.Provide MSDS (Material Safety Data Sheets) for all chemicals used on ground.1.6 APPLICABLE PUBLICATIONSA.The publications listed below form a part of this specification to the extent referenced. The publications are referenced in the text by the basic designation only.B. American Association of State Highway and Transportation Officials (AASHTO): HM29MStandard Specifications for Transportation Materials and Methods of Sampling and Testing, 29th Edition and AASHTO Provisional Standards, 2009 EditionMP1 Specification for Performance Graded AsphaltT 283Standard Method of Test for Resistance of Compacted Hot Mix Asphalt (HMA) to Moisture-Induced DamageC.American Society for Testing and Materials (ASTM): C29-07 Standard Test Method for Bulk Density ("Unit Weight") and Voids in AggregateC977-03 Standard Specification for Quicklime and Hydrated Lime for Soil StabilizationD3786Standard Test Method for Bursting Strength of Textile Fabrics—Diaphragm Bursting Strength Tester MethodD4355-07 Standard Test Method for Deterioration of Geotextiles by Exposure to Light, Moisture and Heat in a Xenon Arc Type ApparatusD4632-08 Standard Test Method for Grab Breaking Load and Elongation of GeotextilesD6390-05 Standard Test Method for Determination of Draindown Characteristics in Uncompacted Asphalt MixturesD. National Asphalt Paving Association (NAPA):131 (2003)Design, Construction, and Maintenance Guide for Porous Asphalt Pavements, Information Series PART 2 PRODUCTS 2.1 GENERALA.Aggregate base, Asphaltic base, Sealing Materials and asphalt concrete materials shall conform to the requirements of the following and other appropriate sections of the latest version of the State Highway Material Specifications, including amendments, addenda and errata. Where the term "Engineer" or "Commission" is referenced in the State Highway Specifications, it shall mean the VA Resident Engineer or VA COTR2.2 AGGREGATES ASPHALT PavingA.Provide aggregates consisting of crushed stone, gravel, sand, or other sound, durable mineral materials processed and blended, and naturally combined.B.Subbase aggregate (where required) maximum size: 38mm(1-1/2").C.Base aggregate maximum size:1.Base course over 152mm(6") thick: 38mm(1-1/2");2.Other base courses: 19mm(3/4").D.Asphaltic base course:1.Maximum particle size not to exceed 25.4mm(1”).2.Where conflicts arise between this specification and the requirements in the latest version of the State Highway Specifications, the State Specifications shall control.E.Aggregates for asphaltic concrete paving: Provide a mixture of sand, mineral aggregate, and liquid asphalt mixed in such proportions that the percentage by weight will be within:Sieve SizesPercentage Passing19mm(3/4")1009.5mm(3/8")67 to 856.4mm(1/4")50 to 652.4mm(No. 8 mesh)37 to 50600?m(No. 30 mesh)15 to 2575?m(No. 200 mesh)3 to 8plus 50/60 penetration liquid asphalt at 5 percent to 6-1/2 percent of the combined dry aggregates.F.AGGREGATES FOR PERVIOUS PAVINGAggregate for infiltration beds shall be 2-inch to 1-inch uniformly graded coarse aggregate, with a wash loss of no more than 0.5%, AASHTO size number 3 per AASHTO Specifications, Part I, 19th Ed., 1998 or later and shall have voids of 40% as measured by ASTM-C29. Choker base course aggregate for beds shall have 3/8 inch to ? inch uniformly graded coarse aggregate AASHTO size number 57 per Table 4, AASTHO Specifications, Part I, 13th Ed., 1998.2.3 Non-Woven Geotextile Fabric A.Fabric shall consist of needled nonwoven polypropylene fibers and meet the following properties:1.Grab Tensile Strength (ASTM-D4632) ≥ 120 lbs.2.Mullen Burst Strength (ASTM-D3786) ≥ 225 psi3.Flow Rate (ASTM-D4491) ≥ 95 gal/min/ft24.UV Resistance after 500 hours (ASTM-D4355) ≥ 70%5.Heat-set or heat-calendared fabrics are not permitted.6.Mirafi 140N, Amoco 4547, Geotex 451, or approved equal. 2.4 ply with provisions of Asphalt Institute Specification SS2:1.Asphalt cement:Penetration grade 50/602.Prime coat:Cut-back type, grade MC-2503.Tack coat:Uniformly emulsified, grade SS-1H2.5 ASPHALT MIX FOR POROUS PAVINGA.Bituminous surface couse for pervious paving should be two and one-half (2.5) inches thick with a bituminous mix of 5.75% to 6% by weight dry aggregate. In accordance with ASTM D6390, drain down of the binder shall be no greater than 0.3%. If more absoprtive aggregates such as limestone, are used in the mix, then the amount of bitumen is to be based on the testing procedures outlines in the National Asphalt Pavement Association’s Information Series 131-“Pervious Asphalt Pavements” (2003) of DOT equivalent.B.Use neat asphalt binder modified with an elastomeric polymer to produce a binder meeting requirements of PG 76-22 as specified in AASHTO MP-1. The elastomer polymer shall be styrene-butadiene-styrene (SBS), or approved equal, applied at a rate of 3% by weight of the total binder. The composite materials shall be thoroughly blended at the asphalt refinery or terminal prior to being loaded into the transport vehicle. The polymer modified asphalt binder shall be heat and storage stable.C.Asphalt shall be minimum 90% crushed material and have a gradation of:U.S. Standard Sieve SizePercent Passing? (12.5mm)1003/8 (9.5 mm) 92-984 (4.75 mm) 34-408 (2.36 mm) 14-2016 (1.18 mm)7-1330 (0.60 mm)0-4200 (0.075 mm)0-2D.Add hydrated lime at a dosage rate of 1.0% by weight of the total dry aggregate to mixes containing granite. Hydrated lime shall meet the requirements of ASTM C 977. The additive must be able to prevent the separation of the asphalt binder from the aggregate and achieve a required tensile strength ratio (TSR) of at least 80% on the asphalt mix when tested in accordance with AASHTO T 283. The asphaltic mix shall be tested for its resistance to stripping by water in accordance with ASTM D-1664. If the estimated coating area is not above 95 percent, anti-stripping agents shall be added to the asphalt.E.Pervious pavement shall not be installed on wet surfaces or when the ambient air temperature is 50 degrees Fahrenheit or lower. The temperature of the bituminous mix shall be between 300 degrees Fahrenheit and 350 degrees Fahrenheit (based on recommendations of the asphalt supplier.)2.6 SEALERA.Provide a sealer consisting of suitable fibrated chemical type asphalt base binders and fillers having a container consistency suitable for troweling after thorough stirring, and containing no clay or other deleterious substance.B.Where conflicts arise between this specification and the requirements in the latest version of the State Highway Specifications, the State Specifications shall control.2.7 ANCILLARY MATERIALSA.Herbicide; Commercial chemical for weed control, registered by EPA. Provide in granular, liquid or wettable powder form.B.Wheel Stops: Precast, air entrained concrete, 17.2 MPa(2500psi)minimum compressive strength, 115mm (4-1/2 inches) high by 225mm (9 inches) wide by 1800mm (72 inches0 long //verify-edit dimensions//. Provide chamfered corners, drainage slots and holes for mounting to pavement Dowels: Galvanized steel 19mm (3/4 inch) diameter, 254mm (10 inch) minimum length.PART 3 EXECUTION 3.1 GENERALThe Asphalt Concrete Paving equipment, weather limitations, jobmix formula, mixing, construction methods, compaction, finishing, tolerance, and protection shall conform to the requirements of the appropriate sections of the State Highway Specifications for the type of material specified. 3.2 MIXING ASPHALTIC CONCRETE MATERIALSA.Provide hot plant-mixed asphaltic concrete paving materials.1.Temperature leaving the plant: 143 degrees C(290 degrees F) minimum, 160 degrees C(320 degrees F) maximum.2.Temperature at time of placing: 138 degrees C(280 degrees F) minimum.3.3 SUBGRADEA.Shape to line and grade and compact with self-propelled rollers.B.All depressions that develop under rolling shall be filled with acceptable material and the area re-rolled.C.Soft areas shall be removed and filled with acceptable materials and the area re-rolled.D.Should the subgrade become rutted or displaced prior to the placing of the subbase, it shall be reworked to bring to line and grade.E.Proof-roll the subgrade with maximum 45 tonne (50 ton) gross weight dump truck as directed by VA Resident Engineer or VA Contracting Officer. If pumping, pushing, or other movement is observed, rework the area to provide a stable and compacted subgrade. F.Herbicide Treatment: Apply herbicide according to manufacturers recommended rate and written application instructions. Apply to dry subgrade of surface of compacted aggregate base before applying paving materials.3.4 BASE COURSESA.Subbase (when required)1.Spread and compact to the thickness shown on the drawings.2.Rolling shall begin at the sides and continue toward the center and shall continue until there is no movement ahead of the roller.3.After completion of the subbase rolling there shall be no hauling over the subbase other than the delivery of material for the top course.B.Base1.Spread and compact to the thickness shown on the drawings.2.Rolling shall begin at the sides and continue toward the center and shall continue until there is no movement ahead of the roller.3.After completion of the base rolling there shall be no hauling over the base other than the delivery of material for the top course.C.Thickness tolerance: Provide the compacted thicknesses shown on the Drawings within a tolerance of minus 0.0mm (0.0") to plus 12.7mm (0.5").D.Smoothness tolerance: Provide the lines and grades shown on the Drawings within a tolerance of 5mm in 3m (3/16 inch in ten feet).E.Moisture content: Use only the amount of moisture needed to achieve the specified compaction.3.5 PLACEMENT OF ASPHALTIC CONCRETE PAVINGA.Remove all loose materials from the compacted base.B.Apply the specified prime coat, and tack coat where required, and allow to dry in accordance with the manufacturer’s recommendations as approved by the Architect or Engineer.C.Receipt of asphaltic concrete materials:1.Do not accept material unless it is covered with a tarpaulin until unloaded, and unless the material has a temperature of not less than 130 degrees C(280 degrees F).2.Do not commence placement of asphaltic concrete materials when the atmospheric temperature is below 10 degrees C (50 degrees F), not during fog, rain, or other unsuitable conditions.D.Spreading:1.Spread material in a manner that requires the least handling.2.Where thickness of finished paving will be 76mm (3") or less, spread in one layer.E.Rolling:1.After the material has been spread to the proper depth, roll until the surface is hard, smooth, unyielding, and true to the thickness and elevations shown own the drawings.2.Roll in at least two directions until no roller marks are visible.3.Finished paving smoothness tolerance:a.No depressions which will retain standing water.b.No deviation greater than 3mm in 1.8m (1/8" in six feet)3.6 APPLICATION OF SEAL COAT (DO NOT SEAL PERVIOUS ASPHALT PAVEMENTS)A.Prepare the surfaces, mix the seal coat material, and apply in accordance with the manufacturer’s recommendations as approved by the Architect or Engineer.B.Apply one coat of the specified sealer.C.Achieve a finished surface seal which, when dry and thoroughly set, is smooth, tough, resilient, of uniform black color, and free from coarse textured areas, lap marks, ridges, and other surface irregularities.3.7 Cold MillingA.Clean existing pavement surface of loose or deleterious material immediately before cold milling. Remove existing asphalt pavement to grades and cross sections indicated.1.Mill to a depth of 50mm (2 inches).3.8 patchingA.Hot Mix Asphalt Pavement: Sawcut perimeter of patch and excavate existing pavement section to sound base. Excavate rectangular or trapezoidal patches, extending 300mm (12 inches) into adjacent sound pavement, unless otherwise indicated. Cut excavation faces vertically. Remove excavated material. Recompact existing aggregate base course to provide new subgrade.B.Tack Coat: Apply uniformly to vertical and horizontal surfaces abutting area to receive new hot mix asphalt paving at a rate of 0.2 to 0.7 L/sq.M. (0.05 to 0.15 gal./sq. yd. 1.Allow tack coat to cure before applying hot mix asphalt paving.2.Avoid smearing or staining adjoining surfaces, remove spillage and clean affected surfaces.C.Patching: Fill excavated pavement with hot mix asphalt base mix for full thickness of patch; while still hot compact flush with adjacent pavement surface.3.9 PROTECTIONProtect the asphaltic concrete paved areas from traffic until the sealer is set and cured and does not pick up under foot or wheeled traffic.3.10 FINAL CLEAN-UPRemove all debris, rubbish, and excess material from the work area. E N D Section 33 40 00Storm SewerGeneralDescriptionThis section specifies materials and procedures for construction of outside, underground storm sewer systems that are complete and ready for operation. This includes piping, structures and all other incidentals. Related workExcavation, Trench Widths, Pipe Bedding, Backfill, Shoring, Sheeting, Bracing: Section 31 20 00, EARTH MOVING.Concrete Work, Reinforcing, Placement and Finishing: Section 03 30 00, CAST-IN-PLACE CONCRETE. General plumbing, protection of Materials and Equipment, and quality assurance: Section 22 05 11, COMMON WORK RESULTS FOR PLUMBING.Materials and Testing Report Submittals: Section 01 33 23, SHOP DRAWINGS, PRODUCT DATA AND SAMPLES.Delivery, Storage, And HandlingDo not store plastic manholes, pipe, and fittings in direct sunlight.Handle catch basins and stormwater inlets according to manufacturer's written rigging instructions.Quality Assurance:Products Criteria:When two or more units of the same type or class of materials or equipment are required, these units shall be products of one manufacturer.A nameplate bearing manufacturer's name or trademark, including model number, shall be securely affixed in a conspicuous place on equipment. In addition, the model number shall be either cast integrally with equipment, stamped, or otherwise permanently marked on each item of equipment.submittalsManufacturers’ Literature and Data shall be submitted, as one package, for pipes, fittings and appurtenances, including jointing materials, and other miscellaneous items.Applicable PublicationsThe publications listed below form a part of this specification to the extent referenced. The publications are referenced in the text by the basic designation only.American Society for Testing and Materials (ASTM):A185/A185M-07Steel Welded Wire Reinforcement, Plain, for ConcreteA242/A242M-04(2009)High-Strength Low-Alloy Structural SteelA536-84(2009)Ductile Iron Castings A615/A615M-09bDeformed and Plain Carbon-Steel Bars for Concrete Reinforcement A929/A929M-01(2007)Steel Sheet, Metallic-Coated by the Hot-Dip Process for Corrugated Steel Pipe C33/C33M-08Concrete AggregatesC76-11Reinforced Concrete Culvert, Storm Drain, and Sewer PipeC139-10Concrete Masonry Units for Construction of Catch Basins and ManholesC150/C150M-11Portland CementC443-10Joints for Concrete Pipe and Manholes, Using Rubber GasketsC478-09Precast Reinforced Concrete Manhole SectionsC857-07Minimum Structural Design Loading for Underground Precast Concrete Utility StructuresC891-09Installation of Underground Precast Concrete Utility StructuresC913-08Precast Concrete Water and Wastewater StructuresC923-08Resilient Connectors Between Reinforced Concrete Manhole Structures, Pipes, and LateralsC990-09Joints for Concrete Pipe, Manholes, and Precast Box Sections Using Preformed Flexible Joint SealantsC1103-03(2009)Joint Acceptance Testing of Installed Precast Concrete Pipe Sewer LinesC1173-08Flexible Transition Couplings for Underground Piping SystemsC1433-10Precast Reinforced Concrete Monolithic Box Sections for Culverts, Storm Drains, and SewersD448-08Sizes of Aggregate for Road and Bridge ConstructionD698-07e1Laboratory Compaction Characteristics of Soil Using Standard Effort (12 400 ft-lbf/ft3 (600 kN-m/m3))D1056-07Flexible Cellular Materials—Sponge or Expanded Rubber D1785-06Poly(Vinyl Chloride) (PVC) Plastic Pipe, Schedules 40, 80, and 120D2321-11Underground Installation of Thermoplastic Pipe for Sewers and Other Gravity-Flow ApplicationsD5926-09Poly (Vinyl Chloride) (PVC) Gaskets for Drain, Waste, and Vent (DWV), Sewer, Sanitary, and Storm Plumbing SystemsF477-10Elastomeric Seals (Gaskets) for Joining Plastic PipeF679-08Poly(Vinyl Chloride) (PVC) Large-Diameter Plastic Gravity Sewer Pipe and FittingsF794-03(2009)Poly(Vinyl Chloride) (PVC) Profile Gravity Sewer Pipe and Fittings Based on Controlled Inside DiameterF1668-08Construction Procedures for Buried Plastic PipeAmerican Association of State Highway and Transportation Officials (AASHTO):M198-10Joints for Concrete Pipe, Manholes, and Precast Box Sections Using Preformed Flexible Joint SealantsAmerican Water Works Association(AWWA):M23-2nd edPVC Pipe ”Design And Installation”American Society of Mechanical Engineers (ASME):A112.6.3-2001Floor and Trench DrainsA112.36.2M-1991CleanoutsAmerican Concrete Institute (ACI):318-05Structural Commentary and Commentary350/350M-06Environmental Engineering Concrete Structures and CommentaryNational Stone, Sand and Gravel Association (NSSGA): Quarried Stone for Erosion and Sediment ControlWarrantyThe Contractor shall remedy any defect due to faulty material or workmanship and pay for any damage to other work resulting therefrom within a period of one year from final acceptance. Further, the Contractor will furnish all manufacturers’ and suppliers’ written guarantees and warranties covering materials and equipment furnished under this Contract.ProductsFACTORY-ASSEMBLED PRODUCTSStandardization of components shall be maximized to reduce spare part requirements. The Contractor shall guarantee performance of assemblies of components, and shall repair or replace elements of the assemblies as required to deliver specified performance of the complete assembly.Pipe And FittingsPolyvinyl Chloride (PVC):PVC storm sewer pipe and fittings shall be schedule 40 solid core piping conforming to ASTM D1785 and ASTM D2665, Sewer and Drain Series, with ends for solvent cemented joints.PVC joints shall be solvent welded socket type using solvent cement conforming to ASTM D2564 and adhesive primer conforming to ASTM F656.CleanoutsPlastic Cleanouts shall have PVC body with PVC threaded plug. Pipe fitting and riser to cleanout shall be of same material as main line pipe.CONCRETE for catch basinsGeneral: Cast-in-place concrete according to ACI?318, ACI?350/350R, and the following:Cement: ASTM?C150, Type?II.Fine Aggregate: ASTM?C33, sand.Coarse Aggregate: ASTM?C33, crushed gravel.Water: Potable.Concrete Design Mix: 4000 psi (27.6 MPa) minimum, compressive strength in 28 days.Reinforcing Fabric: ASTM?A185, steel, welded wire fabric, plain.Reinforcing Bars: ASTM?A615, Grade?60 (420?MPa) deformed steel.Manhole Channels and Benches: Channels shall be the main line pipe material. Include benches in all manholes and catch basins.Channels: Main line pipe material or concrete invert. Height of vertical sides to three-fourths of pipe diameter. Form curved channels with smooth, uniform radius and slope. Invert Slope: Same slope as the main line pipe. Bench to be concrete, sloped to drain into channel. Minimum of 6-inch slope from main line pipe to wall sides.Pipe OutletsHead walls: Cast in-place reinforced concrete, with apron and tapered sides.Riprap basins: Broken, irregularly sized and shaped, graded stone according to NSSGA's "Quarried Stone for Erosion and Sediment Control."Average Size: NSSGA No. R-4, screen opening 3 inches (76 mm).Filter Stone: NSSGA's "Quarried Stone for Erosion and Sediment Control," No. FS-2, No. 4 screen opening, average-size graded stone.Energy Dissipaters: To be as per NSSGA's "Quarried Stone for Erosion and Sediment Control," No. A-1, 3-ton (2721-kg) average weight armor stone, unless otherwise indicated.HeadwallsHeadwalls: Cast in-place concrete with a minimum compressive strength of 3000 psi (20 MPa) at 28 days. Flared End SectionsFlared End Sections: Sections shall be of standard design fabricated from zinc-coated steel sheets conforming to requirements of ASTM A929.Warning TapeStandard, 4-Mil polyethylene 3 inch (76 mm) wide tape non-detectable type, purple with black letters, and imprinted with “CAUTION BURIED STORM SEWER BELOW”.ExecutionPipe BeddingThe bedding surface of the pipe shall provide a firm foundation of uniform density throughout the entire length of pipe. When necessary, the bedding shall be tamped. Plastic pipe bedding requirements shall meet the requirements of ASTM D2321. Bedding, haunching and initial backfill shall be either Class IB or Class II material.Piping InstallationDrawing plans and details indicate general location and arrangement of underground storm drainage piping. Install piping as indicated, to extent practical. Where specific installation is not indicated, follow piping manufacturer's written instructions.Install piping to match existing depths.Install piping beginning at low point, true to grades and alignment indicated with unbroken continuity of invert. Place bell ends of piping facing upstream. Install gaskets, seals, sleeves, and couplings according to manufacturer's written instructions for use of lubricants, cements, and other installation requirements.Do not lay pipe on unstable material, in wet trench or when trench and weather conditions are unsuitable for the work.Support pipe on compacted bedding material. Excavate bell holes only large enough to properly make the joint.Inspect pipes and fittings, for defects before installation. Defective materials shall be plainly marked and removed from the site. Cut pipe shall have smooth regular ends at right angles to axis of pipe.Clean interior of all pipe thoroughly before installation. When work is not in progress, open ends of pipe shall be closed securely to prevent entrance of storm water, dirt or other substances.Lower pipe into trench carefully and bring to proper line, grade, and joint. After jointing, interior of each pipe shall be thoroughly wiped or swabbed to remove any dirt, trash or excess jointing materials.Do not walk on pipe in trenches until covered by layers of shading to a depth of 12 inches (300 mm) over the crown of the pipe.Warning tape shall be continuously placed 12 inches (300 mm) above storm sewer piping.Install proper size increasers, reducers, and couplings where different sizes or materials of pipes and fittings are connected. Reducing size of piping in direction of flow is prohibited.When installing pipe under streets or other obstructions that cannot be disturbed, use pipe-jacking process of microtunneling.Install gravity-flow, nonpressure drainage piping according to the following:Install piping pitched down in direction of flow.Install PVC sewer piping according to ASTM D2321 and ASTM F1668.RegradingRaise or lower existing frames and covers in regraded areas to finish grade. Carefully remove, clean and salvage cast iron frames and covers. Adjust the elevation of the top of the structure as necessary. Reset cast iron frame and cover, grouting below and around the frame. Install concrete collar around reset frame and cover as required for modified construction.During periods when work is progressing on adjusting manholes or structures cover elevations, the Contractor shall install a temporary cover above the bench of the structure or manhole. The temporary cover shall be installed above the high flow elevation within the structure, and shall prevent debris from entering the wastewater stream.Catch Basin InstallationConstruct catch basins to sizes and shapes to match existing being replaced/modified/repaired.Set frames and grates to elevations flush with road and suitable for proper drainage.Stormwater Outlet InstallationConstruct inlet head walls, aprons, and sides of reinforced concrete.Construct riprap of broken stone.Install outlets that spill onto grade, anchored with concrete.Install outlets that spill onto grade, with flared end sections that match pipe.Construct energy dissipaters at outlets.Testing Of Storm Sewers:Submit separate report for each test.Test new piping systems, and parts of existing systems that have been altered, extended, or repaired, for leaks and defects.Do not enclose, cover, or put into service before inspection and approval.Test completed piping systems according to requirements of authorities having jurisdiction.Schedule tests and inspections by authorities having jurisdiction with at least 24 hours advance notice.Submit separate report for each test.Air test gravity sewers. Concrete Pipes conform to ASTM C924, Plastic Pipes conform to ASTM F1417, all other pipe material conform to ASTM C828 or C924, after consulting with pipe manufacturer. Testing of individual joints shall conform to ASTM C1103.Leaks and loss in test pressure constitute defects that must be repaired. Replace leaking piping using new materials, and repeat testing until leakage is within allowances specified.CleaningClean interior of piping of dirt and superfluous materials. Flush with water.--- e n d ---INSTRUCTIONS, CONDITIONS AND OTHER STATEMENTS TO BIDDERS/OFFERORSNCA Mission: The National Cemetery Administration honors veterans with a final resting place and lasting memorials that commemorate their service to our Nation. National cemeteries are national shrines. The standards of work, appearance and procedures performed by the Contractor at this cemetery shall reflect this nation’s concern for those interned there. Due to the sensitive mission of the cemetery, contractor personnel must exercise and exhibit absolute decorum, composure, and stability at all times.Dignity Clause: Every action by contractor personnel at a national cemetery must be performed with the special care, reverence, dignity, and respect that acknowledge the cemetery as the final resting place that commemorates the service and sacrifice that service members, Veterans and their families made for our Nation. Critically important is the awareness required of the Contractor employees of the remains buried in the grounds where the work is performed. The utmost care must be given to these remains and the headstones and flat grave markers that mark those gravesites and memorialize the service of individuals.Requests for Information (RFI): To obtain additional information concerning contract specifications, Offerors are encouraged to submit a written request via email to Joselito.Roman@. Email shall include the solicitation number and title, contractor name, address, city, state, zip, telephone, email address, date submitted and the RFI questions(s). Questions must be specific and must address the appropriate section, paragraph, and page. All questions submitted must be in question format. All questions regarding this project must be submitted by July 26, 2016. No questions will be answered after this date unless deemed to be in the best interest of the Government as deemed by the Contracting Officer. Pre-bid Site Visit: The Government recommends that all interested Offerors make a pre-bid site visit. Site visits must be prescheduled and arranged by contacting Quincy National Cemetery personnel: Tony Thomas, Cemetery Director……………………………………………………. (309) 782-2094George Truslow, Cemetery Forman …………………………………………………. (309) 782-2094Michael Carcanague, North Atlantic District Engineer………………………………. (309) 782-2094In no event shall failure to inspect the site constitute grounds for a claim after award. See FAR clause 52.236-27 for additional information.Wage Determination: Currently, General Decision Number VA160035 06/10/2016 VA35 is applicable to any resultant contract. It is the responsibility of the Offerors to ensure that the correct, most current, wage determination is utilized when submitting a proposal. Please refer to Wage Determination , , in order to obtain a copy of the most current wage rate for the specific state, county in which this construction contract is being performed.Work Hours: Site work will be accomplished between the hours of 8:00 and 4:30, Monday through Friday, except Federal Holidays. Weekend work must be requested in writing 24 hours in advance.Time of Completion: The project shall be completed within Sixty (60) calendar days after Notice to Proceed has been issued.Safety: The Contractor is responsible to ensure that all work shall be done in a manner that safeguards all NCA visitors, employees, and public. A competent crew leader shall be provided by the Contractor for whenever work is being performed to ensure employees are adequately supervised and proper conduct is maintained.Contractor Behavior: Contractor shall be fully clothed at all times, to include upper garment to cover body from the waist to the neck and long pants or slacks.The Contractor/personnel shall not engage in loud or boisterous behavior, angry outbursts or use profane or abusive language at any time on Government property. Playing radios and/or electronic games/devices, is not permitted.Warranty: The Contractor shall guarantee that all work done under this contract shall be free from faulty materials of workmanship and herby agrees to repair or replace without cost to the Department of Veterans Affairs all defects or imperfections appearing in said work within a period of one (1) year after the date of final acceptance. Contractor must respond within 48-hours to perform any warranty work. Time to have parts delivered to site that are not locally available is not included in this 48-hour response time. Refer to FAR 52.246-21 Warranty of Construction in this solicitation.Proposals Submission: Proposals will be accepted and considered for award of a firm-fix price contract. Submitted proposals that do not meet the following instructions may be determined to be nonresponsive and will not be considered for award.Offeror eCMS Vendor Portal Registration: All Interested Offerors must be registered with the Department of Veterans Affairs eCMS Vendor Portal at . Offerors who require registration shall proceed to the Vendor Portal’s Login section and shall click on Request a user account to register. In the event an Offeror is unable to submit a proposal through the vendor portal domain, prior to the proposal closing date, contact the VAAS helpdesk at 1-877-634-3739, or via email at VA.Acquisition.Systems@. If an Offeror is still having difficulties in submitting a proposal via the Vendor Portal the contracting officer may accept an Offeror’s proposal via email under the following circumstances: Offeror must provide evidence that an email discussions or verbal discussion with the VAAS helpdesk could not resolve registration issues. Proposal submitted must meet the time constraints as set forth in the solicitation. Proposals submitted via email without set requirements will not be accepted and will be considered to be nonresponsive. All Proposal transmissions and uploads submitted via the Vendor Portal or via email are due no later than August 6, 2016 2:00 PM EST. Late or incomplete Proposals will also be considered to be nonresponsive. Proposal Requirements: One (1) properly completed, signed and dated Standard Form 1442 with price/cost schedule.Alternative Payment Protection and Performance Bond if applicable as stated in FAR 52.228-13.A completed copy of 52.204-8, Representation and Certifications. Technical Proposal shall address evaluation factors and the Scope of Work (SOW).Acknowledgement of any amendments if pleted FAR Clause 52.223-3 “Hazardous Material Identification and Material Safety Data” (if applicable).Failure to submit all required documentation may result in your submission being determined technically unresponsive and removed from further consideration.Evaluation Process: The Government will award a firm fix contract resulting from this solicitation to the responsible offeror whose proposal is the lowest evaluate price of proposals meeting or exceeding the acceptability standards for non-cost factors. The award will be made without discussion. Technical Capabilities: Proposals will be considered only form offerors who are regularly established in the business called for and who are financially responsible and have the necessary equipment and personnel to furnish the supplies and services required under this contract. An Acceptable rating is based on whether the Government has reasonable expectation that the offeror will successfully perform the required effort. An unacceptable rating will be based on the offeror’s performance record and whether the Government has no reasonable expectations that the offeror will be able to successfully perform the required effort. Technical Capabilities will be evaluated for acceptability but not ranked using the non-cost/price factors.Offerors shall provide the following technical information with their proposal:Sub-Factor 1: overall Assessment of Technical Requirements to include experience of company and or sub-contractor in performing the work involved as described in the Solicitation.Sub-Factor 2: Work Plan and Staffing Plan to accomplish the required services, to include proposed man hours, methodology, list of equipment/vehicles to be used, licenses, permits, and insurance information.Sub-Factor 3: Managerial Qualifications of Key Personnel to include information on key personnel with relevant experience, identification of any sub-contractor(s) used in performance of the contract.Past Performance:Past performance information is one indicator of an offeror’s ability to perform the contract successfully. The currency and relevance of the information, source of the information, context of the data, and general trends in contractor’s performance shall be considered. Utilizing the Past Performance Questionnaire, provide three (3) references that are deemed relevant to the requirement as set forth in this solicitation. The questionnaire in conjunction with the Government’s Past Performance Information Retrieval System (PPIRS) will be utilized in validating an offeror’s past performance acceptability rating. An acceptable rating is based on the offeror’s performance record and whether the Government has reasonable expectations that the offeror will successfully perform the required effort or the offeror’s performance record is unknown. An unacceptable rating will be based on the offeror’s performance record and whether the Government has no reasonable expectations that the offeror will be able to successfully perform the required effort. If the contracting officer determines that a small business’s past performance is not acceptable, the matter shall be referred to the Small Business Administration for a Certificate of Competency determination. Offerors are required to demonstrate recent, within the last five (5) years, successful performance under current or completed contracts which are similar in scope, magnitude, and complexity to the subject requirement. In the case of an offeror without a record of relevant past performance or for whom information on past performance is not available, or so spars that no meaningful past performance rating can be reasonably assigned, the offeror may not be evaluated favorably or unfavorably on past performance and will be determined to have unknown past performance. In the context of acceptability/unacceptability, “Unknown” shall be considered “Acceptable”. This includes non-like referrals and referrals where contract information provided cannot be reached telephonically or by email. Past performance will be evaluated for acceptability but not ranked using the non-cost/price factors. Price: Price will be evaluated for reasonableness and realismIn order to ensure a fair and reasonable price, the Government will compare proposed prices received in response to the solicitation. Normally, adequate price competition establishes a fair and reasonable price when two or more responsible offerors, competing independently, submit priced offers that satisfy the Government’s expressed requirement. In addition to a price comparison, proposed prices will also be compared to the Independent Government Estimate. A proposal that provides a price with no substantial information on pricing and/or performance will result in an inferior proposal and maybe considered non responsive. In limited situations, a cost analysis may be appropriate to establish reasonableness of the otherwise successful offeror’s price. A business decision to submit low pricing may form the basis for rejecting the low-priced offeror’s proposal. A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror, within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer’s specified expiration time, the Government may accept an offer, unless a written notice of withdrawal is received before award.The Government reserves the right to reject all proposals received in response to this solicitation, if doing so is in the best interest of the Government. (End of Provision)ATTACHMENT A - PAST PERFORMANCE QUESTIONAIREINSTRUCTIONS: Contractor must identify previous federal, state, local government and or private contracts completed that are similar in size and scope to the contract being evaluated. List at least three (3) contracts for evaluation. Contracts must be either competed or current within the last (5) years. One contract reference per form. Note: List any National Cemetery Administration (NCA) contracts currently working or previously worked first followed by Non-NCA contracts. Past Performance Questionnaire 1Contract NumberContractor ( Name Address, Zip Code)Telephone NumberEmail AddressType of ContractContract Dollar ValueDate of Award (if not completed provide status)Type/Extent of SubcontractingPercentage of Work completed by the ContractorDescription of Supply/Services provided, location & relevancy of workAddress, Telephone Number & Email of the Contact Person and Position INSTRUCTIONS: Contractor must identify previous federal, state, local government and or private contracts completed that are similar in size and scope to the contract being evaluated. List at least three (3) contracts for evaluation. Contracts must be either competed or current within the last (5) years. One contract reference per form. Note: List any National Cemetery Administration (NCA) contracts currently working or previously worked first followed by Non-NCA contracts. Past Performance Questionnaire 2Contract NumberContractor ( Name Address, Zip Code)Telephone NumberEmail AddressType of ContractContract Dollar ValueDate of Award (if not completed provide status)Type/Extent of SubcontractingPercentage of Work completed by the ContractorDescription of Supply/Services provided, location & relevancy of workAddress, Telephone Number & Email of the Contact Person and Position INSTRUCTIONS: Contractor must identify previous federal, state, local government and or private contracts completed that are similar in size and scope to the contract being evaluated. List at least three (3) contracts for evaluation. Contracts must be either competed or current within the last (5) years. One contract reference per form. Note: List any National Cemetery Administration (NCA) contracts currently working or previously worked first followed by Non-NCA contracts. Past Performance Questionnaire 3Contract NumberContractor ( Name Address, Zip Code)Telephone NumberEmail AddressType of ContractContract Dollar ValueDate of Award (if not completed provide status)Type/Extent of SubcontractingPercentage of Work completed by the ContractorDescription of Supply/Services provided, location & relevancy of workAddress, Telephone Number & Email of the Contact Person and Position 2.1 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)2.2 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)2.3 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)2.4 52.236-27 SITE VISIT (CONSTRUCTION) (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) Site visits may be arranged during normal duty hours by contacting: Name: Address: Telephone: (End of Provision)2.5 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): (End of Provision)FAR NumberTitleDate52.204-16COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTINGJUL 201552.214-34SUBMISSION OF OFFERS IN THE ENGLISH LANGUAGEAPR 199152.214-35SUBMISSION OF OFFERS IN U.S. CURRENCYAPR 199152.215-1INSTRUCTIONS TO OFFERORS—COMPETITIVE ACQUISITIONJAN 200452.236-28PREPARATION OF PROPOSALS—CONSTRUCTIONOCT 19972.6 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)2.7 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.REPRESENTATIONS AND CERTIFICATIONS3.1 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)3.2 52.204-8 ANNUAL REPRESENTATIONS AND CERTIFICATIONS (APR 2016) (a)(1) The North American Industry Classification System (NAICS) code for this acquisition is 238110. (2) The small business size standard is $15 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)3.3 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)GENERAL CONDITIONS4.1 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)4.2 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)4.3 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)4.4 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 238110 assigned to contract number .[Contractor to sign and date and insert authorized signer's name and title].(End of Clause)4.5 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)4.6 52.228-13 ALTERNATIVE PAYMENT PROTECTIONS (JULY 2000) (a) The Contractor shall submit one of the following payment protections: (b) The amount of the payment protection shall be 100 percent of the contract price. (c) The submission of the payment protection is required within days of contract award. (d) The payment protection shall provide protection for the full contract performance period plus a one-year period. (e) Except for escrow agreements and payment bonds, which provide their own protection procedures, the Contracting Officer is authorized to access funds under the payment protection when it has been alleged in writing by a supplier of labor or material that a nonpayment has occurred, and to withhold such funds pending resolution by administrative or judicial proceedings or mutual agreement of the parties. (f) When a tripartite escrow agreement is used, the Contractor shall utilize only suppliers of labor and material that signed the escrow agreement.(End of Clause)4.7 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 NumberTitleDate52.204-7SYSTEM FOR AWARD MANAGEMENTJUL 201352.204-10REPORTING EXECUTIVE COMPENSATION AND FIRST-TIER SUBCONTRACT AWARDSOCT 201552.204-13SYSTEM FOR AWARD MANAGEMENT MAINTENANCEJUL 201352.204-18COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCEJUL 201552.209-6PROTECTING THE GOVERNMENT'S INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENTOCT 201552.209-10PROHIBITION ON CONTRACTING WITH INVERTED DOMESTIC CORPORATIONSNOV 201552.222-1NOTICE TO THE GOVERNMENT OF LABOR DISPUTESFEB 199752.222-3CONVICT 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 201552.222-36EQUAL OPPORTUNITY FOR WORKERS WITH DISABILITIESJUL 201452.222-50COMBATING 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 201452.232-5PAYMENTS 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 199152.236-14AVAILABILITY AND USE OF UTILITY SERVICESAPR 1984$52.236-15SCHEDULES FOR CONSTRUCTION CONTRACTSAPR 198452.236-17LAYOUT OF WORKAPR 198452.236-21SPECIFICATIONS AND DRAWINGS FOR CONSTRUCTIONFEB 199752.242-14SUSPENSION OF WORKAPR 198452.243-5CHANGES AND CHANGED CONDITIONSAPR 198452.244-6SUBCONTRACTS FOR COMMERCIAL ITEMSJUN 201652.246-12INSPECTION OF CONSTRUCTIONAUG 199652.246-21WARRANTY OF CONSTRUCTIONMAR 199452.249-10DEFAULT (FIXED-PRICE CONSTRUCTION)APR 198452.253-1COMPUTER GENERATED FORMSJAN 19914.8 VAAR 852.203-70 COMMERCIAL ADVERTISING (JAN 2008) The bidder or offeror agrees that if a contract is awarded to him/her, as a result of this solicitation, he/she will not advertise the award of the contract in his/her commercial advertising in such a manner as to state or imply that the Department of Veterans Affairs endorses a product, project or commercial line of endeavor.(End of Clause)4.9 VAAR 852.211-75 PRODUCT SPECIFICATIONS (JAN 2008) The products offered under this solicitation shall be type , grade , in accordance with No. , dated and amendment dated , except for paragraphs and which are amended as follows:(End of Clause)4.10 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)4.11 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)4.12 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)4.13 VAAR 852.236-72 PERFORMANCE OF WORK BY THE CONTRACTOR (JUL 2002) The clause entitled "Performance of Work by the Contractor" in FAR 52.236-1 is supplemented as follows: (a) Contract work accomplished on the site by laborers, mechanics, and foremen/forewomen on the contractor's payroll and under his/her direct supervision shall be included in establishing the percent of work to be performed by the contractor. Cost of material and equipment installed by such labor may be included. The work by the contractor's executive, supervisory and clerical forces shall be excluded in establishing compliance with the requirements of this clause. (b) The contractor shall submit, simultaneously with the schedule of costs required by the Payments Under Fixed-Price Construction Contracts clause of the contract, a statement designating the branch or branches of contract work to be performed with his/her forces. The approved schedule of costs will be used in determining the value of a branch or branches, or portions thereof, of the work for the purpose of this article. (c) If, during the progress of work hereunder, the contractor requests a change in the branch or branches of the work to be performed by his/her forces and the contracting officer determines it to be in the best interest of the Government, the contracting officer may, at his/her discretion, authorize a change in such branch or branches of said work. Nothing contained herein shall permit a reduction in the percentage of work to be performed by the contractor with his/her forces, it being expressly understood that this is a contract requirement without right or privilege of reduction. (d) In the event the contractor fails or refuses to meet the requirement of the FAR clause at 52.236-1, it is expressly agreed that the contract price will be reduced by 15 percent of the value of that portion of the percentage requirement that is accomplished by others. For the purpose of this clause, it is agreed that 15 percent is an acceptable estimate of the contractor's overhead and profit, or mark-up, on that portion of the work which the contractor fails or refuses to perform, with his/her own forces, in accordance with the FAR clause at 52.236-1.(End of Clause)4.14 VAAR 852.236-74 INSPECTION OF CONSTRUCTION (JUL 2002) The clause entitled "Inspection of Construction" in FAR 52.246-12 is supplemented as follows: (a) Inspection of materials and articles furnished under this contract will be made at the site by the resident engineer, unless otherwise provided for in the specifications. (b) Final inspection will not be made until the contract work is ready for beneficial use or occupancy. The contractor shall notify the contracting officer, through the resident engineer, fifteen (15) days prior to the date on which the work will be ready for final inspection.(End of Clause)4.15 VAAR 852.236-76 CORRESPONDENCE (APR 1984) All correspondence relative to this contract shall bear Specification Number, Project Number, Department of Veterans Affairs Contract Number, title of project and name of facility.(End of Clause)4.16 VAAR 852.236-77 REFERENCE TO "STANDARDS" (JUL 2002) Any materials, equipment, or workmanship specified by references to number, symbol, or title of any specific Federal, Industry or Government Agency Standard Specification shall comply with all applicable provisions of such standard specifications, except as limited to type, class or grade, or modified in contract specifications. Reference to "Standards" referred to in the contract specifications, except as modified, shall have full force and effect as though printed in detail in specifications.(End of Clause)4.17 VAAR 852.236-78 GOVERNMENT SUPERVISION (APR 1984) (a) The work will be under the direction of the Department of Veterans Affairs contracting officer, who may designate another VA employee to act as resident engineer at the construction site. (b) Except as provided below, the resident engineer's directions will not conflict with or change contract requirements. (c) Within the limits of any specific authority delegated by the contracting officer, the resident engineer may, by written direction, make changes in the work. The contractor shall be advised of the extent of such authority prior to execution of any work under the contract.(End of Clause)4.18 VAAR 852.236-79 DAILY REPORT OF WORKERS AND MATERIAL (APR 1984) The contractor shall furnish to the resident engineer each day a consolidated report for the preceding work day in which is shown the number of laborers, mechanics, foremen/forewomen and pieces of heavy equipment used or employed by the contractor and subcontractors. The report shall bear the name of the firm, the branch of work which they perform such as concrete, plastering, masonry, plumbing, sheet metal work, etc. The report shall give a breakdown of employees by crafts, location where employed, and work performed. The report shall also list materials delivered to the site on the date covered by the report.(End of Clause)4.19 VAAR 852.236-80 SUBCONTRACTS AND WORK COORDINATION (APR 1984) (a) Nothing contained in this contract shall be construed as creating any contractual relationship between any subcontractor and the Government. Divisions or sections of specifications are not intended to control the contractor in dividing work among subcontractors, or to limit work performed by any trade. (b) The contractor shall be responsible to the Government for acts and omissions of his/her own employees, and of the subcontractors and their employees. The contractor shall also be responsible for coordination of the work of the trades, subcontractors, and material suppliers. (c) The Government or its representatives will not undertake to settle any differences between the contractor and subcontractors or between subcontractors. (d) The Government reserves the right to refuse to permit employment on the work or require dismissal from the work of any subcontractor who, by reason of previous unsatisfactory work on Department of Veterans Affairs projects or for any other reason, is considered by the contracting officer to be incompetent or otherwise objectionable.(End of Clause)4.20 VAAR 852.236-82 PAYMENTS UNDER FIXED-PRICE CONSTRUCTION CONTRACTS (WITHOUT NAS) (APR 1984) (a) Retainage: (1) The contracting officer may retain funds: (i) Where performance under the contract has been determined to be deficient or the contractor has performed in an unsatisfactory manner in the past; or (ii) As the contract nears completion, to ensure that deficiencies will be corrected and that completion is timely. (2) Examples of deficient performance justifying a retention of funds include, but are not restricted to, the following: (i) Unsatisfactory progress as determined by the contracting officer; (ii) Failure to meet schedule in Schedule of Work Progress; (iii) Failure to present submittals in a timely manner; or (iv) Failure to comply in good faith with approved subcontracting plans, certifications, or contract requirements. (3) Any level of retention shall not exceed 10 percent either where there is determined to be unsatisfactory performance, or when the retainage is to ensure satisfactory completion. Retained amounts shall be paid promptly upon completion of all contract requirements, but nothing contained in this subparagraph shall be construed as limiting the contracting officer's right to withhold funds under other provisions of the contract or in accordance with the general law and regulations regarding the administration of Government contracts. (b) The contractor shall submit a schedule of cost to the contracting officer for approval within 30 calendar days after date of receipt of notice to proceed. Such schedule will be signed and submitted in triplicate. The approved cost schedule will be one of the bases for determining progress payments to the contractor for work completed. This schedule shall show cost by the branches of work for each building or unit of the contract, as instructed by the resident engineer. (1) The branches shall be subdivided into as many sub-branches as are necessary to cover all component parts of the contract work. (2) Costs as shown on this schedule must be true costs and, should the resident engineer so desire, he/she may require the contractor to submit the original estimate sheets or other information to substantiate the detailed makeup of the schedule. (3) The sum of the sub-branches, as applied to each branch, shall equal the total cost of such branch. The total cost of all branches shall equal the contract price. (4) Insurance and similar items shall be prorated and included in the cost of each branch of the work. (5) The cost schedule shall include separate cost information for the systems listed in the table in this paragraph (b)(5). The percentages listed below are proportions of the cost listed in the contractor's cost schedule and identify, for payment purposes, the value of the work to adjust, correct and test systems after the material has been installed. Payment of the listed percentages will be made only after the contractor has demonstrated that each of the systems is substantially complete and operates as required by the contract.VALUE OF ADJUSTING, CORRECTING, AND TESTING SYSTEMSystemPercentPneumatic tube system10Incinerators (medical waste and trash)5Sewage treatment plant equipment5Water treatment plant equipment5Washers (dish, cage, glass, etc.)5Sterilizing equipment5Water distilling equipment5Prefab temperature rooms (cold, constant temperature)5Entire air-conditioning system (Specified under 600 Sections)5Entire boiler plant system (Specified under 700 Sections)5General supply conveyors10Food service conveyors10Pneumatic soiled linen and trash system10Elevators and dumbwaiters10Materials transport system10Engine-generator system5Primary switchgear5Secondary switchgear5Fire alarm system5Nurse call system5Intercom system5Radio system5TV (entertainment) system5 (c) In addition to this cost schedule, the contractor shall submit such unit costs as may be specifically requested. The unit costs shall be those used by the contractor in preparing his/her bid and will not be binding as pertaining to any contract changes. (d) The contracting officer will consider for monthly progress payments material and/or equipment procured by the contractor and stored on the construction site, as space is available, or at a local approved location off the site, under such terms and conditions as such officer approves, including but not limited to the following: (1) The material or equipment is in accordance with the contract requirements and/or approved samples and shop drawings. (2) Only those materials and/or equipment as are approved by the resident engineer for storage will be included. (3) Such materials and/or equipment will be stored separately and will be readily available for inspection and inventory by the resident engineer. (4) Such materials and/or equipment will be protected against weather, theft and other hazards and will not be subjected to deterioration. (5) All of the other terms, provisions, conditions and covenants contained in the contract shall be and remain in full force and effect as therein provided. (6) A supplemental agreement will be executed between the Government and the contractor with the consent of the contractor's surety for off-site storage. (e) The contractor, prior to receiving a progress or final payment under this contract, shall submit to the contracting officer a certification that the contractor has made payment from proceeds of prior payments, or that timely payment will be made from the proceeds of the progress or final payment then due, to subcontractors and suppliers in accordance with the contractual arrangements with them. (f) The Government reserves the right to withhold payment until samples, shop drawings, engineer's certificates, additional bonds, payrolls, weekly statements of compliance, proof of title, nondiscrimination compliance reports, or any other things required by this contract, have been submitted to the satisfaction of the contracting officer.(End of Clause)4.21 VAAR 852.236-84 SCHEDULE OF WORK PROGRESS (NOV 1984) (a) The contractor shall submit with the schedule of costs, a progress schedule that indicates the anticipated installation of work versus the elapsed contract time, for the approval of the contracting officer. The progress schedule time shall be represented in the form of a bar graph with the contract time plotted along the horizontal axis. The starting date of the schedule shall be the date the contractor receives the "Notice to Proceed." The ending date shall be the original contract completion date. At a minimum, both dates shall be indicated on the progress schedule. The specific item of work, i.e., "Excavation", "Floor Tile", "Finish Carpentry", etc., should be plotted along the vertical axis and indicated by a line or bar at which time(s) during the contract this work is scheduled to take place. The schedule shall be submitted in triplicate and signed by the contractor. (b) The actual percent completion will be based on the value of installed work divided by the current contract amount. The actual completion percentage will be indicated on the monthly progress report. (c) The progress schedule will be revised when individual or cumulative time extensions of 15 calendar days or more are granted for any reason. The revised schedule should indicate the new contract completion date and should reflect any changes to the installation time(s) of the items of work affected. (d) The revised progress schedule will be used for reporting future scheduled percentage completion.(End of Clause)4.22 VAAR 852.236-85 SUPPLEMENTARY LABOR STANDARDS PROVISIONS (APR 1984) (a) The wage determination decision of the Secretary of Labor is set forth in section GR, General Requirements, of this contract. It is the result of a study of wage conditions in the locality and establishes the minimum hourly rates of wages and fringe benefits for the described classes of labor in accordance with applicable law. No increase in the contract price will be allowed or authorized because of payment of wage rates in excess of those listed. (b) The contractor shall submit the required copies of payrolls to the contracting officer through the resident engineer or engineer officer, when acting in that capacity. Department of Labor Form WH- 347, Payroll, available from the Superintendent of Documents, Government Printing Office, Washington, DC 20402, may be used for this purpose. If, however, the contractor or subcontractor elects to use an individually composed payroll form, it shall contain the same information shown on Form WH-347, and in addition be accompanied by Department of Labor Form WH-348, Statement of Compliance, or any other form containing the exact wording of this form.(End of Clause)4.23 VAAR 852.236-86 WORKER'S COMPENSATION (JAN 2008) Public Law 107-217 (40 U.S.C. 3172) authorizes the constituted authority of States to apply their workers compensation laws to all lands and premises owned or held by the United States.(End of Clause)4.24 VAAR 852.236-87 ACCIDENT PREVENTION (SEP 1993) The Resident Engineer on all assigned construction projects, or other Department of Veterans Affairs employee if designated in writing by the Contracting Officer, shall serve as Safety Officer and as such has authority, on behalf of the Contracting Officer, to monitor and enforce Contractor compliance with FAR 52.236-13, Accident Prevention. However, only the Contracting Officer may issue an order to stop all or part of the work while requiring satisfactory or corrective action to be taken by the Contractor.(End of Clause)4.25 VAAR 852.236-88 CONTRACT CHANGES--SUPPLEMENT (JUL 2002) The clauses entitled “Changes” in FAR 52.243-4 and “Differing Site Conditions” in FAR 52.236-2 are supplemented as follows: (a) Paragraphs (a)(1) through (a)(4) apply to proposed contract changes costing over $500,000. (1) When requested by the contracting officer, the contractor shall submit proposals for changes in work to the resident engineer. Proposals, to be submitted as expeditiously as possible but within 30 calendar days after receipt of request, shall be in legible form, original and two copies, with an itemized breakdown that will include material, quantities, unit prices, labor costs (separated into trades), construction equipment, etc. (Labor costs are to be identified with specific material placed or operation performed.) The contractor must obtain and furnish with a proposal an itemized breakdown as described above, signed by each subcontractor participating in the change regardless of tier. When certified cost or pricing data are required under FAR Subpart 15.403, the cost or pricing data shall be submitted in accordance with FAR 15.403-5. (2) When the necessity to proceed with a change does not allow sufficient time to negotiate a modification or because of failure to reach an agreement, the contracting officer may issue a change order instructing the contractor to proceed on the basis of a tentative price based on the best estimate available at the time, with the firm price to be determined later. Furthermore, when the change order is issued, the contractor shall submit a proposal, which includes the information required by paragraph (a)(1), for cost of changes in work within 30 calendar days. (3) The contracting officer will consider issuing a settlement by determination to the contract if the contractor's proposal required by paragraphs (a)(1) or (a)(2) of this clause is not received within 30 calendar days or if agreement has not been reached. (4) Bond premium adjustment, consequent upon changes ordered, will be made as elsewhere specified at the time of final settlement under the contract and will not be included in the individual change. (b) Paragraphs (b)(1) through (b)(11) apply to proposed contract changes costing $500,000 or less: (1) When requested by the contracting officer, the contractor shall submit proposals for changes in work to the resident engineer. Proposals, to be submitted as expeditiously as possible but within 30 calendar days after receipt of request, shall be in legible form, original and two copies, with an itemized breakdown that will include material, quantities, unit prices, labor costs (separated into trades), construction equipment, etc. (Labor costs are to be identified with specific material placed or operation performed.) The contractor must obtain and furnish with a proposal an itemized breakdown as described above, signed by each subcontractor participating in the change regardless of tier. When certified cost or pricing data or information other than cost or pricing data are required under FAR 15.403, the data shall be submitted in accordance with FAR 15.403-5. No itemized breakdown will be required for proposals amounting to less than $1,000. (2) When the necessity to proceed with a change does not allow sufficient time to negotiate a modification or because of failure to reach an agreement, the contracting officer may issue a change order instructing the contractor to proceed on the basis of a tentative price based on the best estimate available at the time, with the firm price to be determined later. Furthermore, when the change order is issued, the contractor shall submit within 30 calendar days, a proposal that includes the information required by paragraph (b)(1) for the cost of the changes in work. (3) The contracting officer will consider issuing a settlement by determination to the contract if the contractor's proposal required by paragraphs (b)(1) or (b)(2) of this clause is not received within 30 calendar days, or if agreement has not been reached. (4) Allowances not to exceed 10 percent each for overhead and profit for the party performing the work will be based on the value of labor, material, and use of construction equipment required to accomplish the change. As the value of the change increases, a declining scale will be used in negotiating the percentage of overhead and profit. Allowable percentages on changes will not exceed the following: 10 percent overhead and 10 percent profit on the first $20,000; 7-1/2 percent overhead and 7-1/2 percent profit on the next $30,000; 5 percent overhead and 5 percent profit on balance over $50,000. Profit shall be computed by multiplying the profit percentage by the sum of the direct costs and computed overhead costs. (5) The prime contractor's or upper-tier subcontractor's fee on work performed by lower-tier subcontractors will be based on the net increased cost to the prime contractor or upper-tier subcontractor, as applicable. Allowable fee on changes will not exceed the following: 10 percent fee on the first $20,000; 7-1/2 percent fee on the next $30,000; and 5 percent fee on balance over $50,000. (6) Not more than four percentages, none of which exceed the percentages shown above, will be allowed regardless of the number of tiers of subcontractors. (7) Where the contractor's or subcontractor's portion of a change involves credit items, such items must be deducted prior to adding overhead and profit for the party performing the work. The contractor's fee is limited to the net increase to contractor of subcontractors' portions cost computed in accordance herewith. (8) Where a change involves credit items only, a proper measure of the amount of downward adjustment in the contract price is the reasonable cost to the contractor if he/she had performed the deleted work. A reasonable allowance for overhead and profit are properly includable as part of the downward adjustment for a deductive change. The amount of such allowance is subject to negotiation. (9) Cost of Federal Old Age Benefit (Social Security) tax and of Worker's Compensation and Public Liability insurance appertaining to changes are allowable. While no percentage will be allowed thereon for overhead or profit, prime contractor's fee will be allowed on such items in subcontractors' proposals. (10) Overhead and contractor's fee percentages shall be considered to include insurance other than mentioned herein, field and office supervisors and assistants, security police, use of small tools, incidental job burdens, and general home office expenses and no separate allowance will be made therefore. Assistants to office supervisors include all clerical, stenographic and general office help. Incidental job burdens include, but are not necessarily limited to, office equipment and supplies, temporary toilets, telephone and conformance to OSHA requirements. Items such as, but not necessarily limited to, review and coordination, estimating and expediting relative to contract changes are associated with field and office supervision and are considered to be included in the contractor's overhead and/or fee percentage. (11) Bond premium adjustment, consequent upon changes ordered, will be made as elsewhere specified at the time of final settlement under the contract and will not be included in the individual change.(End of Clause)4.26 VAAR 852.236-89 BUY AMERICAN ACT (JAN 2008) (a) Reference is made to the clause entitled "Buy American Act--Construction Materials," FAR 52.225-9. (b) Notwithstanding a bidder's right to offer identifiable foreign construction material in its bid pursuant to FAR 52.225-9, VA does not anticipate accepting an offer that includes foreign construction material. (c) If a bidder chooses to submit a bid that includes foreign construction material, that bidder must provide a listing of the specific foreign construction material he/she intends to use and a price for said material. Bidders must include bid prices for comparable domestic construction material. If VA determines not to accept foreign construction material and no comparable domestic construction material is provided, the entire bid will be rejected. (d) Any foreign construction material proposed after award will be rejected unless the bidder proves to VA's satisfaction: (1) it was impossible to request the exemption prior to award, and (2) said domestic construction material is no longer available, or (3) where the price has escalated so dramatically after the contract has been awarded that it would be unconscionable to require performance at that price. The determinations required by (1), (2), and (3) of this paragraph shall be made in accordance with Subpart 825.2 and FAR 25.2. (e) By signing this bid, the bidder declares that all articles, materials and supplies for use on the project shall be domestic unless specifically set forth on the Bid Form or addendum thereto.(End of Clause)4.27 VAAR 852.236-91 SPECIAL NOTES (JUL 2002) (a) Signing of the bid shall be deemed to be a representation by the bidder that: (1) Bidder is a construction contractor who owns, operates, or maintains a place of business, regularly engaged in construction, alteration, or repair of buildings, structures, and communications facilities, or other engineering projects, including furnishing and installing of necessary equipment; or (2) If newly entering into a construction activity, bidder has made all necessary arrangements for personnel, construction equipment, and required licenses to perform construction work; and (3) Upon request, prior to award, bidder will promptly furnish to the Government a statement of facts in detail as to bidder's previous experience (including recent and current contracts), organization (including company officers), technical qualifications, financial resources and facilities available to perform the contemplated work. (b) Unless otherwise provided in this contract, where the use of optional materials or construction is permitted, the same standard of workmanship, fabrication and installation shall be required irrespective of which option is selected. The contractor shall make any change or adjustment in connecting work or otherwise necessitated by the use of such optional material or construction, without additional cost to the Government. (c) When approval is given for a system component having functional or physical characteristics different from those indicated or specified, it is the responsibility of the contractor to furnish and install related components with characteristics and capacities compatible with the approved substitute component as required for systems to function as noted on drawings and specifications. There shall be no additional cost to the Government. (d) In some instances it may have been impracticable to detail all items in specifications or on drawings because of variances in manufacturers' methods of achieving specified results. In such instances the contractor will be required to furnish all labor, materials, drawings, services and connections necessary to produce systems or equipment which are completely installed, functional, and ready for operation by facility personnel in accordance with their intended use. (e) Claims by the contractor for delay attributed to unusually severe weather must be supported by climatological data covering the period and the same period for the 10 preceding years. When the weather in question exceeds in intensity or frequency the 10-year average, the excess experienced shall be considered "unusually severe." Comparison shall be on a monthly basis. Whether or not unusually severe weather in fact delays the work will depend upon the effect of weather on the branches of work being performed during the time under consideration.(End of Clause)4.28 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)General Decision Number: VA160035 06/10/2016 VA35Superseded General Decision Number: VA20150035State: VirginiaConstruction Types: Heavy (Heavy and Sewer and Water Line)Counties: Alexandria*, Arlington, Clarke, Culpeper, Frederick, Fredericksburg*, Spotsylvania and Winchester* Counties in Virginia.*INDEPENDENT CITIESHEAVY CONSTRUCTION PROJECTS (Including Sewer and Water Lines)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$10.15 (or the applicable wage rate listed on this wagedetermination, if it is higher) for all hours spent performingon the contract in calendar year 2016. The EO minimum wage ratewill be adjusted annually. Additional information on contractorrequirements and worker protections under the EO is availableat whd/govcontracts.Modification Number Publication Date 0 01/08/2016 1 01/15/2016 2 06/10/2016 BRVA0001-003 05/03/2015 Rates FringesMASON - STONE....................$ 35.19 16.17---------------------------------------------------------------- CARP0132-018 01/01/2016 Rates FringesCARPENTER, Includes Form Work....$ 27.56 9.18----------------------------------------------------------------* ELEC0026-023 06/06/2016ARLINGTON COUNTY, Cities of Alexandria and Fredericksburg Rates FringesELECTRICIAN......................$ 43.70 16.06+a a. PAID HOLIDAYS: New Year's Day, Inauguration Day, Martin Luther King Jr.'s Birthday, Memorial Day, Independence Day, Labor Day, Veterans' Day, Thaksgiving Day, the day after Thanksgiving and Christmas Day.---------------------------------------------------------------- ELEC0026-024 06/01/2011CLARKE, CULPEPER, FREDERICK COUNTIES, SPOTSYLVANIA COUNTY(Excluding the City of Fredericksburg), City of Winchester Rates FringesELECTRICIAN......................$ 27.80 13.37+a a. PAID HOLIDAYS: New Year's Day, Inauguration Day, Martin Luther King Jr.'s Birthday, Memorial Day, Independence Day, Labor Day, Veterans' Day, Thaksgiving Day, the day after Thanksgiving and Christmas Day.---------------------------------------------------------------- ENGI0077-019 05/01/2013 Rates FringesPOWER EQUIPMENT OPERATOR: 35 ton Cranes and Above.....$ 32.89 8.45+a Cranes Below 35 tons........$ 32.40 8.45+a Mechanic....................$ 34.34 8.45+a Tower and Climbing Cranes...$ 32.89 8.45+a Tower Cranes and Cranes 100 tons and Over...........$ 33.96 8.45+a a.PAID HOLIDAYS: New Year's Day, Inaugural Day, Decoration Day, Independence Day, Labor Day, Martin Luther King's Birthday, Veterans' Day, Thanksgiving Day, Friday after Thanksgiving and Christmas Day.b. PREMIUM PAY: Tower crane and cranes 100-ton and over to receive $1.00 per hour premium.---------------------------------------------------------------- LABO0710-010 04/01/2010 Rates FringesLABORER: Pipelayer..............$ 16.61 5.41---------------------------------------------------------------- PAIN0051-014 06/01/2014 Rates FringesGLAZIER Glazing Contracts $2 million and under...........$ 24.77 9.85 Glazing Contracts over $2 million.....................$ 28.61 9.85---------------------------------------------------------------- PLAS0891-006 02/01/2014 Rates FringesCEMENT MASON/CONCRETE FINISHER...$ 27.15 9.61---------------------------------------------------------------- SUVA2010-036 09/01/2010 Rates FringesDIVER TENDER.....................$ 22.53 3.98 DIVER............................$ 23.73 4.21 IRONWORKER, REINFORCING..........$ 22.45 11.85 IRONWORKER, STRUCTURAL...........$ 20.55 8.25 LABORERS Common or General...........$ 11.24 1.32 Flagger.....................$ 7.39 0.20 Landscape...................$ 10.00 POWER EQUIPMENT OPERATOR: Backhoe.....................$ 18.47 0.75 Bobcat/Skid Loader..........$ 11.40 Bulldozer...................$ 17.54 Excavator...................$ 17.79 Loader......................$ 18.99 0.75 Trackhoe....................$ 12.75 1.24 Tugboat.....................$ 19.00 TRUCK DRIVER, Includes All Dump Trucks......................$ 12.14 0.75----------------------------------------------------------------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 DECISION ................
................

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

Google Online Preview   Download